HomeMy WebLinkAboutAgreements/Contracts - Public WorksGRANT COUNTY
COMMISSIONERS AGENDA MEETING REQUEST FORM
(Must be submitted to the Clerk of the Board by 12:00pm on Thursday)
REQUESTING DEPARTMENT: PUBLIC WORKS DATE:7/31I2025
REQUEST SUBMITTED BY:Victoria Seim PHONE: 509-754-6082
CONTACT PERSON ATTENDING ROUNDTABLE: J011ll BI"ISS@y
CONFIDENTIAL INFORMATION: DYES *NO
❑Agreement / Contract ❑AP Vouchers ❑Appointment / Reappointment
❑ARPA Related
❑ Bids / RFPs / Quotes Award ❑ Bid Opening Scheduled ❑ Boards / Committees
❑ Budget
❑Computer Related ❑County Code ❑Emergency Purchase
❑Employee Rel.
❑ Facilities Related ❑ Financial ❑ Funds
❑ Hearing
❑ Invoices / Purchase Orders 0 Grants — Fed/State/County ❑ Leases
❑ MOA / MOU
❑Minutes []Ordinances ❑Out of State Travel
El Petty Cash
❑ Policies ❑ Proclamations ❑ Request for Purchase
❑ Resolution
❑Recommendation El Professional Serv/Consultant ❑Support Letter
❑Surplus Req.
❑Tax Levies ❑Thank You's ❑Tax Title Property
❑WSLCB
pop- i
d..
mo /�®1� 1 1 •
Request for grant extension of agreement Safe Streets and Roads for All, between US
Department of Transportation and Federal Highway Administration, and awarded to Grant
County. Award No. 693JJ32340338. Period of Performance 09.15.2023
— 04.15.2026.
Total amount is $350,000.
If necessary, was this document reviewed by accounting? ❑ YES ❑ NO 0 N/A
If necessary, was this document reviewed by legal? 0 YES ❑ NO
DATE OF ACTION: DEFERRED OR CONTINUED TO:
WITHDRAWN:
APPROVE: DENIED ABSTAIN
D1:
D2:
D3:
❑ N/A
4/23/24
1. Award No.
2. Effective Date 3. Assistance
693JJ32340338
See No. 17 Below Listings No.
20.939
Amendment No. 0001
4. Award To
5. Sponsoring Office
Grant County Public Works
U.S. Department of Transportation
3 5 C Street NW
Federal Highway Administration
Ephrata, WA 98823-1685
Office of Safety
1200 New Jersey Avenue, SE
Unique Entity Id.: ZL6WM26K8KR5
HSSA-1, Mail Drop E71-117
TIN No.: 91-6001319
Washington, DC 20590
6. Period of Performance
09/15/2023 — 04/15/2026
8. Type of Agreement
Grant
10. Procurement Request No.
HSA250749PR
12. Submit Payment Requests To
See article 20.
14. Accounting and Appropriations Data
N/A for this amendment.
7. Total Amount
Federal Share: $28000
Recipient Share: $0
Other Federal Funds: $0
Other Funds: $705000
Total: $3501000
9. Authority
Section 24112 of the Infrastructure Investment
and Jobs Act (IIJA, Pub. L. 117-58, November
15, 2021)
11. Federal Funds Obligated
$2801000
13. Payment Office
See article 20.
15. Description of Project
Development of a Safety Action Plan. The Action Plan will include all of Grant County with a
preference for improvements in and around underserved areas in the County.
RECIPIENT FEDERAL HIGHWAY ADMINISTRATION
16. Signature of Person Authorized to Sign 17. Signature of Agreement Officer
Si a Date
Name: Rob Jones
Title:, Chair
Signature Date
Name: Hector R. Santamaria
Title: Agreement Officer
1of14
U.S. DEPARTMENT OF TRANSPORTATION
GRANT AGREEMENT UNDER THE
FISCAL YEAR 2022 SAFE STREETS AND ROADS FOR ALL GRANT PROGRAM
This agreement is between the [United States Department of Transportation (the "USDOT" A
[Federal Highway Administration (the "FHWA") and the Grant County (the "Recipient").
This agreement reflects the selection of the Recipient to receive a Safe Streets and Roads for
All ("SS4A") Grant for the Grant County Safety Action Plan.
The parties therefore agree to the following:
ARTICLE 1
GENERAL TERMS AND CONDITIONS
1.1 General Terms and Conditions.
(a) In this agreement, "General Terms and Conditions" means the content of the document
titled "General Terms and Conditions Under the Fiscal Year 2022 Safe Streets and Roads
for All Grant Program," dated March 17, 2025, which is available at
https://www.transportation.gov/grants/ss4a/grant-agreements. Articles 7-30 are in the
General Terms and Conditions. The General Terms and Conditions are part of this
agreement.
(b) The Recipient states that it has knowledge of the General Terms and Conditions.
Recipient also states that it is required to comply with all applicable Federal laws and
regulations including, but not limited to, the Uniform Administrative Requirements, Cost
Principles, and Audit Requirements for Federal Awards (2 CFR part 200); National
Environmental Policy Act (NEPA) (42 U.S.C. § 4321 et seq.); and Build America, Buy
America Act (IIJA, div. G §§ 70901-27).
(c) The Recipient acknowledges that the General Terms and Conditions impose obligations
on the Recipient and that the Recipient's non-compliance with the General Terms and
Conditions may result in remedial action, termination of the SS4A Grant, disallowing
costs incurred for the Project, requiring the Recipient to refund to the FHWA the SS4A
Grant, and reporting the non-compliance in the Federal -government -wide integrity and
performance system.
2 of 14
2.1 Application.
Application Title: Grant County Safety Action Plan
Application Date: August 3, 2022
2.2 Award Amount.
SS4A Grant Amount: $280,000
2.3 Award Dates.
Period of Performance End Date: See Section 6 on page 1
2.4 Budget Period
Budget Period End Date: See Section 6 on page 1
2.5 Action Plan Grant or Implementation Grant Designation.
Designation: Action Plan
2.6 Federal Award Identification Number. The Federal Award Identification
Number is listed on page 1, line 1.
ARTICLE 3
SUMMARY PROJECT INFORMATION
3.1 Summary of Project's Statement of Work.
Development of a Safety Action Plan. The Action Plan will include all of Grant County with a
preference for improvements in and around underserved areas in the County.
3.2 Project's Estimated Schedule.
ACTION PLAN SCHEDULE
Milestone
Schedule Date
Planned Draft Action Plan Completion Date:
01/02/2026
Planned Action Plan Completion Date:
01/30/2026
Planned Action Plan Adoption Date:
02/27/2026
Planned SS4A Final Report Date:
03/31/2026
3of14
3.3 Project's Estimated Costs.
(a) Eligible Project Costs
Eligible Project Costs
SS4A Grant Amount: $280,000
Other Federal Funds:: $0
State Funds: $0
Local Funds: $ 70M00
In -Kind Match: $0
Other Funds: $ 0
Total Eligible Project Cost: $350,000
(b) Supplemental Estimated Budget
Cost Element
Federal Share
Non -Federal Share
Total Budget
Amount
Direct Labor
$124.9000.00
$3100.00
$15500.00
Fringe Benefits
$0.00
$0.00
$0.00
Travel
$4X0.00
$1,000.00
$51000.00
Equipment
$4X0.00
$100.00
$5X0.00
Supplies
$4,000.00
$100.00
$5X0.00
Contractual/Consultant
$14000.00
$3 5,000.00
$175,000.00
Other
$4X0.00
$1,000.00
$500.00
Indirect Costs
$0.00
$0.00
$0.00
Total Budget
$2809000.00
$709000.00
$3509000.00
ARTICLE 4
RECIPIENT INFORMATION
4.1 Recipient's Unique Entity Identifier.
ZL6WM26K8KR5
4 of 14
4.2 Recipient Contact(s).
Andy Booth
Assistant Director
Grant County Public Works
35 C Street NW,
Ephrata, WA 98823-1685
(509) 754-6082
abooth@grantcountywa.gov
4.3 Recipient Key Personnel,
3
Name Title or Position
Katherine Bren Associate Engineer
4.4 USDOT Project Contact(s).
Safe Streets and Roads for All Program Manager
Federal Highway Administration
Office of Safety
HSSA-1, Mail Stop: E71-117
1200 New Jersey Avenue, S.E.
Washington, DC 20590
202-366-2822
SS4A.FHWA(a,dot.gov
and
Agreement Officer (AO)
Federal Highway Administration
Office of Acquisition and Grants Management
HCFA-42, Mail Stop E62-310
1200 New Jersey Avenue, S.E.
Washington, DC 20590
HCFASS4AAdot.gov
and
Division Administrator
Agreement Officer's Representative (AOR)
FHWA Washington Division Office
711 Capitol Way S. Suite 501
Olympia, WA 98501
(360) 753-9480
hdawa@dot.gov
and
5of14
Kelley Dolan
Washington Division Office Point of Contact
Community Planner711 Capitol Way S. Suite 501
Olympia, WA 98501
(360) 753-9481
Kellen. D o lanL d of .Gov
ARTICLE 5
USDOT ADMINISTRATIVE INFORMATION
5.1 Office for Subaward and Contract Authorization,
USDOT Office for Subaward and Contract Authorization: FHWA Office of Acquisition
and Grants Management
SUBAWARDS AND CONTRACTS APPROVAL
Note: See 2 CFR § 200.331, Subrecipient and contractor determinations, for definitions of
subrecipient (who is awarded a subaward) versus contractor (who is awarded a contract).
Note: Recipients with a procurement system deemed approved and accepted by the Government
or by the AO are exempt from the requirements of this clause. See 2 CFR 200.317 through
200.327.
In accordance with 2 CFR 200.308(f)(6), the recipient or subrecipient shall obtain prior written
approval from the USDOT agreement officer for the subaward, if the subaward activities were
not proposed in the application or approved in the Federal award. This provision is in accordance
with 2 CFR 200.308 (f) (6) and does not apply to procurement transactions for goods and
services. Approval will be issued through written notification from the AO or a formal
amendment to the Agreement.
The following subawards and contracts are currently approved under the Agreement by the AO.
This list does not include supplies, material, equipment, or general support services which are
exempt from the pre -approval requirements of this clause.
(Fill in at award or by amendment)
5.2 Reimbursement Requests
(a) The Recipient may request reimbursement of costs incurred in the performance of this
agreement if those costs do not exceed the funds available under section 2.2 and are
allowable under the applicable cost provisions of 2 C.F.R. Part 200, Subpart E. The
Recipient shall not request reimbursement more frequently than monthly.
(b) The Recipient shall use the DELPHI eInvoicing System to submit requests for
reimbursement to the payment office. When requesting reimbursement of costs
incurred or credit for cost share incurred, the Recipient shall electronically submit
6 of 14
supporting cost detail with the SF 271 (Outlay Report and Request for Reimbursement
for Construction Programs) to clearly document all costs incurred.
(c) The Recipient's supporting cost detail shall include a detailed breakout of all costs
incurred, including direct labor, indirect costs, other direct costs, travel, etc., and the
Recipient shall identify the Federal share and the Recipient's share of costs. If the
Recipient does not provide sufficient detail in a request for reimbursement, the AO may
withhold processing that request until the Recipient provides sufficient detail.
(d) The USDOT shall not reimburse costs unless the Agreement Officer's Representative
(the "AOR") reviews and approves the costs to ensure that progress on this agreement
is sufficient to substantiate payment.
(e) The USDOT may waive the requirement that the Recipient use the DELPHI eInvoicing
System. The Recipient may obtain waiver request forms on the DELPHI eInvoicing
website (http://www.dot.Gov/cfo/delphi-einvoicing-system.html) or by contacting the
AO. A Recipient who seeks a waiver shall explain why they are unable to use or access
the Internet to register and enter payment requests and send a waiver request to
Director of the Office of Financial Management
US Department of Transportation,
Office of Financial Management B -3 0, Room W93 -431
1200 New Jersey Avenue SE
Washington DC 205 90-0001
or
D O TElectronicInvoicingC&, d of . gov .
If the USDOT grants the Recipient a waiver, the Recipient shall submit SF 271 s directly
to:
DOT/FAA
P.O. Box 268865
Oklahoma City, OK 73125-8865
Attn: Agreement Specialist
(f) The requirements set forth in these terms and conditions supersede previous financial
invoicing requirements for Recipients.
ARTICLE 6
SPECIAL GRANT TERMS
6.1 SS4A funds must be expended within five years after the grant agreement is executed and
DOT obligates the funds, which is the budget period end date in section 10.3 of the
Terms and Conditions and section 2.4 of this agreement.
7 of 14
6.2 The Recipient acknowledges that the Action Plan will be made publicly available, and the
Recipient agrees that it will publish the final Action Plan on a publicly available website.
6.3 The Recipient demonstrates compliance with civil rights obligations and nondiscrimination
laws, including Titles VI of the Civil Rights Act of 1964, the Americans with Disabilities Act
(ADA), and Section 504 of the Rehabilitation Act, and accompanying regulations. Recipients
of Federal transportation funding will also be required to comply fully with regulations and
guidance for the ADA, Title VI of the Civil Rights Act of 1964, Section 504 of the
Rehabilitation Act of 1973, and all other civil rights requirements.
6.4 Pursuant to the court's preliminary injunction order in State of California v. Duffy, 1:25-
cv-00208-JJM-PAS (D.R.I.) (June 19, 2025), DOT will not impose or enforce the
challenged immigration enforcement condition* or any materially similar terms and
conditions, to any grant funds awarded, directly or indirectly, to Plaintiff States or local
government entities within those States (collectively referred to as "Plaintiff State
Entities"), or otherwise rescind, withhold, terminate, or take other adverse action, absent
specific statutory authority, based on the challenged immigration enforcement condition
while DOT is subject to an injunction. DOT will not require Plaintiff State Entities to make
any certification or other representation related to compliance the challenged immigration
enforcement condition nor will DOT construe acceptance of funding from DOT as
certification as to the challenged immigration enforcement condition.
*The challenged immigration enforcement condition:
"[T]he Recipient will cooperate with Federal officials in the enforcement of Federal law,
including cooperating with and not impeding U.S. Immigration and Customs Enforcement
(ICE) and other Federal offices and components of the Department of Homeland Security
in the enforcement of Federal immigration law."
6.5 There are no other special grant requirements for this award.
8 of 14
ATTACHMENT A
PERFORMANCE MEASUREMENT INFORMATION
Study Area: Grant County
Baseline Measurement Date: 10/01 /23
Baseline Report Date: 12/1/2023
Table 1: Performance Measure Table
Measure
Category and Description
Measurement
Frequency
Project Costs: Quantification of the cost
End of period of
Costs
of each eligible project carried out using
performance
the grant
Lessons Learned and Recommendations:
Lessons Learned and
Description of lessons learned and any
End of period of
recommendations relating to future
Recommendations
projects of strategies to prevent death and
performance
serious injury on roads and streets.
9 of 14
ATTACHMENT B
CHANGES FROM ORIGINAL GRANT AGREEMENT
Scope:
Schedule: The schedule has changed due to the resignation of the County Engineer and
understaffed department. Katherine Bren was the Associate Engineer and is now the Interim
Assistant County Engineer. In this capacity, her duties have significantly increased leaving less
time to devote to this project. Thus, the project end date is extended from 08/01/2025 to 04/15/2026.
Budget:
CHANGES FROM APPLICATION
Scope: No Change
Schedule: The project will begin 10/01/23 instead of 01/01/2023 due to personnel changes and
the unexpected time it has taken for the agreement to be approved.
Budget: The application budget included $50,000 for Local funds. This is less than the required
20 percent of the total project funding coming from non -Federal sources so we increased the
Local Funds to $70,000.
The table below provides a summary comparison of the project budget.
Fund Source
Application
$ %
Section 3.3
$ %
Previously Incurred Costs
(Non -Eligible Project Costs
Federal Funds
Non -Federal Funds
Total Previously Incurred Costs
Future Eligible Project Costs
MEE
SS4AFunds
3001000
85.7
28000
80
Other Federal Funds
Non -Federal Funds
5000
14.3
7000
20
Total Future Eligible Project
Costs
3505000
100
3509000
100
Total Project Costs
35000
100
3505000
100
ATTACHMENT C
10 of 14
[RESERVED]
11of14
ATTACHMENT D
[RESERVED]
ATTACHMENT E
12 of 14
LABOR AND WORK
1. Efforts to Support Good -Paying Jobs and Strong Labor Standards
The Recipient states that rows marked with "X" in the following table are accurate:
e Recipient or a project partner promotes robust job creation by supporting
good -paying jobs directly related to the project with free and fair choice to join a
union. (Describe robust job creation and identify the good paying jobs in the
supporting narrative below.
e Recipient or a project partner will invest in high -quality workforce training
rograms such as registered apprenticeship programs to recruit, train, and retain
skilled workers, and implement policies such as targeted hiring preferences.
Describe the training programs in the supporting narrative below.
e Recipient or a project partner will partner with high -quality workforce
development programs with supportive services to help train, place, and retain
workers m good -paying jobs or registered apprenticeships including through the
use of local and economic hiring preferences, linkage agreements with workforce
programs, and proactive plans to prevent harassment. (Describe the supportive
services provided to trainees and employees, preferences, and policies in the
Isupporting narrative below.
e Recipient or a project partner will partner and engage with local unions or
other worker -based organizations in the development and lifecycle of the project,
including through evidence of project labor agreements and/or community benefit
agreements. (Describe the partnership or engagement with unions and/or other
orker-based organizations and agreements in the supporting narrative below.
e Recipient or a project partner will partner with communities or community
groups to develop workforce strategies. (Describe the partnership and workforce
trace ies in the szcporting narrative below.
e Recipient or a project partner has taken other actions related to the Project to
create good -paying jobs with the free and fair choice to join a union and
incorporate strong labor standards. (Describe those actions in the supporting
arrative below.
e Recipient or a project partner has not yet taken actions related to the Project
o create good -paying jobs with the free and fair choice to join a union and
incorporate strong labor standards but, before beginning construction of the
Project, will take relevant actions described in Attachment B. (Identify the
relevant actions om Attachment B in the supporting narrative below.
e Recipient or a project partner has not taken actions related to the Project to
improve good -paying jobs and strong labor standards and will not take those
actions under this award.
2. Supporting Narrative.
All work for this Project will be conducted consistent with the recipient's hiring,
employment, and procurement standards and thus support good -paying jobs. The Project will
allow for free and fair choice to join a union, consistent with applicable law.
13 of 14
ATTACHMENT F
CRITICAL INFRASTRUCTURE SECURITY AND RESILIENCE
1. Efforts to strengthen the Security and Resilience of Critical Infrastructure against
both Physical and Cyber Threats,
The Recipient states that rows marked with "X" in the following table are accurate:
The Recipient demonstrates, prior to the signing of this agreement, effort to
consider and address physical and cyber security risks relevant to the
trans ortation mode and type and scale of the activities.
The Recipient appropriately considered and addressed physical and cyber
security and resilience in the planning, design and oversight of the project, as
determined by the Department and the Department of Homeland Securit .
The Recipient complies with 2 CFR 200.216 and the prohibition on certain
telecommunications and video surveillance services orequipment.
2. Supporting Narrative.
N/A. This grant will not fund the purchase of Information Technology and/or Operational
Technology.
14 of 14