Approve Local Agency Agreement/Federal Aid Project Prospectus with WSDOT, Shorey Road Bank Stabilization Project BEFORE THE BOARD OF COUNTY COMMISSIONERS
LEWIS COUNTY, WASHINGTON
IN THE MATTER OF: RESOLUTION NO. 21-346
APPROVING A LOCAL AGENCY AGREEMENT AND
FEDERAL AID PROJECT PROSPECTUS BETWEEN
LEWIS COUNTY AND WASHINGTON STATE
DEPARTMENT OF TRANSPORTATION (WSDOT)
FOR THE SHOREY ROAD BANK STABILIZATION
PROJECT, COUNTY ROAD PROJECT (CRP) 21590
WHEREAS, pursuant to Resolution 21-297, the Board of County Commissioners
(BOCC) declared a state of emergency to include the Shorey Road Bank
Stabilization Project; and
WHEREAS, Public Works submitted the project for funding through the Federal
Highway Administration's (FHWA) Emergency Relief Program (ER), and was
subsequently awarded funding to complete an Incidental Repair and the
Permanent Restoration. Funding consists of $2,521,838 (86.5%) of ER federal
funding, with a $393,582 (13.5%) local match requirement, for a project total of
$2,915,420; and
WHEREAS, the conditions of receiving FHWA ER funds requires a Local Agency
Agreement and Federal Aid Project Prospectus signed by the Chair of the BOCC
prior to reimbursement of the Incidental Repair costs, and commencing the
Permanent Restoration project; and
WHEREAS, the Public Works Director and County Engineer have reviewed a Local
Agency Agreement and Federal Aid Project Prospectus between Lewis County and
WSDOT for the Shorey Road Bank Stabilization Project, CRP-21590, and
recommend approval by the BOCC.
NOW THEREFORE BE IT RESOLVED that the BOCC has determined that
proceeding with the Shorey Road Bank Stabilization Project, CRP-21590, to be in
the best public interest and hereby approves the Local Agency Agreement and
Federal Aid Project Prospectus, and the Chair of the BOCC is authorized to sign the
same.
DONE IN OPEN SESSION this 21st day of September, 2021.
Page 1 of 2 Res. 21-346
APPROVED AS TO FORM: BOARD OF COUNTY COMMISSIONERS
Jonathan Meyer, Prosecuting Attorney LEWIS COUNTY, WASHINGTON
Amber Smith Absent
By: Amber Smith, Gary Stamper, Chair
Deputy Prosecuting Attorney
ATTEST: ••c°"-"-T`-"As•• LindseyR. Pollock DVM
•v�ePgDOF'.�� �
Lsdsey R. Pollock, DVM, Vice Chair
t' C
., 45 �',�.;
lg zw;
•�` CO~ '` ••
Sean D. Swope
Rieva Lester '•:SyJNCT(Pr-•• •
Rieva Lester, Sean D. Swope, Commissioner
Clerk of the Lewis County Board of
County Commissioners
Page 2 of 2 Res. 21-346
VWWashington State
Department Agency Agreement
Department of Transportation
Agency Lewis County Public Works CFDA No.20.205
(Catalog or Federal Domestic Assistance)
Address
2025 NE Kresky Avenue Project No.
Chehalis,WA 98532
Agreement No.
For OSC WSDOT Use Only
The Local Agency having complied, or hereby agreeing to comply,with the terms and conditions set forth in(1)Title 23, U.S. Code
Highways, (2)the regulations issued pursuant thereto, (3)2 CFR Part 200, (4)2 CFR Part 180—certifying that the local agency is not
excluded from receiving Federal funds by a Federal suspension or debarment, (5)the policies and procedures promulgated by the
Washington State Department of Transportation, and(6)the federal aid project agreement entered into between the State and Federal
Government, relative to the above project,the Washington State Department of Transportation will authorize the Local Agency to
proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount
shown herein on line r,column 3,without written authority by the State, subject to the approval of the Federal Highway Administration.
All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency.
Project Description
Name Shorey Road Bank Stabilization Length 0.02
Termini Milepost 0.598-0.254 beyond Chehalis city limits,to milepost 0.618-0.274 beyond Chehalis city limits
Description of Work
Incidental repair work includes temporary bank stabilization of unstable slope. Permanent restoration includes bank stabilization with
large woody material jams and barbs, and a rock layer to protect the bank from erosion
Project Agreement End Date 9/30/2024 Claiming Indirect Cost Rate
Proposed Advertisement Date Yes ✓ No
Estimate of Funding
Type of Work (1) (2) (3)
T
Yp Estimated Total Estimated Agency Estimated Federal
Project Funds Funds Funds
PE 246,393.00 33,263.00 213,130.00
° a.Agency
86.5 �0 b.Other Consultant 457,830.00 61,807.00 396,023.00
Federal Aid c.Other
Participation d.State 1,000.00 135.00 865.00
Ratio for PE e.Total PE Cost Estimate(a+b+c+d) 705,223.00 95,205.00 610,018.00
Right of Way f.Agency
°z0 g.Other
Federal Aid h.Other
Participation
Ratio for RW i.State
j.Total RAN Cost Estimate(f+a+h+i) 0.00 0.00 0.00
Construction k.Contract
86.5 %I.Other Incidental Repair 314,400.00 42,444.00 271,956.00
m.Other
Federal Aid n.Other
Participation o.Agency 40,000.00 5,400.00 34,600.00
Ratio for CN p.State 1,000.00 135.00 865.00
a.Total CN Cost Estimate(k+1+m+n+o+n) 355,400.00 47,979.00 307,421.00
r.Total Project Cost Estimate(e+i+a) 1,060,623.00 143,184.00 917,439.00
Agency Official Washington State
By� A o/M Department of Transportation
By Director, Local Program
for 4r%. %?,r1,Gf
Title Chair of Lewis County BOCC Date Executed
DOT Form 140-039 Page 1
Revised 12/2020
Construction Method of Financing (Check Method Selected)
State Ad and Award
Method A-Advance Payment-Agency Share of total construction cost(based on contract award)
Method B -Withhold from gas tax the Agency's share of total construction coast(line 5, column 2) in the amount of
$ at$ per month for months.
Local Force or Local Ad and Award
,/ Method C -Agency cost incurred with partial reimbursement
The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and
as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions
set forth below.Adopted by official action on
, Resolution/Ordinance No.
Provisions
I.Scope of Work
The Agency shall provide all the work, labor, materials, and services necessary to perform the project which is described and set
forth in detail in the"Project Description"and"Type of Work."
When the State acts for and on behalf of the Agency,the State shall be deemed an agent of the Agency and shall perform the
services described and indicated in"Type of Work"on the face of this agreement, in accordance with plans and specifications as
proposed by the Agency and approved by the State and the Federal Highway Administration.
When the State acts for the Agency but is not subject to the right of control by the Agency,the State shall have the right to perform
the work subject to the ordinary procedures of the State and Federal Highway Administration.
II.Delegation of Authority
The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project. The Agency agrees
that the State shall have the full authority to carry out this administration.The State shall review, process, and approve documents
required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract,the
State will further act for the Agency in all matters concerning the project as requested by the Agency. If the Local Agency advertises and
awards the project,the State shall review the work to ensure conformity with the approved plans and specifications.
III.Project Administration
Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the
Type of Work above. In addition,the State will furnish qualified personnel for the supervision and inspection of the work in progress. On
Local Agency advertised and awarded projects,the supervision and inspection shall be limited to ensuring all work is in conformance
with approved plans, specifications, and federal aid requirements.The salary of such engineer or other supervisor and all other salaries
and costs incurred by State forces upon the project will be considered a cost thereof.All costs related to this project incurred by
employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project.
IV.Availability of Records
All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance
with local government accounting procedures prescribed by the Washington State Auditor's Office, the U.S. Department of
Transportation, and the Washington State Department of Transportation.The records shall be open to inspection by the State and
Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than
three years from the final payment of any federal aid funds to the Agency. Copies of said records shall be furnished to the State and/or
Federal Government upon request.
V.Compliance with Provisions
The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing
by the State for each classification.The classifications of work for projects are:
1. Preliminary engineering.
2. Right of way acquisition.
3. Project construction.
Once written authorization is given,the Agency agrees to show continuous progress through monthly billings. Failure to show
continuous progress may result the Agency's project becoming inactive, as described in 23 CFR 630,and subject to de-obligation of
federal aid funds and/or agreement closure.
If right of way acquisition, or actual construction of the road for which preliminary engineering is undertaken is not started by the
close of the tenth fiscal year following the fiscal year in which preliminary engineering phase was authorized,the Agency will repay to
the State the sum or sums of federal funds paid to the Agency under the terms of this agreement(see Section IX).
If actual construction of the road for which right of way has been purchased is not started by the close of the tenth fiscal year
following the fiscal year in which the right of way phase was authorized,the Agency will repay to the State the sum or sums of federal
funds paid to the Agency under the terms of this agreement(see Section IX).
DOT Form 140-039 Page 2
Revised 12/2020
The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this
project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways,
even though such additional work is financed without federal aid participation.
The Agency agrees that on federal aid highway construction projects,the current federal aid regulations which apply to liquidated
damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete
the contract within the contract time.
VI.Payment and Partial Reimbursement
The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency
and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part
200.The State shall not be ultimately responsible for any of the costs of the project.The Agency shall be ultimately responsible for all
costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as
a promise by the State as to the amount or nature of federal participation in this project.
The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws.The agency
shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the
Local Agency for maintenance, general administration, supervision,and other overhead shall not be eligible for federal participation
unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200-Uniform Admin
Requirements, Cost Principles and Audit Requirements for Federal Awards,and retained for audit.
The State will pay for State incurred costs on the project. Following payment,the State shall bill the Federal Government for
reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to
this project.The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government(see
Section IX).
1. Project Construction Costs
Project construction financing will be accomplished by one of the three methods as indicated in this agreement.
Method A—The Agency will place with the State,within (20)days after the execution of the construction contract, an advance in the
amount of the Agency's share of the total construction cost based on the contract award.The State will notify the Agency of the exact
amount to be deposited with the State.The State will pay all costs incurred under the contract upon presentation of progress billings
from the contractor. Following such payments,the State will submit a billing to the Federal Government for the federal aid participation
share of the cost.When the project is substantially completed and final actual costs of the project can be determined, the State will
present the Agency with a final billing showing the amount due the State or the amount due the Agency. This billing will be cleared by
either a payment from the Agency to the State or by a refund from the State to the Agency.
Method B—The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its
monthly fuel tax allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact
amount to be withheld each month.The extent of withholding will be confirmed by letter from the State at the time of contract award.
Upon receipt of progress billings from the contractor, the State will submit such billings to the Federal Government for payment of its
participating portion of such billings.
Method C—The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once
per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable
to this project. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be
eligible for Federal participation unless claimed under a previously approved indirect cost plan.
The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this
agreement.At the time of audit, the Agency will provide documentation of all costs incurred on the project.The State shall bill the
Agency for all costs incurred by the State relative to the project.The State shall also bill the Agency for the federal funds paid by the
State to the Agency for project costs which are subsequently determined to be ineligible for federal participation(see Section IX).
VII.Audit of Federal Consultant Contracts
The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible
federal aid costs on the project.The report of said audit shall be in the Agency's files and made available to the State and the Federal
Government.
An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing
standards as issued by the United States General Accounting Office by the Comptroller General of the United States;WSDOT Manual
M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and
FHWA; and 2 CFR Part 200.501 -Audit Requirements.
If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred,the Agency shall
reimburse the State for the amount of such overpayment or excess participation(see Section IX).
VIII.Single Audit Act
The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all
applicable federal and state statutes and regulations.A subrecipient who expends$750,000 or more in federal awards from all sources
during a given fiscal year shall have a single or program-specific audit performed for that year in accordance with the provisions of 2
CFR Part 200.501. Upon conclusion of the audit,the Agency shall be responsible for ensuring that a copy of the report is transmitted
promptly to the State.
DOT Form 140-039 Page 3
Revised 12/2020
IX.Payment of Billing
The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project(e.g., State force
work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after
the Agency has been billed,the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to
the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless
otherwise directed by the Director, Local Programs.
Project Agreement End Date-This date is based on your projects Period of Performance(2 CFR Part 200.309).
Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement.All eligible costs incurred prior
to the Project Agreement End Date must be submitted for reimbursement within 60 days after the Project Agreement End Date or they
become ineligible for federal reimbursement.
X.Traffic Control,Signing,Marking,and Roadway Maintenance
The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project
without prior approval of the State and Federal Highway Administration.The Agency will not install or permit to be installed any signs,
signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD. The Agency
will, at its own expense, maintain the improvement covered by this agreement.
Xl. Indemnity
The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense
all claims, demands, or suits,whether at law or equity brought against the Agency, State, or Federal Government, arising from the
Agency's execution, performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract
connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED,
nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to
persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State.
XII. Nondiscrimination Provision
No liability shall attach to the State or Federal Government except as expressly provided herein.
The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT-
assisted contract and/or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26.The Agency
shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of
USDOT-assisted contracts and agreements.The WSDOT's DBE program,as required by 49 CFR Part 26 and as approved by USDOT,
is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms
shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program, the
Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under
18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S. C. 3801 et seq.).
The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification
thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60,which is paid for in whole or in part with
funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan,
insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee,
the required contract provisions for Federal-Aid Contracts(FHWA 1273), located in Chapter 44 of the Local Agency Guidelines.
The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment
practices when it participates in federally assisted construction work: Provided,that if the applicant so participating is a State or Local
Government,the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government
which does not participate in work on or under the contract.
The Agency also agrees:
(1)To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal
opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor.
(2)To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the
State in the discharge of its primary responsibility for securing compliance.
(3)To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965,with
a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction
contracts pursuant to the Executive Order.
(4)To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors
and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the
Executive Order.
In addition,the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the
following actions:
(a)Cancel, terminate,or suspend this agreement in whole or in part;
(b)Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal
occurred until satisfactory assurance of future compliance has been received from the Agency; and
(c) Refer the case to the Department of Justice for appropriate legal proceedings.
DOT Form 140-039 Page 4
Revised 12/2020
XIII. Liquidated Damages
The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative to
the amount of Federal participation in the project cost, shall be applicable in the event the contractor fails to complete the contract within
the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of federal participation in
accordance with this paragraph.
XIV.Termination for Public Convenience
The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in
part,whenever:
(1)The requisite federal funding becomes unavailable through failure of appropriation or otherwise.
(2)The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with
respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of
the State with respect to the preservation of energy resources.
(3)The contractor is prevented from proceeding with the work by reason of a preliminary, special,or permanent restraining
order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of
persons or agencies other than the contractor.
(4)The Secretary is notified by the Federal Highway Administration that the project is inactive.
(5)The Secretary determines that such termination is in the best interests of the State.
XV.Venue for Claims and/or Causes of Action
For the convenience of the parties to this contract, it is agreed that any claims and/or causes of action which the Local Agency
has against the State of Washington, growing out of this contract or the project with which it is concerned, shall be brought only in the
Superior Court for Thurston County.
XVI.Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
The approving authority certifies,to the best of his or her knowledge and belief,that:
(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or
attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or
an employee of a member of Congress in connection with the awarding of any federal contract,the making of any federal grant, the
making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to
influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee
of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement,the undersigned shall
complete and submit the Standard Form-LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions.
(3)The undersigned shall require that the language of this certification be included in the award documents for all subawards at
all tiers(including subgrants, and contracts and subcontracts under grants, subgrants, loans,and cooperative agreements)which
exceed$100,000, and that all such subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.
Submission of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S.
Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than
$100,000 for each such failure.
XVII.Assurances
Local agencies receiving Federal funding from the USDOT or its operating administrations(i.e., Federal Highway Administration,
Federal Transit Administration, Federal Aviation Administration)are required to submit a written policy statement, signed by the Agency
Executive and addressed to the State, documenting that all programs, activities, and services will be conducted in compliance with
Section 504 and the Americans with Disabilities Act(ADA).
Additional Provisions
DOT Form 140-039 Page 5
Revised 12/2020
Ilft
� Washington State Local Agency Federal Aid
i Department of Transportation
Project Prospectus
Prefix Route ( ) Date 9/8/21
Federal Aid DUNS Number 079272555
Project Number 1
Local Agency CRP-21590 ( wsDor
Federal Employer 91-6001351L
Project Number Use Only ) Tax ID Number
Agency CA Agency Federal Program Title
Lewis County Public Works n Yes ❑ No n 20.205 ❑Other
Project Title Start Latitude N 46.648889 Start Longitude W 122.981667
Shorey Road Bank Stabilization End Latitude N 46.648889 End Longitude W 122.981667
Project Termini From-To Nearest City Name Project Zip Code(+4)
.254 beyond city limits .274 beyond city limits Chehalis 98532-9025
Begin Mile Post End Mile Post Length of Project Award Type
0.598 0.618 0.02 ✓ Local❑Local Forces❑State❑Railroad
Route ID Begin Mile Point End Mile Point City Number County Number County Name
5655 0.598 0.618 21 Lewis
WSDOT Region Legislative District(s) Congressional District(s) Urban Area Number
Southwest Region 20 3 UC 15076
Total Local Agency Phase Start
Federal Funds
Phase Estimated Cost Funding Date
(Nearest Hundred Dollar) (Nearest Hundred Dollar) (Nearest Hundred Dollar) Month Year
P.E. $705,223 $95,205 $610,018 February 2021
R/W $10,000 $1,350 $8,650 August 2021
Const. $2,200,177 $297,024 $1,903,153 September 2021
Total $2,915,400 $393,579 $2,521,821
Description of Existing Facility (Existing Design and Present Condition)
Roadway Width Number of Lanes
25' 2
Shorey Rd has 11.5'BST lanes with 1'BST shoulders and an overall width of 25'. The road is adjacent to the
Newaukum River and bank erosion occurred along a 106' length of the road slope during a high water event.
Description of Proposed Work
Description of Proposed Work(Attach additional sheet(s)if necessary)
Incidental repair includes temporary bank stabilization of unstable slope. Permanent restoration includes bank
stabilization with large woody material jams and barbs,and a rock layer to protect the bank from erosion
Local Agency Contact Person Title Phone
Tim D. Fife,PE County Engineer 360-740-2711
Mailing Address City State Zip Code
2025 NE Kresky Avenue ehalis WA 98532
By 72._. ei.
Project Prospectus Approving Authority
Title County Engineer Date !-/6- V
DOT Form 140-101 Page 1
Revised 04/2015 Previous Editions Obsolete
Agency Project Title Date
Lewis County Public Works Shorey Road Bank Stabilization 9/8/21
Type of Proposed Work
Project Type(Check all that Apply) Roadway Width Number of Lanes
❑New Construction ❑ Path/Trail ❑3-R 25' 2
❑ Reconstruction ❑ Pedestrian / Facilities ❑2-R
❑ Railroad ❑ Parking ✓ Other
❑ Bridge
Geometric Design Data
Description Through Route Crossroad
❑Principal Arterial ❑ Principal Arterial
Federal Urban ❑ Minor Arterial
❑ Urban ❑ Minor Arterial
✓�
❑Collector
Functional ❑ Rural ❑Rural ❑Collector
Classification ❑ NHS ❑ Major Collector ❑ NHS ❑ Major Collector
(✓I Minor Collector ❑ Minor Collector
❑ Local Access ❑ Local Access
Terrain ✓ Flat 0 Roll 0 Mountain ❑ Flat ❑ Roll ❑Mountain
Posted Speed 35
Design Speed 35
Existing ADT 2,975
Design Year ADT 3,594
Design Year 2041
Design Hourly Volume (DHV) 539
Performance of Work
Preliminary Engineering Will Be Performed By Others Agency
Lewis County&Consultants 65 % 35
Construction Will Be Performed By Contract Agency
Construction by Contractor&CE by Lewis County and Consultant 91 % 9
Environmental Classification
❑Class I - Environmental Impact Statement (EIS) Class II - Categorically Excluded (CE)
❑ Project Involves NEPA/SEPA Section 404 ✓i Projects Requiring Documentation
Interagency Agreement (Documented CE)
❑Class III - Environmental Assessment(EA)
❑ Project Involves NEPA/SEPA Section 404
Interagency Agreements
Environmental Considerations
DOT Form 140-101 Page 2
Revised 04/2015 Previous Editions Obsolete
Agency Project Title Date
Lewis County Public Works Shorey Road Bank Stabilization 9/8/21
Right of Way
❑ No Right of Way Needed ✓ Right of Way Needed
*All construction required by the ✓ No Relocation ❑ Relocation Required
contract can be accomplished
within the exiting right of way.
Utilities Railroad
No utility work required No railroad work required
❑All utility work will be completed prior to the start ❑All railroad work will be completed prior to the start of
of the construction contract the construction contract
❑AII utility work will be completed in coordination ❑AII the railroad work will be completed in coordination
with the construction contract with the construction contract
Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project
No utility work, railroad work, moving of major structures, or right of way relocations are required to
complete this project.
FAA Involvement
Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ✓ Yes ❑ No
Remarks
The project is located approximately 1.5 miles from the Centralia-Chehalis Airport. Completion of this
project will not effect any airport operations.
This project has been reviewed by the legislative body of the administration agency or agencies, or it's
designee, and is not inconsistent with the agency's comprehensive plan for community development.
Agency Lewis County
Date q.�_ao g BY �a�� /Jlii�
,I Mayor/Chairperson
DOT Form 140-101 Page 3
Revised 04/2015 Previous Editions Obsolete
4.0, DRAFT
Agency Washington State Local Federal Aid
WA; Department of Transportation
Project Prospectus
Prefix Route ( ) Date 9/8/21
Federal Aid DUNS Number 079272555
Project Number
Local Agency CRP-21590 ( WSDO y ) Federal Employer 91-6001351L
Project Number ` Use Only J Tax ID Number
Agency CA Agency Federal Program Title
Lewis County Public Works ✓ Yes ❑No ✓ 20.205 ❑Other
Project Title Start Latitude N 46.648889 Start Longitude W 122.981667
Shorey Road Bank Stabilization End Latitude N 46.648889 End Longitude W 122.981667
Project Termini From-To Nearest City Name Project Zip Code(+4)
.254 beyond city limits .274 beyond city limits Chehalis 98532-9025
Begin Mile Post End Mile Post Length of Project Award Type
0.598 0.618 0.02 ✓ Local❑Local Forces❑State❑Railroad
Route ID Begin Mile Point End Mile Point City Number County Number County Name
5655 0.598 0.618 21 Lewis
WSDOT Region Legislative District(s) Congressional District(s) Urban Area Number
Southwest Region 20 3 UC 15076
Total Local Agency Phase Start
Federal Funds
Phase Estimated Cost Funding Date
(Nearest Hundred Dollar) (Nearest Hundred Dollar) (Nearest Hundred Dollar) Month Year
P.E. $705,223 $95,205 $610,018 February 2021
RNV $10,000 $1,350 $8,650 August 2021
Const. $2,200,177 $297,024 $1,903,153 September 2021
Total $2,915,400 $393,579 $2,521,821
Description of Existing Facility (Existing Design and Present Condition)
Roadway Width Number of Lanes
25' 2
Shorey Rd has 11.5' BST lanes with 1' BST shoulders and an overall width of 25'. The road is adjacent to the
Newaukum River and bank erosion occurred along a 106' length of the road slope during a high water event.
Description of Proposed Work
Description of Proposed Work(Attach additional sheet(s)if necessary)
Incidental repair includes temporary bank stabilization of unstable slope. Permanent restoration includes bank
stabilization with large woody material jams and barbs, and a rock layer to protect the bank from erosion
Local Agency Contact Person Title Phone
Tim D. Fife, PE County Engineer 360-740-2711
Mailing Address City State Zip Code
2025 NE Kresky Avenue Chehalis WA 98532
By
Project Prospectus Approving Authority
Title County Engineer Date
DOT Form 140-101 Page 1
Revised 04/2015 Previous Editions Obsolete
Agency Project Title Date
Lewis County Public Works Shorey Road Bank Stabilization 9/8/21
Type of Proposed Work
Project Type(Check all that Apply) Roadway Width Number of Lanes
❑ New Construction ❑Path/Trail ❑3-R 25' 2
❑ Reconstruction ❑Pedestrian / Facilities ❑2-R
❑ Railroad ['Parking ✓ Other
❑Bridge
Geometric Design Data
Description Through Route Crossroad
❑ Principal Arterial ❑ Principal Arterial
Federal ✓ Urban [' Minor Arterial ❑ Urban ❑Minor Arterial
Functional El Rural DI Collector ❑ Rural ❑Collector
❑ Major Collector ❑ Major Collector
Classification ❑NHS NHS
✓ Minor Collector ❑Minor Collector
❑Local Access ❑ Local Access
Terrain n Flat ❑ Roll ❑ Mountain ❑ Flat ❑Roll ❑Mountain
Posted Speed 35
Design Speed 35
Existing ADT 2,975
Design Year ADT 3,594
Design Year 2041
Design Hourly Volume (DHV) 539
Performance of Work
Preliminary Engineering Will Be Performed By Others Agency
Lewis County& Consultants 65 % 35
Construction Will Be Performed By Contract Agency
Construction by Contractor& CE by Lewis County and Consultant 91 % 9 ova
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 Agreements
Environmental Considerations
DOT Form 140-101 Page 2
Revised 04/2015 Previous Editions Obsolete
Agency Project Title Date
Lewis County Public Works Shorey Road Bank Stabilization 9/8/21
Right of Way
❑No Right of Way Needed ✓ Right of Way Needed
*All construction required by the �/ No Relocation ❑Relocation Required
contract can be accomplished
within the exiting right of way.
Utilities Railroad
✓ No utility work required ✓ No railroad work required
❑All utility work will be completed prior to the start ❑All railroad work will be completed prior to the start of
of the construction contract the construction contract
❑All utility work will be completed in coordination ❑All the railroad work will be completed in coordination
with the construction contract with the construction contract
Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project
No utility work, railroad work, moving of major structures, or right of way relocations are required to
complete this project.
FAA Involvement
Is any airport located within 3.2 kilometers (2 miles)of the proposed project? ✓ Yes ❑ No
Remarks
The project is located approximately 1.5 miles from the Centralia-Chehalis Airport. Completion of this
project will not effect any airport operations.
This project has been reviewed by the legislative body of the administration agency or agencies, or it's
designee, and is not inconsistent with the agency's comprehensive plan for community development.
Agency Lewis County DRAFT
Date By
Mayor/Chairperson
DOT Form 140-101 Page 3
Revised 04/2015 Previous Editions Obsolete
DRAFT
4111
Washington State VW Department Agency of Transportation Local9 Y Agreement
Agency Lewis County Public Works CFDA No.20.205
(Catalog or Federal Domestic Assistance)
Address
2025 NE Kresky Avenue Project No.
Chehalis,WA 98532 Agreement No.
For OSC WSDOT Use Only
The Local Agency having complied,or hereby agreeing to comply,with the terms and conditions set forth in(1)Title 23, U.S.Code
Highways, (2)the regulations issued pursuant thereto, (3)2 CFR Part 200, (4)2 CFR Part 180—certifying that the local agency is not
excluded from receiving Federal funds by a Federal suspension or debarment, (5)the policies and procedures promulgated by the
Washington State Department of Transportation,and(6)the federal aid project agreement entered into between the State and Federal
Government,relative to the above project,the Washington State Department of Transportation will authorize the Local Agency to
proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount
shown herein on line r,column 3,without written authority by the State,subject to the approval of the Federal Highway Administration.
All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency.
Project Description
Name Shorey Road Bank Stabilization Length 0.02
Termini Milepost 0.598-0.254 beyond Chehalis city limits,to milepost 0.618-0.274 beyond Chehalis city limits
Description of Work
Incidental repair work includes temporary bank stabilization of unstable slope. Permanent restoration includes bank stabilization with
large woody material jams and barbs,and a rock layer to protect the bank from erosion
Project Agreement End Date 9/30/2024 Claiming Indirect Cost Rate
Proposed Advertisement Date Yes ✓ No
Estimate of Funding
(1) (2) (3)
Type of Work
Estimated Total Estimated Agency Estimated Federal
Project Funds Funds Funds
PE a.Agency
° 246,393.00 33,263.00 213,130.00
86.5 �0 b.Other Consultant 457,830.00 61,807.00 396,023.00
Federal Aid c.Other
Participation d.State 1,000.00 135.00 865.00
Ratio for PE 705,223.00 95,205.00 610,018.00
e.Total PE Cost Estimate(a+b+c+d)
Right of Way f.Agency
0/0
g.Other
Federal Aid h.Other
Participation
Ratio for RW i.State
j.Total RNV Cost Estimate(f+a+h+i) 0.00 0.00 0.00
Construction k.Contract
86.5 ° I.Other Incidental Repair 314,400.00 42,444.00 271,956.00
m.Other
Federal Aid n.Other
Participation o.Agency 41,000.00 5,535.00 35,465.00
Ratio for CN
p.State
a.Total CN Cost Estimate(k+l+m+n+o+o) 355,400.00 47,979.00 307,421.00
r.Total Project Cost Estimate(e+j+a) 1,060,623.00 143,184.00 917,439.00
Agency Official Washington State
By DRAFT Department of Transportation
By Director, Local Program
Title Chair of Lewis County BOCC Date Executed
DOT Form 140-039 Page 1
Revised 12/2020
1 2 3 4 5 6 7
it ► N,
A (7 - it\ >�l , A
11 a ' A 1 \ IIIII 4,6-1.1=
Chehalis �f� s
Latitude - N46.648889 ‘
g Longitude - W122.981667 \., B
1---------,.. I \\
\,
(s\i....-). „‘ I.'
6 MP 0.598-0.618 ,
EZ�J
sv-e
C I C
".)17.• Q3 gUoAy
Shorey Road (y'11
D D
f(_-yA/ Shorey
l c
FHWA Disaster No. ER-WA-21-01 \t7---- i
E Local/State Project No. HFO-WA/WAP3533S1161 0 r E
ct Roberts or
CentraliaE ) i
5
1.--LJ I J I I
it L Galaxie Road
J
r.
i, - 8
03
e,
G {(' 0.�T� - - -- ►a.$ , G
5 f
1 2 3 4 5 6 7
- Vicinity Map
;. W Lewis County, Washington
LEWIS COUNTY i 40098 - Shorey Road
CRP-21590
�` milepost 0.598- 0.618
ViaWashington State Detailed Damage Inspection Report
Department of Transportation FHWA Emergency Relief
Applicant County FHWA Disaster No.
Lewis County Public Works Lewis ER-WA-21-01
Location of Damage Milepost Revision Number
40098-Shorey Road(Route 5655),0.621 miles south of State Route 6,on the Yes No From 0.598 Click here to enter text.
east side of the road,and adjacent to the Newaukum River. To 0.618
Route is on BIA's inventory classified as Tribal Transportation Facility(TTF): ❑
Date,Cause,and Description of Damage Local/State Project Number(s)
The damage occurred January 13,2021.Beginning January 3rd,the Newaukum River began to swell HFO-WA/WAP3533S1161
in height and flowing at increased velocities.This caused ground saturation and bank erosion to Functional Class
Shorey Road.The slide includes an 8-foot strip of right of way that is 106'in length on the east side of Urban Minor Collector
the roadway,and adjacent to the river.
A breakdown of the cost estimate can be provided as a separate document attached to the DDIR.If the cost estimate(including
preliminary and construction engineering)increases by 10%a revised DDIR must be approved by FHWA.
Temporary/Emergency Repair(work that is necessary to restore essential traffic,minimize the extent of Temporary/Emergency Repair
damage,or protect the remaining facilities.) ❑ 100%Federal Aid
Not Applicable
Original Estimate
Click here to enter text.
Revised Estimate
Method of Work: El Local/State Force Account ❑ Emergency Contract Click here to enter text.
Incidental Repair(The remaining portion of the work that is completed during the temporary/emergency repair.) Incidental Repair
Intall temporary bank stabilization to ensure that the unstable slope adjacent to Shorey Road will remain until the Federal Aid%
permanent stabilization project can be permitted in 2022. Z86.5% ❑90.66% ❑100%
Project will entail installing large woody debris along the toe of the Newaukum River for approximately 300'with Original Estimate
steel anchors. $575,000
Revised Estimate
Click here to enter text.
Method of Work: ❑ Local/State Force Account ® Emergency Contract
Permanent Restoration(This work is eligible for Federal participation at the normal pro-rata share and is Permanent Restoration
administered using normal Federal-aid procedures.) Federal Aid%
Bank stabilization will include a combination of a continuous bank roughening Large Woody Material(LWM)jam t 86.5% ❑90.66% ❑100%
and LWM barbs.The LWM barbs will redirect the flow away from the bank,while the continuous bank
roughening LWM jam will protect the bank above. A rock layer will be placed between the bank and LWM to
further protect the bank material against erosion. The bank protection will extend upstream,tie into the side-
channel, and will reduce the likelihood that approaching flow could flank the bank protection.The extent of the
downstream bank protection will be determined during the design phase of the project. Native vegetation
plantings will be completed that will further stabilize the bank,and the LWM jam and LWM barbs.
Preliminary Engineering $630,223
Right of Way $10,000
Construction $1,844,777
Total Perm. Restoration $2,485,000
Method of Work: ❑ Local/State Force Account Contract Revised Total Perm.Restoration "I'c;here to enter text. _
Total Estimated Cost $3,060,000
Revised Total Estimated Cost Click here to enter text
Recommendation for Eligibility
IIYes ❑ No Local Agency Kep ignature Date
Recommendation for Eligibility
Digitally sgned by Michael A
X'es ❑ No State Representative Signature ~°am°PE Date
` _Date'.103108.1I 1631 OB-0100
HWA Approval ,�Jet GARY MICHAEL MARTINDALE JR
Fdi ginee ig a ate � ( 2021.08.31 13:19:30-07'00' Date
DOT Form 300-001
Revised 07/2020 Page 1
Shorey Road Bank Stabilization - Incidental Repair
Engineer's Estimate
Incidental Repair-Intel'temporary bank stabilization to ensure that the unstable slope
Description, adjacent to Shorey Road will remain until the permanent stabilization project can be
permitted in 2022. Project will entail installing large woody debris along the toe of the
Newaukum River for approximately 300'with steel anchors
Item Item Description Quantity Unit Unit Cost Total Cost
1 Preliminary Engineering 1 L.S. $50,000 $50,000
2 Permitting 1 L S. $25,000 $25,000
3 Mobilization 1 L.S. $50,000 $50,000
4 Temporary Traffic Control 1 L.S. $20,000 $20,000
5 Permanent Signing 1 L S. $10,000 $10,000
6 Large Woody Debris 100 Each $4,000 $400,000
7 Steel Anchors 200 Each $100 $20,000
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
Total Estimated Cost- $575,000
Prepared by:
Shorey Road Bank Stabilization
Engineer's Estimate
i DesQlj�tion. Bank stabilization including: Continuous bank roughening Large Woody Material(LWM)
jam and LWM barbs. A rock layer will be placed between the bank and LWM to further
protect the bank material against erosion. Native vegetation plantings will be completed
that will further stabilize the bank, and the LWM jam and LWM barbs
Item Item Description Quantity Unit Unit Cost Total Cost
1 Preliminary Engineering:
2 Design 1 L.S. $150,000 $150,000
3 Hydraulic Study with Survey 1 L.S. $200,000 $200,000
4 Wetlands/OHW Delineation 1 L.S. $7,830 $7,830
5 Geomorphic Study 1 L.S $15,000 $15,000
6 Cultural Resources 1 L.S. $60,000 $60,000
7 Environmental Permitting 1 L.S $10,000 $10,000
8 Right of Way 1 L.S. $10,000 $10,000
9 Consultant Administration 1 L.S. $187,393 $187,393
10
11 Construction:
12 Mobilization 1 L.S. $139,650 $139,650
13 Site Preparation&Clearing and Grubbing 1 L.S. $22,000 $22,000
14 Rock for Erosion and Scour Protection, Class B 3,700 Ton $110 $407,000
15 Logs for Bank Roughening 100 Each $2,750 $275,000
16 Engineered Log Spurs 5 Each $41,250 $206,250
17 Native Vegetation Plantings 1 L.S. $11,000 $11,000
18 Water Isolation 1 L.S $132,000 $132,000
19 Traffic Control 1 L.S. $44,000 $44,000
20 Erosion&Sedimentation Control 1 L.S. $109,725 $109,725
21 Contingency 30% 1 L.S. $329,175 $329,175
22 Construction Management 1 L.S. $168,977 $168,977
23
24
Total Estimated Cost- $2,485,000
--2-12-
Prepared by:
1 2 3 4 5 6 7
I kl 6 h..0 i I I II I I 6.6 VI,,
A t�illaowir..4 A
06 11111L- raitto
%,q .....,„,,,
_II , ... N V BMW
Latitude - N46.648889 0
Illiht/ gle*
g Longitude - W122.981667 ! , B
_ ..,5,, ,,, _,/.....„
�°"„ MP 0.598-0.618
0 auAr.a
�
T ,,..1121
'Q'q,777---Z
JD Shorey Roadt allid
7gL/S Shorey
' liri
ex
E $c Roberts Dr E
--��,- ; Centralia i ) 1. ;
C 1,- t - Gataxzo Road L..
F C\--",, F
603
11 .J yi
I
-. ?\ *. .INN
G G
1 2 3 4 5 6 7
7„—:—.4046,.--,
Vicinity Map
Lewis County, Washington
(eEWIroTh
40098 - Shorey Road
, \ milepost 0.598- 0.618
BOCC AGENDA ITEM SUMMARY
Resolution: BOCC Meeting Date: Sept. 21, 2021
Suggested Wording for Agenda Item: Agenda Type: Deliberation
Approving a Local Agency Agreement and Federal Aid Project Prospectus between Lewis County
and Washington State Department of Transportation (WSDOT) for the Shorey Road Bank
Stabilization Project, County Road Project (CRP) 21590
Contact: Josh Metcalf Phone: 2762
Department: PW - Public Works
Description:
Approval of a resolution authorizing the Chair of the Board of County Commissioners (BOCC) to
sign a Local Agency Agreement and Federal Aid Project Prospectus with WSDOT for the Shorey
Road Bank Stabilization Project, County Road Project (CRP) 21590.
Approvals: Publication Requirements:
Publications:
User Status
PA's Office Pending
Additional Copies: Cover Letter To:
Tim Fife - PW Please return two signed originals of each
Geoff Soderquist - PW document to Mike Kroll in the Public Works
Robin Saline - PW Department.
Sadie Rockey - PW
Tina Hemphill - PW