Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
062220_ca07
Department of Public Works 0 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 Enginee Agenda Date: June 22, 2020 Subject: Project Prospectus and Local Agency Agreement for the Washington State Dept. of Transportation (WSDOT), Upper Hoh Road MP 7.9-8.0 Emergency Repair, County Project No. 18020381 Statement of Issue: The attached Project Prospectus and Local Agency Agreement are necessary in order to receive federal emergency relief funding for the Upper Hoh Road MP 7.9-8.0 emergency repair. Analysis/Strategic Goals/Pro's £t Con's: Between January 20 and February 2, 2020 high flow events in the Hoh River created a 220 ft. long scour hole at Upper Hoh Road MP 7.9-8.0. The erosion extended up to 10 feet into the eastbound lane. Public Works repaired the road embankment by constructing a riprap revetment. Remaining work consists of paving, striping, guardrail, and environmental mitigation to be determined. Damages from this storm event are eligible for federal emergency relief funding through the Federal Highway Administration (FHWA). Fiscal Impact/Cost Benefit Analysis: The total cost of the temporary emergency repairs and remaining permanent repairs is estimated at $446,965. This project will be funded at 100% by the Federal Highway Administration. Recommendation: The Board is requested to sign the three originals of the Project Prospectus and the Local Agency Agreement, and return to Public Works. Department Contact: Mark Thurston, P.E., Project Manager, 385-9160. R le ed y: Phi ip Morley Co my AdmitDate AIM �� Washington State Local Agency Federal Aid Department of Transportation Project Prospectus Prefix Route ( ) Date Federal Aid ER-WA-20-03 A160 DUNS Number 179278197 Project Number Local Agency 18020381 ( WSDOT 1 Federal Employer 91-6001322 Project Number ` Use Only J Tax ID Number Agency CA Agency Federal Program Title Jefferson County ✓ Yes ❑No ✓ 20.205 ❑Other Project Title Start Latitude N 47.817 Start Longitude W 124.111 Upper Hoh Rd MP 7.9 to 8.0 Emergency Repair End Latitude N 47.816 End Longitude W 124.110 Project Termini From-To Nearest City Name Project Zip Code(+4) Milepost 7.9 Milepost 8.0 Forks 98331-9454 Begin Mile Post End Mile Post Length of Project Award Type MP 7.9 MP 8.0 .1 ✓ Local❑Local Forces❑State❑Railroad Route ID Begin Mile Point End Mile Point City Number County Number County Name 7.9 8.0 n/a 16 Jefferson WSDOT Region Legislative District(s) Congressional District(s) Urban Area Number Olympic Region 24 6 n/a Total Local Agency Phase Start Federal Funds Phase Estimated Cost Funding Date (Nearest Hundred Dollar) (Nearest Hundred Dollar) (Nearest Hundred Dollar) Month Year P.E. $44,420 $0 $44,420 RAN Const. $402,545 $0 $402,545 Total $446,965 $0 $446,965 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. The eastbound lane was washed out due to flooding in the Hoh River and river bank erosion during 1/20/20 to 2/2/20. Description of Proposed Work Description of Proposed Work(Attach additional sheet(s)if necessary) Under emergency contract, Jefferson County installed 220'riprap bank protection to replace the embankment and roadway lost during the storms. To complete the repairs, approximately 300 lineal feet of roadway will be paved with HMA, striped, and guardrail installed. Environmental mitigation yet to be determined. 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 Part To send WA 98368 By -(1-- Project Prospectus Approving Authority Title Public Works Director/County Engineer Date 5.29•Zo DOT Form 140-101 Page 1 Revised 04/2015 Previous Editions Obsolete Agency Project Title Date Jefferson County Upper Hoh Rd MP 7.9 to 8.0 Emergency Ref 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 n Railroad ❑ Parking Other ❑Bridge Geometric Design Data Description Through Route Crossroad ❑ Principal Arterial n Principal Arterial Federal ❑ Minor Arterial ❑ Urban ❑Minor Arterial ❑ Urban ❑Collector ❑Collector Functional ✓ Rural ❑Rural ✓� Major Collector ❑ Major Collector Classification ❑ NHS ❑ Minor Collector ❑ NHS ❑ Minor Collector ❑ Local Access ❑Local Access Terrain ❑ Flat ✓ Roll n Mountain n Flat n Roll ❑ Mountain Posted Speed 35 Design Speed 35 Existing ADT 877 Design Year ADT n/a Design Year n/a Design Hourly Volume (DHV) n/a Performance of Work Preliminary Engineering Will Be Performed By Others Agency County staff and consultants 25 % 75 Construction Will Be Performed By Contract Agency County forces and contractors 90 % 10 cyo Environmental Classification ❑Class I - Environmental Impact Statement(EIS) ✓ Class II - Categorically Excluded (CE) ❑ Project Involves NEPA/SEPA Section 404 1✓ Projects Requiring Documentation Interagency Agreement (Documented CE) ❑Class III - Environmental Assessment (EA) D Project Involves NEPA/SEPA Section 404 Interagency Agreements Environmental Considerations Permitting and NEPA documentation are being completed post project construction, because the project was an emergency repair. DOT Form 140-101 Page 2 Revised 04/2015 Previous Editions Obsolete Agency Project Title Date Jefferson County Upper Hoh Rd MP 7.9 to 8.0 Emergency Rej Right of Way ✓ No Right of Way Needed ❑ Right of Way Needed *All construction required by the n No Relocation n Relocation Required contract can be accomplished within the exiting right of way. Utilities Railroad ✓ No utility work required 1✓ No railroad work required n All utility work will be completed prior to the start n 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 n/a FAA Involvement Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ❑Yes ✓ No Remarks n/a This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Agency Date By Mayor/Chairperson Apploved as to fglm only: 6'r, �� DOT Form 140 101 �/ l 7 Page Revised 04/2015 �� Date: 3 Philip C. Hunsucker,Chief Civil Deputy Prosecuti g Attorney Jefferson County Prosecuting Attorney's Office torney Washington State V; Department of Transportation Prospectus Submittal Checklist Agency: Jefferson County Project Title: Upper Hoh Road MP 7.9-8.0 Emergency Repair 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. Authorization Package Checklist(Appendix 21.43) X 2. Project Prospectus(Chapter 21) X 3. Vicinity Map X 4. Typical Roadway or Pathway Section X 5. Typical Bridge Section N/A 6. Local Agency Agreement(Chapter 22) X 7. Documented Cost Estimate (Chapter 22) X 8. TIP/STIP Inclusion (MPO/County/Agency, selected/limited to$) N/A Supporting Data 9. Local Agency Design Matrix Checklist(Appendix 42.101) N/A 10. Photos (Railroad Crossing, ER event sites, as required) X 11. Deviation Analysis Format(Appendix 41.51) N/A 12. Environmental Considerations(Chapter 24) L a. Class II Categorically Excluded (CE)- Environmental Classification Summary(ECS) L b. Class III Environmental Assessment(EA) N/A c. Class I Environmental Impact Statement(EIS) N/A d. SEPA Checklist L e. NEPA/SEPA/Section 404 Interagency Working Agreement N/A f. Evolutionarily Significant Unit (ESU) Determination of Effect Concurrence N/A g. Value Engineering Study (where applicable) N/A 13. Right of Way Requirements (Chapter 25) N/A a. Relocation Plan N/A b. Approved Right of Way Plans N/A c. Right of Way Project Funding Estimate or True Cost Estimate N/A d. Request Right of Way Fund Authorization N/A 14. Right of Way Certification (Appendix 25.179) N/A 15. Agreements/Easements with Railroads, Utilities, and Other Agencies (Chapter 32 and 25) N/A 16. Design Approval (Chapter 43) L 17. Tied Bids (Chapter 44) N/A 18. Nondiscrimination Agreement(Submit new agreement if outdated) L Remarks: DOT Form 140-553 Revised 5/2017 0 0 0 0 0 0 0 0 Ln 0 Ln coo 0 coo o u, 'n 0 0 0 N N 0 No No 0 ).0 0 al O O 01 7 O Vl o N C1 I� O O Lc-) 7 O 01 CO O Ol -o cv 7 0 .4 N 0 of vi 6vi 0 0 -1 a' 0 e� CO ..- 0 v1 ui LO .--I UT .-1 1-1 m V} COoO } 0 V7 u V} u V}l e-4 e-I t c-I 7 7 V} f6 W V} V} 1J V} .--1 1--1 VT M V} V} VT V} 7 E c0 V} i/} V} V} V. W v 010 LL C 'O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 y V}V} V} V} V} VT V} V} in VT V} V} V} V} in V} V} V} V} V} L 7 -o c > LL v 7 co O to > E u C 'w G1 - C O V EC w CO O0 Q OD W — 0 0 0 0 0 O 0 0 V1 0 VI 0 0 0 0 0 0 0 0 VI To 0 0 0 N N 0 0 0 to Lb N 0 0 0 0 0 ry N 0 L A OO -oul O O o-, 7 O u-, O N C1 1- O 0 Lc) 7 O O1 co CDC1 C H c O c-I n O 01 v1 (ICCt LD O 4 V O .--1 oO c-1 O v1 vl u 0 -0z •-1 ' .-1 .-1 M V} 00 V} 0 Ln V1 e-I e-I V} V} V} .-I .7 V} 7 a) V} V} V} V} .-1 c-1 V} M V} V} i/} V} 7 'O V} V} V} V} C a) Q E .o a.' 0_ 00 w CO N N V} 00 O 0 O 0 0 C O O 0 O 0 co U N 0 N O O � C- 0 7 C V} VAT in. VAT V} 1-VI U? V� ✓? v Ili U U v E E E E E O 7 Y N La 7 7 °" LA C To 7- E 7 E 7 E E 7 E ° I J I J I 0J J I J 0 0 0 N '/1 CO v T io C cO u Cl � 0 0 N u c-1 .--1 .-1 c-I N .-I c-I c-I 1-1 0) ar 3 . v To is To ,i, L u 0 0 o E ° i 9 L U L O C C 7 7 0 7 ElO VI V1 VI - V) 0O...1.7. 0.,C Q f0 ..-' 00 Ou U L 00 a E 3 p Q O C • O0 N O — ` C T, 0 ' a U N CO -0- tL v O o 0) J0 W 7 C C 0.1 c0 v co C co C C .n m OA co E E u O — 00 O cn CO E -D 00 NOO C. C 'fp N C C u c▪n - ra co O O O O -- C O 0 Q N00 co E -C O 0 v, O = • O. 3 .amE L Y °° i � 3 U a .a c v no s .- Won 0J OC '^ Y v O) C C O - O .5 C C) On u 7 C• u Q. C .n u vvvl N N a u0 co Y E Z on C C) ,0 o Q E 0 F? �O .0 °u 0 u p O � O O ✓ 0e C) a O N co 0 C 00 v 0 -O C • W 00 co C 00 I0 00 C W O 2 N O a C N a) v C N C C E N C O L E W Q C a.+ N v a Y a c o 3 0 B ° " V} o ° in v m v v m v " v > E 3 E o. I+) 00 0 3 v a) ° m v r ° u '00 a CON ° N `o ° v m i_ O] E a o C C a 'O o C C 7 v N Ln v w u C O m o Z Np ~ C v i ,'4 V Ou Dj N N n C N _ C C •'"I Y N v _ ¢ Q W 00 V to to 4.4 C u o0 l7 C 3 O_ C U C 3 T re F .-I -o -O y 6 O C C .E co .O C V v v V X 0 U 2 Q0 C' T u Q -o Y m G o°o c OO c0 - i u 2 v C y . 1. a Z f0 ' a+ f0 Y a+ V) a+ N C fo m 0 3 1_ v-o N o 0 v .° Y i v a '> i c m 2 c ` 'Co 0 o : v Cr = u E. CO n cc E a A c o o 0 o . o 07 w Q W 01,v d Q O.. 00 Q C H N W 0' a C •v, U c O_ u f- G N76 Q d •] 2 a 3 o c c cCT p a = y io v W 0. O O O O O v - 0 W a 0 a a O. U U U I- Z .-I ry Emergency Contract Estimate UPPER HOH RD.M.P.8.0 EMERGENCY REPAIR FHWA DISASTER NO.ER-WA-20-03 PROJECT NO.18020381 Date Prepared: 3/2/20 Prepared by: Mark Thurston ITEM DESCRIPTION QUANTITY UNIT RATE TOTAL EQUIPMENT DEERE 350 LC EXCAVATOR 75.5 HR $235.00 $17,742.50 TOTAL EQUIPMENT $17,742.50 MATERIALS 3 TO 4-MAN ARMOR ROCK(FOB UPPER HOH ROAD MP 8.0) 1614 TON $28.00 $45,192.00 HEAVY LOOSE(FOB UPPER HOH ROAD MP 8.0) 2761 TON $26.00 $71,786.00 LIGHT LOOSE(FOB UPPER HOH ROAD MP 8.0) 1236 TON $23.00 $28,428.00 SELECT BORROW(FOB UPPER HOH ROAD MP 8.0) 423 TON $21.00 $8,883.00 TOTAL MATERIALS $154,289.00 OTHER ITEMS MOBILIZATION 1 L.S. $12,000.00 $12,000.00 ADMINISTRATIVE COSTS TO REVISE WAGE RATES 1 L.S. $1,000.00 $1,000.00 HILLCAR/FLETCHER 1-1/4"MINUS CRUSHED ROCK 1 L.S. $1,500.00 $1,500.00 CONTRACT BOND 1 L.S. $3,000.00 $3,000.00 OTHER ITEMS TOTAL $17,500.00 Construction Contract Cost Total= $189,531.50 Preliminary Estimate UPPER HOH ROAD MP 8.0 PERMANENT REPAIR FHWA DISASTER NO.ER-WA-20-03 PROJECT NO.18020381 Date Prepared:4/28/2020 Prepared by: Mark Thurston ITEM DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST PREPARATION MOBILIZATION 1 L.S. $10,000.00 $10,000 GRADING PAVEMENT REPAIR EXCAVATION INCL.HAUL 233 S.Y. $54.00 $12,582 SURFACING SHOULDER FINISHING 1 L.S. $2,400.00 $2,400 HOT MIX ASPHALT PLANING BITUMINOUS PAVEMENT 244 S.Y. $22.00 $5,368 HMA FOR PAVEMENT REPAIR CL 1/2 IN.PG58H-22 40 TON $250.00 $10,000 HMA CL 1/2 IN.PG58H-22 84 TON $205.00 $17,220 EROSION CONTROL AND ROADSIDE RESTORATION EROSION/WATER POLLUTION CONTROL 1 EST. $1,000.00 $1,000 TRAFFIC WEATHERING STEEL BEAM GUARDRAIL TYPE 1(WOOD POST) 125 L.F. $52.00 $6,500 WEATHERING STEEL BEAM GUARDRAIL TYPE 1-9 FOOT POST(WOOD POST) 143.75 L.F. $65.00 $9,344 REMOVING AND RESETTING SRT TERMINAL 1 EACH $3,300.00 $3,300 PAINT LINE 400 L.F. $6.00 $2,400 TEMPORARY PAVEMENT MARKING 290 L.F. $1.00 $290 PROJECT TEMPORARY TRAFFIC CONTROL 1 L.S. $2,000.00 $2,000 FLAGGERS 36 HR $75.00 $2,700 TRAFFIC CONTROL SUPERVISOR 36 HR $75.00 $2,700 OTHER ITEMS SPCC PLAN 1 L.S. $750.00 $750 Constructon Contractor for Paving,Striping and Guardrail subtotal= $88,554 Contingency(20%)= $17,711 Construction Contract for Paving,Striping and Guardrail Total= $106,265 Upper Hoh Road MP 7.9-8.0 Emergency Repairs Jefferson County FHWA Disaster No. ER-WA-20-03 „:,,,..,-.:4,,..-..._..,Itii4.i.,..,,,i:p.„.,,....i.;,_.x7,,.•:,.;:.1...:, ., : rit, , . ,. „. • • •,.2.,,,0,4, ..7,...•,„..,,i„,i,:.4,;.-N .'„,.7-4. , •_t';,-.!,.: I, ' 1 .-- ',„ ,-r",",::-.N 14_ ., , v�6. ae,. 'ems ; rtk' ,rL..AA I. 5,,. .. �� f1 r,y� x ,+': :,�,. * —ate.. .,. .. • -... y'I L Qr -0y .. t d Before repairs 1/24/2020 v b_ . . • 1 tftUtR- 1 , $41i .M�''^^^'"" .i .b _ .. ... `41' Before repairs 1/28/2020 Jefferson County Upper Hoh Road MP 7.9-8.0 Emergency Repairs FHWA Disaster No. ER-WA-20-0 1 % . y M �fif�Pa" .ma`s. � f -..— :: won. During repairs 1/30/2020 btc+-r `�f t ..e- t l ,''' ar c , .::;+� ,iitz j,:s7..;! -,b., df,x a b ",+max. "� ` vR �^ tot� Hrz} ` r \ � � � � i �'^ K � y 'rh k A� � 1 ; ,�4 \ x t �rv'` a, r Y tiZ � �",T'.,a � � d'�vL A'�3 � �1 � i � �S � O_; 2` v� y. ma'i� ` � k ``` it \ y,_si �t#.. j.4k k ^° Y �-.v ° St During repairs 2/10/2020 Upper Hoh Road MP 7.9—8.0 Emergency Repairs Jefferson County FHWA Disaster No. ER-WA-20-0 • ;(t j r. / / / 1 to • { i iI ie_ ] 1 ! sr I ;i " 7 E. :„ I. .. lei l ..-, '•3, ,,y.* , k --<%r- _-„, )i,„-, , ',, - � -j%. icQ .�^ +..� �. S � - - 110 \�7++„ �.y "� F — -' —i i ". z,� a -a. , , ? � --- _. _ * 1 T - -. k y _,* te-"1-. - . %a *.. - ..�..—�. - After repairs 2/12/2020 Upper Hoh Road MP 7.9—8.0 Emergency Repairs Jefferson County FHWA Disaster No. ER-WA-20-0 y I . ter, y'� ` . 4 ?,, '.rY �, jj doe;,. tf� ! ,X d,r` re^ y V ` ,op,‘‘0,.*ii,'' "'''.,-.," ' -...'ik'r...,..., 1...` ' ` - .• „t„ ...:.....-,W', .,.• ,,,,, .-..,..::,,, _ -..i.,..„..r.,..- 4-„, .. -,,,,, ..,,r.,. .._ , ,,,-,-- • - '. - . ,- j'''''/' 4'0' • '•li, : 1 . '''‘'4*,''':-'*''tAs,:''!''...' x % x s ... , a x,y T a 11,4k,' .,Tt �' l' q c /t { ' q: ° ,...� try :'€it � jj '' /✓.• :"<' }�F"_..:Ill --.: „e S,/1 .4. a:-.t /,ib After repairs 2/12/2020 TMMOOahle- e, J .....__ G42, --• ``Sty COLum-iNp s 60�`^—Q� 'SAN JUANi �' �� Victoria,BC ` ? SAN Jt + 't' y ,1'� CANADA t fi A 401/4 ��J `,,.. Qp BRITISH COLUMB1A i S T I�..°i...I T, t_)� -j L' .+.,. \® O WASHINGTON t` ,��`r -` G ,., Ilr* , u.s.A. w s" ¢` ce`, { PONT aas[Lesau>Nlllaaca iAr m +.v m Re«e+aov caeEK xi vcax 2 OZETTE Y ea r w Joyce A- ) "ti.r-' fNRi64xE�s; Cr k •BAY i..L Eke'. �0} {{�((Ealtha � a,� r Tra„• �U11\lll R „� s, q� ,3n9e (t01 ata r.kr4 `�ALTAIRE St ,w+ Mean O' \,�`r,. v t ""' OLYMPIC fler~gie�r� NATIONAL tO 4 �t1EART0' PARK ., ,:;.rm.7rS-. THE HELLS rOEAGLE CKLAHANIE - m /�� � Site Upper Hoh Rd MP 8.0 DUNG I ••A Dee Paz Q mPi ,a^y��'rr° R (y� E. R # ItAt 1,vRanam SYanon Sheri C eea Forks ISettrtur n I 1.LIf31 M iStanmet oay �„1, Mr CARFUE 6935 ®EIpQ'n DEER PARK !� oA nR Siaur�inr La Pus ®Re 4r 2at x r xx HO AIN FOREST c 6r arnrr; L • WILLOU HBY TOR CENTS ,� R a )l''R >._: CREEK ®ta r Pr7 E-;.'; s m �ow, , �lfT OLYMPWI"'ki.4 MT TOWI - e.,,,.., RaMFan•I OLYMPIC NATIONAL PARK S {uerr,Pr 1j" MT CONSTANCE.':S1 W •y T9k Pr `,41 T i' MT SEATTLE 6i<d .k r �nw DOSEV�IALLIpS ro. ns 1'. \ COTTONWOOD A MT OCTOPUS ppk��at�`y , .ty ..r :a _-f Cc.`E'' - ©VAN'),LAKE MT ANOERSON.';.C! ri cc {-PeHay s Rrver Ruby Reach -. /� --. O ,„JR q r$talinn '' Dasm+ccec,stand Cl aUe t�QUESTS fS r snarl tLLr C.(1PPi N hl NE Ranger / - Q. fi/'•,ot pp- Stalin, / Q p9North Fork �� K I loco °yu Ibn - J MEnchanted Wiley Q, Q / KALALOCH "9` �,9wretut enM #,.IRanger S azic^ 4 �t tumrl (Svmne.c..y S5umrr>E� - I< f C.ek Q 5E90 W OUinioe (.,,'.Rang. tarns �a _- CK.I Rain FdaSl amyl r ®GRAVES CREEK A. ti L • -0 A 1 4 FALLS CREEK Sawe5srtion I-- Q - J A aR STAIRCASE 'r OLYMPIC NATIONAL FOREST `C'L\I(' mit OS S -_' PACIFIC Royst•pt ni Tp m�. 1 trr� �' ' oe,41i Ro,,,,e i BIG CREEK - LAKE 4`US+{P,tr ULI r Amanda Party TATE PARK m ILLABYLis -.J Tahola \ ..r.a,vt+•EE m• _- r�a m PROMISE CHETWOOT A =g-,2—r LAKE MOCii.- `" "'LAND J CUSHMAN Hoodsoort r rr_KEAG CR,ES1 PESOPT F Nein° �y COHO.I7,- oOcnOCD rn re° 4r O rmtae�. POT!fSdCr§ply " Pacific Beach BROWN CREEK STATE PARK t OCEAN y umptulips PACIFIC BEACH STATE PARK r cr,raer Canyon e RON SEGINGB OCEAN REBURY S{"I�Ir IC' Copaiis ►l �° �LYMPI ,. IEYEFAi;IFr„ 7:,, 1 4t4 F i R'.'FORK • Ocean City, ; Manor �t 'd�F T.H t-fn.Y,Ll J7 l( t- I{MiR4. ..PN OCEAN CITY ' rr IKAt+$�`' STATE PARK , ,y,P?,:ki iO+N' OMNI BMCM ( fl J , 1` ,? 'I y�q /� +STATE PARK >- - z D 0 cn O z w O o � � o w U CV -ILL H d Q Lug U //j fY m FL III' I- ❑ CO o � ;: jocn �,/>_ ~ _J � oLL /�F- J 0 LL 1,- 0 ,) ►z2 CC U ill' a 'H O 0 IU� U / AI W U / II I C7 CO o / O z O„ ( �/ z c 0 m 0_ ,-Lrf2. r:- .641°90°nAl Et LLI CC � J / ' CL ► Z JLLJaD CC \ 11L'2" 4 0 11 12Q0- c� O Q v � � Ct i 0D do // �o�' ;a o � �Ur QW cri • . ��` ��,�� , off' Q W Cn ,goof a�esilik�► z p •' Y o 0 ao z o I- 0- Q N w < m >- U2 I- = per zo < W L.L. 11OJ � 0Z D CO Q N a`d021 Xu1 ..... 0 Ct CC .0 I-: I M LL 0 I a:: W a- 0 D I- LL O N 0 71� Washington State Department of Transportation Local Agency Agreement Agency Jefferson County CFDA No.20.205 (Catalog or Federal Domestic Assistance) Address 623 Sheridan Street Project No. Port Townsend,WA 98368 Agreement No. For OSC WSDOT Use Only The Local Agency having complied, or hereby agreeing to comply,with the terms and conditions set forth in (1)Title 23, U.S. Code Highways, (2)the regulations issued pursuant thereto, (3)2 CFR Part 200, (4)2 CFR Part 180—certifying that the local agency is not excluded from receiving Federal funds by a Federal suspension or debarment, (5)the policies and procedures promulgated by the Washington State Department of Transportation, and(6)the federal aid project agreement entered into between the State and Federal Government, relative to the above project,the Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount shown herein on line r, column 3,without written authority by the State, subject to the approval of the Federal Highway Administration. All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. Project Description Name Upper Hoh Road MP 7.9 to 8.0 Emergency Repair Length 0.1 Termini Milepost 7.9 to Milepost 8.0 Description of Work Under emergency contract,Jefferson County installed 220 LF riprap bank protection to replace the embankment and roadway lost during storms and Hoh River flooding 1/20/20 to 2/2/20. To complete the repairs,approx. 300 lineal feet of roadway will be paved with HMA,striped,and guardrail installed. Mitigation to be determined through FHWA consultation with the Services. Project Agreement End Date December 31,2029 Claiming Indirect Cost Rate Proposed Advertisement Date n/a Yes ✓ No Estimate of Funding (1) (2) (3) Type of Work Estimated Total Estimated Agency Estimated Federal Project Funds Funds Funds PE a.Agency 39,420.00 39,420.00 100 0° b.Other Federal Aid c.Other Participation d.State 5,000.00 5,000.00 Ratio for PE 44,420.00 0.00 44,420.00 e.Total PE Cost Estimate(a+b+c+d) Right of Way f.Agency g.Other Federal Aid h.Other Participation Ratio for RW i.State j.Total R/W Cost Estimate(f+g44i+;1 0.00 0.00 0.00 Construction k.Contract 351,725.00 351,725.00 100 %I.Other m.Other Federal Aid n.Other Participation o.Agency 45,820.00 45,820.00 Ratio for CN p State 5,000.00 5,000.00 a.Total CN Cost Estimate(k+1+m+n+o+iv) 402,545.00 0.00 402,545.00 r.Total Project Cost Estimate(e+i+a) 446,965.00 0.00 446,965.00 Agency Official Washington State Department of Transportation By By Title Director, Local Programs Date Executed DOT Form 140-039 Page 1 Revised 03/2019 Construction Method of Financing (Check Method Selected) State Ad and Award Method A-Advance Payment-Agency Share of total construction cost(based on contract award) Method B-Withhold from gas tax the Agency's share of total construction coast (line 5, column 2) in the amount of $ at$ per month for months. Local Force or Local Ad and Award ./ Method C -Agency cost incurred with partial reimbursement The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set forth below.Adopted by official action on January 6 , 2003 , Resolution/Ordinance No. Provisions I. Scope of Work The Agency shall provide all the work, labor, materials, and services necessary to perform the project which is described and set forth in detail in the"Project Description"and"Type of Work." When the State acts for and on behalf of the Agency,the State shall be deemed an agent of the Agency and shall perform the services described and indicated in"Type of Work"on the face of this agreement, in accordance with plans and specifications as proposed by the Agency and approved by the State and the Federal Highway Administration. When the State acts for the Agency but is not subject to the right of control by the Agency, the State shall have the right to perform the work subject to the ordinary procedures of the State and Federal Highway Administration. II. Delegation of Authority The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project.The Agency agrees that the State shall have the full authority to carry out this administration. The State shall review, process, and approve documents required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract, the State will further act for the Agency in all matters concerning the project as requested by the Agency. If the Local Agency advertises and awards the project,the State shall review the work to ensure conformity with the approved plans and specifications. Ill.Project Administration Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the Type of Work above. In addition,the State will furnish qualified personnel for the supervision and inspection of the work in progress. On Local Agency advertised and awarded projects,the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications,and federal aid requirements.The salary of such engineer or other supervisor and all other salaries and costs incurred by State forces upon the project will be considered a cost thereof.All costs related to this project incurred by employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. IV.Availability of Records All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local government accounting procedures prescribed by the Washington State Auditor's Office, the U.S. Department of Transportation, and the Washington State Department of Transportation.The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final payment of any federal aid funds to the Agency.Copies of said records shall be furnished to the State and/or Federal Government upon request. V.Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification.The classifications of work for projects are: 1. Preliminary engineering. 2. Right of way acquisition. 3. Project construction. Once written authorization is given,the Agency agrees to show continuous progress through monthly billings. Failure to show continuous progress may result the Agency's project becoming inactive, as described in 23 CFR 630, and subject to de-obligation of federal aid funds and/or agreement closure. If right of way acquisition, or actual construction of the road for which preliminary engineering is undertaken is not started by the close of the tenth fiscal year following the fiscal year in which preliminary engineering phase was authorized,the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement(see Section IX). If actual construction of the road for which right of way has been purchased is not started by the close of the tenth fiscal year following the fiscal year in which the right of way phase was authorized,the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement(see Section IX). DOT Form 140-039 Page 2 Revised 03/2019 The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways, even though such additional work is financed without federal aid participation. The Agency agrees that on federal aid highway construction projects,the current federal aid regulations which apply to liquidated damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part 200.The State shall not be ultimately responsible for any of the costs of the project.The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws.The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200-Uniform Admin Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project.The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government(see Section IX). 1. Project Construction Costs Project construction financing will be accomplished by one of the three methods as indicated in this agreement. Method A—The Agency will place with the State,within (20)days after the execution of the construction contract, an advance in the amount of the Agency's share of the total construction cost based on the contract award.The State will notify the Agency of the exact amount to be deposited with the State.The State will pay all costs incurred under the contract upon presentation of progress billings from the contractor. Following such payments, the State will submit a billing to the Federal Government for the federal aid participation share of the cost.When the project is substantially completed and final actual costs of the project can be determined,the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency.This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency. Method B—The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its monthly fuel tax allotments.The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month.The extent of withholding will be confirmed by letter from the State at the time of contract award. Upon receipt of progress billings from the contractor, the State will submit such billings to the Federal Government for payment of its participating portion of such billings. Method C—The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. Expenditures by the Local Agency for maintenance, general administration,supervision,and other overhead shall not be eligible for Federal participation unless claimed under a previously approved indirect cost plan. The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement.At the time of audit,the Agency will provide documentation of all costs incurred on the project.The State shall bill the Agency for all costs incurred by the State relative to the project.The State shall also bill the Agency for the federal funds paid by the State to the Agency for project costs which are subsequently determined to be ineligible for federal participation (see Section IX). VII.Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project.The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States;WSDOT Manual M 27-50, Consultant Authorization, Selection,and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 -Audit Requirements. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred,the Agency shall reimburse the State for the amount of such overpayment or excess participation (see Section IX). 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. DOT Form 140-039 Page 3 Revised 03/2019 IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project(e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.)is not made to the State within 45 days after the Agency has been billed,the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director, Local Programs. Project Agreement End Date-This date is based on your projects Period of Performance(2 CFR Part 200.309). Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement.All eligible costs incurred prior to the Project Agreement End Date must be submitted for reimbursement within 60 days after the Project Agreement End Date or they become ineligible for federal reimbursement. X.Traffic Control, Signing, Marking,and Roadway Maintenance The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project without prior approval of the State and Federal Highway Administration.The Agency will not install or permit to be installed any signs, signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD.The Agency will, at its own expense, maintain the improvement covered by this agreement. Xl.Indemnity The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense all claims, demands, or suits,whether at law or equity brought against the Agency, State, or Federal Government, arising from the Agency's execution, performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED, nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State. XII,Nondiscrimination Provision No liability shall attach to the State or Federal Government except as expressly provided herein. The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT- assisted contract and/or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26.The Agency shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts and agreements. The WSDOT's DBE program, as required by 49 CFR Part 26 and as approved by USDOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program,the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S. C. 3801 et seq.). The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60,which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, the required contract provisions for Federal-Aid Contracts(FHWA 1273), located in Chapter 44 of the Local Agency Guidelines. The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided,that if the applicant so participating is a State or Local Government,the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government which does not participate in work on or under the contract. The Agency also agrees: (1)To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor. (2)To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the State in the discharge of its primary responsibility for securing compliance. (3)To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965,with a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive Order. (4)To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the Executive Order. In addition, the Agency agrees that if it fails or refuses to comply with these undertakings,the State may take any or all of the following actions: (a) Cancel,terminate,or suspend this agreement in whole or in part; (b)Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the Agency;and (c)Refer the case to the Department of Justice for appropriate legal proceedings. DOT Form 140-039 Page 4 Revised 03/2019 XIII.Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative to the amount of Federal participation in the project cost,shall be applicable in the event the contractor fails to complete the contract within the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of federal participation in accordance with this paragraph. XIV.Termination for Public Convenience The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in part,whenever: (1)The requisite federal funding becomes unavailable through failure of appropriation or otherwise. (2)The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of the State with respect to the preservation of energy resources. (3)The contractor is prevented from proceeding with the work by reason of a preliminary,special, or permanent restraining order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of persons or agencies other than the contractor. (4)The Secretary is notified by the Federal Highway Administration that the project is inactive. (5)The Secretary determines that such termination is in the best interests of the State. XV.Venue for Claims and/or Causes of Action For the convenience of the parties to this contract, it is agreed that any claims and/or causes of action which the Local Agency has against the State of Washington, growing out of this contract or the project with which it is concerned,shall be brought only in the Superior Court for Thurston County. XVI.Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The approving authority certifies,to the best of his or her knowledge and belief,that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any federal agency,a member of Congress, an officer or employee of Congress,or an employee of a member of Congress in connection with the awarding of any federal contract,the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant,loan,or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency,a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract,grant, loan, or cooperative agreement,the undersigned shall complete and submit the Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3)The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subgrants, and contracts and subcontracts under grants, subgrants, loans, and cooperative agreements)which exceed$100,000, and that all such subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S. Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. 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). Additional Provisions DOT Form 140-039 Page 5 Revised 03/2019