Contract - 02-07-2017 - 8543 - Local Agency Agreement Supplement No. 1 and Federal Aid Project Prospectus - Kalama River Road Guardrail Rural Project No. 5306.AS -8534
BOCC Agenda
Meeting Date: 02/07/2017
1.
LOCAL AGENCY AGREEMENT SUPPLEMENT NO. 1 AND FEDERAL AID PROJECT PROSPECTUS -
Kalama River Road Guardrail Repair Project No. 5306; ERP No, 749
Submitted For: Brad Bastin, Public Works Submitted By: Carol Sides, Public Works
Department: Public Works
Information
Subject and Summary Statement
Heavy rains in December 2015 caused landslides and debris flows which resulted in road damage.
Several locations on Kalama River Road were damaged by the debris flows and landslides, and from
water overtopping the roadway. Temporary Restoration work consisted of County forces shoring up the
roadway and rebuilding the roadway embankments during the emergency. Permanent work consisting of
replacing damaged guardrail and installing shoulder rock will need to be repaired by contract. All of this
work is eligible for reimbursement through the Federal Highways Administration Emergency Relief (ER)
program. The attached Local Agency Agreement Supplement #1 serves as the document necessary to
obligate ER funds for the construction phase. The total cost of the project is estimated to be $57,725. The
ER program will reimburse the County for 100% of the emergency repairs and 86.5% for all other eligible
costs with the total reimbursement equaling approximately $51,431.
Will Staff Attend Y / N
Yes
Department Recommendation
It is the recommendation of the Department of Public Works that the Board move to approve the Local
Agency Agreement Supplement No. 1 and Federal Aid Project Prospectus for the Kalama River Road
Guardrail Project, and authorize the documents to be executed.
Attachments
LAA Supplement 1 and Federal Aid Prospectus
LAA and Federal Aid Prospectus
Vicinity Map
Final Approval Date: 02/01/2017
Form Review
Inbox Reviewed By Date
Chris Andrews Chris Andrews 01/25/2017 04:50 PM
Susan Eugenis Susan Eugenis 01/25/2017 04:55 PM
Brad Bastin Carol Sides 01/26/2017 09:58 AM
Chris Andrews Chris Andrews 01/30/2017 11:24 AM
Susan Eugenis Susan Eugenis 01/30/2017 05:14 PM
Brad Bastin Brad Bastin 02/01/2017 02:35 PM
Clerk of the Board Tiffany Ostreim 02/01/2017 04:45 PM
Form Started By: Carol Sides Started On: 01/2512017 07:50 AM
Final Approval Date: 02/01/2017
Washington Stage
Department of TlranspotrtaMon
Agency
Local Agency Agreement Supplement
Number
Cowlitz County Department of Public Works 1
Federal Aid Project Number JAgreement Number CFDA No. 20.205
ER- 1602(025) LA 8958 (Catalog of Federal Domestic Assistance)
The Local Agency requests to supplement the agreement entered into and executed on September 6, 2016
All provisions in the basic agreement remain in effect except as modified by this supplement.
The change to the agreement are as follows:
Project Description
Name Kalama River Road Guardrail Repair Length —0.1 miles
Termini Three locations between Milepost 1.38 and 5.56
Description of Work No Change
Reason for Supplement
To obligate construction funding
Are you claiming indirect cost rate? Yes No Project Agreement End Date 12/31/2018
Does this change require additional Right of Way or Easements? n Yes No Advertisement Date: 3/7/17
The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a
condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions.
t
Approved this stay of Ft
BOARD OF COUNTY COMM
OF COWLITZ COUNTY, WA
13y:
Chairman of the BoE
Attest: 7 G+ -•, 10,
k of fiW Board
OWI -ITS 'per
COUNTY
S
H(N TOO
Washington S e artment of Tr sportation
J
Director, Loc l Programs
Y
ate Executed FEB 2 4 2017 Page 1
Estimate of Funding
1)
2)
3) 4)
Type of Work
5)
Previous
Supplement Estimated Total Estimated Agency Estimated Federal
Agreement/Suppl, Project Funds Funds Funds
PE
4a ncX86.5 %
3,000.00 3,000.00 405.00 2,595.00
0.00b. Other
Federal Aid
c Other 0.00
Participation
Ratio for PE d. State 525.00 525.00 71.00 454.00
e. Total PE Cost Estimate fa+b+c+d) 3,525.00 0.00 3,525.00 476.00 3,049.00
Right of Way 0.00
g. Other 0.00
Federal Aid
Other 0.00
Participation
Ratio for RW i. State 0.00
0.00 0.00 0.00 0.00 0.00J. Total R/IN Cosl Estimate 04 +h
k. Contract 37,500.00 37,500.00 5,062.00 32,438.00
go6nstructio °
Other Temp Restoration at 100% 11,100.00 11,100.00 0.00 11,100.00
m. Other 0.00
Federal Aid
Other 0.00
Participation
Ratio for CN
5,000.00 5,000.00 675.00 4,325.00
P. State 600.00 600.00 81.00 519.00
Total C.N Cost Estimate k+)+ +n
11,100.00 43,100.00 54,200.00 5,818.00 48,382.00
r,.TQtaJ Projec- Lcost.Estimate-feti+q 14,625.00 43,100.00 57,725.00 6,294.00 51,431.00
The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a
condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions.
t
Approved this stay of Ft
BOARD OF COUNTY COMM
OF COWLITZ COUNTY, WA
13y:
Chairman of the BoE
Attest: 7 G+ -•, 10,
k of fiW Board
OWI -ITS 'per
COUNTY
S
H(N TOO
Washington S e artment of Tr sportation
J
Director, Loc l Programs
Y
ate Executed FEB 2 4 2017 Page 1
Agency Supplement Number
Cowlitz County Department of Public Works 1
Federal Aid Project Number Agreement Number CFDA No. 20.205
ER- 1602(025) LA 8958 Catalog of Federal Domestic Assistance)
VI. Payment and Partial Reimbursement
The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid
by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation
Act, as amended, 2 CFR Part 200. The State shall not be ultimately responsible for any of the costs of the project. The
Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal
Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal
participation in this project.
The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws.
The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred
costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead
shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with
the regulations outlined in 2 CFR Part 200 - Uniform Admin. Requirements, Cost Principles and Audit Requirements for
Federal Awards, and retained for audit.
The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government
for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly
allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the
Federal Government (see Section IX).
VII. Audit of Federal Consultant Contracts
The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine
eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the
State and the Federal Government.
An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental
auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United
States; WSDOT Manual M 27 -50, Consultant Authorization, Selection, and Agreement Administration; memoranda of
understanding between WSDOT and FHWA; and 2 CFR Part 200.501 -Audit Requirements.
If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the
Agency shall reimburse the State for the amount of such overpayment or excess participation.
IX. Payment of Billing
The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g.,
State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State
within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular
monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be
approved until full payment is received unless otherwise directed by the Director, Local Programs.
Project Agreement End Date -This date is based on your projects Period of Performance (2 CFR Part 200.309).
Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement. All eligible costs
incurred prior to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project
Agreement End Date or they become ineligible for federal reimbursement.
Vill. Single Audit Act
The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as
well as all applicable federal and state statutes and regulations. A subrecipient who expends $750,000 or more in federal
awards from all sources during a given fiscal year shall have a single or program- specific audit performed for that year in
accordance with the provisions of 2 CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for
ensuring that a copy of the report is transmitted promptly to the State.
XVII. Assurances
Local Agencies receiving Federal funding from the USDOT or its operating administrations (i.e., Federal Highway
Administration, Federal Transit Administration, Federal Aviation Administration) are required to submit a written policy
statement, signed by the Agency Executive and addressed to the State, documenting that all programs, activities and
services will be conducted in compliance with Section 504 and the Americans with Disabilities Act (ADA).
DOT Form 140 -041 Page 2
Revised 05/2015
VrWa ington State
Af Department of Transportation
Local Agent qTederal Aid
Project Prospectus
DOT Form 140 -101 Previous Editions Obsolete Page 1
Revised 04/2015
Date 1/26/2017
Prefix Route
DUNS Number 081976292FederalAid
Promect Number ER 1602(025)
Local Agency
5306
WSDOT
Use Only)
Federal Employer
Tax ID Number 91- 6001310Pro'ect Number
Agency CA Agency Federal Program Title
Cowlitz County Dept.of Public Works N Yes No N 20.205 Other
Project Title Start Latitude N46.04824 Start Longitude W122.83451
Kalama River Road Guardrail Repair
End Latitude N46.03923 End Longitude W122.76848
Project Termini From - To Nearest City Name Project Zip Code (+ 4)
N/A N/A Kalama 98625 -9449
Begin Mile Post End Mile Post Length of Project Award Type
1.38 5.56 Varies N Local Local Forces State Railroad
Route ID Begin Mile Point End Mile Point
N/A
ber County Number County Name
08 Cowlitz
WSDOT Region Legislative District(s) Congressional District(s) Urban Area Number
Southwest Re ion 20 3 N/A
Total Local Agency Federal Funds
Phase Start
Phase Estimated Cost Funding Date
Nearest Hundred Dollar Nearest Hundred Dollar Nearest Hundred Dollar Month Year
P. E. 3,525 476 3,049 12/2015
R/W 0 0 0
Const. 54,200 5 818 48,382 12/2015
Total 57,725 1 6,294 51,431
Description of Existing Facile (Existing Design and Present Condition
Roadway Width Number of Lanes
24 2
Kalama River Road is a two lane rural major collector with two I P wide paved lanes and two 1' wide gravel shoulders on each
side. The roadway was damaged during the storm event in December 2015 resulting in the shoulders and guardrail being
damaged.
Description of Proposed Work
Description of Proposed Work (Attach additional sheet(s) if necessary)
Emergency work consisted of rebuilding the embankments to prevent further damage to the roadway. Permanent repairs include
replacement of the damaged guardrail, guardrail terminals and anchors with new guardrail, guardrail terminals and anchors and
replacing eroded shoulder rock.
Local Agency Contact Person Title Phone
Chris Andrews PE Project Mana er 577 -3030
Mailing Address City State Zip Code
1600 - 13th Avenue South Kelso WA 98626 -2851
By
Project Prospectus Approval Approving Authority
Title Public Works Director /County Engineer Date 1 - 30' 1"1
DOT Form 140 -101 Previous Editions Obsolete Page 1
Revised 04/2015
Agency Project Title Date
Cowlitz County Dept.of Public Kalama River Road Guardrail Repair 1/26/2017
Tvne of Proaosed Work
Project Type (Check all that Apply) Roadway Width Number of Lanes
New Construction Path /Trail 3 -R
24 2
Reconstruction Pedestrian / Facilities 2 -R
Railroad Parking ® Other
Bridge
Geometric Design Data
Preliminary Engineering Will Be Performed By Others Agency
Geotechnical Engineering Consultant and Agency. 0 % 100 %
Construction Will Be Performed By
Description
Agency
Through Route
79 % 21 %
Crossroad
Federal
Functional
Classification
Urban
Rural
NHS
Principal Arterial
Minor Arterial
Collector
Major Collector
Minor Collector
Local Access
Urban
Rural
NHS
El
Principal Arterial
Minor Arterial
Collector
Major Collector
Minor Collector
Local Access
Terrain Flat Roll Mountain Flat Roll Mountain
Posted Speed 35
Design Speed 35
Existing ADT 1400
Design Year ADT 1900
Design Year 2035
Design Hourly Volume (DHV) 150
Performance of Work
Preliminary Engineering Will Be Performed By Others Agency
Geotechnical Engineering Consultant and Agency. 0 % 100 %
Construction Will Be Performed By Contract Agency
Emergency repairs completed by County, ermanent restoration by Contract 79 % 21 %
Environmental Classification
Class I - Environmental Impact Statement (EIS) ® Class 11- Categorically Excluded (CE)
Project Involves NEPA/SEPA Section 404
Interagency Agreement
Class III - Environmental Assessment (EA)
Project Involves NEPA/SEPA Section 404
Interagency Agreement
Projects Requiring Documentation
Documented CE)
Environmental Considerations
The project is located adjacent to the Kalama River which provides habitat for ESA listed aquatic species. All work is above
ordinary high water and will have no effect on ESA listed species. Installation of guardrail and shoulder rock will cause very
little ground disturbance so that no sediment laden runoff should enter the river.
DOT Form 140 -101 Page 2
Revised 04/2015 Previous Editions Obsolete O
Agency Project Title Date
Cowlitz County Dept.of Public Kalama River Road Guardrail Repair 1/26/2017
Right of Way
Q
No Right of Way Needed Right of Way Needed
All construction required by the No Relocation Relocation Required
contract can be accomplished
IY
SkINGTON
within the existing right of way.
y SY'
Utilities Railroad
No utility work required No railroad work required
All utility work will be completed prior to the start of the All railroad work will be completed prior to the start of the
construction contract construction contract
All utility work will be completed in coordination with the All railroad work will be completed in coordination with the
construction contract construction contract
Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project
There should not be any utility relocations. The guardrail will be put back in the predamage location. There are
existing overhead utilities that should not be affected.
FAA Involvement
Is any airport located within 3.2 kilometers (2 miles) of the proposed project? Yes ® No
Remarks
This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and
is not inconsistent with the agency's comprehensive plan for community development.
ATTEST:
Clerk o`f the
pOF COUP
Q
c0 w r2p
ll CO NtY
IY
SkINGTON
y SY'
Approved this day of I i , -h , 2017
s
OARD OF COUNTY COMMISSIONERS
F COWLITZ COUNTY, WASHINGTON
By:
Chairman of the Board
AdML
V// DePar 7ianwwItation
Agency Cowlitz Count`, Debt. Of Public Works
Address 1600 13th Avenue South
Kelso. WA 98626 -
Local Agency Agreement
CFDA No. 20.205
Catalog of Federal Domestic Assistance)
Project No. ----
Agreement No. - -— C7 - - -
For OSC WSDOT Use Only
The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in (1) Title 23, U.S. Code Highways, (2)
the regulations issued pursuant thereto, (3) 2 CFR Part 200, (4) the policies and procedures promulgated by the Washington State Department of
Transportation, and (5) the federal aid project agreement entered into between the State and Federal Govemment, relative to the above project, the
Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification Federal funds
which are to be obligated for the project may not exceed the amount shown herein on line r, column 3, without written authority by the State, subject
to the approval of the Federal Highway Administration. All project costs not reimbursed by the Federal Govemment shall be the responsibility of the
Local Agency.
Project Description
Name Kalama River Road Guardrail Repair Length Varies
Termini iViilepost 1.38 to 5.56
Description of Work
The project will repair the roadway shoulder and guardrail that was damaged during the December 2015 storm event.
Included in this agreement is emergency work that was done to shore up the roadway and prevent further roadway
damage
Project Agreement End Date: 11111112017
A.d— '4;emm—f rhfc. I n re n i
Claiming Indirect Cost Rate
Yes No
r- I UPUQVUravGuJVnic.n..+ 1tuH'In
Estimate_ of Funding
Type of Work Estimated Total I
2)
Estimated Agency
3)
Estimated
Project Fun_ ds Funds Federal Funds
PE a- Agencv 3 - 000. 405.00 2,595.00
86.5 % b. Other —
c. Other
Federal Aid
d• State 525.00 71.00 454.00
Participation
Ratio for PE e. Total PE Cost Estimate a +b +c +d 3.525,00 476.00 3,049.00
I
Right of Way f_ Agency _ - -- --
Other
h. Other
Federal Aid
State
Participation i
Ratio for RW Total RM Cost Estimate f+ +h +i
Construction k. Contract11
1. Other Temporary Restoration at 100% 11,100.00 0.00 11,100.00
m. Other
n. Other
o Agency
Federal Aid
p• StateParticipation
Ratio for CN q. Total CN Cost Estimate k +l +m +n +o+ 11 100.001 11,100.00
r. Total Project Cost Estimate a +'+ 14,625.00'. 476.00' 14 149A0
Approved this -day of (Lu 'LtA'4 , 2016
BOARD OF COUNTY COMMISSION RS
Washington State Department of Transportation
By
OF C;O LfNI Y ASHIN 0 Director, Local Programs
By' `
f -
Date Executed
Chairman of the Board
Attest:
t ,.'Clerk of t Board
SLP 0 - 2016
Page 1
Construction Method of Financing (Check Method Selected)
State Ad and Award
Method A - Advance Payment - Agency Share of total construction cost (based on contract award)
Method B - Withhold from gas tax the Agency's share of total construction cost (line 4, column 2) in the amount of
at $
Local Force or Local Ad and Award
per month for months.
Method C - Agency cost incurred with partial reimbursement
The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as
a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set
forth below. Adopted by official action on
Resolution /Ordinance No.
Provisions
I. Scope of Work
The Agency shall provide all the work, labor, materials, and services necessary to perform the project which is described and set forth in detail in
the "Project Description" and "Type of Work."
When the State acts for and on behalf of the Agency, the State shall be deemed an agent of the Agency and shall perform the services described
and indicated in "Type of Work" on the face of this agreement, in accordance with plans and specifications as proposed by the Agency and approved
by the State and the Federal Highway Administration.
When the State acts for the Agency but is not subject to the right of control by the Agency, the State shall have the right to perform the work
subject to the ordinary procedures of the State and Federal Highway Administration.
H. Delegation of Authority
The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project. The Agency agrees that the State
shall have the full authority to carry out this administration. The State shall review, process, and approve documents required for federal aid
reimbursement in accordance with federal requirements. If the State advertises and awards the contract, the State will further act for the Agency in
all matters concerning the project as requested by the Agency. If the Local Agency advertises and awards the project, the State shall review the work
to ensure conformity with the approved plans and specifications.
III. Project Administration
Certain types of work and services shall be provided b} the State on this project as requested by the Agency and described in the Type of Work
above. In addition, the State will furnish qualified personnel for the supervision and inspection of tfie work in progress. On Local Agency advertised
and awarded projects, the supervision and inspection shall be limited to ensuring all work ism conformance with approved plans, specifications, and
federal aid requirements, The salary of such engineer or other supervisor and all other salaries and cost~ incurred by State forces upon the project
will be considered a cost thereof. All costs related to this project incurred by employees of the State in the customary manner on highway payrolls
and vouchers shall be charged as costs of the project.
IV. Availability of Records
All project records in supprnt of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local
government accounting procedures prescribed by the Washington State Auditor's Office, the US, Department of 'rransportation, and the
Washington State Department of Transportation, 'i fie records shall he open to inspection by the State and Federal Government at all reasonable times
and shall be retained and made available fbr such inspection for a period of not less than three years from ilic final payment of any federal aid funds
to the Agency. Copies of said records shall be furnished to the State and/or Federal Government upon request.
V. Compliance with Provisions
The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State
for each classification. The classifications of work for projects are:
1. Preliminary engineering.
2. Right of way acquisition.
3. Project construction.
Once written authorization is given, the Agency agrees to show continuous progress through monthly billings. Failure to show continuous progress
may result the Agency's project becoming inactive, as described in 23 CFR 630, and subject to de- obligation of federal aid funds and /or agreement
closure.
If right of way acquisition, or actual construction of the road for which preliminary engineering is undertaken is not started by the close of the
tenth fiscal year following the fiscal year in which preliminary engineering phase was authorized, the Agency will repay to the State the sum or sums
of federal funds paid to the Agency under the terms of this agreement (see Section IX).
If actual construction of the road for which right of way has been purchased is not started by the close of the tenth fiscal year following the fiscal
year in which the right of way phase was authorized, the Agency will repay to the State the sum or sums of federal funds paid to the Agency under
the terms of this agreement (see Section IX)
The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will
conform to at least the minimum values set by approved statewide design standards applicable to this class of highways, even though such additional
work is financed without federal aid participation.
DOT Form 140 -039 Page 2
Revised 05/2015
The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated damages
relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the
contract time.
VI. Payment and Partial Reimbursement
The total cost of the project, including all review and engineering costs and other expenses of the State. is to be paid by the Agency and by the
Federal t ioverninent. Federal funding shall be in accordance with the Federal Transportation Act, as autcnded. 2 CFR Part 200. The State shall not
be ultimate!} responsible for any of the costs of the project. The Agency shall be ultimately responahlc for all costs associated with the project
which are not reimbursed by the Federal Government. Nothing in this agreement shall be construct] as a promise by the State as to the amount or
nature of federal participation in this project.
The Agency shall bill the state for federal aid project costs incurred in confornuty t+nh applicable federal and state laws. The agency shall
minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred casts. Expenditures by the Local Agency for
maintenance, general administration, supervision, and other overhead shall not be ciigiblc fix federal participation unless a current indirect cost plan
has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - tlnifilnn Adntn Requirements. Cost Principles and Audit
Requirements for Federal Awards, and retained for audit.
The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of
those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the
Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX).
1. Project Construction Costs
Project construction financing will be accomplished by one of the three methods as indicated in this agreement.
Method A —The Agency will place with the State, within (20) days after the execution of the construction contract, an advance in the amount of
the Agency's shire of the total coustructiun cost based on the contract award The State %ill notify the Agency of the exact amount to be deposited
With the State The State- «ill pay all costs incurred under the contract upon presentation of progress billings from the contractor. Following such
payments, the `Mate will submit a billing to the Federal Government for the federal aid participation share of the cost. When the project is
substantiall4 completed and final actual costs of the project can he deternuned, the State will present the Agency with a final billing showing the
amount due the State. or he amount due the Agency. This billing will he cleared by either a payment from the Agency to the State or by a refund
from the State to the Agency
Method B — The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its monthly fuel tax
allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each
month. The extent of withholding will be confirmed by letter from the State at the time of contract award. Upon receipt of progress billings from the
contractor, the State will submit such billings to the Federal Government for payment of its participating portion of such billings.
Method C — The Agency may submit vouchers to the State in the format prescribed by the State,
those costs eligible for Federal participation to the extent that such costs are directly attributable and
by the Local Agency frrr maintenance, general administration, supervision, and other overhead shall
claimed under a previously approved indirect cost plan.
The State shall reimburse the Agency for the Federal share of eligible project costs up to the amol
time of audit, the Agency will provide documentation of all costs incurred on the project.
in duplicate, not more than once per month for
properly allocable to this project. Expenditures
not be eligible for Federal participation unless
int shown on the face of this agreement. At the
The State shall bill the Agency for all costs incurred by the State relative to the project. The State shall also bill the Agency for the federal funds
paid by the State to the Agency for project costs which are subsequently determined to be ineligible for federal participation see Section IX).
VII. Audit of Federal Consultant Contracts
The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid
costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government.
An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as
issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27 -50, Consultant
Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 -
Audit Requirements.
If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse
the State for the amount of such overpayment or excess participation (see Section IX),
VIII. Single Audit Act
The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all applicable
federal and state statutes and regulations. A subrecipient who expends $750,000 or more in federal awards from all sources during a given fiscal
year shall have a single or program - specific audit performed for that year in accordance with the provisions of 2 CFR Part 200.501. Upon
conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State.
IX, Payment of Billing
The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g., State force work, project
cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the
State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No
additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director, Local Programs.
Project Agreement End Date -This date is based on your projects Period of Performance (2 CFR Part 200.309).
Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement, All eligible costs incurred prior to the Project
Agreement End Date must be submitted for reimbursement within 90 days after the Project Agreement End Date or they become ineligible for
federal reimbursement.
DOT Form 140 -039
Revised 05/2015 Page 3
X. Traffic Control, Signing, Marking, and Roadway Maintenance
The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project without prior
approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs, signals, or markings not
in conformance with the standards approved by the Federal Highway Administration and MUTCD. The Agency will, at its own expense, maintain
the improvement covered by this agreement
XI, Indemnity
The Agency shall hold the Federal Government and the State harruiess from and shall process and defend at its own expense all claims. demands.
or suits, whether at law or equit% brought against the Agenc%. Swo, or Federal Governuteut, arising from the Agcnc%'s execution, performance. or
failure to perform any of the provisions of This agreement. vi of an} other agreement or contract connected %%itli this agreement. or arising by reason
of the participation of the State or Federal (iovernment in the protect. PROVIDED. nothing herein shall require the Agenc} to reirnhurse the State or
the Federal Government for damages ansing out ol- hodil} injure to persons or damage to property caused b\ or resulting from the sole negligence of
the Federal Government or the State.
XII. Nondiscrimination Provision
No liability shall attach to the State or Federal Government except as expressly provided herein.
The Agency shall not discriminate on the basis of race, color, national origin, or sex in the a%kArd and performance of any USDOT- assisted
contract and /or agreement or in the administration of its DBL program or the requirements of 49 ('FR fart 26 l'hc Agency shall take all necessary
and reasonable steps under 49 CFR Pan 26 to ensure nondiscrimination in the award and administration of (-'Sl)OT- assisted contracts and
agreements. The WSDOT's DBE program, as required by 4O CPR Part 26 and as ,ippio%cd In IISN)l is incorporated by reference in this
agreement. Implementation of this program i. a legal obligation and failure to carry out its tenua shall he treated as a siolaiion of this agreement.
Upon notification to the Agency of its failure to cam out its approved program, the Department ma% impose sanctions as provided for under Part 26
and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1 (10 1 an&or the Program Fraud Civil Remedies Act of 1986 (31 i1.
S.C. 3801 et seq.)
The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as
defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from
the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee or
understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, the required contract provisions for
Federal -Aid Contracts (FHWA 1273), located in Chapter 44 of the Local Agency Guidelines.
The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it
participates in federally assisted construction work: Provided, that if the applicant so participating is a State or Local Government, the above equal
opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government which does not participate in work on or
under the contract.
The Agency also agrees:
1) To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity
clause and rules, regulations, and relevant orders of the Secretary of Labor.
2) To fumish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the State in
the discharge of its primary responsibility for securing compliance.
3) To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a
contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts
pursuant to the Executive Order.
4) To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and
subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part 11, subpart D of the Executive Order.
In addition, the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the following
actions:
a) Cancel, terminate, or suspend this agreement in whole or in part;
b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal
occurred until satisfactory assurance of future compliance has been received from the Agency; and
c) Refer the case to the Department of Justice for appropriate legal proceedings.
XIII. Liquidated Damages
The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative to the amount of
Federal participation in the project cost, shall be applicable in the event the contractor fails to complete the contract within the contract time. Failure
to include liquidated damages provision will not relieve the Agency from reduction of federal participation in accordance with this paragraph.
DOT Form 140 -039F Page 4Revised05/2015 9
XIV. Termination for Public Convenience
The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in part,
whenever:
1) The requisite federal funding becomes unavailable through failure of appropriation or otherwise.
2) The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with respect to the
prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of the State with respect to the
preservation of energy resources.
3) The contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining order of a
court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of persons or agencies other than
the contractor
4) The Secretary is notified by the Federal Highway Administration that the project is inactive.
5) The Secretary determines that such termination is in the best interests of the State.
XV, Venue for Claims and/or Causes of Action
For the convenience of the parties to this contract, it is agreed that any claims and /or causes of action which the Local Agency has against the
State of Washington, growing out of this contract or the project with which it is concerned, shall be brought only in the Superior Court for Thurston
County.
XVI, Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
The approving authority certifies, to the best of his or her knowledge and belief, that:
l) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to in) person for influencing or attempting
to influence air officer or employee (if any federal agency, a member of Congress, an officer or emmploycc of Congress, or an employee of`a member
of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of an} federal loan, the entering
into of any eottperativeagreement, and the extension, continuation, renewal. amendment, or rnodification of any federal contract, grant, loan, or
cooperative agreement.
2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence anofficeroremployeeofanyfederalagency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in
connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit the Standard Form = LLL,
Disclosure Form to Report Lobbying," in accordance with its instructions.
3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers
including subgrants, and contracts and subcontracts under grants, subgrants, loans, and cooperative agreements) which exceed $100,000, and that all
such subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission
of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails
to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
XVII. Assurances
Local agencies receiving Federal funding from the USDOT or its operating administration, (i.e,. Federal Highway Administration, Federal Transit
Administration, Federal Aviation Administration) are required to submit a written policy statement, signed by the Agency Executive and addressed
to the State, documenting that all programs, activities, and services will be conducted in compliance with Section 504 and the Americans with
Disabilities Act (ADA).
Additional Provisions
DOT Form 140 -039
Revised 0512015 Page 5
September 13, 2016
G "P -L5 4N000-15
Mr. Brad Bastin
Public Works Director
Cowlitz County
1600 13t6 Avenue South
Kelso, Washington 98626
Cowlitz County
Kalama River Road
Guardrail Repair
ER- 1602(025)
FUND AUTHORIZATION
Dear Mr. Bastin:
RECEIVED
SEP 19 2016
COWLITZ COUNTY
PUBLIC WORKS DEPT.
We have received FHWA fund authorization, effective September 7, 2016, for this project as
follows:
PHASE TOTAL FEDERAL SHARE
Preliminary Engineering $3,525 $3,049
Construction (Temp /Emerg.) $11,100 $11,100
As a condition of authorization you must show continuous project progress through monthly
billings, until your project is complete. Failure to show continuous progress may result in
your project becoming inactive per 23 CFR 630.106(a) (5) and subject to de- obligation of all
federal funds and agreement closure.
Enclosed for your information and file is a fully executed copy of Local Agency Agreement
LA -8958 between the state and your agency. All costs exceeding those shown on this
agreement are the sole responsibility of your agency.
FHWA requires projects utilizing federal funds for preliminary engineering or right of way to
advance to construction. If this project is unable to proceed to construction, any expended
federal funds must be repaid.
WSDOT authorization to proceed with permanent right of way and /or construction is
contingent upon receipt and approval of your environmental documents.
You may proceed with the administration of this project in accordance with your WSDOT
approved Certification Acceptance agreement.
Stephanie Tax
c Manager, Program Management
Local Programs
STJg:ac
Enclosure
cc: Chad Hancock, Southwest Region Local Programs Engineer
AML
Washington State
W// Department of Transportation
Local AgenLg"pederal Aid
Project Prospectus
DOT Form 140 -101 Previous Editions Obsolete Page 1
Revised 04/2015
Date 8/8/2016
Prefix Route
DUNS Number 081976292FederalAid
Project Number ER
Federal EmployerfWSDOT1LocalAgency
use Only Tax ID Number, 91- 6001310
Pro'ect Number
a
Agency CA Agency Federal Prog;
E]-,Other
am Title
Cowlitz County Dept.of Public Works ® Yes El No 20.205 --
Project Title Start Latitude N46- 02- 53.76_ Start Longitude W122-50-06.71
Kalama River Road Guardrail Repair W 1 2?_,1h_06.30EndLatitudeN46 -02 -20.90 End Longitude _ _
Project Termini From - To I Nearest City Name Project Zip Code (+ 4) 198625-9449_
N/A N/A Castle Ruck
Begin Mile Post End Mile Post I Length of Project Award Type
1.38 5.56 Varies ® Local Local Forces State Railroad
Route iD Begin Mile Point End Mile Point City Number County Number County Nam1IN/A 08 _ Cowlitz --
WSDOT Region + Legislative District(s) I Congressional District(s) Urban Area Number
Southwest Rc!ioll 120 3 N/A
Total Local Agency Federal Funds
Phase Start
Date
Phase Estimated Cost
Nearest Hundred Dollar
Funding
Nearest Hundred Dollar Nearest Hundred Dollar Month Year
P.E- .... 3,525 476 3,_0 9 12/2015.
R/W 0 0 0
5,500Const. 51,900 46400 12/2015
Total 55,425 5.976 49,449
Description of Existing Facility (Existing Design nd Present Condition
Roadway Width Number of Lanes
24 2
Kalama River Road is a two lane rural major collector with two I V wide paved lanes and two P wide gravel shoulders on each
side. The roadway was damaged during the storm event in December 2015 resulting in the shoulders and guardrail being
damaged.
Descri tion of Proposed Work
Description of Proposed Work (Attach additional sheet(s) if necessary)
Emergency work consisted of rebuilding the embankments to prevent further damage to the roadway. Permanent repairs include
replacement of the damaged guardrail, guardrail terminals and anchors with new guardrail, guardrail terminals and anchors and
adding shoulder rock..
Local Agency Contact Person Title Phone
Chris Andrews PE ; Project M.ana ,er 577_- 3030
Mailing Address City I State Zip Code
1600 - 13th Avenue South Kelso WA 9SG2G ^R51 - --
By
Project Prospectus Approval
Approving Authority
Title Public Works Director /County Engineer Date
DOT Form 140 -101 Previous Editions Obsolete Page 1
Revised 04/2015
Agency j Project Title
owlitr Countv Deot.of Public I Kalama River Road Guardrail Rcpair
Date
8/8/2016
Type of Pro osed Work
Project Type (Check all that Apply) Roadway Width Number of Lanes
New Construction Path / Trail 3-R 24 12
Reconstruction Pedestrian / Facilities 2 -R -- - --
Railroad Parking ® Other
Bridge
Geometric Design Data
Preliminary Engineering Will Be Performed By Others I Agency
Getechnical En incerin Consultant and Agency. o
Description_
f 100
Through Route
Agency
Crossroad
79 %
Principal Arterial Principal Arterial
Federal Urban Minor Arterial Urban Minor Arterial
Functional Rural El Collector Collector
Major Collector
El Collector
El Major Collector
Classification NHS Minor Collector
p NHS Minor Collector
Local Access Local Access
Terrain Flat Roll Mountain _ Flat Roll Mountain
Posted Speed — -- 35
Design Speed _- _ 35-
Existing ADT _ I400_
Design Year ADT _ _ I
DesignYear - - - -- 2035 - --
Volume
Performance of Work
Preliminary Engineering Will Be Performed By Others I Agency
Getechnical En incerin Consultant and Agency. o U %
Contract
f 100
Construction Will Be Performed By Agency
Emergency repairs completed by County, permanent restoration by Contract 79 % 21 %
Environmental Classification
Class I - Environmental Impact Statement (EIS) ® Class II - Categorically Excluded (CE)
Project Involves NEPA/SEPA Section 404 ® Projects Requiring Documentation
Interagency Agreement (Documented CE)
Class III - Environmental Assessment (EA)
Project Involves NEPA/SEPA Section 404
Interagency Agreement
Environmental Considerations
The project is located adjacent to the Kalama River which provides habitat for ESA listed aquatic species. All work is above
ordinary high water and will have no effect on ESA listed species. Installation of guardrail and shoulder rock will cause very
little ground disturbance so that no sediment laden runoff should enter the river.
DOT Forin 140 -101 Page 2
Revised 04/2015 Previous Editions Obsolete •
Agency Project Title
Dale
9 y 8/8/2016
Cowlitz County Dept.of Public Kalama River Road Guardrail Repair
ht of W
N No Right of Way Needed
All construction required by the
contract can be accomplished
within the existing right of way.
Utilities
Right of Way Needed
No Relocation
Railroad
Relocation Required
N No utility work required No railroad work required
All utility work will be completed prior to the start of the All railroad work will be completed prior to the start of the
construction contract
construction contract
All utility work will be completed in coordination with the All railroad work will be completed in coordination with the
construction contract
construction contract
Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project
There should not be any utility relocations. The guardrail will be put back in the predatnage location. There are
existing overhead utilities that should not be affected.
FAA Involvement
Is any airport located within 3.2 kilometers (2 miles) of the proposed project? Yes N No
Remarks
This project has been reviewed by the legislative body of the administration agency or agencies, or it s Ue51yl mu, 01 lu
is not inconsistent with the agency's comprehensive plan for community devL&_
elopment.
L
Approved this "Nday of CWl. 'f ti 2016
ATTEST: ((r '
I BOARD OF COUNTY COMMISSIONERS
OF COWLIITTZ COUNTY, WASH N GTON
rrk of the Boart'1 Chairman of the Board
DOT Form 140 -101 EF Page 3
Revised 04/2015 Previous Editions Obsolete
j 1` 4 , D,P • SHADY UN
RD
AONA DR WT. PLEASAW RD
KODS RD
SiARlJGH1 DR & `
l
1 0
4
y
UV \ LUXURY Lm
RISLEY RD < 9 -
NU80TE RD
Kcsgu
Ra \ P1
r
JOY
PROJECT t.:•
a LOCATION
Ej
NORRI
ki PIT
ST KAIAIIA s RD / A
EX
wMrnew PL 'yam
W
xc ,
Oa -
DR EXIT ',
G09BLe
SS FAtt51DE W 0"TWOOD OR
I
q
I
7 q
KA AMA
Kalama River Road `p *
Lf'TZCO DEPARTMENT*
OF PUBLIC
SA WORKS
Dr Msr
teoo 131h AVENUE sour+
Df
A, Der MP 1.38 to MP 2.87 KELSOaw waTCN
02122/1 G sMwo<°
DAIS
r'• •fit P p
RVCT L4
j ' il l6 J N R1A'WR
N.+IOK lip
h let*
11 s
Jrl
b ,
F•
r
a
Exrt
1 LX 3 ` a f
go
lie
Al
PROJECT
LOCATIONf
1
ElitT
r Q
w0001,[ No ow 0
aorvmw
no ( i
6n (s
77 u ' nAD ( 4 IUdA
LN
Kalama River Road JtzCpLh DEPARTMENT w"
c yar nsti
uo A OF PUBLIC
SA WORKS
DMWK By
1E0073n AVENUE lOIfiH
OF
APPRQ,%a., MP 5.53 to MP 5.56 KELSO, WAWNGTON 1oea
DATE