HomeMy WebLinkAboutODT PS2P Raise Grant Agrmt Department of Public Works
0 Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Mark McCauley, County Administrator
From: Monte Reinders, P.E., Public Works Director/County Engineer
Agenda Date: November 25, 2024
Subject: RAISE Grant Agreement
Olympic Discovery Trail (ODT) - Puget Sound to Pacific (PS2P),
County Road No. 850200
Statement of Issue: Authorization of the US Department of Transportation (USDOT)
Rebuilding America Infrastructure with Sustainability and Equity (RAISE) grant agreement
for the Olympic Discovery Trail (ODT) - Puget Sound to Pacific (PS2P) project.
Analysis/Strategic Goals/Pro's Et Con's: The ODT is a shared use path planned to run 27
miles in Jefferson County, from the City of Port Townsend to Clallam County. This
project is #9 on the 2025-2030 Transportation Improvement Program, and #9 on the 2025
Annual Construction Program. The next step to complete the ODT includes the design of
7.5 miles of gaps between existing trail segments. The ODT connection to Kitsap County
is undefined and needs a route alternatives study that recommends a preferred
alignment. Public Works has been awarded funding for this project through the USDOT
RAISE discretionary grant program. These funds cannot be used for right-of-way
acquisition or for construction.
Fiscal Impact/Cost Benefit Analysis: The Jefferson County portion of the project has
been awarded $2,080,000; funded at 100% by the USDOT RAISE discretionary grant
program.
Recommendation: Authorize the Chair to digitally sign (Docusign) the grant agreement.
A copy will be returned to the Board upon final execution by USDOT.
Department Contact: John Fleming, 360-385-9217.
Reviewed By:
///02Cfr
Mark McCauley, ntyAdministrator Date
Y r
CONTRACT REVIEW FORM Clear Form
(INSTRUCTIONS ARE ON THE NEXT PAGE)
CONTRACT WITH: USDOT Contract No:(W eA4Qo25E--``Jl,37"
Contract For: PS2P/ODT RAISE Grant Term: 6/30/2032
COUNTY DEPARTMENT: Public Works
Contact Person: Chris Spell or John Fleming
Contact Phone: 380.385-9208 or360-385-9217
Contact email: scpall@cojefferson,waus orjfeming@co.jeffersonwa.us
AMOUNT: $2,080,000 PROCESS: ___ Exempt from Bid Process
Revenue: Cooperative Purchase
Expenditure: _ Competitive Sealed Bid
Matching Funds Required: NO Small Works Roster
Sources(s) of Matching Funds N/A Vendor List Bid
Fund# RFP or RFQ
Munis Org/Obj ✓ Other: Grant Agreement
APPROVAL STEPS:
STEP 1: DEPARTMENT CERTIFIES C MPLIANCE WITH JCC 3.55.080 AND CHAPTER 42.23 RCW.
CERTIFIED: E N/A:l - I 11-13-2024
Signs Date
STEP 2: DEPARTMENT CERTIFIES THE PER N PROPOSED FOR CONTRACTING WITH THE
COUNTY (CONTRACTOR) HAS NOT BEEN DEBARRED BY ANY FEDERAL, STATE, OR LOCAL
AGENCY. 4 r
CERTIFIED: l l N/A: ! _ �'� - —LX--- 11 13 2024
Signature Date
STEP 3: RISK MANAGEMENT REVIEW(will be added electronically through Laserfiche):
Electronically approved by Risk Management on 11/15/2024.
State/Federal contract - cannot change.
STEP 4: PROSECUTING ATTORNEY REVIEW(will be added electronically through Laserfiche):
Electronically approved as to form by PAO on 11/15/2024.
Federal language -- cannot change. Please contact PAO if DocuSign
signature required at a later date.
STEP 5: DEPARTMENT MAKES REVISIONS & RESUBMITS TO RISK MANAGEMENT AND
PROSECUTING ATTORNEY(IF REQUIRED).
STEP 6: CONTRACTOR SIGNS
STEP 7: SUBMIT TO BOCC FOR APPROVAL
1
1 of 37
U.S. DEPARTMENT OF TRANSPORTATION
GRANT AGREEMENT UNDER THE
FISCAL YEAR 2023 RAISE PROGRAM
This agreement is between the United States Department of Transportation (the “USDOT”)
and the Washington State Department of Transportation (the “Recipient”).
This agreement reflects the selection of the Recipient to receive a RAISE Grant for the Puget
Sound to Pacific Planning for Multi-use Trail.
If schedule A to this agreement identifies a Designated Subrecipient, that Designated
Subrecipient is also a party to this agreement, and the parties want the Designated Subrecipient
to carry out the project with the Recipient’s assistance and oversight.
The parties therefore agree to the following:
ARTICLE 1
GENERAL TERMS AND CONDITIONS.
1.1 General Terms and Conditions.
(a) In this agreement, “General Terms and Conditions” means the content of the document
titled “General Terms and Conditions Under the Fiscal Year 2023 RAISE Program:
FHWA Projects,” dated October 1, 2024, which is available at
https://www.transportation.gov/policy-initiatives/raise/raise-grant-agreements. The
General Terms and Conditions reference the information contained in the schedules to
this agreement. The General Terms and Conditions are part of this agreement.
(b) The Recipient states that it has knowledge of the General Terms and Conditions.
(c) The Recipient acknowledges that the General Terms and Conditions impose obligations
on the Recipient and that the Recipient’s non-compliance with the General Terms and
Conditions may result in remedial action, terminating of the RAISE Grant, disallowing
costs incurred for the Project, requiring the Recipient to refund to the USDOT the RAISE
Grant, and reporting the non-compliance in the Federal-government-wide integrity and
performance system.
ARTICLE 2
SPECIAL TERMS AND CONDITIONS.
There are no special terms for this award.
2 of 37
SCHEDULE A
ADMINISTRATIVE INFORMATION
1. Application.
Application Title: Puget Sound to Pacific planning and design for 34 multi-use trail
components including gaps, community connections and safety
improvements in rural Washington
Application Date: 2/28/2023
2. Recipient’s Unique Entity Identifier.
See section 28.3 of the General Terms and Conditions.
3. Recipient Contact(s).
Stephanie Tax
Program Manager
WSDOT – Local Programs
PO Box 47390, Olympia WA 98504
360.480.1494
taxs@wsdot.wa.gov
4. Recipient Key Personnel.
None.
5. USDOT Project Contact(s).
Liana Liu
Olympia Region Area Engineer
FHWA – Washington Division
711 Capitol Way S. Suite 501
Olympia, WA 98501
(360)753-9553
Liana.Liu@dot.gov
6. Payment System.
USDOT Payment System: FMIS
7. Office for Subaward and Contract Authorization.
USDOT Office for Subaward and Contract Authorization: FHWA Division
8. Federal Award Identification Number.
See section 28.2 of the General Terms and Conditions.
3 of 37
9. Designated Subrecipient.
Designated Subrecipients:
City of Port Angeles
Jonathan Boehme
City Engineer/Deputy Director of Engineering
City of Port Angeles
321 E Fifth St. Port Angeles, WA 98362
360.417.4803
jboehme@cityofpa.us
Bainbridge Island
Peter Corelis
City Engineer
City of Bainbridge Island
280 Madison Ave. North
Bainbridge Island, WA 98110
(206) 780-3759
pcorelis@bainbridgewa.gov
Forks
Rod Fleck
City Attorney/Planner
City of Forks
500 East Division Street
Forks, WA 98331
(360) 374-5412
rodf@forkswashington.org
Port Townsend
Steve King
Public Works Director, P.E.
City of Port Townsend
250 Madison Street, Suite 2
Port Townsend, WA 98378
(360) 379-5090
Sking@cityofpt.us
Poulsbo
Josh Ranes
City Engineer
City of Poulsbo
200 NE Moe Street
Poulsbo, WA 98370
(360) 394-9736
jranes@cityofpoulsbo.com
4 of 37
Sequim
Katheryn Cole
Project Engineer
City of Sequim
152 W Cedar Street
Sequim, WA 98382
(360) 582-2478
kcole@sequimwa.gov
Clallam County
Steve Gray
Deputy Director
Clallam County Public Works
223 East Fourth Street, Suite 6
Port Angeles, WA 98362
(360) 417-2290
steve.gray@clallamcountywa.gov
Jefferson County
Eric Kuzma
Assistant Director/Engineering Services Manager
Jefferson County Public Works
623 Sheridan Street
Port Townsend, WA 98368
(360) 385-9167
EKuzma@co.jefferson.wa.us
Kitsap County
David Forte
Transportation Planning
Kitsap County Public Works
614 Division Street MS - 26
Port Orchard, WA 98366
(360) 337-7210
dforte@kitsap.gov
Port Gamble S’Klallam Tribe
Roma Call
Director, Natural Resources Department
Port Gamble S’Klallam Tribe
31912 Little Boston Road NE
Kingston, WA 98346
(360) 297-6294
romac@pgst.nsn.us
5 of 37
Marla Powers
Environmental Planner, Natural Resources Department
Port Gamble S’Klallam Tribe
31912 Little Boston Road NE
Kingston, WA 98346
(360) 689-7551
mpowers@pgst.nsn.us
Port of Port Townsend
Dave Nakagawara, P.E.
Capital Projects Engineer
Port of Port Townsend
2701 Jefferson Street
Port Townsend, WA 98368
(360) 316-6469
dnakagawara@portofpt.com
Quileute Tribe
Annie Foster
Grant and Special Projects Manager
Quileute Tribe
90 Main Street
La Push, WA 98350
(360) 374-6782
grant.writer@quileutenation.org
6 of 37
SCHEDULE B
PROJECT ACTIVITIES
1. General Project Description.
This project will plan and design approximately 33 active transportation components,
addressing approximately 100 miles of gaps, community connections and safety
improvements for multi-use trails connecting Bainbridge Island on Puget Sound to the
Pacific Coast Ocean at La Push.
2. Statement of Work.
Planning work under this grant application consists of the following scopes of work:
Planning Studies
Planning studies are required for many trail gaps to identify locally preferred alternatives
that best address constraints and competing needs. Planning studies assess alignment
alternatives, develop trail routing, assess environmental assets and constraints, assess
existing transportation systems, and determine land ownership. The desired outcome is
the selection of a preferred alignment to facilitate funding for Preliminary Engineering,
Right-of-Way Acquisition, and Construction. These studies will include a meaningful
public engagement process to empower stakeholders and neighbors to participate in the
development of a desired outcome. Work may include design documentation and plan
development.
Type, Size, and Location (TSL) Studies
If necessary, Type, Size and Location (TSL) Studies per Federal Highway Administration
(FHWA) requirements are for bridge structures that have been assessed as requiring
replacement or are too narrow to accommodate a trail segment relative to existing
vehicular traffic.
Preliminary/Final Design
Preliminary/Final Design is the 100% level of design for production of Plans,
Specifications and Estimate (PSE) as well as the environmental clearance and permitting.
7 of 37
SCHEDULE C
AWARD DATES AND PROJECT SCHEDULE
1. Award Dates.
Budget Period End Date: 8/31/2032
Period of Performance End Date: See section 28.5 of the General Terms and
Conditions
2. Estimated Project Schedule.
Milestone Schedule Date
Planned Project Completion Date: 6/30/2032
3. Special Milestone Deadlines.
None.
8 of 37
SCHEDULE D
AWARD AND PROJECT FINANCIAL INFORMATION
1. Award Amount.
RAISE Grant Amount: $16,130,000
2. Federal Obligation Information.
Federal Obligation Type: Multiple
Obligation Condition Table
Portion of the
Project
Portion of the
RAISE Grant
Obligation Condition
Component C110-
Race Street Complete
Street - Ph II: 8th St to
Front St - Port Angeles
(Planning Studies and
Preliminary/Final
Design)
$1,200,000 Approval of statement of work by FHWA
Washington Division Office.
Component C112-
Race Street Complete
Street - Ph III: Front St
to ODT - Port Angeles
(Planning Studies)
$600,000 Approval of statement of work by FHWA
Washington Division Office.
Component C120-
Gales Addition
Connector - Port
Angeles (Planning
Studies)
$600,000 Approval of statement of work by FHWA
Washington Division Office.
Component C130-
Waterfront Trail
Renovation and
Sustainability Study -
Marine Dr to Morse
Creek - Port Angeles
(Planning Studies)
$1,000,000 Approval of statement of work by FHWA
Washington Division Office.
Component KB410 -
Sound to Olympics
(STO): Agate Pass
Bridge to Koura Rd–
Bainbridge Island
(Planning Studies)
$500,000 Approval of statement of work by FHWA
Washington Division Office.
9 of 37
Obligation Condition Table
Portion of the
Project
Portion of the
RAISE Grant
Obligation Condition
Component KB420 -
Sound to Olympics
(STO): Koura Rd to
Sportsman Club Rd–
Bainbridge Island
(Planning Studies)
$400,000 Approval of statement of work by FHWA
Washington Division Office.
Component KB430 -
Sound to Olympics
(STO): Sakai Park to
Madison Ave–
Bainbridge Island
(Planning Studies)
$400,000 Approval of statement of work by FHWA
Washington Division Office.
Component KB440 -
Sound to Olympics
(STO): Sportsman Club
Road to Madison Ave
Bainbridge Island
(Planning Studies)
$400,000 Approval of statement of work by FHWA
Washington Division Office.
Component C020 – City
of Forks Trail Segment –
Forks (Planning Studies)
$200,000 Approval of statement of work by FHWA
Washington Division Office.
Component J284 – Port
Townsend Waterfront
Trail Segment: Port of
Port Townsend Marina
to Ferry – Port of Port
Townsend (Planning
Studies)
$300,000 Approval of statement of work by FHWA
Washington Division Office.
Component J286 – Port
Townsend Trail Segment
to Fort Worden State
Park – City of Port
Townsend (Planning
Studies)
$250,000 Approval of statement of work by FHWA
Washington Division Office.
Component K390 –
Poulsbo Sound to
Olympics (STO)
Connectors – Poulsbo
(Planning Studies)
$500,000 Approval of statement of work by FHWA
Washington Division Office.
10 of 37
Obligation Condition Table
Portion of the
Project
Portion of the
RAISE Grant
Obligation Condition
Component C210 – East
Fir St Trail
Rehabilitation – Sequim
(Preliminary/Final
Design)
$750,000 Approval of statement of work by FHWA
Washington Division Office.
Component C220 –
Keeler Road Multi-Use
Path – Sequim (Planning
Studies and
Preliminary/Final
Design)
$250,000 Approval of statement of work by FHWA
Washington Division Office.
Component C230 –
Johnson Creek Bridge
Replacement – Sequim
(Preliminary/Final
Design)
$400,000 Approval of statement of work by FHWA
Washington Division Office.
Component C010 –
Bogachiel River
Crossing – Clallam
County (Planning
Studies)
$600,000 Approval of statement of work by FHWA
Washington Division Office.
Component C030 –
Forks City Limit to
Sappho Trail Segment
US101 – Clallam County
(Planning Studies)
$500,000 Approval of statement of work by FHWA
Washington Division Office.
Component C034 –
Sappho to Camp Creek
Trailhead Trail Segment
(US101) – Clallam
County (Planning
Studies)
$250,000 Approval of statement of work by FHWA
Washington Division Office.
Component C040 –
Waterline Rd Trail
Segment – Clallam
County (Planning Studies
and Preliminary/Final
Design)
$1,050,000 Approval of statement of work by FHWA
Washington Division Office.
11 of 37
Obligation Condition Table
Portion of the
Project
Portion of the
RAISE Grant
Obligation Condition
Component C060 –
Gassett Rd to
Thompson/Onella Rd
Trail Segment (SR112) –
Clallam County
(Planning Studies)
$500,000 Approval of statement of work by FHWA
Washington Division Office.
Component C080 –
Freshwater Bay Rd to
Elwha River Trail
Segment (SR305) –
Clallam County
(Planning Studies)
$400,000 Approval of statement of work by FHWA
Washington Division Office.
Component C200 –
Bagley Creek Bridge
Replacement – Clallam
County (Planning
Studies)
$450,000 Approval of statement of work by FHWA
Washington Division Office.
Component J250 –
Discovery Bay Trail Gap
at Salmon Creek
(US101) – Jefferson
County (Planning
Studies)
$80,000 Approval of statement of work by FHWA
Washington Division Office.
Component J270 –
Fairmount Road Trail
Gap (SR20) – Jefferson
County (Planning
Studies)
$250,000 Approval of statement of work by FHWA
Washington Division Office.
Component J290 – West
Sound to Olympics
(STO): Jefferson County
Hood Canal Bridge to
Olympic Discovery Trail
(ODT) – Jefferson
County (Planning
Studies)
$250,000 Approval of statement of work by FHWA
Washington Division Office.
12 of 37
Obligation Condition Table
Portion of the
Project
Portion of the
RAISE Grant
Obligation Condition
Component J280 –
Eaglemount Trail Gap
(SR20) – Jefferson
County (Planning
Studies)
$300,000 Approval of statement of work by FHWA
Washington Division Office.
Component J240 – Old
Highway 9 Trail
Segment (US101) –
Jefferson County
(Planning Studies and
Preliminary/Final
Design)
$1,200,000 Approval of statement of work by FHWA
Washington Division Office.
Component K360 –
Central Sound to
Olympics (STO):
Poulsbo to Port Gamble
Forest – Kitsap County
(Planning Studies)
$400,000 Approval of statement of work by FHWA
Washington Division Office.
Component K370 –
Suquamish to Kingston
Non-Motorized
Community Connector
Route – Kitsap County
(Planning Studies)
$500,000 Approval of statement of work by FHWA
Washington Division Office.
Component K380 –
South Sound to
Olympics (STO):
Poulsbo to Agate Pass
Bridge – Kitsap County
(Planning Studies)
$500,000 Approval of statement of work by FHWA
Washington Division Office.
Component K330 –
Hansville Path from
SR104 to the Casino –
Port Gamble S'Klallam
Tribe (Planning Studies)
$650,000 Approval of statement of work by FHWA
Washington Division Office.
13 of 37
Obligation Condition Table
Portion of the
Project
Portion of the
RAISE Grant
Obligation Condition
Component J282 – Port
Townsend Connector:
Larry Scott Trail to Park-
n-Ride – Port of Port
Townsend (Planning
Studies)
$250,000 Approval of statement of work by FHWA
Washington Division Office.
Component C005 –
LaPush Tribal Trail
Network – Quileute
Tribe (Planning Studies
and Preliminary/Final
Design)
$250,000 Approval of statement of work by FHWA
Washington Division Office.
3. Approved Project Budget.
Eligible Project Costs
Total
RAISE Funds: $16,130,000
Other Federal Funds: $0
Non-Federal Funds: $0
Total: $16,130,000
4. Cost Classification Table
Reserved.
5. Approved Pre-award Costs
None. The USDOT has not approved under this award any costs incurred under an
advanced construction authorization (23 U.S.C. 115), any costs incurred prior to
authorization (23 C.F.R. 1.9(b)), or any pre-award costs under 2 C.F.R. 200.458.
14 of 37
SCHEDULE E
CHANGES FROM APPLICATION
Scope: Clarification was made between Planning Studies and Preliminary/Final Design to define
costs associated with the deliverables of each component. The Washington State Department of
Transportation does not authorize a 10% or 30% design phase. Authorizations are either at the
Planning level or Final Design.
Port Gamble S’Klallam tribe requests K340 component be deleted and funds moved to K330
component as they are not able to proceed on this component at this time due to readiness issues.
It is estimated that the K330 component cost will increase due to more extensive project
development costs associated with this component.
City of Sequim requests to remove Planning Studies from Component C210 obligation. Planning
Studies were not part of the project description in the original grant application. This project
makes improvements to the already designated route of the Olympic Discovery Trail on E Fir St.
City of Sequim requests to add Planning Studies to Component C220 obligation. This project
would greatly benefit from a planning study to assess alignment alternatives and local
preferences, and to facilitate right-of-way acquisition for a north to south ped-bike trail
connection to the Olympic Discovery Trail.
City of Bainbridge Island requests to remove Preliminary/Final Design and replace with
Planning Studies for Components KB410, KB420, KB430, and KB440 as funding for final
design is not available. The Sportsman Club Road to Madison Avenue portion of the project
scope is adjusted to be exclusively part of the KB-440 planning study component; and the Agate
Pass Bridge to Koura Road portion of the scope is adjusted to be exclusively part of KB-410
planning study component.
Schedule: The SF-424 and readiness document had two different completion dates. The
readiness document had the correct date, and the project is expected to be completed earlier than
shown in the SF-424.
Budget: No changes.
Other: N/A
15 of 37
SCHEDULE F
RAISE PROGRAM DESIGNATIONS
1. Urban or Rural Designation.
Urban-Rural Designation: Rural
2. Capital or Planning Designation.
Capital-Planning Designation: Planning
3. Historically Disadvantaged Community or Area of Persistent Poverty Designation.
HDC or APP Designation: Yes
4. Funding Act.
Funding Act: FY 23
5. Security Risk Designation.
Security Risk Designation: Low
16 of 37
SCHEDULE G
RAISE PERFORMANCE MEASUREMENT INFORMATION
Reserved.
17 of 37
SCHEDULE H
CLIMATE CHANGE AND ENVIRONMENTAL JUSTICE IMPACTS
1. Consideration of Climate Change and Environmental Justice Impacts.
The Recipient states that rows marked with “X” in the following table are accurate:
X The Project significantly reduces transportation-related pollution, like air
pollution and greenhouse gas emissions. (Describe the expected reductions and
how they are achieved in the supporting narrative below.)
The Project aligns with an applicable State, regional, or local carbon-reduction
plan. (Identify the plan in the supporting narrative below.)
The Project addresses the disproportionate negative environmental impacts of
transportation, such as exposure to elevated levels of air, water, and noise
pollution. (Describe how in the supporting narrative below.)
The Project implements transportation-efficient land use and design, such as
drawing on the features of historic towns and villages that had a mix of land
uses, compact and walkable development patterns, accessible green space, and
neighborhood centers. (Describe how in the supporting narrative below.)
The Project shifts freight to lower-carbon travel modes to reduce emissions.
(Describe how in the supporting narrative below.)
The Project improves the resiliency of at-risk infrastructure to withstand
extreme weather events and natural disasters caused by climate change, such as
by using best-available climate data sets, information resources, and decision-
support tools, and incorporating best practices identified by the USDOT.
(Identify the at-risk infrastructure and describe how the project improves its
resiliency in the supporting narrative below.)
The Project incorporates energy efficient investments, such as electrification or
zero emission vehicle infrastructure. (Describe the energy efficient investments
in the supporting narrative below.)
The Project redevelops brownfield sites. (Identify the brownfield sites and
describe the redevelopment in the supporting narrative below.)
The Project removes, replaces, or restores culverts to improve passage of
aquatic species. (Identify the affected culverts and describe how the changes
will improve the passage of aquatic species in the supporting narrative below.)
The Project avoids adverse impacts to air or water quality, wetlands, and
endangered species. (Describe how in the supporting narrative below.)
18 of 37
The Project includes floodplain upgrades consistent with the Federal Flood
Risk Management Standard in Executive Orders 14030 and 13690. (Describe
those floodplain upgrades in the supporting narrative below.)
The Recipient has taken other actions to consider climate change and
environmental justice impacts of the Project. (Describe those actions in the
supporting narrative below.)
The Recipient has not yet taken actions to consider climate change and
environmental justice impacts of the Project but, before beginning construction
of the Project, will take relevant actions described in schedule B. (Identify the
relevant actions from schedule B in the supporting narrative below.)
The Recipient has not taken actions to consider climate change and
environmental justice impacts of the Project and will not take those actions
under this award.
2. Supporting Narrative.
Reduces Transportation Related Pollution
The completed Puget Sound to Pacific trail network will reduce transportation-related
greenhouse gas emissions and air pollution by completing multi-use trail routes to service
areas and points of interest. The switch from automobile use to walking or biking results
in numerous positive environmental outcomes, including reduced pollution and
greenhouse gas emissions (Washington State Active Transportation Plan: 2020 and
Beyond). In 2017, motor vehicles, boats, planes and trains caused the biggest single share
of the greenhouse gases in Washington state (44.6 percent), with personal cars and trucks
making up over half of that. Every motor vehicle trip replaced with a walk or bicycle trip
is a positive environmental outcome.
Active transportation construction practices per State Environment Protection Act
(SEPA) will avoid adverse environmental impacts to air and water quality, wetlands,
endangered species and cultural resources.
19 of 37
SCHEDULE I
RACIAL EQUITY AND BARRIERS TO OPPORTUNITY
1. Efforts to Improve Racial Equity and Reduce Barriers to Opportunity.
The Recipient states that rows marked with “X” in the following table are accurate:
The Project increases affordable transportation choices. (Describe how in the
supporting narrative below.)
X The Project expands active transportation usage. (Describe how in the
supporting narrative below.)
The Project significantly reduces vehicle dependence. (Describe how in the
supporting narrative below.)
The Project reduces transportation and housing cost burdens by integrating
mixed use development and a diversity of housing types (including affordable
housing) with multimodal transportation infrastructure. (Describe how in the
supporting narrative below.)
The Project coordinates and integrates land use, affordable housing, and
transportation planning to create more livable communities and expand travel
choices. (Describe how in the supporting narrative below.)
The Project reduces vehicle dependence and improves access to daily
destinations, such as jobs, healthcare, grocery stores, schools, places of
worship, recreation, or parks, such as by adding new facilities that promote
walking or biking. (Describe how in the supporting narrative below.)
The Project implements transit-oriented development that benefits existing
residents and businesses. (Describe how in the supporting narrative below,
including a specific description of the benefits to existing residents and
businesses.)
The Project mitigates urban heat islands to protect the health of at-risk
residents, outdoor workers, and others. (Describe how in the supporting
narrative below.)
The Project proactively addresses racial equity. (Describe how in the
supporting narrative below.)
The Recipient has taken other actions related to the Project to improve racial
equity and reduce barriers to opportunity. (Describe those actions in the
supporting narrative below.)
20 of 37
The Recipient has not yet taken actions related to the Project to improve racial
equity and reduce barriers to opportunity but, before beginning construction of
the Project, will take relevant actions described in schedule B. (Identify the
relevant actions from schedule B in the supporting narrative below.)
The Recipient has not taken actions related to the Project to improve racial
equity and reduce barriers to opportunity and will not take those actions under
this award.
2. Supporting Narrative.
Expands Active Transportation Usage
The Puget Sound to Pacific (PS2P) trail network will provide non-motorized access
routes to destinations including the Pacific Coast and Olympic National Park for more
than 4 million people in the Seattle metropolitan area and visitors. The completed PS2P
will provide more opportunities for the health of children, underserved populations, and
the general public to have active lifestyles with safe and convenient active transportation
infrastructure where few connected routes currently exist.
The completed PS2P will improve public health and well-being by adding new facilities
that promote walking, biking, and other forms of active transportation. The PS2P will
increase affordable living by reducing reliance on automobiles. It will improve access to
places of work, education, worship, business, agriculture, recreation, and transit.
21 of 37
SCHEDULE J
LABOR AND WORK
1. Efforts to Support Good-Paying Jobs and Strong Labor Standards
The Recipient states that rows marked with “X” in the following table are accurate:
The Recipient or a project partner promotes robust job creation by supporting
good-paying jobs directly related to the project with free and fair choice to join
a union. (Describe robust job creation and identify the good-paying jobs in the
supporting narrative below.)
The Recipient or a project partner will invest in high-quality workforce training
programs such as registered apprenticeship programs to recruit, train, and retain
skilled workers, and implement policies such as targeted hiring preferences.
(Describe the training programs in the supporting narrative below.)
The Recipient or a project partner implements targeted hiring preferences that
will promote the entry and retention of underrepresented populations into those
jobs including women, people of color, and people with convictions. (Describe
the use of targeted hiring preferences that will promote the entry and retention
of underrepresented populations in jobs in the supporting narrative below.)
The Recipient or a project partner will partner with high-quality workforce
development programs with supportive services to help train, place, and retain
underrepresented communities in good-paying jobs or registered
apprenticeships including through the use of local and economic hiring
preferences, linkage agreements with workforce programs that serve
underrepresented groups, and proactive plans to prevent harassment. (Describe
the supportive services provided to trainees and employees, preferences, and
policies in the supporting narrative below.)
The Recipient or a project partner will partner and engage with local unions or
other worker-based organizations in the development and lifecycle of the
project, including through evidence of project labor agreements and/or
community benefit agreements. (Describe the partnership or engagement with
unions and/or other worker-based organizations and agreements in the
supporting narrative below.)
The Recipient or a project partner will partner with communities or community
groups representative of historically underrepresented groups to develop
workforce strategies. (Describe the partnership and workforce strategies in the
supporting narrative below.)
22 of 37
X The Recipient has taken other actions related to the Project to create good-
paying jobs with the free and fair choice to join a union and incorporate strong
labor standards. (Describe those actions in the supporting narrative below.)
The Recipient has not yet taken actions related to the Project to create good-
paying jobs with the free and fair choice to join a union and incorporate strong
labor standards but, before beginning construction of the Project, will take
relevant actions described in schedule B. (Identify the relevant actions from
schedule B in the supporting narrative below.)
The Recipient has not taken actions related to the Project to improve good-
paying jobs and strong labor standards and will not take those actions under
this award.
2. Supporting Narrative.
Targeted Hiring Preferences
Design and planning services that utilize consultants will include Disadvantaged Business
Enterprises (DBE) goals. DBE goals will promote the entry and retention of
underrepresented populations in the planning and design work of the trail segments.
Furthermore, the WSDOT Office of Equity and Civil Rights will provide technical
assistance on a range of business topics, provides training and support in creating
business plans for DBE company growth. The primary objective of this program is to
increase Minority, Small, Veteran and Women's Business Enterprises in contracting and
procurement activities on transportation projects.
23 of 37
SCHEDULE K
CIVIL RIGHTS AND TITLE VI
1. Recipient Type Designation.
Recipient Type Designation: Existing
Existing Award Program: 20.205; Highway Planning and Construction
2. Title VI Assessment Information.
This section is not applicable because the Recipient Type Designation is “Existing.”
24 of 37
RECIPIENT SIGNATURE PAGE
The Recipient, intending to be legally bound, is signing this agreement on the date stated
opposite that party’s signature.
Washington State Department of Transportation
Date
By: Signature of Recipient’s Authorized Representative
Jay Drye, PE
Name
Local Programs Director
Title
25 of 37
DESIGNATED SUBRECIPIENT SIGNATURE PAGE
The Designated Subrecipient, intending to be legally bound, is signing this agreement on the date
stated opposite that party’s signature.
City of Port Angeles
Date
By: Signature of Designated Subrecipient’s Authorized
Representative
Nathan West
Name
City Manager
Title
26 of 37
City of Bainbridge Island
Date
By: Signature of Designated Subrecipient’s Authorized
Representative
Blair King
Name
City Manager
Title
27 of 37
City of Forks
Date
By: Signature of Designated Subrecipient’s Authorized
Representative
Tim Fletcher
Name
Mayor
Title
28 of 37
City of Port Townsend
Date
By: Signature of Designated Subrecipient’s Authorized
Representative
John Mauro
Name
City Manager
Title
29 of 37
City of Poulsbo
Date
By: Signature of Designated Subrecipient’s Authorized
Representative
Becky Erickson
Name
Mayor
Title
30 of 37
City of Sequim
Date
By: Signature of Designated Subrecipient’s Authorized
Representative
Matthew Huish
Name
City Manager
Title
31 of 37
Clallam County
Date
By: Signature of Designated Subrecipient’s Authorized
Representative
Mike French
Name
Chair, Clallam County Commissioners
Title
for 11/15/2024
33 of 37
Kitsap County
Date
By: Signature of Designated Subrecipient’s Authorized
Representative
Katie Walters
Name
Chair, Kitsap County Commissioners
Title
Date
34 of 37
Port of Port Townsend
Date
By: Signature of Designated Subrecipient’s Authorized
Representative
Eron Berg
Name
Port of Port Townsend Executive Director
Title
35 of 37
Quileute Tribe
Date
By: Signature of Designated Subrecipient’s Authorized
Representative
Doug Woodruff
Name
Chairman, Quileute Tribal Council
Title
36 of 37
Port Gamble S’Klallam Tribe
_______________________By:
Date Signature of Designated Subrecipient’s Authorized
Representative
Amber Caldera
Name
Chairwoman
Title
37 of 37
USDOT SIGNATURE PAGE
The USDOT, intending to be legally bound, is signing this agreement on the date stated opposite
that party’s signature.
UNITED STATES DEPARTMENT OF
TRANSPORTATION
Date
By: Signature of USDOT’s Authorized Representative
Ralph J. Rizzo
Name
FHWA Washington Division Administrator
Title
bu Original Updated
Buy America(c)
Under 2 C.F.R. 200.322, as appropriate and
to the extent consistent with law, the
Recipient should, to the greatest extent
practicable under this award, provide a
preference for the purchase, acquisition, or
use of goods, products, or materials
produced in the United States. The Recipient
shall include the requirements of 2 C.F.R.
200.322 in all subawards including all
contracts and purchase orders for work or
products under this award
Buy America(c)
Under 2 C.F.R. 200.322, as appropriate and to the
extent consistent with law, the Recipient should, to
the greatest extent practicable under this award,
provide a preference for the purchase, acquisition,
or use of goods, products, or materials produced in
the United States (including but not limited to iron,
aluminum, steel, cement, and other manufactured
products). The Recipient shall include the
requirements of 2 C.F.R. 200.322 in all subawards
including all contracts and purchase orders for work
or products under this award.
Small and Disadvantaged Business
Requirements
(b): The Recipient shall expend all other
funds under this award in compliance with
the requirements at 2 C.F.R. 200.321
(“Contracting with small and minority
businesses, women’s business enterprises,
and labor surplus area firms”), and to the
extent applicable, 49 C.F.R. part 26
(“Participation by disadvantaged business
enterprises in Department of Transportation
financial assistance programs”).
Small and Disadvantaged Business
Requirements
(b): The Recipient shall expend all other funds
under this award in compliance with the
requirements at 2 C.F.R. 200.321 (“Contracting
with small businesses, minority businesses,
women’s business enterprises, veteran-owned
businesses, and labor surplus area firms”), and to
the extent applicable, 49 C.F.R. part 26
(“Participation by disadvantaged business
enterprises in Department of Transportation
financial assistance programs”).
External Award Terms and Obligations.
(a)(3)
2 C.F.R. 175.15(b): Trafficking in Persons;
and
External Award Terms and Obligations. (a)(3)
2 C.F.R. part 175: Award Term for Trafficking in
Persons; and
Recipient Monitoring and Record
Retention.
(b) If the Recipient makes a subaward under
this award, the Recipient shall monitor the
activities of the subrecipient in compliance
with 2 C.F.R. 200.332(d).
Recipient Monitoring and Record Retention.
(b) If the Recipient makes a subaward under this
award, the Recipient shall monitor the activities of
the subrecipient in compliance with 2 C.F.R.
200.332(e).
Relocation and Real Property
Acquisition.
(c): The Recipient shall make available to
displaced persons, within a reasonable
period of
Not revised because of 2024 2 CFR update but was
corrected, in T&Cs, for accuracy.
Relocation and Real Property Acquisition.
(c) The Recipient shall make available to
displaced persons, within a reasonable, period of
time prior to displacement, comparable replacement
time prior to displacement, comparable
replacement dwellings in accordance with
49 C.F.R. 24 subpart E
dwellings in accordance with 49 C.F.R. 24. subpart
E.
Equipment Disposition.
(a): In accordance with 2 C.F.R. 200.313
and 1201.313, if the Recipient or a
subrecipient
acquires equipment under this award, then
when that equipment is no longer needed
for
the Project:
(1) if the entity that acquired the equipment
is a State or a subrecipient of a State, that
entity shall dispose of that equipment in
accordance with State laws and
procedures; and
(2) if the entity that acquired the equipment
is neither a State nor a subrecipient of a
State, that entity shall request disposition
instructions from the Administering
Operating Administration
(b) In accordance with 2 C.F.R. 200.443(d),
the distribution of the proceeds from the
disposition of equipment must be made in
accordance with 2 C.F.R. 200.313-200.316
and 2 C.F.R. 1201.313.
Equipment Disposition.
(a): In accordance with 2 C.F.R. 200.313 and
1201.313, if the Recipient or a subrecipient acquires
equipment under this award, then when that
equipment is no longer needed for the Project:
(1) if the entity that acquired the equipment is a
State, the State shall dispose of that equipment in
accordance with State laws and procedures;
(2) if the entity that acquired the equipment is an
Indian Tribe, the Indian Tribe shall dispose of that
equipment in accordance with tribal laws and
procedures. If such laws and procedures do not
exist, Indian Tribes must follow the guidance in 2
C.F.R. 200.313; and
(3) if the entity that acquired the equipment is
neither a State nor an Indian Tribe, that entity shall
request disposition instructions from the
Administering Operating Administration.
(b) In accordance with 2 C.F.R. 200.443(d), the
distribution of the proceeds from the disposition of
equipment must be made in accordance with 2
C.F.R. 200.310–200.316 and 2 C.F.R. 1201.313.
Recipient’s Unique Entity Identifier.
The Recipient’s Unique Entity Identifier,
as defined at 2 C.F.R. 25.415, is listed in
section 2 of schedule A
Recipient’s Unique Entity Identifier.
The Recipient’s Unique Entity Identifier, as defined
at 2 C.F.R. 25.400, is listed in section 2 of schedule
A.
5.4 Budget Changes
(f) The Recipient acknowledges that
amounts that are required to be refunded
under section 5.4(e)(2) constitute a debt to
the Federal Government that the USDOT
may collect under 2 C.F.R. 200.346 and the
Federal Claims Collection Standards (31
C.F.R. parts 900-999).
Budget Changes
(f) The Recipient acknowledges that amounts that
are required to be refunded under section 5.4(e)(2)
constitute a debt to the Federal Government that the
USDOT may collect under 2 C.F.R. 200.346 and
the Standards for Administrative Collection of
Claims (31 C.F.R. part 901).
9.2 Remedies
(e) The Recipient acknowledges that
amounts that the USDOT requires the
Recipient to refund to the USDOT due to a
Remedies
(e) The Recipient acknowledges that amounts that
the USDOT requires the Recipient to refund to the
USDOT due to a remedy under this section 9.2
Commented [KMJ(1]: Just flagging, 25.415 may appear
twice in this Term, as it does in NAE.
remedy under this section 9.2 constitute a
debt to the Federal Government that the
USDOT may collect under 2 C.F.R. 200.346
and the Federal Claims Collection Standards
(31 C.F.R. parts 900-999).
constitute a debt to the Federal Government that the
USDOT may collect under 2 C.F.R. 200.346 and
the Standards for Administrative Collection of
Claims (31 C.F.R. part 901).
11.2 Financial Records and Audits
(b) The Recipient shall keep accounts and
records described under section 11.2(a) in
accordance with a financial management
system that meets the requirements of 2
C.F.R. 200.301–200.303, 2 C.F.R. 200
subpart F, and title 23, United States Code,
and will facilitate an effective audit in
accordance with 31 U.S.C. 7501–7506.
Financial Records and Audits.
(b) The Recipient shall keep accounts and records
described under section 11.2(a) in accordance with
a financial management system that meets the
requirements of 2 C.F.R. 200.302–200.307, 2
C.F.R. 200 subpart F, and title 23, United States
Code, and will facilitate an effective audit in
accordance with 31 U.S.C. 7501–7506.
12.7 Subaward and Contract
Authorization:
(b) If the USDOT Office for Subaward and
Contract Authorization identified in section
7 of schedule A is “FHWA Office of
Acquisition and Grants Management,” then
the Recipient shall obtain prior written
approval from the USDOT agreement
officer pursuant to 2 C.F.R. 200.308 and 23
C.F.R. part 172, as applicable, for the
subaward or contracting out of any work
under this agreement. Approvals under 2
C.F.R. 200.308 will be contingent upon a
fair and reasonable price determination on
the part of the Recipient and the agreement
officer’s concurrence on that
determination.
Subaward and Contract Authorization:
(b) If the USDOT Office for Subaward and
Contract Authorization identified in section 7 of
schedule A is “FHWA Office of Acquisition and
Grants Management,” then the Recipient shall
obtain prior written approval from the USDOT
agreement officer pursuant to 2 C.F.R. 200.308, 2
C.F.R. 200.333, and 23 C.F.R. part 172, as
applicable, for the subaward or contracting out of
any work under this agreement. Approvals under 2
C.F.R. 200.308 will be contingent upon a fair and
reasonable price determination on the part of the
Recipient and the agreement officer’s concurrence
on that determination. Approvals under 2 CFR
200.308(f)(6) do not apply to the acquisition of
supplies, material, equipment, or general support
services.
20.4 History of Performance.
Under 2 C.F.R 200.206, any Federal
awarding agency may consider the
Recipient’s performance under this
agreement, when evaluating the risks of
making a future Federal financial assistance
award to the Recipient.
History of Performance.
Under 2 C.F.R 200.206, any Federal awarding
agency may consider the Recipient’s performance
under this agreement, when evaluating the risks of
making a future Federal financial assistance award
to the Recipient.
1 of 38
U.S. DEPARTMENT OF TRANSPORTATION
GENERAL TERMS AND CONDITIONS UNDER THE
FISCAL YEAR 2023 RAISE PROGRAM:
FHWA PROJECTS
Revision date: October 1, 2024
2 of 38
Table of Contents
Article 1 Purpose .............................................................................................................................. 7
1.1 Purpose .............................................................................................................................. 7
Article 2 USDOT Role ..................................................................................................................... 8
2.1 Division of USDOT Responsibilities ................................................................................. 8
2.2 USDOT Program Contacts ................................................................................................ 8
Article 3 Recipient Role ................................................................................................................... 8
3.1 Statements on the Project. .................................................................................................. 8
3.2 Statements on Authority and Capacity. ............................................................................. 9
3.3 USDOT Reliance. .............................................................................................................. 9
3.4 Project Delivery ................................................................................................................. 9
3.5 Rights and Powers Affecting the Project ........................................................................... 9
3.6 Notification of Changes to Key Personnel ..................................................................... 10
3.7 Subaward to Designated Subrecipient ............................................................................ 10
3.8 Designated Subrecipient Statements and Responsibilities .............................................. 10
3.9 Title 23 Oversight Responsibilities for Subawards ........................................................ 10
Article 4 Award Amount and Federal Obligation ......................................................................... 10
4.1 Federal Award Amount .................................................................................................. 10
4.2 Federal Funding Source .................................................................................................. 10
4.3 Federal Obligations ......................................................................................................... 11
Article 5 Statement of Work, Schedule, and Budget Changes ...................................................... 12
5.1 Change Notification Requirement .................................................................................. 12
5.2 Scope and Statement of Work Changes .......................................................................... 12
5.3 Schedule Changes ........................................................................................................... 13
5.4 Budget Changes .............................................................................................................. 13
5.5 USDOT Acceptance of Changes .................................................................................... 14
Article 6 General Reporting Terms ............................................................................................... 14
6.1 Report Submission. ......................................................................................................... 14
6.2 Alternative Reporting Methods ...................................................................................... 14
6.3 Paperwork Reduction Act Information ........................................................................... 14
Article 7 Progress and Financial Reporting ................................................................................... 15
7.1 Quarterly Project Progress Reports and Recertifications ................................................ 15
7.2 Final Progress Reports and Financial Information ......................................................... 15
Article 8 Performance Reporting................................................................................................... 15
8.1 Baseline Performance Measurement .............................................................................. 15
8.2 Post-construction Performance Measurement ................................................................ 15
8.3 Project Outcomes Report ................................................................................................ 16
8.4 Performance Reporting Survival .................................................................................... 16
Article 9 Climate Change and Environmental Justice ................................................................... 17
9.1 Climate Change and Environmental Justice ................................................................... 17
Article 10 Racial Equity and Barriers to Opportunity ................................................................... 17
10.1 Racial Equity and Barriers to Opportunity. .................................................................... 17
Article 11 Labor and Work ........................................................................................................... 17
11.1 Labor and Work .............................................................................................................. 17
11.2 OFCCP Mega Construction Project Program ................................................................. 17
3 of 38
Article 12 Civil Rights and Title VI .............................................................................................. 17
12.1 Civil Rights and Title VI ................................................................................................ 17
12.2 Legacy Infrastructure and Facilities ............................................................................... 18
Article 13 Critical Infrastructure Security and Resilience ............................................................. 18
13.1 Critical Infrastructure Security and Resilience ............................................................... 18
Article 14 RAISE Program Designations ...................................................................................... 19
14.1 Effect of Urban or Rural Designation ............................................................................. 19
14.2 Effect of Historically Disadvantaged Community or Area of Persistent Poverty
Designation. ................................................................................................................ 19
Article 15 Contracting and Subawards .......................................................................................... 20
15.1 Minimum Wage Rates .................................................................................................... 20
15.2 Buy America ................................................................................................................... 20
15.3 Small and Disadvantaged Business Requirements ......................................................... 20
15.4 Engineering and Design Services ................................................................................... 20
15.5 Prohibition on Certain Telecommunications and Video Surveillance Services or
Equipment ................................................................................................................... 21
15.6 Pass-through Entity Responsibilities .............................................................................. 21
15.7 Subaward and Contract Authorization ............................................................................ 21
Article 16 Noncompliance and Remedies ..................................................................................... 21
16.1 Noncompliance Determinations ..................................................................................... 21
16.2 Remedies ........................................................................................................................ 22
16.3 Other Oversight Entities ................................................................................................. 23
Article 17 Agreement Termination ............................................................................................... 23
17.1 USDOT Termination ...................................................................................................... 23
17.2 Closeout Termination ..................................................................................................... 24
17.3 Post-Termination Adjustments ....................................................................................... 24
17.4 Non-Terminating Events ................................................................................................ 24
17.5 Other Remedies .............................................................................................................. 24
Article 18 Costs, Payments, and Unexpended Funds .................................................................... 24
18.1 Limitation of Federal Award Amount ............................................................................ 24
18.2 Projects Costs ................................................................................................................. 24
18.3 Timing of Project Costs .................................................................................................. 24
18.4 Recipient Recovery of Federal Funds ............................................................................. 25
18.5 Unexpended Federal Funds ............................................................................................ 25
18.6 Timing of Payments to the Recipient. ............................................................................ 25
18.7 Payment Method. ............................................................................................................ 25
18.8 Information Supporting Expenditures ............................................................................ 25
18.9 Reimbursement Frequency ............................................................................................. 26
Article 19 Liquidation, Adjustments, and Funds Availability ....................................................... 26
19.1 Liquidation of Recipient Obligations ............................................................................. 26
19.2 Funds Cancellation ......................................................................................................... 26
Article 20 Agreement Modifications ............................................................................................. 26
20.1 Bilateral Modifications ................................................................................................... 26
20.2 Unilateral Contact Modifications .................................................................................... 26
20.3 USDOT Unilateral Modifications ................................................................................... 27
20.4 Other Modifications ........................................................................................................ 27
4 of 38
Article 21 Federal Financial Assistance, Administrative, and National Policy Requirements ...... 27
21.1 Uniform Administrative Requirements for Federal Awards .......................................... 27
21.2 Federal Law and Public Policy Requirements ................................................................ 27
21.3 Federal Freedom of Information Act .............................................................................. 27
21.4 History of Performance ................................................................................................... 27
21.5 Whistleblower Protection ............................................................................................... 27
21.6 External Award Terms and Obligations ......................................................................... 28
21.7 Incorporated Certifications ............................................................................................. 28
Article 22 Monitoring, Financial Management, Controls, and Records ........................................ 29
22.1 Recipient Monitoring and Record Retention. ................................................................. 29
22.2 Financial Records and Audits ......................................................................................... 29
22.3 Internal Controls ............................................................................................................. 29
22.4 USDOT Record Access .................................................................................................. 30
Article 23 Notices .......................................................................................................................... 30
23.1 Form of Notice ............................................................................................................... 30
23.2 Method of Notice to USDOT ......................................................................................... 30
23.3 Method of Notice to Recipient ....................................................................................... 30
23.4 Recipient Contacts for Notice. ........................................................................................ 31
23.5 Additional Mandatory Notices to USDOT ..................................................................... 31
23.6 Scope of Notice Requirements ....................................................................................... 31
Article 24 Information Requests ................................................................................................... 31
24.1 USDOT Information Requests ....................................................................................... 31
Article 25 Assignment ................................................................................................................... 32
25.1 Assignment Prohibited. ................................................................................................... 32
Article 26 Waiver .......................................................................................................................... 32
26.1 Waivers ........................................................................................................................... 32
Article 27 Additional Terms and Conditions ................................................................................ 32
27.1 Disclaimer of Federal Liability ....................................................................................... 32
27.2 Relocation and Real Property Acquisition. ..................................................................... 32
27.3 Equipment Disposition ................................................................................................... 33
27.4 Environmental Review ................................................................................................... 33
27.5 Railroad Coordination .................................................................................................... 34
Article 28 Mandatory Award Information .................................................................................... 34
28.1 Information Contained in a Federal Award .................................................................... 34
28.2 Federal Award Identification Number ............................................................................ 35
28.3 Recipient’s Unique Entity Identifier ............................................................................... 35
28.4 Budget Period. ................................................................................................................ 35
28.5 Period of Performance. ................................................................................................... 35
Article 29 Construction and Definitions ........................................................................................ 35
29.1 Schedules ........................................................................................................................ 35
29.2 Exhibits ........................................................................................................................... 36
29.3 Construction .................................................................................................................... 36
29.4 Integration ....................................................................................................................... 36
29.5 Definitions ...................................................................................................................... 36
29.6 References to Times of Day............................................................................................. 37
Article 30 Agreement Execution and Effective Date .................................................................... 37
5 of 38
30.1 Counterparts .................................................................................................................... 37
30.2 Effective Date. ................................................................................................................ 37
6 of 38
Index of Definitions
Administering Operating Administration ........................................................................................ 8
Designated Subrecipient ................................................................................. Schedule A, Section 9
Environmental Review Entity ....................................................................................................... 33
Federal Share ................................................................................................................................. 14
FHWA ............................................................................................................................................. 8
General Terms and Conditions ...................................................................................................... 36
NOFO .............................................................................................................................................. 7
OFCCP .......................................................................................................................................... 17
OMB .............................................................................................................................................. 14
Program Statute ............................................................................................................................. 37
Project ........................................................................................................................................... 37
Project Closeout ............................................................................................................................ 24
Project Cost Savings ...................................................................................................................... 13
RAISE Grant ................................................................................................................................. 37
RAISE Program ............................................................................................................................... 7
Recipient .................................................................................................... Project-Specific Recitals
Technical Application ................................................................................................................... 37
Title VI .......................................................................................................................................... 18
USDOT ........................................................................................................................................... 7
7 of 38
GENERAL TERMS AND CONDITIONS
The Infrastructure Investment and Jobs Act, Pub. L. No. 117-58 (Nov. 15, 2021), and the
Consolidated Appropriations Act, 2023, Pub. L. No. 117-328 (Dec. 29, 2022) appropriated funds
to the United States Department of Transportation (the “USDOT”) for fiscal year 2023 under the
heading “National Infrastructure Investments.” The funds are available to carry out 49 U.S.C.
6702 by providing Federal financial assistance for surface transportation infrastructure projects
that will have a significant local or regional impact. The USDOT program administering those
funds is the Rebuilding American Infrastructure with Sustainability and Equity Program (the
“RAISE Program”).
On December 14, 2022, the USDOT posted a funding opportunity at Grants.gov with funding
opportunity title “FY 2023 National Infrastructure Investments” and funding opportunity number
DTOS59-23-RA-RAISE. The notice of funding opportunity posted at Grants.gov, as amended on
January 5, 2023, and February 3, 2023, (the “NOFO”) solicited applications for Federal financial
assistance under the fiscal year 2023 RAISE Program. On June 28, 2023, the USDOT announced
application selections under the NOFO.
These general terms and conditions are incorporated by reference in a project-specific
agreement under the fiscal year 2023 RAISE Program. The term “Recipient” is defined in the
project-specific portion of the agreement. The project-specific portion of the agreement includes
schedules A through K. The project-specific portion of the agreement may include special terms
and conditions in project-specific articles.
ARTICLE 1
PURPOSE
1.1 Purpose. The purpose of this award is to fund an eligible project that will have a
significant local or regional impact and improve transportation infrastructure. The parties
will accomplish that purpose by achieving the following objectives:
(1) timely completing the Project; and
(2) ensuring that this award does not substitute for non-Federal investment in the
Project, except as proposed in the Technical Application, as modified by schedule
D.
8 of 38
ARTICLE 2
USDOT ROLE
2.1 Division of USDOT Responsibilities.
(a) The Office of the Secretary of Transportation is responsible for the USDOT’s overall
administration of the RAISE Program, the approval of this agreement, and any
modifications to this agreement under section 20.1.
(b) The Federal Highway Administration (the “FHWA”) will administer this agreement on
behalf of the USDOT. In this agreement, the “Administering Operating
Administration” means the FHWA.
2.2 USDOT Program Contacts.
FHWA RAISE Program Manager
Federal Highway Administration
Office of Freight Management and Operations
1200 New Jersey Avenue SE
Room E84-429
Washington, DC 20590
(202) 366-2639 or (202) 366-1200
FHWA-TIGER.Reports@dot.gov
and
OST RAISE Grants Coordinator
United States Department of Transportation
Office of the Secretary
1200 New Jersey Avenue SE
Room W84-227
Washington, DC 20590
(202) 366-8914
RAISEGrants@dot.gov
ARTICLE 3
RECIPIENT ROLE
3.1 Statements on the Project. The Recipient states that:
(1) all material statements of fact in the Technical Application were accurate when
that application was submitted; and
(2) schedule E documents all material changes in the information contained in that
application.
9 of 38
3.2 Statements on Authority and Capacity. The Recipient states that:
(1) it has the authority to receive Federal financial assistance under this agreement;
(2) it has the legal authority to complete the Project;
(3) it has the capacity, including institutional, managerial, and financial capacity, to
comply with its obligations under this agreement;
(4) not less than the difference between the total eligible project costs listed in section
3 of schedule D and the RAISE Grant Amount listed in section 1 of schedule D is
committed to fund the Project;
(5) it has sufficient funds available to ensure that infrastructure completed or
improved under this agreement will be operated and maintained in compliance
with this agreement and applicable Federal law; and
(6) the individual executing this agreement on behalf of the Recipient has authority to
enter this agreement and make the statements in this article 3 and in section 21.7
on behalf of the Recipient.
3.3 USDOT Reliance. The Recipient acknowledges that:
(1) the USDOT relied on statements of fact in the Technical Application to select the
Project to receive this award;
(2) the USDOT relied on statements of fact in both the Technical Application and this
agreement to determine that the Recipient and the Project are eligible under the
terms of the NOFO;
(3) the USDOT relied on statements of fact in both the Technical Application and this
agreement to establish the terms of this agreement; and
(4) the USDOT’s selection of the Project to receive this award prevented awards
under the NOFO to other eligible applicants.
3.4 Project Delivery.
(a) The Recipient shall complete the Project under the terms of this agreement.
(b) The Recipient shall ensure that the Project is financed, constructed, operated, and
maintained in accordance with all Federal laws, regulations, and policies that are
applicable to projects of the Administering Operating Administration.
3.5 Rights and Powers Affecting the Project.
(a) The Recipient shall not take or permit any action that deprive it of any rights or powers
necessary to the Recipient’s performance under this agreement without written approval
of the USDOT.
10 of 38
(b) The Recipient shall act promptly, in a manner acceptable to the USDOT, to acquire,
extinguish, or modify any outstanding rights or claims of right of others that would
interfere with the Recipient’s performance under this agreement.
3.6 Notification of Changes to Key Personnel. The Recipient shall notify USDOT within
30 calendar days of any change in key personnel who are identified in section 4 of
schedule A.
3.7 Subaward to Designated Subrecipient. If section 9 of schedule A identifies a
Designated Subrecipient:
(1) the Recipient hereby awards a subaward to the Designated Subrecipient for the
purpose described in section 1.1;
(2) the Recipient and the Designated Subrecipient may enter into a separate
agreement, to which the USDOT is not a party, assigning responsibilities,
including administrative and oversight responsibilities, among the Recipient and
the Designated Subrecipient; and
(3) for the purpose of 2 C.F.R. parts 200 and 1201, the Recipient is a pass-through
entity.
3.8 Designated Subrecipient Statements and Responsibilities. If section 9 of schedule A
identifies a Designated Subrecipient:
(1) the Designated Subrecipient affirms all statements and acknowledgments that are
attributed to the Recipient under sections 3.1 and 3.2; and
(2) the Designated Subrecipient assumes the Recipient’s reporting obligations under
articles 7 and 8.
3.9 Title 23 Oversight Responsibilities for Subawards. If section 9 of schedule A identifies
a Designated Subrecipient, then for the purpose of 23 U.S.C. 106(g), the Recipient shall
act as if funds under this award are Federal funds under title 23, United States Code.
ARTICLE 4
AWARD AMOUNT AND FEDERAL OBLIGATION
4.1 Federal Award Amount. The USDOT hereby awards a RAISE Grant to the Recipient in
the amount listed in section 1 of schedule D as the RAISE Grant Amount.
4.2 Federal Funding Source.
(a) If section 4 of schedule F identifies the Funding Act as “IIJA,” then the RAISE Grant is
from RAISE Program funding that was appropriated in division J of the Infrastructure
Investment and Jobs Act, Pub. L. No. 117-58 (Nov. 15, 2021).
11 of 38
(b) If section 4 of schedule F identifies the Funding Act as “FY2023,” then the RAISE Grant
is from RAISE Program funding that was appropriated in the Consolidated
Appropriations Act, 2023, Pub. L. No. 117-328 (Dec. 29, 2022).
(c) If section 4 of schedule F contains a table that lists separate amounts for “IIJA” and
“FY2023,” then the amount listed for “IIJA” is from RAISE Program funding that was
appropriated in division J of the Infrastructure Investment and Jobs Act, Pub. L. No. 117-
58 (Nov. 15, 2021) and the amount listed for “FY2023” is from RAISE Program funding
that was appropriated in the Consolidated Appropriations Act, 2023, Pub. L. No. 117-328
(Dec. 29, 2022).
4.3 Federal Obligations.
(a) If the Federal Obligation Type identified in section 2 of schedule D is “Single,” then this
agreement obligates for the budget period the amount listed in section 1 of schedule D as
the RAISE Grant Amount and sections 4.3(c)–4.3(h) do not apply to this agreement.
(b) If the Federal Obligation Type identified in section 2 of schedule D is “Multiple,” then an
amount up to the RAISE Grant Amount listed in section 1 of schedule D will be obligated
with one initial obligation and one or more subsequent, optional obligations, as described
in sections 4.3(c)–4.3(h).
(c) The Obligation Condition Table in section 2 of schedule D allocates the RAISE Grant
among separate portions of the Project for the purpose of the Federal obligation of funds.
The scope of each portion of the Project that is identified in that table is described in
section 2 of schedule B.
(d) This agreement obligates for the budget period only the amounts allocated in the
Obligation Condition Table in section 2 of schedule D to portions of the Project for
which that table does not list an obligation condition.
(e) This agreement does not obligate amounts allocated in the Obligation Condition Table in
section 2 of schedule D to portions of the Project for which that table lists an obligation
condition. The parties may obligate the amounts allocated to those portions of the Project
only as described in section 4.3(f) or by modifying this agreement under article 20.
(f) For each portion of the Project for which the Obligation Condition Table in section 2 of
schedule D lists an obligation condition, the amount allocated in that table to that portion
of the Project is obligated if, not later than the statutory lapse date identified in section
4.3(h) for that portion of the Project, the parties execute an instrument, in the form
provided in Exhibit D, documenting that:
(1) the USDOT determines that the obligation condition listed in that table for that
portion of the Project is satisfied;
(2) the USDOT determines that all applicable Federal requirements for obligating the
amount are satisfied; and
12 of 38
(3) the Recipient states that it is not required to request a modification of this
agreement under article 5.
(g) The Recipient shall not request reimbursement of costs for a portion of the Project for
which the Obligation Condition Table in section 2 of schedule D lists an obligation
condition, unless the amount allocated in that table to that portion of the Project is
obligated under section 4.3(f).
(h) RAISE Program funding that was appropriated in division J of the Infrastructure
Investment and Jobs Act, Pub. L. No. 117-58 (Nov. 15, 2021), lapses and is unavailable
for obligation, by statute, after September 30, 2027. RAISE Program funding that was
appropriated in the Consolidated Appropriations Act, 2023, Pub. L. No. 117-328 (Dec.
29, 2022) will not lapse and remains available for obligation until expended. Section 4.2
identifies the specific source or sources of funding for this award.
(i) The Recipient acknowledges that:
(1) the USDOT is not liable for payments for a portion of the Project for which the
Obligation Condition Table in section 2 of schedule D lists an obligation
condition, unless the amount allocated in that table to that portion of the Project is
obligated under section 4.3(f);
(2) any portion of the RAISE Grant that is not obligated under this section 4.3 by the
statutory lapse date identified in section 4.3(h) for those funds lapses on the day
after that date and becomes unavailable for the Project; and
(3) the USDOT may consider the failure to obligate funds by the statutory lapse date
identified in section 4.3(h) for those funds to be a basis for terminating this
agreement under section 17.1.
ARTICLE 5
STATEMENT OF WORK, SCHEDULE, AND BUDGET CHANGES
5.1 Change Notification Requirement. The Recipient shall notify USDOT within 30
calendar days of any change in circumstances or commitments that adversely affect the
Recipient’s capacity or intent to complete the Project in compliance with this agreement.
In that notice, the Recipient shall describe the change and what actions the Recipient has
taken or plans to take to ensure completion of the Project. The notification requirement
under this section 5.1 is separate from any requirements under this article 5 that the
Recipient request modification of this agreement.
5.2 Scope and Statement of Work Changes. If the Project’s activities differ from the
activities described in schedule B, then the Recipient shall request a modification of this
agreement to update schedule B.
13 of 38
5.3 Schedule Changes. If one or more of the following conditions are satisfied, then the
Recipient shall request a modification of this agreement to update schedule C:
(1) a completion date for the Project or a component of the Project is listed in section
2 of schedule C and the Recipient’s estimate for that milestone changes to a date
that is more than six months after the date listed in section 2 of schedule C;
(2) a schedule change would require the budget period to continue after the budget
period end date listed in section 1 of schedule C; or
(3) the USDOT Payment System identified in section 6 of schedule A is “DELPHI
eInvoicing” and a schedule change would require the period of performance to
continue after the period of performance listed on page 1, line 6 of the project-
specific agreement.
For other schedule changes, the Recipient shall follow the applicable procedures of the
Administering Operating Administration and document the changes in writing.
5.4 Budget Changes.
(a) The Recipient acknowledges that if the cost of completing the Project increases:
(1) that increase does not affect the Recipient’s obligation under this agreement to
complete the Project; and
(2) the USDOT will not increase the amount of this award to address any funding
shortfall.
(b) The Recipient shall request a modification of this agreement to update schedule D if, in
comparing the Project’s budget to the amounts listed in section 3 of schedule D:
(1) the total “Non-Federal Funds” amount decreases; or
(2) the total eligible project costs amount decreases.
(c) For budget changes that are not identified in section 5.4(b), the Recipient shall follow the
applicable procedures of the Administering Operating Administration and document the
changes in writing.
(d) If there are Project Cost Savings, then the Recipient may propose to the USDOT, in
writing consistent with the Administering Operating Administration’s requirements, to
include in the Project specific additional activities that are within the scope of this award,
as defined in section 1.1 and schedule B, and that the Recipient could complete with the
Project Cost Savings.
In this agreement, “Project Cost Savings” means the difference between the actual
eligible project costs and the total eligible project costs that are listed in section 3 of
schedule D, but only if the actual eligible project costs are less than the total eligible
14 of 38
project costs that are listed in section 3 of schedule D. There are no Project Cost Savings
if the actual eligible project costs are equal to or greater than the total eligible project
costs that are listed in section 3 of schedule D.
(e) If there are Project Cost Savings and either the Recipient does not make a proposal under
section 5.4(d) or the USDOT does not accept the Recipient’s proposal under section
5.4(d), then:
(1) in a request under section 5.4(b), the Recipient shall reduce the Federal Share by
the Project Cost Savings; and
(2) if that modification reduces this award and the USDOT had reimbursed costs
exceeding the revised award, the Recipient shall refund to the USDOT the
difference between the reimbursed costs and the revised award.
In this agreement, “Federal Share” means the sum of the total “RAISE Funds” and
“Other Federal Funds” amounts that are listed in section 3 of schedule D.
(f) The Recipient acknowledges that amounts that are required to be refunded under section
5.4(e)(2) constitute a debt to the Federal Government that the USDOT may collect under
2 C.F.R. 200.346 and the Standards for Administrative Collection of Claims (31 C.F.R.
parts 901).
5.5 USDOT Acceptance of Changes. The USDOT may accept or reject modifications
requested under this article 5, and in doing so may elect to consider only the interests of
the RAISE Program and the USDOT. The Recipient acknowledges that requesting a
modification under this article 5 does not amend, modify, or supplement this agreement
unless the USDOT accepts that modification request and the parties modify this
agreement under section 20.1.
ARTICLE 6
GENERAL REPORTING TERMS
6.1 Report Submission. The Recipient shall send all reports required by this agreement to all
USDOT contacts who are listed in section 5 of schedule A and all USDOT contacts who
are listed in section 2.2.
6.2 Alternative Reporting Methods. The Administering Operating Administration may
establish processes for the Recipient to submit reports required by this agreement,
including electronic submission processes. If the Administering Operating
Administration informs the Recipient of those processes in writing, the Recipient shall
use the processes identified by the Administering Operating Administration.
6.3 Paperwork Reduction Act Information. Under 5 C.F.R. 1320.6, the Recipient is not
required to respond to a collection of information that does not display a currently valid
control number issued by the Office of Management and Budget (the “OMB”).
15 of 38
Collections of information conducted under this agreement are approved under OMB
Control No. 2105-0563.
ARTICLE 7
PROGRESS AND FINANCIAL REPORTING
7.1 Quarterly Project Progress Reports and Recertifications. On or before the 20th day of
the first month of each calendar year quarter and until the end of the period of
performance, the Recipient shall submit to the USDOT a Quarterly Project Progress
Report and Recertification in the format and with the content described in exhibit C. If
the date of this agreement is in the final month of a calendar year quarter, then the
Recipient shall submit the first Quarterly Project Progress Report and Recertification in
the second calendar year quarter that begins after the date of this agreement.
7.2 Final Progress Reports and Financial Information. No later than 120 days after the
end of the period of performance, the Recipient shall submit
(1) a Final Project Progress Report and Recertification in the format and with the
content described in exhibit C for each Quarterly Project Progress Report and
Recertification, including a final Federal Financial Report (SF-425); and
(2) any other information required under the Administering Operating
Administration’s award closeout procedures.
ARTICLE 8
PERFORMANCE REPORTING
8.1 Baseline Performance Measurement. If the Capital-Planning Designation in section 2
of schedule F is “Capital,” then:
(1) the Recipient shall collect data for each performance measure that is identified in
the Performance Measure Table in schedule G, accurate as of the Baseline
Measurement Date that is identified in schedule G; and
(2) on or before the Baseline Report Date that is stated in schedule G, the Recipient
shall submit a Baseline Performance Measurement Report that contains the data
collected under this section 8.1 and a detailed description of the data sources,
assumptions, variability, and estimated levels of precision for each performance
measure that is identified in the Performance Measure Table in schedule G.
8.2 Post-construction Performance Measurement. If the Capital-Planning Designation in
section 2 of schedule F is “Capital,” then
16 of 38
(1) for each performance measure that is identified in the Performance Measure Table
in schedule G with quarterly measurement frequency, for each of 12 consecutive
calendar quarters, beginning with the first calendar quarter that begins after the
Project substantial completion date, at least once during the quarter, the Recipient
shall collect data for that performance measure;
(2) for each performance measure that is identified in the Performance Measure Table
in schedule G with annual measurement frequency, the Recipient shall collect
data for that performance measure on at least three separate occasions: (i) once
during the four consecutive calendar quarters that begin after the Project
substantial completion date; (ii) once during the fourth calendar quarter after the
first collection; and (iii) once during the eighth calendar quarter after the first
collection; and
(3) not later than January 31 of each year that follows a calendar year during which
data was collected under this section 8.2, the Recipient shall submit to the
USDOT a Post-construction Performance Measurement Report containing the
data collected under this section 8.2 in the previous calendar year and stating the
dates when the data was collected.
If an external factor significantly affects the value of a performance measure collected
under this section 8.2, then the Recipient shall identify that external factor in the Post-
construction Performance Measurement Report and discuss its influence on the
performance measure.
8.3 Project Outcomes Report. If the Capital-Planning Designation in section 2 of schedule
F is “Capital,” then the Recipient shall submit to the USDOT, not later than January 31 of
the year that follows the final calendar year during which data was collected under
section 8.2, a Project Outcomes Report that contains:
(1) a narrative discussion detailing project successes and the influence of external
factors on project expectations;
(2) all baseline and post-construction performance measurement data that the
Recipient reported in the Baseline Performance Measurement Report and the
Post-construction Performance Measurement Reports; and
(3) an ex post examination of project effectiveness relative to the baseline data that
the Recipient reported in the Baseline Performance Measurement Report.
8.4 Performance Reporting Survival. The data collection and reporting requirements in this
article 8 survive the termination of this agreement.
17 of 38
ARTICLE 9
CLIMATE CHANGE AND ENVIRONMENTAL JUSTICE
9.1 Climate Change and Environmental Justice. Consistent with Executive Order 14008,
“Tackling the Climate Crisis at Home and Abroad” (Jan. 27, 2021), schedule H
documents the consideration of climate change and environmental justice impacts of the
Project.
ARTICLE 10
RACIAL EQUITY AND BARRIERS TO OPPORTUNITY
10.1 Racial Equity and Barriers to Opportunity. Consistent with Executive Order 13985,
“Advancing Racial Equity and Support for Underserved Communities Through the
Federal Government” (Jan. 20, 2021), schedule I documents activities related to the
Project to improve racial equity and reduce barriers to opportunity.
ARTICLE 11
LABOR AND WORK
11.1 Labor and Work. Consistent with Executive Order 14025, “Worker Organizing and
Empowerment” (Apr. 26, 2021), and Executive Order 14052, “Implementation of the
Infrastructure Investment and Jobs Act” (Nov. 15, 2021), schedule J documents the
consideration of job quality and labor rights, standards, and protections related to the
Project.
11.2 OFCCP Mega Construction Project Program. If the total eligible project costs that are
listed in section 3 of schedule D are greater than $35,000,000 and the Department of
Labor’s Office of Federal Contract Compliance Programs (the “OFCCP”) selects this
award for participation in the Mega Construction Project Program, then the Recipient
shall partner with OFCCP, as requested by OFCCP.
ARTICLE 12
CIVIL RIGHTS AND TITLE VI
12.1 Civil Rights and Title VI.
(a) Consistent with Executive Order 13985, “Advancing Racial Equity and Support for
Underserved Communities Through the Federal Government” (Jan. 20, 2021), Executive
Order 14091, “Further Advancing Racial Equity and Support for Underserved
Communities Through the Federal Government” (Feb. 16, 2023), and DOT Order
1000.12C, “The U.S. Department of Transportation Title VI Program” (June 11, 2021),
the purpose of sections 12.1(b)–12.1(c) is to ensure that the Recipient has a plan to
18 of 38
comply with civil rights obligations and nondiscrimination laws, including Title VI and
49 C.F.R. part 21.
(b) If the Recipient Type Designation in section 1 of schedule K is “Existing,” then the
Recipient shall submit to the USDOT either:
(1) not later than one month after the date of this agreement, documentation showing
that the Recipient has complied with all reporting requirements under the
Administering Operating Administration’s implementation of Title VI; or
(2) not later than six months after the date of this agreement, both a Title VI Plan and
a Community Participation Plan, as those plans are described in chapter II,
sections 3–4 of DOT Order 1000.12C.
(c) If the Recipient Type Designation in section 1 of schedule K is “New,” then the
Administering Operating Administration completed a Title VI Assessment of the
Recipient, as described in chapter II, section 2 of DOT Order 1000.12C, before entering
this agreement, as documented in section 2 of schedule K.
(d) In this section 12.1, “Title VI” means Title VI of the Civil Rights Act of 1964, Pub. L.
No. 88-352 (codified at 42 U.S.C. 2000d to 2000d-4a).
12.2 Legacy Infrastructure and Facilities. In furtherance of the Americans with Disabilities
Act of 1990 (ADA), Pub. L. No. 101-336 (codified at 42 U.S.C. 12101–12213), and
Section 504 of the Rehabilitation Act of 1973, Pub. L. No. 93-112 (codified at 29 U.S.C.
794), not later than one year after the date of this agreement, the Recipient shall develop a
plan to address any legacy infrastructure or facilities that are not compliant with ADA
standards and are involved in, or closely associated with, the Project. Consistent with 49
C.F.R. part 27, even in the absence of prior discriminatory practice or usage, a Recipient
administering a program or activity receiving Federal financial assistance is expected to
take action to ensure that no person is excluded from participation in or denied the
benefits of the program or activity on the basis of disability.
ARTICLE 13
CRITICAL INFRASTRUCTURE SECURITY AND RESILIENCE
13.1 Critical Infrastructure Security and Resilience.
(a) Consistent with Presidential Policy Directive 21, “Critical Infrastructure Security and
Resilience” (Feb. 12, 2013), and the National Security Presidential Memorandum on
Improving Cybersecurity for Critical Infrastructure Control Systems (July 28, 2021), the
Recipient shall consider physical and cyber security and resilience in planning, design,
and oversight of the Project.
(b) If the Security Risk Designation in section 5 of schedule F is “Elevated,” then the
Recipient shall:
19 of 38
(1) in the first Quarterly Project Progress Report and Recertification that the
Recipient submits under section 7.1, identify a cybersecurity Point of Contact for
the transportation infrastructure being improved in the Project; and
(2) in the second Quarterly Project Progress Report and Recertification that the
Recipient submits under section 7.1, provide a plan for completing the
requirements in section 13.1(c).
(c) If the Security Risk Designation in section 5 of schedule F is “Elevated,” then not later
than the eighth Quarterly Project Progress Report and Recertification that the Recipient
submits under section 7.1, the Recipient shall include each of the following in a Quarterly
Project Progress Report and Recertification that the Recipient submits under section 7.1:
(1) a cybersecurity incident reporting plan for the transportation infrastructure being
improved in the Project or a summary of that plan;
(2) a cybersecurity incident response plan for the transportation infrastructure being
improved in the Project or a summary of that plan;
(3) the results of a self-assessment of the Recipient’s cybersecurity posture and
capabilities or a summary of those results; and
(4) a description of any additional actions that the Recipient has taken to consider or
address cybersecurity risk of the transportation infrastructure being improved in
the Project.
ARTICLE 14
RAISE PROGRAM DESIGNATIONS
14.1 Effect of Urban or Rural Designation. Based on information that the Recipient
provided to the USDOT, including the Technical Application, section 1 of schedule F
designates this award as an urban award or a rural award, as defined in the NOFO. The
Recipient shall comply with the requirements that accompany that designation on
minimum award size, geographic location, and cost sharing.
14.2 Effect of Historically Disadvantaged Community or Area of Persistent Poverty
Designation. If section 3 of schedule F lists “Yes” for the “HDC or APP Designation,”
then based on information that the Recipient provided to the USDOT, including the
Technical Application, the USDOT determined that the Project will be carried out in a
historically disadvantaged community or an area of persistent poverty, as defined in the
NOFO. The Recipient shall incur a majority of the costs under this award in historically
disadvantaged communities or areas of persistent poverty.
20 of 38
ARTICLE 15
CONTRACTING AND SUBAWARDS
15.1 Minimum Wage Rates. The Recipient shall include, in all contracts in excess of $2,000
for work on the Project that involves labor, provisions establishing minimum rates of
wages, to be predetermined by the United States Secretary of Labor, in accordance with
the Davis-Bacon Act, 40 U.S.C. 3141–3148, or 23 U.S.C. 113, as applicable, that
contractors shall pay to skilled and unskilled labor, and such minimum rates shall be
stated in the invitation for bids and shall be included in proposals or bids for the work.
15.2 Buy America.
(a) Steel, iron, and manufactured products used in the Project are subject to 23 U.S.C. 313,
as implemented by the Federal Highway Administration. The Recipient acknowledges
that this agreement is neither a waiver of 23 U.S.C. 313(a) nor a finding under 23 U.S.C.
313(b).
(b) Construction materials used in the Project are subject to the domestic preference
requirement at § 70914 of the Build America, Buy America Act, Pub. L. No. 117-58, div.
G, tit. IX, subtit. A, 135 Stat. 429, 1298 (2021), as implemented by OMB, USDOT, and
FHWA. The Recipient acknowledges that this agreement is neither a waiver of
§ 70914(a) nor a finding under § 70914(b).
(c) Under 2 C.F.R. 200.322, as appropriate and to the extent consistent with law, the
Recipient should, to the greatest extent practicable under this award, provide a preference
for the purchase, acquisition, or use of goods, products, or materials produced in the
United States (including but not limited to iron, aluminum, steel, cement, and other
manufactured products). The Recipient shall include the requirements of 2 C.F.R.
200.322 in all subawards including all contracts and purchase orders for work or
products under this award.
15.3 Small and Disadvantaged Business Requirements.
(a) If any funds under this award are administered by or through a State Department of
Transportation, the Recipient shall expend those funds in compliance with the
requirements at 49 C.F.R. part 26 (“Participation by disadvantaged business enterprises in
Department of Transportation financial assistance programs”).
(b) If any funds under this award are not administered by or through a State Department of
Transportation, the Recipient shall expend those funds in compliance with the
requirements at 2 C.F.R. 200.321 (“Contracting with small businesses, minority
businesses, women’s business enterprises, veteran-owned businesses, and labor
surplus area firms”).
15.4 Engineering and Design Services. The Recipient shall award each contract or sub-
contract for program management, construction management, planning studies, feasibility
studies, architectural services, preliminary engineering, design, engineering, surveying,
mapping, or related services with respect to the project in the same manner that a contract
21 of 38
for architectural and engineering services is negotiated under the Brooks Act, 40 U.S.C.
22 of 38
1101–1104 as implemented in 23 U.S.C. 112(b)(2), or an equivalent qualifications-based
requirement prescribed for or by the Recipient and approved in writing by the USDOT.
15.5 Prohibition on Certain Telecommunications and Video Surveillance Services or
Equipment. The Recipient acknowledges that Section 889 of Pub. L. No. 115-232 and 2
C.F.R. 200.216 prohibit the Recipient and all subrecipients from procuring or obtaining
certain telecommunications and video surveillance services or equipment under this
award.
15.6 Pass-through Entity Responsibilities. If the Recipient makes a subaward under this
award, the Recipient shall comply with the requirements on pass-through entities under 2
C.F.R. parts 200 and 1201, including 2 C.F.R. 200.331–200.333.
15.7 Subaward and Contract Authorization.
(a) If the USDOT Office for Subaward and Contract Authorization identified in section 7 of
schedule A is “FHWA Division,” then the Recipient shall comply with subaward and
contract authorization requirements under 23 C.F.R chapter I, subchapter G.
(b) If the USDOT Office for Subaward and Contract Authorization identified in section 7 of
schedule A is “FHWA Office of Acquisition and Grants Management,” then the
Recipient shall obtain prior written approval from the USDOT agreement officer
pursuant to 2 C.F.R. 200.308 and 23 C.F.R. part 172, as applicable, for the subaward or
contracting out of any work under this agreement. Approvals under 2 C.F.R. 200.308
will be contingent upon a fair and reasonable price determination on the part of the
Recipient and the agreement officer’s concurrence on that determination. Approvals
under 2 CFR 200.308(f)(6) do not apply to the acquisition of supplies, material,
equipment, or general support services.
ARTICLE 16
NONCOMPLIANCE AND REMEDIES
16.1 Noncompliance Determinations.
(a) If the USDOT determines that the Recipient may have failed to comply with the United
States Constitution, Federal law, or the terms and conditions of this agreement, the
USDOT may notify the Recipient of a proposed determination of noncompliance. For
that notice to be effective, USDOT must include an explanation of the nature of the
noncompliance, describe a remedy, state whether that remedy is proposed or effective at
an already determined date, and describe the process through and form in which the
Recipient may respond to the notice.
(b) If the USDOT notifies the Recipient of a proposed determination of noncompliance under
section 16.1(a), the Recipient may, not later than 7 calendar days after the notice, respond
to that notice in the form and through the process described in that notice. In its response,
the Recipient may:
(1) accept the remedy;
23 of 38
(2) acknowledge the noncompliance, but propose an alternative remedy; or
(3) dispute the noncompliance.
To dispute the noncompliance, the Recipient must include in its response documentation
or other information supporting the Recipient’s compliance.
(c) The USDOT may make a final determination of noncompliance only:
(1) after considering the Recipient’s response under section 16.1(b); or
(2) if the Recipient fails to respond under section 16.1(b), after the time for that
response has passed.
(d) To make a final determination of noncompliance, the USDOT must provide to the
Recipient a notice that states the bases for that determination.
16.2 Remedies.
(a) If the USDOT makes a final determination of noncompliance under section 16.1, the
USDOT may impose a remedy, including:
(1) additional conditions on the award;
(2) any remedy permitted under 2 C.F.R. 200.339–200.340, including withholding of
payments; disallowance of previously reimbursed costs, requiring refunds from
the Recipient to the USDOT; suspension or termination of the award; or
suspension and disbarment under 2 C.F.R. part 180; or
(3) any other remedy legally available.
(b) To impose a remedy, the USDOT must provide to the Recipient a notice that describes
the remedy, but the USDOT may make the remedy effective before the Recipient
receives that notice.
(c) If the USDOT determines that it is in the public interest, the USDOT may impose a
remedy, including all remedies described in section 16.2(a), before making a final
determination of noncompliance under section 16.1. If it does so, then the notice provided
under section 16.1(d) must also state whether the remedy imposed will continue, be
rescinded, or modified.
(d) In imposing a remedy under this section 16.2 or making a public interest determination
under section 16.2(c), the USDOT may elect to consider the interests of only the
USDOT.
(e) The Recipient acknowledges that amounts that the USDOT requires the Recipient to
refund to the USDOT due to a remedy under this section 16.2 constitute a debt to the
24 of 38
Federal Government that the USDOT may collect under 2 C.F.R. 200.346 and the
Standards for Administrative Collection of Claims (31 C.F.R. part 901).
16.3 Other Oversight Entities. Nothing in this article 16 limits any party’s authority to report
activity under this agreement to the United States Department of Transportation Inspector
General or other appropriate oversight entities.
ARTICLE 17
AGREEMENT TERMINATION
17.1 USDOT Termination.
(a) The USDOT may terminate this agreement and all of its obligations under this agreement
if any of the following occurs:
(1) the Recipient fails to timely obtain or timely provide any non-RAISE Grant
contribution or alternatives approved by the USDOT as provided in this
agreement and consistent with schedule D;
(2) a completion date for the Project or a component of the Project is listed in section
2 of schedule C and the Recipient fails to meet that milestone by six months after
the date listed in section 2 of schedule C;
(3) the Recipient fails to meet a milestone listed in section 3 of schedule C by the
deadline date listed in that section for that milestone;
(4) the Recipient fails to comply with the terms and conditions of this agreement,
including a material failure to comply with the project schedule in schedule C
even if it is beyond the reasonable control of the Recipient;
(5) circumstances cause changes to the Project that the USDOT determines are
inconsistent with the USDOT’s basis for selecting the Project to receive a RAISE
Grant; or
(6) the USDOT determines that termination of this agreement is in the public interest.
(b) In terminating this agreement under this section, the USDOT may elect to consider only
the interests of the USDOT.
(c) This section 17.1 does not limit the USDOT’s ability to terminate this agreement as a
remedy under section 16.2.
(d) The Recipient may request that the USDOT terminate the agreement under this section
17.1.
25 of 38
17.2 Closeout Termination.
(a) This agreement terminates on Project Closeout.
(b) In this agreement, “Project Closeout” means the date that the USDOT informs the
Recipient that the award is closed out. Under 2 C.F.R. 200.344, Project Closeout should
occur no later than one year after the end of the period of performance.
17.3 Post-Termination Adjustments. The Recipient acknowledges that under 2 C.F.R.
200.345–200.346, termination of the agreement does not extinguish the USDOT’s
authority to disallow costs, including costs that the USDOT reimbursed before
termination, and recover funds from the Recipient.
17.4 Non-Terminating Events.
(a) The end of the budget period described under section 28.4 does not terminate this
agreement or the Recipient’s obligations under this agreement.
(b) The end of the period of performance described under section 28.5 does not terminate
this agreement or the Recipient’s obligations under this agreement.
(c) The cancellation of funds under section 19.2 does not terminate this agreement or the
Recipient’s obligations under this agreement.
17.5 Other Remedies. The termination authority under this article 17 supplements and does
not limit the USDOT’s remedial authority under article 16 or 2 C.F.R. part 200, including
2 C.F.R. 200.339–200.340.
ARTICLE 18
COSTS, PAYMENTS, AND UNEXPENDED FUNDS
18.1 Limitation of Federal Award Amount. Under this award, the USDOT shall not provide
funding greater than the amount obligated under section 4.3. The Recipient acknowledges
that the USDOT is not liable for payments exceeding that amount, and the Recipient shall
not request reimbursement of costs exceeding that amount.
18.2 Projects Costs. This award is subject to the cost principles at 2 C.F.R. 200 subpart E,
including provisions on determining allocable costs and determining allowable costs.
18.3 Timing of Project Costs.
(a) The Recipient shall not charge to this award costs that are incurred after the budget
period.
(b) The Recipient shall not charge to this award costs that were incurred before the date of
this agreement unless those costs are identified in section 5 of schedule D and would
have been allowable if incurred during the budget period. This limitation applies to costs
26 of 38
incurred under an advance construction authorization (23 U.S.C. 115), costs incurred
prior to authorization (23 C.F.R. 1.9(b)), and pre-award costs under 2 C.F.R. 200.458.
This agreement hereby terminates and supersedes any previous USDOT approval for the
Recipient to incur costs under this award for the Project. Section 5 of schedule D is the
exclusive USDOT approval of costs incurred before the date of this agreement.
18.4 Recipient Recovery of Federal Funds. The Recipient shall make all reasonable efforts,
including initiating litigation, if necessary, to recover Federal funds if the USDOT
determines, after consultation with the Recipient, that those funds have been spent
fraudulently, wastefully, or in violation of Federal laws, or misused in any manner under
this award. The Recipient shall not enter a settlement or other final position, in court or
otherwise, involving the recovery of funds under the award unless approved in advance in
writing by the USDOT.
18.5 Unexpended Federal Funds. Any Federal funds that are awarded at section 4.1 but not
expended on allocable, allowable costs remain the property of the United States.
18.6 Timing of Payments to the Recipient.
(a) Reimbursement is the payment method for the RAISE Program.
(b) The Recipient shall not request reimbursement of a cost before the Recipient has entered
into an obligation for that cost.
18.7 Payment Method.
(a) If the USDOT Payment System identified in section 6 of schedule A is “FMIS,” then the
Recipient shall follow FMIS procedures to request and receive reimbursement payments
under this award.
(b) If the USDOT Payment System identified in section 6 of schedule A is “DELPHI
eInvoicing,” then the Recipient shall use the DELPHI eInvoicing System to request
reimbursement under this award unless the USDOT agreement officer provides written
approval for the Recipient to use a different request and payment method.
(c) The USDOT may deny a payment request that is not submitted using the method
identified in this section 18.7.
18.8 Information Supporting Expenditures.
(a) If the USDOT Payment System identified in section 6 of schedule A is “DELPHI
eInvoicing,” then when requesting reimbursement of costs incurred or credit for cost
share incurred, the Recipient shall electronically submit the SF 271 (Outlay Report and
Request for Reimbursement for Construction Programs), shall identify the Federal share
and the Recipient’s share of costs, and shall submit supporting cost detail to clearly
document all costs incurred. As supporting cost detail, the Recipient shall include a
detailed breakout of all costs incurred, including direct labor, indirect costs, other direct
costs, and travel.
27 of 38
(b) If the Recipient submits a request for reimbursement that the USDOT determines does
not include or is not supported by sufficient detail, the USDOT may deny the request or
withhold processing the request until the Recipient provides sufficient detail.
18.9 Reimbursement Frequency. If the USDOT Payment System identified in section 6 of
schedule A is “DELPHI eInvoicing,” then the Recipient shall not request reimbursement
more frequently than monthly.
ARTICLE 19
LIQUIDATION, ADJUSTMENTS, AND FUNDS AVAILABILITY
19.1 Liquidation of Recipient Obligations.
(a) The Recipient shall liquidate all obligations of award funds under this agreement not later
than the earlier of (1) 120 days after the end of the period of performance or (2) the
statutory funds cancellation date identified in section 19.2.
(b) Liquidation of obligations and adjustment of costs under this agreement follow the
requirements of 2 C.F.R. 200.344–200.346.
19.2 Funds Cancellation.
(a) RAISE Program funding that was appropriated in division J of the Infrastructure
Investment and Jobs Act, Pub. L. No. 117-58 (Nov. 15, 2021), is canceled by statute after
September 30, 2032, and then unavailable for any purpose, including adjustments.
(b) RAISE Program funding that was appropriated in the Consolidated Appropriations Act,
2023, Pub. L. No. 117-328 (Dec. 29, 2022) remains available until expended.
(c) Section 4.2 identifies the specific source or sources of funding for this award.
ARTICLE 20
AGREEMENT MODIFICATIONS
20.1 Bilateral Modifications. The parties may amend, modify, or supplement this agreement
by mutual agreement in writing signed by the USDOT and the Recipient. Either party
may request to amend, modify, or supplement this agreement by notice to the other party.
20.2 Unilateral Contact Modifications.
(a) The Recipient may update the contacts who are listed in section 3 of schedule A by notice
to USDOT.
(b) The USDOT may update the contacts who are listed in section 5 of schedule A and
section 2.2 by notice to the Recipient.
28 of 38
20.3 USDOT Unilateral Modifications.
(a) The USDOT may unilaterally modify this agreement to comply with Federal law,
including the Program Statute.
(b) To unilaterally modify this agreement under this section 20.3, the USDOT must provide
to the Recipient a notice that includes a description of the modification and state the date
that the modification is effective.
20.4 Other Modifications. The parties shall not amend, modify, or supplement this agreement
except as permitted under sections 20.1, 20.2, or 20.3. If an amendment, modification, or
supplement is not permitted under section 20.1, not permitted under section 20.2, and not
permitted under section 20.3, it is void.
ARTICLE 21
FEDERAL FINANCIAL ASSISTANCE, ADMINISTRATIVE, AND NATIONAL
POLICY REQUIREMENTS
21.1 Uniform Administrative Requirements for Federal Awards. The Recipient shall
comply with the obligations on non-Federal entities under 2 C.F.R. parts 200 and 1201.
21.2 Federal Law and Public Policy Requirements.
(a) The Recipient shall ensure that Federal funding is expended in full accordance with the
United States Constitution, Federal law, and statutory and public policy requirements:
including but not limited to, those protecting free speech, religious liberty, public welfare,
the environment, and prohibiting discrimination.
(b) The failure of this agreement to expressly identify Federal law applicable to the Recipient
or activities under this agreement does not make that law inapplicable.
21.3 Federal Freedom of Information Act.
(a) The USDOT is subject to the Freedom of Information Act, 5 U.S.C. 552.
(b) The Recipient acknowledges that the Technical Application and materials submitted to
the USDOT by the Recipient related to this agreement may become USDOT records
subject to public release under 5 U.S.C. 552.
21.4 History of Performance. Under 2 C.F.R 200.206, any Federal agency may consider
the Recipient’s performance under this agreement, when evaluating the risks of making
a future Federal financial assistance award to the Recipient.
21.5 Whistleblower Protection.
(a) The Recipient acknowledges that it is a “grantee” within the scope of 41 U.S.C. 4712,
which prohibits the Recipient from taking certain actions against an employee for certain
29 of 38
disclosures of information that the employee reasonably believes are evidence of gross
mismanagement of this award, gross waste of Federal funds, or a violation of Federal law
related this this award.
(b) The Recipient shall inform its employees in writing of the rights and remedies provided
under 41 U.S.C. 4712, in the predominant native language of the workforce.
21.6 External Award Terms and Obligations.
(a) In addition to this document and the contents described in article 29, this agreement
includes the following additional terms as integral parts:
(1) Appendix A to 2 C.F.R. part 25: System for Award Management and Universal
Identifier Requirements;
(2) Appendix A to 2 C.F.R. part 170: Reporting Subawards and Executive
Compensation;
(3) 2 C.F.R. part 175: Award Term for Trafficking in Persons; and
(4) Appendix XII to 2 C.F.R. part 200: Award Term and Condition for Recipient
Integrity and Performance Matters.
(b) The Recipient shall comply with:
(1) 49 C.F.R. part 20: New Restrictions on Lobbying;
(2) 49 C.F.R. part 21: Nondiscrimination in Federally-Assisted Programs of the
Department of Transportation—Effectuation of Title VI of the Civil Rights Act of
1964;
(3) 49 C.F.R. part 27: Nondiscrimination on the Basis of Disability in Programs or
Activities Receiving Federal Financial Assistance; and
(4) Subpart B of 49 C.F.R. part 32: Governmentwide Requirements for Drug-free
Workplace (Financial Assistance).
21.7 Incorporated Certifications. The Recipient makes the statements in the following
certifications, which are incorporated by reference:
(1) Appendix A to 49 CFR part 20 (Certification Regarding Lobbying).
30 of 38
ARTICLE 22
MONITORING, FINANCIAL MANAGEMENT, CONTROLS, AND RECORDS
22.1 Recipient Monitoring and Record Retention.
(a) The Recipient shall monitor activities under this award, including activities under
subawards and contracts, to ensure:
(1) that those activities comply with this agreement; and
(2) that funds provided under this award are not expended on costs that are not
allowable under this award or not allocable to this award.
(b) If the Recipient makes a subaward under this award, the Recipient shall monitor the
activities of the subrecipient in compliance with 2 C.F.R. 200.332(e).
(c) The Recipient shall retain records relevant to the award as required under 2 C.F.R.
200.334.
22.2 Financial Records and Audits.
(a) The Recipient shall keep all project accounts and records that fully disclose the amount
and disposition by the Recipient of the award funds, the total cost of the Project, and the
amount or nature of that portion of the cost of the Project supplied by other sources, and
any other financial records related to the project.
(b) The Recipient shall keep accounts and records described under section 22.2(a) in
accordance with a financial management system that meets the requirements of 2 C.F.R.
200.302–200.307, 2 C.F.R. 200 subpart F, and title 23, United States Code, and will
facilitate an effective audit in accordance with 31 U.S.C. 7501–7506.
(c) The Recipient shall separately identify expenditures under the fiscal year 2023 RAISE
Program in financial records required for audits under 31 U.S.C. 7501–7506.
Specifically, the Recipient shall:
(1) list expenditures under that program separately on the schedule of expenditures of
Federal awards required under 2 C.F.R. 200 subpart F, including “FY 2023” in
the program name; and
(2) list expenditures under that program on a separate row under Part II, Item 1
(“Federal Awards Expended During Fiscal Period”) of Form SF-SAC, including
“FY 2023” in column c (“Additional Award Identification”).
22.3 Internal Controls. The Recipient shall establish and maintain internal controls as
required under 2 C.F.R. 200.303.
31 of 38
22.4 USDOT Record Access. The USDOT may access Recipient records related to this award
under 2 C.F.R. 200.337.
ARTICLE 23
NOTICES
23.1 Form of Notice.
(a) For a notice under this agreement to be valid, it must be in writing.
(b) For a notice to USDOT under this agreement to be valid, it must be signed and dated by
an individual with authority to act on behalf of the Recipient.
23.2 Method of Notice to USDOT.
(a) For a notice to USDOT under this agreement to be valid, it must be sent by one or more
of the following: (1) email; (2) a national transportation company with all fees prepaid
and receipt of delivery; or (3) by registered or certified mail with return receipt requested
and postage prepaid.
(b) For a notice to USDOT under this agreement to be valid, it must be addressed to all of the
USDOT contacts who are listed in section 5 of schedule A and section 2.2.
(c) Except as specified in section 23.2(d), a valid notice to USDOT under this agreement will
be deemed to have been received on the earliest of (1) when the email is received by
USDOT, as recorded by USDOT’s email systems, and (2) when indicated on the receipt
of delivery by national transportation company or mail.
(d) If a valid notice or other communication to USDOT under this agreement is received
after 5:00 p.m. on a business day, or on a day that is not a business day, then the notice
will be deemed received at 9:00 a.m. on the next business day.
23.3 Method of Notice to Recipient.
(a) Except as specified in section 23.3(d), for a notice to the Recipient under this agreement
to be valid, it must be sent by one or more of the following: (1) email; (2) a national
transportation company with all fees prepaid and receipt of delivery; or (3) registered or
certified mail with return receipt requested and postage prepaid.
(b) For a notice to the Recipient under this agreement to be valid, it must be addressed to all
of the Recipient contacts who are listed in section 3 of schedule A.
(c) A valid notice to the Recipient under this agreement is effective when received by the
Recipient. It will be deemed to have been received:
(1) for email, on receipt; and, for other delivery, when indicated on the receipt of
delivery by national transportation company or mail; or
32 of 38
(2) if the Recipient rejects or otherwise refuses to accept it, or if it cannot be
delivered because of a change in address or representatives for which no notice
was given, then on that rejection, refusal, or inability to deliver.
(d) For a notice to the Recipient under article 16 to be valid, it must be sent by one or more
of the following: (1) a national transportation company with all fees prepaid and receipt
of delivery or (2) registered or certified mail with return receipt requested and postage
prepaid.
23.4 Recipient Contacts for Notice. If a Recipient contact who is listed in section 3 of
schedule A is unable to receive notices under this agreement on behalf of the Recipient,
then the Recipient shall promptly identify one or more replacement contacts under
section 20.2(a).
23.5 Additional Mandatory Notices to USDOT. The Recipient shall notify the USDOT if
any one of the following conditions is satisfied, not later than 5 business days after that
condition is satisfied:
(1) the Recipient receives a communication related to this award or this agreement
from the United States Comptroller General, a Federal Inspector General, or any
other oversight entity; or
(2) the Recipient becomes aware of waste, fraud, abuse, or potentially criminal
activity related to this agreement.
23.6 Scope of Notice Requirements. The form and method requirements of this article 23,
including sections 23.1, 23.2, and 23.3, apply only to communications for which this
agreement expressly uses one or more of the following words: “notice”; “notification”;
“notify”; or “notifying.” This article 23 does not control or limit other communication
between the parties about the Project or this agreement.
ARTICLE 24
INFORMATION REQUESTS
24.1 USDOT Information Requests.
(a) By notice, the USDOT may request from the Recipient any information that the USDOT
determines is necessary to fulfill its oversight responsibilities under the Program Statute
or other Federal law.
(b) If the USDOT requests information from the Recipient under section 24.1(a), the
Recipient shall respond in the form and at the time detailed in the notice requesting
information.
(c) This section 24.1 does not limit the Recipient’s obligations under section 22.4 or 2 C.F.R.
200.337 to provide access to Recipient records.
33 of 38
ARTICLE 25
ASSIGNMENT
25.1 Assignment Prohibited. The Recipient shall not transfer to any other entity any
discretion granted under this agreement, any right to satisfy a condition under this
agreement, any remedy under this agreement, or any obligation imposed under this
agreement.
ARTICLE 26
WAIVER
26.1 Waivers.
(a) A waiver of a term of this agreement granted by the USDOT will not be effective unless
it is in writing and signed by an authorized representative of the USDOT.
(b) A waiver of a term of this agreement granted by the USDOT on one occasion will not
operate as a waiver on other occasions.
(c) If the USDOT fails to require strict performance of a term of this agreement, fails to
exercise a remedy for a breach of this agreement, or fails to reject a payment during a
breach of this agreement, that failure does not constitute a waiver of that term or breach.
ARTICLE 27
ADDITIONAL TERMS AND CONDITIONS
27.1 Disclaimer of Federal Liability. The USDOT shall not be responsible or liable for any
damage to property or any injury to persons that may arise from, or be incident to,
performance or compliance with this agreement.
27.2 Relocation and Real Property Acquisition.
(a) To the greatest extent practicable under State law, the Recipient shall comply with the
land acquisition policies in 49 C.F.R. 24 subpart B and shall pay or reimburse property
owners for necessary expenses as specified in that subpart.
(b) The Recipient shall provide a relocation assistance program offering the services
described in 49 C.F.R. 24 subpart C and shall provide reasonable relocation payments
and assistance to displaced persons as required in 49 C.F.R. 24 subparts D–E.
(c) The Recipient shall make available to displaced persons comparable replacement
dwellings in accordance with 49 C.F.R. 24.
34 of 38
27.3 Equipment Disposition.
(a) In accordance with 2 C.F.R. 200.313 and 1201.313, if the Recipient or a subrecipient
acquires equipment under this award, then when that equipment is no longer needed for
the Project:
(1) if the entity that acquired the equipment is a State, the State shall dispose of that
equipment in accordance with State laws and procedures;
(2) if the entity that acquired the equipment is an Indian Tribe, the Indian Tribe shall
dispose of that equipment in accordance with tribal laws and procedures. If such
laws and procedures do not exist, Indian Tribes must follow the guidance in 2
C.F.R 200.313; and
(3) if the entity that acquired the equipment is neither a State nor an Indian Tribe ,
that entity shall request disposition instructions from the Administering
Operating Administration.
(b) In accordance with 2 C.F.R. 200.443(d), the distribution of the proceeds from the
disposition of equipment must be made in accordance with 2 C.F.R. 200.310–200.316
and 2 C.F.R. 1201.313.
(c) The Recipient shall ensure compliance with this section 27.3 for all tiers of subawards
under this award.
27.4 Environmental Review.
(a) In this section, “Environmental Review Entity” means:
(1) if the Project is located in a State that has assumed responsibilities for
environmental review activities under 23 U.S.C. 326 or 23 U.S.C. 327 and the
Project is within the scope of the assumed responsibilities, the State; and
(2) for all other cases, the FHWA.
(b) Except as authorized under section 27.4(c), the Recipient shall not begin final design;
acquire real property, construction materials, or equipment; begin construction; or take
other actions that represent an irretrievable commitment of resources for the Project
unless and until:
(1) the Environmental Review Entity complies with the National Environmental
Policy Act, 42 U.S.C. 4321 to 4370m-12, and any other applicable environmental
laws and regulations; and
(2) if the Environmental Review Entity is not the Recipient, the Environmental
Review Entity provides the Recipient with written communication stating that the
environmental review process is complete.
(c) If the Recipient is using procedures for early acquisition of real property under 23 C.F.R.
710.501 or hardship and protective acquisitions of real property 23 C.F.R. 710.503, the
35 of 38
Recipient shall comply with 23 C.F.R. 771.113(d)(1).
(d) The Recipient acknowledges that:
(1) the Environmental Review Entity’s actions under section 27.4(a) depend on the
Recipient conducting necessary environmental analyses and submitting necessary
documents to the Environmental Review Entity; and
(2) applicable environmental statutes and regulation may require the Recipient to
prepare and submit documents to other Federal, State, and local agencies.
(e) Consistent with 23 C.F.R. 771.105(a), to the extent practicable and consistent with
Federal law, the Recipient shall coordinate all environmental investigations, reviews, and
consultations as a single process.
(f) The activities described in schedule B and other information described in this agreement
may inform environmental decision-making processes, but the parties do not intend this
agreement to document the alternatives under consideration under those processes. If a
build alternative is selected that does not align with schedule B or other information in
this agreement, then:
(1) the parties may amend this agreement under section 20.1 for consistency with the
selected build alternative; or
(2) if the USDOT determines that the condition at section 17.1(a)(5) is satisfied, the
USDOT may terminate this agreement under section 17.1(a)(5).
(g) The Recipient shall complete any mitigation activities described in the environmental
document or documents for the Project, including the terms and conditions contained in
the required permits and authorizations for the Project.
27.5 Railroad Coordination. If section 3 of schedule C includes one or more milestones
identified as a “Railroad Coordination Agreement,” then for each of those milestones, the
Recipient shall enter a standard written railroad coordination agreement, consistent with
23 C.F.R. 646.216(d), no later than the deadline date identified for that milestone, with
the identified railroad for work and operation within that railroad’s right-of-way.
ARTICLE 28
MANDATORY AWARD INFORMATION
28.1 Information Contained in a Federal Award. For 2 C.F.R. 200.211:
(1) the “Federal Award Date” is the date of this agreement, as defined under section
30.2;
(2) the “Assistance Listings Number” is 20.933 and the “Assistance Listings Title” is
“National Infrastructure Investments”; and
36 of 38
(3) this award is not for research and development.
28.2 Federal Award Identification Number.
(a) If the USDOT Payment System identified in section 6 of schedule A is “FMIS,” then the
Federal Award Identification Number will be generated when the FHWA Division
authorizes the project in FMIS. The Recipient acknowledges that it has access to FMIS
and can retrieve the FAIN from FMIS.
(b) If the USDOT Payment System identified in section 6 of schedule A is “DELPHI
eInvoicing,” then the Federal Award Identification Number is listed on page 1, line 1 of
the project-specific agreement.
28.3 Recipient’s Unique Entity Identifier.
(a) If the USDOT Payment System identified in section 6 of schedule A is “FMIS,” then the
Recipient’s Unique Entity Identifier, as defined at 2 C.F.R. 25.400, is available in FMIS.
The Recipient acknowledges that it has access to FMIS and can retrieve the unique entity
identifier from FMIS.
(b) If the USDOT Payment System identified in section 6 of schedule A is “DELPHI
eInvoicing,” then the Recipient’s Unique Entity Identifier, as defined at 2 C.F.R. 25.400,
is listed on page 1, line 4 of the project-specific agreement.
28.4 Budget Period. The budget period for this award begins on the date of this agreement
and ends on the budget period end date that is listed in section 1 of schedule C. In this
agreement, “budget period” is used as defined at 2 C.F.R. 200.1.
28.5 Period of Performance.
(a) If the USDOT Payment System identified in section 6 of schedule A is “FMIS,” then the
period of performance for this award begins on the date of this agreement and ends on
project end date in FMIS.
(b) If the USDOT Payment System identified in section 6 of schedule A is “DELPHI
eInvoicing,” then the period of performance for this award is listed on page 1, line 6 of
the project-specific agreement.
(c) In this agreement, “period of performance” is used as defined at 2 C.F.R. 200.1.
ARTICLE 29
CONSTRUCTION AND DEFINITIONS
29.1 Schedules. This agreement includes the following schedules as integral parts:
Schedule A Administrative Information
Schedule B Project Activities
37 of 38
Schedule C Award Dates and Project Schedule
Schedule D Award and Project Financial Information
Schedule E Changes from Application
Schedule F RAISE Program Designations
Schedule G RAISE Performance Measurement Information
Schedule H Climate Change and Environmental Justice Impacts
Schedule I Racial Equity and Barriers to Opportunity
Schedule J Labor and Work
Schedule K Civil Rights and Title VI
29.2 Exhibits. The following exhibits, which are located in the document titled “Exhibits to
FHWA Grant Agreements Under the Fiscal Year 2023 RAISE Program,” dated June 23,
2023, and available at https://www.transportation.gov/policy-initiatives/raise/raise-grant-
agreements, are part of this agreement.
Exhibit A Applicable Federal Laws and Regulations
Exhibit B Additional Standard Terms
Exhibit C Quarterly Project Progress Reports and Recertifications: Format and
Content
Exhibit D Form for Subsequent Obligation of Funds
29.3 Construction.
(a) In these General Terms and Conditions:
(1) unless expressly specified, a reference to a section or article refers to that section
or article in these General Terms and Conditions;
(2) a reference to a section or other subdivision of a schedule listed in section 29.1
will expressly identify the relevant schedule; and
(3) there are no references to articles or sections in project-specific portions of the
agreement that are not contained in schedules listed in section 29.1.
(b) If a provision in these General Terms and Conditions or the exhibits conflicts with a
provision in the project-specific portion of the agreement, then the project-specific
portion of the agreement prevails. If a provision in the exhibits conflicts with a provision
in these General Terms and Conditions, then the provision in these General Terms and
Conditions prevails.
29.4 Integration. This agreement constitutes the entire agreement of the parties relating to the
RAISE Program and awards under that program and supersedes any previous agreements,
oral or written, relating to the RAISE Program and awards under that program.
29.5 Definitions. In this agreement, the following definitions apply:
“General Terms and Conditions” means this document, including articles 1–30.
38 of 38
“Program Statute” means the collective statutory text:
(1) at 49 U.S.C. 6702;
(2) under the heading “Department of Transportation—Office of the Secretary—
National Infrastructure Investments” in title VIII of division J of the Infrastructure
Investment and Jobs Act, Pub. L. No. 117-58 (Nov. 15, 2021), and all other
provisions of that act that apply to amounts appropriated under that heading; and
(3) under the heading “Department of Transportation—Office of the Secretary—
National Infrastructure Investments” in title I of division L of the Consolidated
Appropriations Act, 2023 Pub. L. No. 117-328 (Dec. 29, 2022), and all other
provisions of that act that apply to amounts appropriated under that heading.
“Project” means the project proposed in the Technical Application, as modified by the
negotiated provisions of this agreement, including schedules A–J.
“RAISE Grant” means an award of funds that were made available under the NOFO.
“Technical Application” means the application identified in section 1 of schedule A,
including Standard Form 424 and all information and attachments submitted with that
form through Grants.gov.
29.6 References to Times of Day. All references to times of day in this agreement are deemed
references to that time at the prevailing local time in Washington, DC.
ARTICLE 30
AGREEMENT EXECUTION AND EFFECTIVE DATE
30.1 Counterparts. This agreement may be executed in counterparts, which constitute one
document. The parties intend each countersigned original to have identical legal effect.
30.2 Effective Date. The agreement will become effective when all parties have signed it. The
date of this agreement will be the date this agreement is signed by the last party to sign it.
This instrument constitutes a RAISE Grant when the USDOT’s authorized representative
signs it.