Loading...
Approve Local Agency Agreement/Federal Aid Project Prospectus with WSDOT for Garrard Creek Road Bank Stabilization Project, County Road Project (CRP) 2159P BEFORE THE BOARD OF COUNTY COMMISSIONERS LEWIS COUNTY, WASHINGTON IN THE MATTER OF: RESOLUTION NO. 22-224 APPROVING A LOCAL AGENCY AGREEMENT AND FEDERAL AID PROJECT PROSPECTUS BETWEEN LEWIS COUNTY AND WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) FOR THE GARRARD CREEK ROAD BANK STABILIZATION PROJECT, COUNTY ROAD PROJECT (CRP) 2159P WHEREAS, pursuant to Resolution 22-176, the Board of County Commissioners (BOCC) declared a state of emergency to include the Garrard Creek 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 a Temporary/Emergency Repair ($2,000 @ 100%), Incidental Repair ($86,000 @ 86.5%), and the Permanent Restoration ($294,500 @ 86.5%). Funding consists of $331,133 of ER federal funding, with a $51,368 local match requirement, for a project total of $382,500; 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 Temporary/Emergency Repair and 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 Garrard Creek Road Bank Stabilization Project, CRP-2159P, and recommend approval by the BOCC. NOW THEREFORE BE IT RESOLVED that the BOCC has determined that proceeding with the Garrard Creek Road Bank Stabilization Project, CRP-2159P, 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 26th day of July, 2022. Page 1 of 2 Res. 22-224 APPROVED AS TO FORM: BOARD OF COUNTY COMMISSIONERS Jonathan Meyer, Prosecuting Attorney LEWIS COUNTY, WASHINGTON Amber Smith Lindsey R. Pollock, DVM By: Amber Smith, Lindsey R. Pollock, DVM, Chair Deputy Prosecuting Attorney ATTEST: ''��"TY"A' Absent •�' bean D. Swope, Vice Chair SICE N 1g45 Z; • Rieva Lester '•:SyJ�ticro?;s F. Lee Grose • Rieva Lester, F. Lee Grose, Commissioner Clerk of the Lewis County Board of County Commissioners Page 2 of 2 Res. 22-224 Washington State Department of Transportation Local Agency Agreement Agency Lewis County Public Works CFDA No.20.205-Highway Planning and Construction (Catalog of Federal Domestic Assistance) Address 2025 NE Kresky Avenue Chehalis,WA 98532 Project No. Agreement No. For 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 Garrard Creek Road Scour Repair Length 0.06 Termini 2.75 west of Manners Road to 2.81 west of Manners Road Description of Work Temporary emergency repair work to cracking and settlement. Incidental repair work by moving or removing cedar log that is directing flow at fill slope. Preliminary Engineering for the permanent restoration. Project Agreement End Date 9/1/2025 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 ° 84,000.00 11,340.00 72,660.00 86.5 �0 b.Other Consultant 10,000.00 1,350.00 8,650.00 Federal Aid c.Other Participation d.State Services 1,000.00 135.00 865.00 Ratio for PE 95,000.00 12,825.00 82,175.00 e.Total PE Cost Estimate(a+b+c+d) Right of Way f.Agency g.Other Federal Aid h.Other Participation Ratio for RW i.State Services j.Total R/W Cost Estimate(f+a+h+i) 0.00 0.00 0.00 Construction k.Contract 100/86.5 % I.Other Temporary Work @ 100% 2,000.00 2,000.00 m.Other Incidental Repair @ 86.5% 60,000.00 8,100.00 51,900.00 Federal Aid n.Other Participation o.Agency 5,000.00 675.00 4,325.00 Ratio for CN D.State Services1,000.00 135.00 865.00 q.Total CN Cost Estimate(k+i+m+n+o+pl 68,000.00 8,910.00 59,090.00 r.Total Project Cost Estimate(e+j+a) 163,000.00 21,735.00 141,265.00 Agency Official Washington State Department of Transportation A'Peeloy4oiol By Title hai of the Lewis County BOCC Director, Local Programs Agency Date ilzg/zoZZ Date Executed DOT Form 140-039 Page 1 Revised 04/2022 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. Ill. Project Administration Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the Type of Work above. In addition,the State will furnish qualified personnel for the supervision and inspection of the work in progress. On Local Agency advertised and awarded projects,the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications,and federal aid requirements.The salary of such engineer or other supervisor and all other salaries and costs incurred by State forces upon the project will be considered a cost thereof.All costs related to this project incurred by employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. IV.Availability of Records All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local government accounting procedures prescribed by the Washington State Auditor's Office,the U.S.Department of Transportation,and the Washington State Department of Transportation.The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final payment of any federal aid funds to the Agency.Copies of said records shall be furnished to the State and/or Federal Government upon request. V.Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification.The classifications of work for projects are: 1. Preliminary engineering. 2. Right of way acquisition. 3. Project construction. Once written authorization is given,the Agency agrees to show continuous progress through monthly billings. Failure to show continuous progress may result the Agency's project becoming inactive, as described in 23 CFR 630,and subject to de-obligation of federal aid funds and/or agreement closure. If right of way acquisition,or actual construction of the road for which preliminary engineering is undertaken is not started by the close of the tenth fiscal year following the fiscal year in which preliminary engineering phase was authorized,the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement(see Section IX). If actual construction of the road for which right of way has been purchased is not started by the close of the tenth fiscal year following the fiscal year in which the right of way phase was authorized,the Agency will repay to the State the sum or sums of federal DOT Form 140-039 Page 2 Revised 04/2022 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. 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 DOT Form 140-039 Page 3 Revised 04/2022 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 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. XI.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 DOT Form 140-039 Page 4 Revised 04/2022 (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. 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 04/2022 Instructions 1. Agency Name and Billing Address—Enter the Agency of primary interest which will become a party to the agreement. 2. Project Number—Leave blank.This number will be assigned by WSDOT. 3. Agreement Number—Leave blank.This number will be assigned by WSDOT. 4. a. Project Description—Enter the project name,total length of the project(in miles),and a brief description of the termini.Data entered here must be consistent with the name, length, and termini noted in the STIP and Project Prospectus Example:(Name)"Regal Road", (Length)"1.2 miles", (Termini)"Smith Road to Main Street" b. Description of Work—Enter a concise statement of the major items of work to be performed.Statement must be consistent with the description of work noted in the STIP and Project Prospectus. Example:"Overlay Regal Road;install curb,gutter,and sidewalk;illumination;and traffic signal at the intersection of Regal Road and Dakota Avenue." c. Project Agreement End Date—Enter the Project Agreement End Date(mm/dd/yy).This date is based on the project's Period of Performance(2 CFR 200.309). For Planning Only projects—WSDOT recommends agencies estimate the end of the project's period of performance and add three years to determine the"Project Agreement End Date". For PE and RW—WSDOT recommends agencies estimate when the phase will be completed and add three years to determine the"Project Agreement End Date". For Construction—WSDOT recommends agencies estimate when construction will be completed and add three years to determine the"Project Agreement End Date". d. Proposed Advertisement Date—At construction authorization only,enter the proposed project advertisement date(mm/dd/yy). e. Claiming Indirect Cost Rate—Check the Yes box if the agency will be claiming indirect costs on the project. For those projects claiming indirect costs,supporting documentation that clearly shows the indirect cost rate being utilized must be provided with the local agency agreement. Indirect cost rate approval by your cognizant agency or through your agency's self-certification and supporting documentation is required to be available for review by FHWA,WSDOT and/or State Auditor. Check the No box if the agency will not be claiming indirect costs on the project. See section 23.5 for additional guidance. 4. Type of Work and Funding(Round all dollar amounts to the nearest whole dollar) a. PE—Lines a through d show Preliminary Engineering costs for the project by type of work(e.g.,consultant,agency, state services,etc.). *Federal aid participation ratio for PE—enter ratio for PE lines with amounts in column 3. • Line a—Enter the estimated amount of agency work in columns 1 through 3. • Line b&c—Identify user,consultant, etc., and enter the estimated amounts in columns 1 through 3. • Line d—State Services. Every project must have funding for state services. Enter the estimated amounts in columns 1 through 3. • Linee—Total of lines a+b+c+d. b. Right of Way—If a Right of Way phase is authorized on the project,the appropriate costs are shown in lines f through i. *Federal aid participation ratio for RW—enter ratio for RW lines with amounts in column 3. • Line f—Enter the estimated amount of agency work in columns 1 through 3. • Line g&h—Identify user,consultant,etc.,and enter the estimated amounts in columns 1 through 3. • Line i—State Services. Every project must have funding for state services. Enter the estimated amounts in columns 1 through 3. • Line j—Total of lines f+g+h+i. c. Construction—Lines k through p show construction costs for the project by type of work(e.g.,contract,consultant,agency, state services,etc.). *Federal aid participation ratio for CN—enter ratio for CN lines with amounts in column 3. DOT Form 140-039 Page 6 Revised 04/2022 • Line k—Enter the estimated cost of the contract. • Lines I, m,&n—Enter other estimated costs such as utility and construction contracts or non-federally matched contract costs. • Line o—Enter estimated costs of all construction related agency work. • Line p—State Services.Every project must have funding for state services. Enter the estimated amounts in columns 1 through 3. • Line q—Total Construction Cost Estimate.Total of lines k+I+m+n+o+p. d. Total Project Cost Estimate • Line r—Total Cost Estimate of the Project.Total of lines e+j+q. "Please remember, if the federal aid participation rate entered is not the maximum rate allowed by FHWA,then the participation rate entered becomes the maximum rate allowed. 6. Signatures—An authorized official of the local agency signs the agreement and enters their title and date of signature(mm/dd/ yy). Note:Do NOT enter a date on the Date Executed line. 7. Method of Construction Financing—Choose the method of financing for the construction portion of the project. a. Method"A" is used when the state administers the contract for the agency. b. Method"B" is also used when the state administers the contract for the agency. c. Method "C" is used with projects administered by the local agency.The agency will submit billings monthly through the state to FHWA for all eligible costs.The billings must document the payment requests from the contractor. If state-force work,such as audit and construction engineering,is to receive federal participation, it will be billed to the agency and FHWA simultaneously at the indicated ratio.To show continuous progress agencies should bill monthly until agreement is closed. 8. Resolutions/Ordinances—When someone other than the County Executive/Chairman, County Commissioners/Mayor is authorized to sign the agreement,the agency must submit to WSDOT with the agreement a copy of the Resolution/Ordinance designating that individual. 9. Parties to the Agreement—Submit one originally signed agreement form to the Region Local Programs Engineer. It is the responsibility of the local agency to submit an additional,originally signed agreement form if they need an executed agreement for their files.The agreement is first executed by the agency official(s)authorized to enter into the agreement. It is then transmitted to the state for execution by Local Programs.The agreement is dated at the time of final execution by Local Programs. DOT Form 140-039 Page 7 Revised 04/2022 Millk � Washington State Local Agency Federal Aid �I/ Department of Transportation Prospectus Project osp Prefix Route ( ) Date 7/13/22 Federal Aid DUNS Number 079272555 Project Number Local Agency CRP-2159P ( wsDoT Federal Employer 91-6001351L Project Number Use Only ) Tax ID Number Agency CA Agency Federal Program Title Lewis County Public Works ✓ Yes ❑No ✓ 20.205 ❑Other Project Title Start Latitude N46.762561 Start Longitude W 123.274278 Garrard Creek Road Scour Repair End Latitude N46.762728 End Longitude W 123.276686 Project Termini From-To Nearest City Name Project Zip Code(+4) 2.75 west of Manners 2.81 west of Manners Rochester 98579-8933 Begin Mile Post End Mile Post Length of Project Award Type 2.75 2.81 0.06 ✓ Local❑Local Forces❑State❑Railroad Route ID Begin Mile Point End Mile Point City Number County Number County Name J212 2.75 2.81 21 Lewis WSDOT Region Legislative District(s) Congressional District(s) Urban Area Number Southwest Region 0 20 3 1 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. 75,000 10,125 64,875 March 2022 RNV 5,000 675 4,325 October 2022 Const. 302,500 40,568 261,933 January 2022 Total 382,500 51,368 331,133 Description of Existing Facility (Existing Design and Present Condition) Roadway Width Number of Lanes 24' 2 Scour from the flood event on 1-5-22 undermined the slope of the road causing a slide and opening a substantial crack, along with settlement between milepost 2.75 and 2.81. Description of Proposed Work Description of Proposed Work(Attach additional sheet(s)if necessary) Temporary emergency repair work to cracking and settlement. Incidental repair work by moving or removing cedar log that is directing flow at fill slope. Permanent restoration of the road fill slope. Local Agency Contact Person Title Phone Tim D. Fife County Engineer 360-740-2711 Mailing Address City State Zip Code 2025 NE Kresky Avenue hehalis WA 98532 By i)1 '" Project Prospectus Approving Authority Title County Engineer Date 7`i V`?'Z DOT Form 140-101 Page 1 Revised 01/2022 Previous Editions Obsolete Agency Project Title Date Lewis County Public Works Garrard Creek Road Scour Repair 7/13/22 Type of Proposed Work Project Type(Check all that Apply) Roadway Width Number of Lanes ❑ New Construction ❑Path/Trail ❑3-R 24' 2 ❑ Reconstruction ❑ Pedestrian / Facilities El 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 ✓ Rural El Collector ❑ Rural ❑Collector ✓ Major Collector ❑ Major Collector Classification ❑NHS ElMinor Collector ❑ NHS ❑Minor Collector El Local Access ❑ Local Access Terrain ❑ Flat ✓ Roll ❑ Mountain ❑ Flat ❑ Roll ❑ Mountain Posted Speed 50 mph(unposted) Design Speed 50 mph Existing ADT 205 Design Year ADT 250 Design Year 2042 Design Hourly Volume (DHV) 38 Performance of Work Preliminary Engineering Will Be Performed By Others Agency Lewis County&Consultant 10 % 90 Construction Will Be Performed By Contract Agency Construction by Contractor& CE by Lewis County and consultant 89 % 11 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 N/A DOT Form 140-101 Page 2 Revised 01/2022 Previous Editions Obsolete Agency Project Title Date Lewis County Public Works Garrard Creek Road Scour Repair 7/13/22 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 existing right of way. Utilities Railroad it 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 N/A FAA Involvement Is any airport located within 3.2 kilometers (2 miles) of the proposed project?❑Yes ✓ No Remarks N/A This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Agency Lewis County Date 7/26/262.z By �• �P�£'. U/!'l Mayor/Chairperson DOT Form 140-101 Page 3 Revised 01/2022 Previous Editions Obsolete 1 2 3 4 5 6 7 Latitude - N46.762561 .t. Longitude -W123.274278 c� °' a to A °° ii �� Latitude - N46.762728 A ., . : Longitude - W123.276686 ,' MP2.75-2.81 Ppa , t CI ,'' n B ;t,, . t :, + k. 4 B Garrard Creek Road G r. L 7 - 1311 14. . a' , •C .+r► .�.ok Qa �rtile 1� C ""t--: . . 9r✓. F� D *) D ''. •1 ,...% ;I: .• ii; 1.-" ,? a t D �G_ (E .7 i 4 fir(' E / , ACT ~ a 1..,-. \-. .. .. L- . -.`t*s .4 Nkt • h i '�i� M F ' ' �,� ,r ay" 4 ,,\ t� q• ' _ F . . f`' -- 'sue « -<...V4A'!� �' 1::: ... i" '..4 ." J '` + k � n 47\,..T.N 7Y M,W i r1 4 f. G ', ..„. --,., .7.4 ..- ..,,r- ,'. tie': 0 evA G is. 1 2 3 4 5 6 7 Vicinity Map Lewis County, Washington LEwiS COUNTY)..-4-_tigi 91009 - Garrard Creek Road milepost 2.75- 2.81 � Washington State �I/ Department of Wansportation Local Agency Agreement Agency Lewis County Public Works CFDA No.20.205-Highway Planning and Construction (Catalog of Federal Domestic Assistance) Address 2025 NE Kresky Avenue Project No. Chehalis,WA 98532 Agreement No. For 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 Railroad Track Extension&Road Crossing Closure Length 0.436 Termini From 0.15 before Foron Road to 0.12 before Kuper Road Description of Work Extend Puget Sound&Pacific(PSAP)yard tracks 1 and 2 by 2,300'providing for the minimum capacity of over 6,000'of storage on each track. Closure of Foron Road railroad crossing(092559P @ MP 3.53)with roadway cul-de-sacs or hammerheads placed on both sides of the tracks. Project Agreement End Date 12/31/2025 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 37,457.00 5,057.00 32,400.00 86.5 %o b.Other Railroad 212,254.00 28,654.00 183,600.00 Federal Aid c.Other Participation d.State Services 1,000.00 1,000.00 Ratio for PE 250,711.00 34,711.00 216,000.00 e.Total PE Cost Estimate(a+b+c+d) Right of Way f,Agency 0 g.Other Federal Aid h.Other Participation Ratio for RW i.State Services I.Total R/W Cost Estimate(f+a+h+i) 0.00 0.00 0.00 Construction k.Contract 86.5 %o I Other m.Other Federal Aid n.Other Participation o Agency Ratio for CN p.State Services q.Total CN Cost Estimate(k+i+m+n+o+o) 0.00 0.00 0.00 r.Total Project Cost Estimate(e+i+a) 250,711.00 34,711.00 216,000.00 Agency Official Washington State Department of Transportation `gOV/'1 By Title Chair of the BOCC Director, Local Programs Agency Date 7/2,4/2ou Date Executed DOT Form 140-039 Page 1 Revised 04/2022 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. Ill.Project Administration Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the Type of Work above. In addition,the State will furnish qualified personnel for the supervision and inspection of the work in progress. On Local Agency advertised and awarded projects,the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications,and federal aid requirements.The salary of such engineer or other supervisor and all other salaries and costs incurred by State forces upon the project will be considered a cost thereof.All costs related to this project incurred by employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. IV.Availability of Records All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local government accounting procedures prescribed by the Washington State Auditor's Office,the U.S. Department of Transportation,and the Washington State Department of Transportation.The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final payment of any federal aid funds to the Agency.Copies of said records shall be furnished to the State and/or Federal Government upon request. V.Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification.The classifications of work for projects are: 1. Preliminary engineering. 2. Right of way acquisition. 3. Project construction. Once written authorization is given,the Agency agrees to show continuous progress through monthly billings. Failure to show continuous progress may result the Agency's project becoming inactive,as described in 23 CFR 630, and subject to de-obligation of federal aid funds and/or agreement closure. If right of way acquisition, or actual construction of the road for which preliminary engineering is undertaken is not started by the close of the tenth fiscal year following the fiscal year in which preliminary engineering phase was authorized,the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement(see Section IX). If actual construction of the road for which right of way has been purchased is not started by the close of the tenth fiscal year following the fiscal year in which the right of way phase was authorized,the Agency will repay to the State the sum or sums of federal DOT Form 140-039 Page 2 Revised 04/2022 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. 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 DOT Form 140-039 Page 3 Revised 04/2022 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 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. XI.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 DOT Form 140-039 Page 4 Revised 04/2022 (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. 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 04/2022 Instructions 1. Agency Name and Billing Address—Enter the Agency of primary interest which will become a party to the agreement. 2. Project Number—Leave blank.This number will be assigned by WSDOT. 3. Agreement Number—Leave blank.This number will be assigned by WSDOT. 4. a. Project Description—Enter the project name,total length of the project(in miles), and a brief description of the termini.Data entered here must be consistent with the name, length,and termini noted in the STIP and Project Prospectus Example:(Name)"Regal Road",(Length)"1.2 miles", (Termini)"Smith Road to Main Street' b. Description of Work—Enter a concise statement of the major items of work to be performed.Statement must be consistent with the description of work noted in the STIP and Project Prospectus. Example:"Overlay Regal Road;install curb,gutter,and sidewalk;illumination;and traffic signal at the intersection of Regal Road and Dakota Avenue." c. Project Agreement End Date—Enter the Project Agreement End Date(mm/dd/yy).This date is based on the project's Period of Performance(2 CFR 200.309). For Planning Only projects—WSDOT recommends agencies estimate the end of the project's period of performance and add three years to determine the"Project Agreement End Date". For PE and RW—WSDOT recommends agencies estimate when the phase will be completed and add three years to determine the"Project Agreement End Date".For Construction—WSDOT recommends agencies estimate when construction will be completed and add three years to determine the"Project Agreement End Date". d. Proposed Advertisement Date—At construction authorization only,enter the proposed project advertisement date(mm/dd/yy). e. Claiming Indirect Cost Rate—Check the Yes box if the agency will be claiming indirect costs on the project.For those projects claiming indirect costs,supporting documentation that clearly shows the indirect cost rate being utilized must be provided with the local agency agreement. Indirect cost rate approval by your cognizant agency or through your agency's self-certification and supporting documentation is required to be available for review by FHWA,WSDOT and/or State Auditor. Check the No box if the agency will not be claiming indirect costs on the project. See section 23.5 for additional guidance. 4. Type of Work and Funding(Round all dollar amounts to the nearest whole dollar) a. PE—Lines a through d show Preliminary Engineering costs for the project by type of work(e.g.,consultant,agency,state services,etc.). `Federal aid participation ratio for PE—enter ratio for PE lines with amounts in column 3. • Line a—Enter the estimated amount of agency work in columns 1 through 3. • Line b&c—Identify user,consultant,etc., and enter the estimated amounts in columns 1 through 3. • Line d—State Services.Every project must have funding for state services.Enter the estimated amounts in columns 1 through 3. • Linee—Total of lines a+b+c+d. b. Right of Way—If a Right of Way phase is authorized on the project,the appropriate costs are shown in lines f through i. `Federal aid participation ratio for RW—enter ratio for RW lines with amounts in column 3. • Line f—Enter the estimated amount of agency work in columns 1 through 3. • Line g&h—Identify user,consultant, etc., and enter the estimated amounts in columns 1 through 3. • Line i—State Services.Every project must have funding for state services.Enter the estimated amounts in columns 1 through 3. • Line j—Total of lines f+g+h+i. c. Construction—Lines k through p show construction costs for the project by type of work(e.g.,contract,consultant,agency, state services,etc.). `Federal aid participation ratio for CN—enter ratio for CN lines with amounts in column 3. DOT Form 140-039 Page 6 Revised 04/2022 • Line k—Enter the estimated cost of the contract. • Lines I,m,&n—Enter other estimated costs such as utility and construction contracts or non-federally matched contract costs. • Line o—Enter estimated costs of all construction related agency work. • Line p—State Services.Every project must have funding for state services.Enter the estimated amounts in columns 1 through 3. • Line q—Total Construction Cost Estimate.Total of lines k+I+m+n+o+p. d. Total Project Cost Estimate • Line r—Total Cost Estimate of the Project.Total of lines e+j+q. Please remember,if the federal aid participation rate entered is not the maximum rate allowed by FHWA,then the participation rate entered becomes the maximum rate allowed. 6. Signatures—An authorized official of the local agency signs the agreement and enters their title and date of signature(mm/dd/ yy).Note:Do NOT enter a date on the Date Executed line. 7. Method of Construction Financing—Choose the method of financing for the construction portion of the project. a. Method"A"is used when the state administers the contract for the agency. b. Method"B" is also used when the state administers the contract for the agency. c. Method"C"is used with projects administered by the local agency.The agency will submit billings monthly through the state to FHWA for all eligible costs.The billings must document the payment requests from the contractor.If state-force work,such as audit and construction engineering,is to receive federal participation,it will be billed to the agency and FHWA simultaneously at the indicated ratio.To show continuous progress agencies should bill monthly until agreement is closed. 8. Resolutions/Ordinances—When someone other than the County Executive/Chairman,County Commissioners/Mayor is authorized to sign the agreement,the agency must submit to WSDOT with the agreement a copy of the Resolution/Ordinance designating that individual. 9. Parties to the Agreement—Submit one originally signed agreement form to the Region Local Programs Engineer.It is the responsibility of the local agency to submit an additional,originally signed agreement form if they need an executed agreement for their files.The agreement is first executed by the agency official(s)authorized to enter into the agreement. It is then transmitted to the state for execution by Local Programs.The agreement is dated at the time of final execution by Local Programs. DOT Form 140-039 Page 7 Revised 04/2022 IV/ r4ans, atn Local Aencg y Project Prospectus Prefix Route ( ) Date 7/13/22 Federal Aid Project Number DUNS Number 079272555 Local Agency CRP-2171B ( wsDoT ) Federal Employer 91-6001351E Project Number Use Only Tax ID Number Agency CA Agency Federal Program Title Lewis County Public Works n Yes ❑No I✓I 20.205 ❑Other Project Title Start Latitude N 46.749317 Start Longitude W 122.990883 RR Track Extension&Road Crossing Closure End Latitude N 46.754261 End Longitude W 122.996603 Project Termini From-To Nearest City Name Project Zip Code(+4) 0.15 before Foron Rd. 0.12 before Kuper Rd. Centralia 98531-9346 Begin Mile Post End Mile Post Length of Project Award Type 3.379 3.815 0.436 I✓I Local❑Local Forces❑State❑Railroad Route ID Begin Mile Point End Mile Point City Number County Number County Name Railroad 3.379 3.815 0180 21 Lewis WSDOT Region Legislative District(s). Congressional District(s) Urban Area Number Southwest Region 20 3 UC 15076 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. 250,711 34,711 216,000 August 2022 RNV 5,000 5,000 November 2022 Const. 2,000,000 559,000 1,441,000 January 2024 ___ Total 2,255,711 598,711 1,657,000 Description of Existing Facility (Existing Design and Present Condition) Roadway Width Number of Lanes RR ROW between approximately 90& 100 feet 2 tracks(PSAP) Currently yard tracks do not have sufficient capacity to hold the full length of a train on a single track causing trains be split(doubled over)to be placed on the two shorter tracks. This blocks Reynolds Ave. &Foron Rd. Description of Proposed Work Description of Proposed Work(Attach additional sheet(s)if necessary) Extend Puget Sound&Pacific(PSAP)yard tracks 1 and 2 by 2,300'providing for the minimum capacity of over 6,000'of storage on each track. Closure of Foron Road railroad crossing (092559P @ MP 3.53)with roadway cul-de-sacs or hammerheads placed on both sides of the tracks Local Agency Contact Person Title Phone Tim D. Fife County Engineer 360-740-2711 Mailing Address City State Zip Code 2025 NE Kresky Avenue Cheh • WA 98532 By ,,, Project Prospectus roving Authority Title County Engineer Date 7•/Y- ?- DOT Form 140-101 Page 1 Revised 01/2022 Previous Editions Obsolete Agency Project Title Date Lewis County Public Works RR Track Extension&Road Crossing Closu 7/13/22 Type of Proposed Work Project Type(Check all that Apply) Roadway Width Number of Lanes ❑New Construction ❑Path /Trail ❑3-R RR ROW 90-100' 2 tracks ❑Reconstruction ❑ Pedestrian/Facilities ❑2-R n Railroad [(Parking ❑Other ❑Bridge Geometric Design Data Description Through Route Crossroad ❑Principal Arterial ❑Principal Arterial Federal ❑ Urban ❑Minor Arterial ✓ Urban ❑Minor Arterial El Collector ❑Collector Functional El Rural ❑Rural Classification El NHS ❑Major Collector ❑NHS El Major Collector El Minor Collector ❑Minor Collector ❑Local Access ❑✓ Local Access Terrain ❑Flat ❑Roll ❑Mountain [' Flat El Roll ❑Mountain - Posted Speed 25 Design Speed 25 Existing ADT 667 Design Year ADT 814 Design Year 2042 Design Hourly Volume (DHV) 122 Performance of Work Preliminary Engineering Will Be Performed By Others Agency Railroad&Lewis County 85 % 15 Construction Will Be Performed By Contract Agency Railroad&Lewis County 95 % 5 Environmental Classification ❑Class I -Environmental Impact Statement(EIS) n Class II -Categorically Excluded (CE) ❑Project Involves NEPA/SEPA Section 404 III Projects Requiring Documentation Interagency Agreement (Documented CE) ❑Class III - Environmental Assessment (EA) ❑Project Involves NEPA/SEPA Section 404 Interagency Agreements Environmental Considerations N/A DOT Form 140-101 Page 2 Revised 01/2022 Previous Editions Obsolete Agency Project Title Date Lewis County Public Works RR Track Extension&Road Crossing Closu 7/13/22 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 existing right of way. Utilities Railroad n 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 DAD 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 Right of way may be needed to construct the roadway cul-de-sacs or hammerheads on both sides of the tracks where the crossing for Foron Road will be removed. FAA Involvement Is any airport located within 3.2 kilometers (2 miles)of the proposed project?❑Yes ✓ No Remarks N/A This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Agency Lewis County Date 7lz/z02 z By Mayor/Chairperson DOT Form 140-101 Page 3 Revised 01/2022 Previous Editions Obsolete 1 2 3 4 5 6 7 , . , ... • a...„,,,,isa: tin .# A ‘, - A ;a.. . ....r e , ., A LIIII 1 9. ''',".. Ft K up 4 t . .. ,.$ , , B -, . •14. , .,,, , B , . Project Area - -,,, N _, • , . . . c • 0 a.: I: C --"..., rI 1 \ ' c ,NU%•it. ... C-... . . • 'C'"'' . - -• . . Foron Road Crossing _ 4.,... , ., I.. 17: •mew - Crossing 092559P . __ „.,, ., . . ._ D E.... Ficnn tt • ix,.r ,- 5 ,•,.- .,..„ III D • .- .,. ..... ........ ... , < f j . ___.... 092559P FOOVVI Rood . CROSSING 092559P 'E c - ... ' . -.. lat. • EF F DATE 31/12(1969,4 03 PIA .;', I, StateCode 53 1.1 E -Court)Code 53041 .....,I „.. • ‘,, • E or iTsly i,, ea STt,n-Ps 5353041 ,... 4 ato - y ••.1 (=VC° 530410300 Yahtatla Ln shiltn., • -ft . , ' . ' TYPE 0 -.„, RAILROAD PSAP ,..: , .... RRDIV WESTERN r 17.1,..1" P! .-,1•••• . i. RRSUBDIV EUAA c • al ' 1HIGHWAY C084250 • • • STREET FORON RD - '' *C. Blakeslee Junction Arr. - -; F ITTSTN 849118 CO,Anozi Lr-, : - Crossing 092554F MILEPOST 3 53 4. _ - TYPENNG 3 ISM , •POSXING 1 am _ PRVCAT 12 ...I--' _ PRVIND .'l 01111,1.•%•1 10)6.• PRVSIGN .........._Loma i...:•. ...- , ir 4 .., • 4 IC 1 •NM - •1. LATFTUDE 48 7511491 -g r- Reynolds Avenue ,.. , __... -• , ,, , =-,••'a G LONGITUD 1229929711 • •; _ , ... G I , ..-E. 11 zt-.- LLSOURCE 1 L-1 • .7 -2, ..I.WHISTBAN 0 .'f, - t c.. I-t LI...,e1$ It(1 . . RRCONT 8008002203 -••-••8.. 47 vrii: • - POLCONT 8008002203 'Mil t-c-4:15•JR.Ls....."1' a, u -i - 1 ---L..---.H.--- ---I 4 2' ' 1-Inda Ln 1 2 3 4 5 6 7 Vicinity Map Foron Road Railroad Track Extension & Road Closure Lic.,::.) ..mlow BOCC AGENDA ITEM SUMMARY Resolution: BOCC Meeting Date: July 26, 2022 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 Garrard Creek Road Bank Stabilization Project, County Road Project (CRP) 2159P 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 Garrard Creek Road Bank Stabilization Project, County Road Project (CRP) 2159P. 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 Mike Kroll - PW Department. Robin Saline - PW