Loading...
HomeMy WebLinkAbout10/5/2016 - STAFF REPORTS - 1.J.Date: October 5, 2016 Citv Council Staff Report CONSENT CALENDAR Subject: APPROVAL OF MASTER AGREEMENT, ADMINISTERING AGENCY - STATE AGREEMENT FOR FEDERAL -AID PROJECTS, WITH THE STATE OF CALIFORNIA, STATE AGREEMENT NO. 08-5282F15 AND PROGRAM SUPPLEMENT AGREEMENT NO. F044, WITH THE STATE OF CALIFORNIA FOR USE OF HIGHWAY SAFETY IMPROVEMENT PROGRAM (HSIP) FEDERAL -AID FUNDS FOR TRAFFIC SIGNAL MODIFICATIONS, CITY PROJECT NO. 15-32, FEDERAL -AID PROJECT NO. HSIPL-5282 (046) From: David H. Ready, City Manager Initiated by: Engineering Services Department SUMMARY Approval of Master Agreement, Administering Agency -State Agreement for Federal -Aid Projects, with the State of California, State Agreement No. 08-5282F15 will continue to facilitate the City's receipt of federal funds for all transportation projects. Approval of Program Supplement Agreement No. F044 will formally authorize the reimbursement of up to $295,000 in federal -aid funds for the Preliminary Engineering (PE) phase of the Traffic Signal Modifications, City Project 15-32, Federal Aid Project No. HSIPL-5282 (046), (the "Project") RECOMMENDATION: Adopt Resolution No. "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, APPROVING THE MASTER AGREEMENT, ADMINISTERING AGENCY — STATE AGREEMENT FOR FEDERAL -AID PROJECTS, STATE AGREEMENT NO. 08-5282F15; APPROVING PROGRAM SUPPLEMENT AGREEMENT NO. F044 TO ADMINISTERING AGENCY -STATE AGREEMENT FOR FEDERAL -AID PROJECTS NO. 08-5282F15 WITH THE STATE OF CALIFORNIA, IN THE AMOUNT OF $295,000 FOR USE OF HIGHWAY SAFETY IMPROVEMENT PROGRAM (HSIP) FEDERAL -AID FUNDS FOR TRAFFIC SIGNAL MODIFICATIONS, CITY PROJECT NO. 15-32, FEDERAL -AID PROJECT NO. HSIPL-5282 (046); AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENTS ON BEHALF OF THE CITY OF PALM SPRINGS." iTEM NO. 0 City Council Staff Report October 5, 2016 - Page 2 Master Agreement 08-5282F15 and Program Supplement Agreement No. F044 (CP 15-32) STAFF ANALYSIS: In April 2015, the state of California Department of Transportation ("Caltrans") released a call for projects to be funded through "Cycle 7" of the federal Highway Safety Improvement Program ("HSIP"). The HSIP is a federal allocation of funds to Caltrans for implementing traffic safety improvements on local and state highways. In an effort to further improve the safety of the traveling public, the Engineering Services Department submitted to Caltrans an application for HSIP funds to improve 19 different City traffic signal intersections with the latest in traffic safety equipment, including installation of advanced dilemma zone detection and upgrading of ADA curb ramps. The locations of the 19 traffic signal intersections to be improved are identified in Figure 1. N - Figure 1 02 City Council Staff Report October 5, 2016 - Page 3 Master Agreement 08-5282F15 and Program Supplement Agreement No. F044 (CP 15-32) The City's application was among a limited number of 20 projects awarded funding in the Riverside/San Bernardino County area (Caltrans District 8) and 1 of only 182 projects awarded statewide - Palm Springs (1 project), Indio (2 projects) and La Quinta (2 projects) were awarded HSIP funding in the Coachella Valley. The City was awarded the full grant request of $3,325,200 which is 100% grant funded (reauirina no local match) as detailed in the award letter and project listing provided as Attachment 1. As a condition of award, Caltrans now requires agencies to meet key delivery deadlines. The City has received its Authorization to Proceed with Preliminary Engineering, meeting the first of three milestones per the award letter. As part of Authorization for Funding, the City of Palm Springs and the State of California is required to enter into standard agreements in order to receive federal funding. Master Agreement, Administering Agency -State Agreement for Federal Aid Projects On November 1, 1978, the City Council approved the original agreement, or "Master Agreement", with the State of California, Department of Transportation (Caltrans), as Agreement No. 1459. This agreement outlined the obligations of the City in its receipt and use of federal funds for transportation projects. As federal and state regulations are changed, provisions in the master agreement must be modified to remain current. The Master Agreement has been revised by the federal government and state of California to incorporate new contract requirements. Revised "Master Agreements" have been approved by the City Council on February 18, 1998, and most recently on January 3, 2007. Caltrans has submitted a revised Master Agreement No. 08-5282F15, included as Attachment 2, to reflect the most recent federal legislation with regard to federal -aid projects. It is necessary for the City to approve the agreement, as submitted, in order to continue receiving and using federal funds on transportation projects. Program Supplement Agreement — F044 The Master Agreement is amended by each successive use of federal funds on a project, and upon authorization or obligation of the use of federal funds on a project, the City is provided with a "Program Supplement Agreement", or amendment, to the Master Agreement. In light of the City's authorization to proceed with the Preliminary Engineering phase of the Project using federal HSIP funds, Caltrans has submitted to the City approval of a Program Supplement Agreement No. F044 which will continue to facilitate the City's use of federal funds for the Project. A copy of the Program Supplement Agreement No. F044 is also included in Attachment 2 that consists of the letter from Caltrans requesting approval of the Master Agreement as well as the Program Supplement Agreement. 03 City Council Staff Report October 5, 2016 - Page 4 Master Agreement 08-5282F15 and Program Supplement Agreement No. F044 (CP 15-32) ENVIRONMENTAL IMPACT: Section 21084 of the California Public Resources Code requires Guidelines for Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines are required to include a list of classes of projects which have been determined not to have a significant effect on the environment and which are exempt from the provisions of CEQA. In response to that mandate, the Secretary for Resources identified classes of projects that do not have a significant effect on the environment, and are declared to be categorically exempt from the requirement for the preparation of environmental documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects consist of the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities; therefore, the Traffic Signal Modification, City Project No. 15- 32, is considered categorically exempt from CEQA,. A Notice of Exemption will be prepared by staff and filed with the Riverside County Clerk. The Project is funded 100% by federal funds, requiring local oversight by the State of California, Department of Transportation ("Caltrans"). As a federally funded project, the Project is subject to environmental review pursuant to the National Environmental Policy Act ("NEPA"). The successful consultant will be required to obtain the NEPA clearances necessary for the project. The City has issued a request for proposal on September 14, 2016 with a deadline of October 18, 2016, seeking qualified consultants to perform this task as well as providing final design for the Project. FISCAL IMPACT: Approval of the revised Master Agreement with Caltrans will continue the City's receipt and use of federal funds for transportation projects. Approval of Program Supplement Agreement No. F044 with Caltrans will formally authorize the disbursement and use of up to $295,000 in federal -aid funds for the Project. These funds will be allocated to the Capital Project Fund (Fund 261) in Account No. 261-4491-50337. SUBMITTED: Marcus L. Fuller, MPA, P.E., P.L.S. Assistant City Manager/City Engineer 77 David H. Ready, Esq., PMFr City Manager Attachments: 1. HSIP Award Letter and Project Listing 2. Master Agreement No. 08-5282F15 and Program Supplement Agreement F044 3. Resolution 04 ATTACHMENT 1 05 State of California DEPARTMENT OF TRANSPORTATION 12/02/2015 Savat Khamphou Assistant Director of Public Works City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 94553 Dear Mr. Khamphou California State -transportation Agency Congratulations! The following project which you submitted for Highway Safety Improvement Program (HSIP) Cycle 7 funding, have been selected for implementation: Unique Original Project Application Agency Location of MPO Name Work ID ID various IISIP7- 08-Palm Palm SCAG intersections 119) 0"l-0 springs-] Springs throughout the Crtv of Palm Springs, Description of IIR3 Project Federal Work Eligible? C YSt Funds Modify traffic signal and install No $3325,200 S3,325200 ad,m ced dilemma zone detection. To view the complete statewide project listing, please visit the HSIP websile at: hitD:/www.dol.ca.eov/hu'Localf'roerams/HSIP/Drev evcic results.htm, In Cycle 7, 182 projects were selected from a pool of 213 applications. All projects competed based on their Benefit Cost Ratio and properly proposed traffic safety countermeasures set forth in the Call for Projects. The selected HSIP projects, totaling $160.8 million, will utilize the available HSIP programming capacity in the 2016 Federal Statewide Transportation Improvement Plan (FSTIP). While Caltrans congratulates you on competing successfully for HSIP funding, your agency is expected to expedite the delivery of this safety project(s) wherever practical. For all HSIP projects, Caltrans now requires agencies to meet the following three key delivery deadlines: 1. The deadline for Request Authorization to Proceed with Preliminary Engineering (PE) is September 30, 2016 2. The deadline for Request Authorization to Proceed with Construction (CON) is September 30, 2019 3. FTIP funding for a Cycle-7 project will be de -obligated unless the CON for the project is authorized on or before January 1, 2021 Caltrans will track the delivery of these selected HSIP projects and prepare a quarterly report showing the delivery performance of each project, and this quarterly report will be posted at the website: httn:/nvww.dot.ca.L(ivth(I/IA)CalPinLrrams/HSIPi'dclivery stams.htin Projects that miss milestones per the HSIP guidelines will be flagged in these reports. If an agency has a flag for late CON authorization, Caltrans will not accept HSIP applications from the agency during future open cycle 'call for projects' unless the flag is removed with an agreeable and acceptable future project CON date. "Pmvrde a rgfe, .suciarnaKe, mtegrulr./mod effi<trnt trungvrrrmnnn 06 u ttrm 1 enhance Cufrfornm's economy and frruhrGh' Page 2of2 The Southern California Association of Governments will be informed of each project being approved for funding. Caltrans Headquarters (HQ) staff will work with SLAG to include each project in their next FST[P Amendment. It is your agency's responsibility to track your Metropolitan Planning Organizations (MPO's) FSTIP Amendments to confirm the Federal Highway Administration (FHWA) approval of your project. Then, your agency may submit a request for authorization (RFA) to begin reimbursable work on the project in accordance with federal -aid project implementation procedures. Your agency is encouraged to finish your non -reimbursable efforts of completing activities and preparing documents required for your first RFA to proceed with your project. These efforts can and should begin now in anticipation of your project(s) being included in approved FSTIP. Please contact Albert Vergel de Dios to arrange for an on -site field review to evaluate and assess the entire scope of the safety project. A field review form can be found in the Local Assistance Procedures Manual or at the HQ Local Assistance Division website: httD://www.dot.ca.izov/hu/LocalProizrams/lam/]ar)m.htm. Given that HSIP safety projects are lump -sum programmed in the FSTIP, it is expected that one or more phases of a project delivery schedule may not match the FFY in the FSTIP. When this occurs. local agencies should file the RFA using the Expedited Project Selection Procedure. More information about the EPSP procedures for delivering HISP safety projects can be found at the HQ Local Assistance Division website: htto://www.dot.ca.t_rov/ho/LocalProerams/HSIP/delivery status.htm. If you have further questions, please feel free to contact Albert Vergel de Dios at 909-806-3944, or at Albert. Vergel.de. Dios(i,do t.ca.gov Sincerely, Sean Ye g ,-- Division of Planning District Local Assistance Engineer "Provide asale, sus(arnahte integrated and efficient oaneprwatron.naten, 07 n, enhan. a C'at forma s e, onnmr and (aandnr' rew,o,l,..l .vim n1 ui,birlmmn,A$m, 9 Approved Project List for Highway Safety Improvement Program (HSIP) Cycle 7 Unique OHginal Application ID CT Agency Nama MPO Location o/ Work DescriptionIN Work HU orbital Federal Project ID DISMM Eligible? Oast Funds Intersection of Myrtles Ave B PenneyNerva Ave, an Hams St, al pardoned Install Lane Lights at existing unslgholood crcssvnlks wM RRFBS In HSIP741401 01 Lounly of Hinnuall I HumWklt6oun, RURAL Acfas FavgrouMs. the mlersexton of HaMson Ave and Roane Ave and Mynkmxn, and lane lights on Me inside of toes sosseek at Central Ave No $ 230000 $ 227700 one locaeon of MCMniewllls at Central Ave and Sugar Rd and Burger Rd (nith no RRFB) Alan0 IN snore lenOth of Battle Rork Road Swgs Valley Road, Sof ler H61P7-01-002 01-Lake County-1 1 Lake County RURAL Canyon RoadaM Loch LomoMRoad NoWElkMourmin Roelfrwn Upgrade ,wrnmgsr,-cime.dres, ear,"mas unflauall delmeake. No $ 462200 E 4622011 Main Street to Fomal Highway 161,120 HSIP7-02-001 02-Tnrnry County 2 Tnmry, County RURAL The Intersection of State Hlghxey 299 wth Glen Road (and future Lance C... front A roundaMN No $ 1,159500 8 475,250 Cali ROW) m Wesavmvdle hontle moor mdNock enhanced car locations, buffered dke lanes, HSIP7-02-002 02-RMdmg-1 2 Redding SCRTPA On HaMell Avenue beMeen Chum Crack Road and Victor Avenue and Wwldx,...able rsdo... feo1ihesmdWn94ghtening can No $ 1.9147W E 1,718,700 madras and completing soundly gaix, and petlestran slgNI control Mulpment HSIP7-02-003 024dasla CwnN-1 2 Shasta Oounty SCRTPA Rhaetian Drive from Knighton Road to 2 miss souMm the uam.,oinatM Widen existing roa0xey by gating shoulders Na $ 11163000 5 1,046,700 area of Shasta County CIryof Chice Nard Ave Complete 5treN1sit041h W.1mo Slreeilaho Road diet, new buffered dke lanes along Walnut Street and lnpovM HSIP74}001 03.OMco-1 3 Chun RCAG known as NOM Ave In the unhand SR-32)be.an West ld Street and signal haNwere at the Interactions of Walnut 5t and W 2nd St., and No $ 1.605 W0 $ 1,LH 950 West 41h Street veteran St and W 3fd St Install chauvi my vehicles preempeve system along Esplanade HSIP7-03-002 OSCMco-2 3 Close BCAO On ExcluNde between Convert Rd aid pommel Way Conswcl ladder vote crosswalks. AM curb ramp, mared median. and No $ 357,700 $ 35],]00 rapid rectangular flashing Nacons at W Bth Ave and EaMormeda int.... ban HSIP7A3003 0}CMco-3 3 Chaco BCAG Imersecoons of NON Ave (SR42)ead West Swmmamo Ave Convert lhemter-ithons from agnal control W mandaoouts No $ 2,242400 E 2.242.400 HSIP74MU 03-Paradiso-1 3 Peretlie. BCAG Intersec9on of Skyway at Black OLve Dave Install traffic signal No $ 470900 $ 470,ADD Road Salary and Signing Audit IRSSAI pralect This fairest proposes 10 HSIP7-003si 03-Nevada County-1 3 Nevada County RURAL Vamn road romtlorsm Western Nevada County, This phractuclauss waluab 1)the mseng son type lambOrm antl sizes per MUTCD 2) Yes E 1.120,500 E 1.120,500 apprmuoaiely 130 miss 0(Malar said MaurCodeRr roadways dents missing stem per Mlf/CD, 3) evaluate sign relrmegecr and 4) mMiM1 sinnane accoMmi Vanam road segments Aureate a Wy AN Sierra Dr, Ball Rd, Brower Rd, HSIP7-03-0U6 03 Nevada Coum-2 3 Nevada County RURAL Came Dr, Cap Bar Rd, EBennett Rd E Limn Kiln Rd, Francis Or, Gary Wy, Pai thnmoplashc singng antl pevramen maM1ais aloig Yes E 361.900 E 361,900 Karen Dr La Barr Meadows Rd, Lawrence VI}', NeMoren Rd, fortune Wy, approximately 30 miles of rural Nevada Counts Roadvnys RaMesnake Rd Tan— Wv Toax VJv Vanom narves along Auburn Rd. Aga Siena Rd. Bitney Springs Rd. HSIP7-034W 03 Nevada County -3 3 Nevada County RURAL Bmni Rd Dog Bar Rd G.... hom Rd Le Barr Maeda—Rd.UnNNln Apply Mgh FrrtNnSudare Treatment(HFST)Mvenoi curve wthhtgM1 Yes E 836,900 $ ]51610 Rd Mai Rd, McCourtney Rd. Ridge Rd. Rough and Ready Rd. You nxi road Mtob)ec0 acadentrates Bet Rd HSIP7-03408 O3EI Dwa]o CauMy-1 3 El Damon County SACOO IMersteran of Can... Heights Dr and Vote Tmra Or Road"washing, contract a muntlaWut upgrade aminage Indor No $ 5,500,O00 $ 3,124,500 HSIP7-03-009 mpiacn Count'-1 3 Plewr County SACOO A,19msiounlmar lhmughoul southwest Place, County Inslallmon of U9M1eng, upgraded pavement maMngs, and gashing No 5 7774M 8 777,400 NaconirnpOVBTanK HSIP74341D 03-Placerville-1 3 Placervrile SACOG In El Domd.C.aaN is In. Cory of Placerville along Braadxav hour in. Construct sidewalk No $ 75505) $ 679 no intersection at Mnn Street internal to approximately 1500 BroaMay HSIP743911 0}Sacramenlo-1 3 Saaammto SACOG II orripme throughout the City of Sacramento Install pedectnan Ridge islands and ledger reed flashing No $ 5112M $ 460080 xvuonatRRFB) of uxontmBM crwsyniks on criou., .ad—,. HSIP74MI2 03 acmmi 3 Sacramento SACOO Six localions throughout IN City of Sacramento Install advnncetl oNmma as loops for the high speed approaches at No $ 415300 E 415 van six ..it ..it, s,tolood Im rare coons Venousdowntown—ad.. hounded by Winning. S, Brooding Alhambra HSIP74MI3 0Mnreuiento-3 3 Sacramenm SACOG Boulevar .. C Sbeet mdWry theintersecbom of North iWM1 Install pedezMan wunitlonn signal heads, negate 8'xXM1 t2'veM1de profession hehmlapeace 8- -suoon N0 E 3.1a2 W1 E 3112600 SVSproule SI-Bdi Stand North High SlresVNonh B Street allpa heads inslallemergencal gmgnent I4rra-1-3 _ii15 ( shmea l u d Alias, — lion d I" l awnaOlP 114D. n 0 Approved Project List for Highway Safety Improvement Program (HSIP) Cycle 7 Unique Original Application ID T Agency Name MPD Location of Work De.Mal n of Work HR3 Project Federal Project lD "cridi Eligible? Cost Funds Three aomdors On Freeport BE fem Meadawiew Rd A R.- No on Rio HSIP]-0SOH 015acramenlo< 3 Sacramanto SACOG Linda atfrom North Ave to Claire Ave, and on Meadomiew from Amherst miss, sheaf I'M1mip No $ 1,568,500 $ 1,569,5ao to 24M BE HSIP743915 03 .rramenlo-5 3 Sacare, SACOO Nine l..xii Mmu9hou[ the City ol3auemenlo belaA eight peleatnan hybnd beacons and one pedestrian SMOKHHWKi No $ 1]51300 $ 1.761.300 N cram id.al mereselks HSIP7-03-016 03Sacrarmet" 3 Sacramento SACOG Five sgrii locations lhroughw116e Gty of Sacramento Install mast arm traffic signals to replace tragic signal heads mounted on No $ 1346 Sol $ 1348500 pedestals m melon HGIP]-03-01] 0-.-.info Counry-1 3 Sacramento County SACOG On Auxurn Blvd beginning 200event of Annadale Lane color Count.. sdextri Class ll bike lanes .odicall a red -ran Hark No $ 2,044,000 $ 1839,600 easMm W Winding Way type signal, located near the intersection of Auburn and poundage Lane 39Sigrlabmd interactions on cel8ons of Wining Way Walnut Avenue, HSIP7-03-018 03Secramem. County,2 3 Sacramento County SACOO Mscum Avenue El Camino Avenue, Elkhorn Boulevard. end Have provide enhanced signal cooMinahon antl momtanrg by upgrading Me enhancedmr,n monnsrve No $ 1,536500 $ 1536,500 Avenue ThIM- nine (39) mtemechons total to Owforbaladd saPrevdsgnal signal mooing Replace fatled ant earl panted edge Enos, comer lines and HSIP7-03-019 03-Sutler County-1 3 Sutler County SACOG Acacia Avenue and Pass Road from BAD House Road IS lesson Road. pavement markers vnlh upgraded Mnmopbabc traffic eingng and my. No $ 260,on S 250900 pavement markers HSIP7-03-020 03-Wesl Sacermenfo-1 3 We., Sacramento SACOG WeatCagfol Ave fromderelMe 80 w¢rpas5 b Je1,ts.n Blvd and trai dryde bnea enhanced arossxalks and Patent No $ 669,AD $ am 100 JeXeSon BMd Imni West Cannot Ave to Park Blvd Perform Readwry Stnpeg Audit to determine MUTCD com,sume ands" HSIP743A21 0}Yolo Counry-1 3 Yon County SACOG Various Meadore lhrough.A the Counry,asystemc Adeanon upgraded cemedmas and edgaJnes using thermopbshc singing wN Yes $ 2,763&A $ 2.763.600 ranemn. beets HSIP]-04-001 Od$enma-1 q Beniaa The aMernston of East San Street and Veono Street, ant slang E..5M Construct a bWboul and emaseek wlh Thai beacons on East 5th MTL Street betxeen 1-780 and Veanp Street Street @Vacmo Street and extend the eastern sldevrzlk of East Sib No $ 470600 $ 4235g0 Street to I-780 ebng In atltlmg. newmadaay lights HSIP]-0LU02 04benmaQ 4 Bemua MTC 71scrt.sechon of MhRry Weal, West N Street. Cambria Cove and Replace traffic signal b add prMecled lefts on MOHary West upgrade five No Buena Vista (5) pedesman cssvwlks, and upgrade comroller cabmel I$ 2812,10 S 253080 Instant padealnm 8HvAd1 or HAWK signal, acsesablaµ e'slnansgnal HSIP]-01-001 01-0a of Leantlm-I ryo 4 C Mot San Leandro MTC Them..-. of Davis Street wN Carpenber Smst equipment improve street either, features ant sgnangflamgnOfor No I$ 299300 E 251,405 Crwaxalks and up0ratla dasaNed curb ramps HSIP]-0d-004 04{.ntra Costa Counly4 4 Canto Costa County MTC Vanum roadvaays located m MA unin-momfed Bay Pont area Bay Point Sign Upgrade Protect Replacement M elision, regulators and No $ 479900 $ 479900 vnrnmg moons HSIP7-04i G4Lonlra Costa County-2 4 Contra Costa County) NBC On San Pablo Dam Road boMaen Appian Way and Clark Road, vnNm Me Consumer cub, name. and sad. —I, No S 905300 E 613,920 unincorporated Ed Sobranta area H61P]-0LD06 --.-a Code Coui 4 Cents Costa County NBC ByronHighxay�Mean Byron Hot Sprigs Road and Contra Resume cenbdme enba double rulnx no passing lnes.lser cenMdme No $ 515000 $ 515,000 Costa/Alameda County Lane whin the umncnryoatod Byron area rumNe SNp; antl ur,,. sgns HSIP]#W] 04-Curiae Costa Cou V4 4 Contra Costa County MTC Locatetlon Marsh Creek Road Canteenmadefy Me city limits of Clayton and Install Cenb PS monde servelsNpas Add light, at Net Valley Road No $ 1,288000 $ 1 Bien= no prapd hor spproxa14 miles and aMarsh Creek Road umur ecdon Construct cub bulMud win reclargular rapt fli beaeane(RRFB) HSIP7-W406 0lfrelronl-1 4 Fremont MTC On WashagtonBoulevard from Fremont Boulevard to lnbrslate 680 metal buttered take lane string, most feedback signs, ant No $ 517600 $ 465 Up APS V.mum. pedaslnan sgnal heads HSIP7i4-009 00.Lalaye"e-1 4 Laleye8a MTC I On aoulhbound Taylor Boulevard near Pleasant Hall Road Instill arms aapmedaan barn., and harm.-sudace remmend No $ ill 500 $ 100.350 HSIP7-04010 wLlann CounMl 4 Mann County MTC Lucas Valley Road of PM 508 Improve madway wive ahgnmert at Wie Post 508 No $ 1350,000 $ 1207.500 MS117--Il 0-.anCcximi 4 Mann Count' MTC gBanak and mast collemot nolverys Signevemay rnadvay safety sign audit and sgnrg upgrade protect No $ 605p00 It 544500 fl�rv�nalnri +ial$ Lnuuu Led A —Los—. AmW 1t In,h-A "' A6nx5 unique Uniqu Protect ID Original Application lO 1SIP]iH-012 0lAann Conafti HSIP7#013 04A1ann Counry-0 HSIP]#014 04 al-rA1 H61P7-04-015 04-0eXIenLL2 HSIP744-016 04-0a1ulanrl3 HSI%-04-017 04-0aklnn" HSIP7M 16 0 rNal im-1 HSIP7M418 W-PItlSbml}2 HSIP7L4-020 C ftft6urg-3 HSIPT-04-021 HBIP7-0O"22 HSIP7-00-23 HSIP74"24 H91PT-04-025 HSIP7-04L26 HSIP7-o4-027 HSIP7-05La1 HSIP7-05-002 �e CT Down is,Agency Name 4 Madn County 4 Mann County 4 Gashed! 4 Oakland 4 Oaklnd 4 OaMana 4 PIt66uq 4 PiRsbuq 4 PIINburg 04Gan Rod nsse-1 4 San Franoacn 04Sen lose-1 4 San Jose 04Suiaun Ciry-I a Suisun Ciry 04smaun riM2 4 Suisun ary W-Sunni 4 Sunnyvale a-Sumiwale-2 4 Sunnyvale Out Union I 4 Union City OfiMonterey County-1 5 Approved Project List for Highway Safety Improvement Program (HSIP) Cycle 7 MPO Location of Work Deacnption of Work HR3 Protect IsNenl EBgtbleP Coat Fund. M!C Parwamr H9M1vay M1atxe.a Mile Post 6 l and 80 Install gueNmll(1500 h)and Install additional c No $ 482,600 E 434340 .,as Install dynamic vidablesceee vlarrvne arena el two la=eNo ar me MTC Sir Francis Onke Boulevard beaten Mile Post 860 and 953 downed hope additional curve xamIng signs and a reslslanl No $ 1,18]p00 E 1,01i4,T00 pavement rexafeang SM, antl sign road tint[ with buffered take testis MMwn 29m antl 41et MTC Tekgre0li Avenue[omdor between 291M1 Street am 451M1 Bowe[ Sla, install signal mutlihcahans at 29th aM 45tt 5k. mslall on.maled No $ 1,493,900 E 1,344,510 crosswalk enhancements, painted bulbnu6, and pamlad nwdien refuges Market Street M eee r 41h and Tm She 818 to 19 Sts, Intersec0ons at SNpe mot and sign take improveenoa MaMN between FM 7 SM a18-4 MTC Maii St at 14.16,21 SN, San Pablo Avenue al 32, Bmckhuis[xidN 81s, install un<omroged radar enhancement, sorb as RRFBs, No $ 1,584,300 $ 1,425,8T0 She leader striping, raised bulbouts, and raked median refuges M arsub I..cabore Sign and slope road Met will Nita lards on Classroom uncanlralkd mmC Shattuck Avenue at 49 St51S1, SM St, Alaprax Ave, Claremont Avenue orawawlk enhancement fish Indent crosswalk, RRFBs, bul"al, Mayor behpen Telgraph Avenue and Clifton Street median dow, l mul8ple laca6i godeni laRlum at No $ 1,SE0, 100 E 1004,090 ShahurthAkahar Signalima intoeadrom in wmtoaan 101NOak, IMNJaessan, MTC 10INHamers,111MJackson 11th"arnson. 121M1ffrankOn, 12th Pon Signal, Upgrade ena0rg tlafioenl signals for petlesNan sal¢ry la inGutle No $ ON a00 $ 509,040 13mlFranNm 171MFraiddin, l9WFranklm [ouoteovnment a¢essimepftestmenagne6 MTC Cn West Leland Road Coned. besets Ralraal Avenue and Montevideo Dove Install dynamicNanable speed warning signs and canlerne mmMe strips No $ 376800 $ 376,80) 95gnalrzMmisonschans m West Leland Road Cori swan Railroad MTC Avenue anA BaM,Roatl ana2sft.1hadmtmsecAons on Provide proMdetl left turn and rased pavement markets andp 1Og stn No $ M5900 $ 2659W Ralroadl0alifomm Aveane E. Leland and Lovendge Ave mtau9h inlarsea4on MTC On ANO Leland Road Consider between Railroad Avenue and Balky Road Provide High Fncbon Surface Trainman at 3 curves and 2inter"ou'" No $ C08,800 $ 54791 appro ichas an West Leland Candor Up In 345 intersection al vanoue locations in the northeast quadrant of The project NO anyone up to US traffic unlike In Me noneas M1l quedrant MTC San Fmn=isw of San Fannsco, wrostindWes 251 inlersesson— the North of Market No $ 37419W $ 3741.900 (NOMAI area and 94 inters ssidou In the South el Marlal (SCMA) tree MTC OnMCLauglibn Avenue between lnlentale 290 and Cagbl Exprasawsy III pushing heacone bugroud enhanced smarealks, median Islas, No $ 2793300 $ 2513.970 a Wibonal snsemghh, and gereral impoaemen6 1)Suand Avenue beseen Highway 12 and a point approximately 300 fact Irrslllralli<signal pa^INm kh loan anew,.not I Iha P.head MTC nos of Railroad Avenue EaE Road beaten W9M1w+Y 12 and Avenue Eeafappaoarh Rawe existing Kdestran head mWides Nth No E 249,Oo0 E 224,1W Tire —err E Tabor Avanua Pgggstnan head mNubs mat include vedMn9 countdown squenro Instill Sinnal Ahead alvmrce woman- I,-, MTC Eastbound Stale R.-12—an poo-lrane Avenue end Manna lnelallatonalaavanrevemmgbeawn sysdmwmwnlrollwand andele BoukvaN selection den[w No $ 18O000 $ 182000 Mgdify taftc agnepa to =onvad fording peddetakmounted vain[ signals MTC Inlarsecbon of Mal Avenue and Indio Way in the City of Sunnyvale to mast arm installation of munMown awlesman a lines for el No E No 000 E 450000 8Mun yea and rind/el an of left tun lanes are phase Iraqi l Pedealnan clever, with earmsalary1¢oft- fin-Roedwey MTC Imearoachare of West Reavrgen Drive at Michelangelo Ism, Wanting UMIS Red esman SyaMi uglreda waanmg tM re9uleton No $ 214 700 E 214 700 aline, and matalktiaNupNode Intersetton daring Upgade vicialiryraeltry of e:rebrq o-Nba aienda by removal m peaesml MTC Interss of—,ecM1onple RoMirCenlral Avenue and Dnew. R.MMM ry imm uedsignalsnal hands,mstall new mast ary ta aommad]i cccaale honel Road sgod M1eadmstalktian, install new street lights on the mast arm pde5 No $ 437700 E 437 700 and related Ionorovemeals Canduel a Read., 8e1, Slgnme and Stnpos, Anait en approximately Monlea County AMBAG Venous none... throughout 250 miles of Counts roads easel on me me auddfindinga tepees or ey wghom me eoumy No $ 3222200 IS 3222200 05Sminas-1 1 5 1 Salinas aedacale ending signs, Moved new signs and aeplare existng sinpn9 NO aetal 22 vdiere wrramai Install Iii kne and add wan ph®e al mu mea as win no lefi- AMBAG Abral Sl beeeen Blon=o St and Front$1 turn lane or left -turn phase, provWe proses left4mnphesalorleee Ne E 2600100 IS 2,J400W mtetc0awin IeMum pane red am le"nm phase, and conducl min Bret e NnwmlvT : •PU 'Aden, bush a„'ale, ,wo1 m u.maAID VnpvA Approved Project List for Highway Safety Improvement Program (HSIP) Cycle 7 Unique Original Application 10 CT Agency Name MPO Locetron ar Work Description of Work HR3 Protect Federal Pro)ect 1O Diatnct Eligible? Cast Funds HSIP]-05-003 O5-Salin-2 5 Sidem AMEAG N Main Sl beMeen CM1agnal Sl and Navas M Install a traffic signal ant a median opening the slow Main St and destruct No $ 650.900 $ 585810 Ch.,—1 Lehiurn HSIPT{ 004l OSSanta Cmtl 5 Santa Cmz PMBAG Bay Buse15efeeen Escalona Drive and Nog Street Sidewalk wmple0on on Me west sWe of Bay Street No $ 627.700 $ 561930 HSIP74)5A05I 05-Santa Cmz-2 5 Santa Cruz PMBAG Be, Street movie. Escatons Drive and Hog Steet Pmterted left Nm pM1aae at Bay StmeVHNg Street and segment fgbLng No f 336.900 $ 338.900 on Bay Street between E—lens news and king Street HSIP7-0 000 05Santa Cruz County-1 5 Santa Cruz County 4MBAG On Le Madmn.Drve 02 mks sou, of SNernood Drive (PM 182) and at Install guardrail No f 320000 $ 320.W0 No Madrore Dme mar Via Vmca (FM 1 32) Installaeonol pedastnannossaalkimprw memo cadershrg of HSIP]-0500] oSSoleta-1 5 CourtSBCAG UnconVdled petleslnen croasinya el lbe mlermedians of Hdlstar Avenue RMmgular Rated Flooding Beacons(RRFBs) at Hollister and Chap" No $ 2"200 $ 237780 antl Chapel Street and Celle Real ant Kingston Avenue and a Pedesbian Hybrid Beacon (HAPR, agnall al Cape Real are Nimslon Ave H6IP7Wa-0(38 OSSwm 13arlere-1 5 Santa Barbaro SBCAG I 23 sgnalzedmtarsectens In the Gk of Gent, BaNara Increasing head a a. hard 11. IT No S 215900 $ 194 MO HSIPT-05009 HSIP7-05010 OSSanla Barba.-2 OE Soma Mena-1 HSIP7-05011 OS meta Maria-2 HSIP7-05-012 OSanmo Beach-1 HSIP7-05013 --an tun Ous-County-1 HSIP7L 1 O dsiinml HSIP7i 02 ..do, HSIP7-NrdO3 WFoesno Co-N-1 HSIP746-001 O6Eakenfielbl HSIP7-06005 I O6Eakersfislh2 HSIP7-06-0O6 I 01sDet-a-1 HSIP7-06007 O64um CounM1 HSIP7-0 008 08ShaM,l Intetsessonsof 1)Carpntena Str etat Volumed Sree1,2)Alamar Prontla enM1ancetl cmaswalk kaWres ellMee acOool aaavnga 5 Santa Bar.. SBCAG Avenue al P..W. 0.18.13) Le Conn. Read and Calls Can Enhancements vary by site, but .dude cut edensiom, street lgh8ng, No $ 597,100 $ 537,300 wed rectadgder rapM flashing beacons 5 Santa Man. SBCAG NBid.... Rd lFmm W Taylor St to Ahmed Ave) Construct a dental median tamer and template the road del mature at No $ 704,800 $ 667.080 N Sesser Re poetween W Taylor St A Atlantic Are) 5 j Sarum Man. 6BCA0 N.—new,(SR-1351 between Mem St MR-168) and Mi11$1 Remove Pal o^eprtmdi ng tan B replace with extended left turn lane, No $ 132200 $ 112370 w smtenm and FCC income exturrom Install prolened Ian wnphase, install traffic signal poles LED signal 5 Ramo Be.. SLOCOG AVE 101 SwMbouna Ramps I Five Cbds Drive hod.., LED pad cau.to.—smooth. eons a116 conalmero new No $ 181400 $ 163,260 curb, Bidder sidewalk. 6 cut ramp Venous carvs Mrwas eghoul Me unumonm ated areof San Luis ObrsFu 5 San Lord Odspo SLOCOG CuunN Buckley Rd. Codreft Canyon Rd, Creston Rd church SL, El Install 19 dynamupeed warning sgn a ousetuas No $ 455300 $ 423,'M Counly Camno Real. El Pwnar a. Hlguera 5L Hutton Rd Los Benas Rd, Orchard Ave Vflmev Rd ant Vmevard Dr 6 Fresco COFCG Inlersectwn of Chesnut Avenue.M Shields Avenue I loodelarm of pobcled leR4ure phodd, at the intersection of Chestnut No $ 507.300 $ 471,510 Avenue and SMaks Avenue Modification of Me exl5lmg traffic signal mchadm9 the msulauan of an 6 Fresno inearmlon of Belmont Avenue and Fulton Street sddnlanal most arm, saf6c a9nal and insinuation beads and comment No $ 514,000 $ 46SMO ,,ad. 6 Fnsm County COFCG Various made in the area what of lnferaNts Sand east of the FnaM-hem Install no ease on Mghim in m of tooling ng dashstriping to comes with Canal MUTCD and upgrade other pavement mad mgs and stdgng yes $ 1491,ROO 1,342,620 6 Safari NCCC Various Locations -02 agnallsd mtedfacbom seem the north east eaten Install pedaatnan countdown head at each sgnalided Intersection No $ 194000 $ 170 SO0 of the QN of Bakersfield 6 BakersfieM NCCC Manaus Locations -50 sgnalzed Intersections vMM1ln the south east parson Install petlasNan countdown head at each sgnalagroundlntdl erseon No $ 160O00 § 151 M0 of the City of Bakersfield 6 Delano NCOG 32 non51gna11zed crnsseelk locations throughout Me City of Delano Instal pe March s andIdeel Pedesstems.Install Sdvanred TleN rning March s and Install PedesNene, n 9 No $ 437.9M $ 437 NO 9 0 9na 6 Kern County NCOG I South Union Ave Between Tall Hlghwey ant Mng Avenue. COn1-71 left turn channamabon No S 1,134300 $ 1020870 6 ShaM1er KCOG I Used Hghway behead Ch., Ave antl Zmker Rd Install guardrail No S 1O01,8001 $ 1.081800 n �i�„ii9ai, DH> felt.... L....1 A.u.unm Y ',]b1 Incer' .IP(i d.- unique CT CT ProleptlD original Application ID Dt Agency Name HSIIP7 -W9 OB-Wasco-1 6 Wasco HSIP7-06O10 013-City of Madera-1 6 City of Modern ""ll 5011 OFPonervAlo-1 6 Rehandle HSI1]CC012 WTulare County-1 HSIP]{30❑ WTulare 0oun1ri2 HSI%L6-014 O5-Tulare Cacti HSIP]-0]L01 .-d-I HSIP]A]L@ .7 Carson-1 HBIP]-0]-003 01Lemlos-1 HSIP]4]-004 07Lommerce-1 HSIP]-0]-005 07-0nmlMon-I HSIP]-0]-006 07{urahy-1 HSIP7-0]-00] OKulver Cry HSIPT07-008 07-Downey-1 HSIP7-0]-0a9 0]--W-2 HSIP]-0]-010 07-H dddv-e-1 HSIP]-0]-01 l 0]-La "ems-1 HSIP]-0]-012 071ancarorai Fs" IN 6 TWA. County 6 1 Turn. County Approved Project List for Highway Safety Improvement Program (HSIP) Cycle 7 Moo Location of Work Decimation of Work HR3 Protect Federal Eligible] Cast Funds KCOG VanouS locations either Me Waste cii limb Roadway Safely Sign Aug' and Stan upgmEehnstallatlan project No B 143,900 $ 143,900 MCTC Sumal Avenue from Granada Avenue to Foster Avenue The proposed perfect vallnuall pedeslnan—or.-edid ADA complaint No f 345,100 f 310.590 sidewalks Replace ginseng traffic signal Add Ni protected LT phasing, Add TCAG Olive Avenue A Newcomb Street lnlersetlmn marl am mounted LT had& for E&WB MMdy marten noses, add ADA No IS 414,800 f 400.320 temps at all cornea, add croasvolks on sough and andst legs, addl.dtty _ sure install APB venal TCAG Worth Dirds 0148I between Road 278 and Road Road 204, located on Install addenda, and centerme rumde slnpshlnpea. improve signs and the east side of Cesom near P.d...I a sNgng No f 423.000 f 423.000 TCAG IAt vamm mtereacbons on Avenue 328 behmen Road 108 and Road 156 Installation bR rum yes $ 1pi4.00 $ 1326600 0vanhoef. lwckms 6 Tundra County TCAG On Avenue 2321rom Road 36 to ROW 76 pa" St I Imlatla nd. of is. 16l Win turn Ishas In orewho mlarsadarm and mslal tins E 1,422,000 $ 1279.800 edge line simple sinp&Inpes ] Bush SLAG locaramereaddans in the Off of Bell. pnnapalry an Againt, Avenue, Insisted- of WorkencounUown agnal heads and ulgradmg Flounce Avenue act Gage Avenue pMeslnan ramps as ADA stands,& No $ 165,000 $ 148.500 ] Cauan SCAG Interaction of 190T Stranded. Ave and F9bema Gl Install Presents Left Tunis, Upgrade Signal Hardware, Improve Curb No E 2o2d00 $ 202,d00 Ramps Postal wu ldovn pedeslnan heads, upgrade APS ] Cr SCAG Blwmfie. Avenue A Ia. Bused, aCPry of Can.]. MctlPficahm ofIn.orating traffic signal from a protetlrveyemassve No $ 360.000 $ 360000 dinner N a fury pro puffin signal Sgnel col lnrmaechons on the following corndars Eern Ave from ] Commerce SCAG Faresf Stto Stevens PI Telegraph Rd from Garfield nuastAtlmr d Bivd. Upgrade franc interconnected syslem at 39 instructions No $ 1039.200 $ 935280 Agreed d Irom Ferguson Or m Shmk fir, Garfield from Ratilk to Randolph St St.uson Irom Easier, Ia Gree ] Compton SCAG Complain6aulaam,tom Wllconardk Avenue 1. daslem OM Imp InSfnlHlPon of raised medians and Class ll bi lanes No $ 1928400 $ 1691.098 7 Cudahy SCAG Alan, Say Lae Ave teMsen Wenul At B Palate SVAllanhc Ave 1^slallabon of pedestrian safety s^e�1cemenls(advlsory..ad.,. No $ 398500 $ 363180 Twelve affidn ad mlerseNons an the adenal nelwak Mra. ghoW Me cad Replace vslllg pemmrvir witIranmovements with J Culver Clry BCAO ton Sepulveda Blvd, 7 on Washington Bad ton WaaM1inulon Pl Protected 1permsslveley-Wm Noses foulard,rows.arrelsldrndees No $ 2083300 f 2,083,300 Culver Blvd, add l an Green Valle, Circle must arms, indications detection wing, and controller upgraded Tralficsgndupgrades Fiber optic ads. new conlmlled, signal ] Downey SCAG Paramount BoulevaN-GaNendae5lreelto Telegmpy Road Inardwe,egmpmenl, mdidedchon penetration counldown wi heads No $ 1926.300 $ 1,926,300 sdery lamb, Traffic sgnal upgrades Flier optic case, new constraints, apWdereanl ] Downey SCAG 6luvadand Gray- Ole Wver School Road to Firestone Boulevard eywpmen(drawarhun V.earned ... denwn signal hears, safety No $ 2,029,500 5 202960) afford Track Signal upgrades (upgrade sfnab, connotes and deli and 7 HeMhoma SCAG 13 ante secaon at 120N Stee11mm Plane Avenue M Feyon Avenue cuaemelun at sign[ vgnahaed mlenersons and improve crossings and No $ 1,500600 $ 1305800 vgnarte at spot location. or Me coh r acting Boulevard(Blale Rude 95) Conduct If 5 mlksl drum Daman Ave, Inslalla0on oflardedxgnalheaM, signal mopes& reactive hack pleas at ] Le Verne BCAG n the wed to Tome Center Or to Cie east Wheeler Avenue EmeraN 3 posermlenechona 1.Hin,. ngnal have at FooTtll gird 'Endeared No $ 409200 $ 409,200 Avenue and Four Beare had. Avenua Ave, and mslallabon of pedesNen countduwa dri el Bnknechons 10th Street West It Lancaster Boulevard to Avenue J, Avenue J from ConsWer schools, curb and Ruler end mrb ramp. meal newatngrg to ] Lancaster SCAG 1On Street West to Challenger Way 0m—W1s new hike lanes and same onsheet parking. Construct and No $ 2,729,700 $ 2456730 Nock crossings and medun refuge islands W.r.rnl rcr s '_nl l I down'bred tm>rwe¢ SrnN L, Ili>vw/A(PNAvu. fsela w Approved Project List for Highway Safety Improvement Program (HSIP) Cycle 7 D^groat ApPlmation 10 Agency Name MPD Location of Work Description of Work Hi Prefect Federal Pro eet ID 1 Die�nct Eligih187 Cost Funtlz HSIP747-013 OHos Alegelez-1 7 Los Angeles SCAG Divest l^I of 28 Immorrm adding winMaras Bl d West View St Avalon Install motarpular ragd fashion deacons lRRFBs)4 moomwtlM E BI 8901h Sp Avalon Bl A 97Ih St to recreant,No 4,N0.800 $ 3]26,T20 171oca11ons in City of LA Manchester Av at N.Mands, Hower, Vermont HSIP]-0TLN 0]-Los Arai ] Las Angeles SLAG R=xboay Intranet rs panel B Figueroa, Caused d Western Victory at Laurel Cyn Modify traffic signals w managing turn phound,upgrading signal Na $ 4,4%.900 $ 4,0%,9C0 d Coldwater Cyn Crenshaw d Stocker MLk d Vermont Lmmind Rose indreagon saes. motor asuble pedestran devices Amin WRmaNl118 Pro HSIP7-07-015 07-Los AngelreA 7 Los Angeles SCAG Crenshaw Boulevard from Florence Avenue to 791h SVeef Construct board medians, and curb extensions nrclall torlargular most Na E 3,000,000 $ 1,776,MO flashly tgwsignalsans, ma signals Upgrade traffic signal hardware, lenses, bacouilams, Marini dose, HSIP7L7-016 07N.Ned,e8ol 7 Moratoria SCAG The mlersegion of Camp and Findlay Avenue number, signal know, In terms of Moves red yellow flashimdodl walk, No $ 300.000 $ 300.000 green interval coordma6on, and remove slecng K-ral HGI11-07-17 0]JAonMbetlu2 7 Mbnbbelle SCAG The mhrSeNon of Cased Avenue and Whither Boulevard Upgrade the.., --.,.mean by iwarmg prmsetedyermssrve lai No $ 360.000 $ 360,P'A signal phase mr all lour (4) de¢b0m HSIP7-07-018 07-Menlebelle-3 7 Mantebella SCAG The lnlerseclion of Geri Avenue and Vm Campo Upgrade signal hardware and Improve signal flown No $ 200000 $ 2000W Three downtown lnlerseceons In Monterey Park, Gernert Ave d Hallman Improve signal emng at 3 downtown mleraermew AM Lan turn phase 10 11SIP7D7-019 0744omarey Paris ] Monterey Park SCAG Ave, GmMW Ave d Enwrs.n Ave and Alhambra Ave A Hallman AvevAh 2 lntersaNOns ANY Len turn hand, and Mass of l iMerseceon Improve No $ 329600 $ 312.160 Albers. St smnel hardware of 2 of them and install petlasNan countdown ognal heeds N all HSIP7-07-020 07Aorsrelk-1 7 Nomfork SCAG Alondta Bnulevand batman Pmrre Avenue am Shoemaker Avenue Tonic seam upgradrsmnumrg Now oplrc cable, new emenallers sexual No E 1155.000 E 1,i55.000 M1ead.,,.d.e pedesNan Coumble. egret heads and new trenm poles HSIP7-0I-021 W1Jorxelk-2 ] Narvelk SCAG Firestone Boulevard between West City Lmk (lnmrstate 6051 and Traffic alone l.,,..afical.,be cable. new lamina leis eppdnenan< ROeactam Ave nonstarter, 5) equipment and mm lersecbon poraan counlWva signal heads Na f 1,502,200 $ 1,502,20 HSIP7-07-022 07NoyAIk4! 7 Norwalk SCAG Studebaker Road Lowered Resource Avenue and Cools Street Traffe"red uWraies fiber optic ratio, new conhollers appudenant No f 1125.300 $ 1,125,Jo0 equipment and mterseceon welestnan countdown signal has& HSI1i 07-Canard-1 7 Demand SCAG At S m insegwm along Savien Road, and the intersection of OxnaM Ireful....... hgMry and c0ment argued to mall arm No f 885,600 $ N9,780 B.Olevi rd and Fifth Street ed the cM .10 ... M. A total of I full -parity intersections looted abng Beverly Boulevard, Indent signal hardvare(12' LED lenses, bookplates, segnel H3IP7-07-024 W-Pico Rivera ] For. Rivera SCAG Paramount Boulevard, Rosemead Boulevard, Statism Avenue add WM1nher bmnglemergenry veh¢le pmampb0n upgrades) fl exubstnan countdown No E 853.100 $ 853,100 Boulevartl m the City of Pau Rivera venal heads HSIP7-07-025 07-Bassani 7 narrowed SCAG At Me mterseNan of Mission DMvaf Ave Mall fodeatnan HAWK system No $ 241.300 $ 241300 1-1SIP]-0]-023 .-.an FemeMo-1 7 San Foods. SCAG Glen Oaks Brokoul LOm HUMad St in Me vast beeslem on hind, and Install pmleceve left loon phasing of doemooeons, installation ohaisM Arroyo Sl eneesf(e..end my fined) rmemansadappr0aches, and the improvement ofognal hadood. No $ 1,]BOp00 $ 13806M PrgeR locale.. es en the Gry of San Cabral. wn.. endWetl 4 tool I ... co n HSIP]-0]-027 07San Gabne9l ] Sen Gabnel SCAG emprwman. at lM1emencespce 01 Las Tunes OrrMnseon Drive, Las Installation of sided, enhancerrenls Box left don Mazng RRFB at No $ 589,800 $ 5696W Tundke) l MarAve Les Tunes DUCounlry Club Dr B San Camel existing uncontrolled crosswalks) 8.do "a Oar St "a Car Infinvo ne of Copper Hell Owe, MCBean HSIP7-07-028 07Sim. Clunla-1 7 Santa Claude SCAG PaMaeySumnerhll Lane, antl Soledad Canyon PosedlGwhy Avenue in Mipety exulting rash metlrana on major strews to creak directional n mgs No $ MS400 $ 204.580 IM1e Cry of Santa Mine ayreslishans Dpeng mslrom Merwnoreateel HSIP]-0]-029 07Sanoa Clrnla-2 7 Same Clams SCAG Inleneclion of Sec, Canyon Road and GarEIXa Duke In the Gry of Santa knotty ecsom,.goal tans canlrold to ymwde prolented longed phase Clunla for muffilound and soWheound Wei nwv imunds No $ 211100 $ 200,W0 Provide Protects left turn phases on Santa Area Avenue as wall as HSIP7-07-030 Mr -South El Morte-1 7 SOWM1 El Monde SCAG The intersection of Santa Anita Avenue and Burgeoned Street carver serves to mast arms ad IM1e Khngemm. St ... t approaches of the No E 231700 $ 208,530 Santa Anita Avenue and KMgeoman Street Intersection 1 ran. nJmrs ]uli Caloun Lwvl A. Ffrvx.. l mg M1r Ur.lnu/nll'n/AP, Approved Project List for Highway Safety Improvement Program (HSIP) Cycle 7 Unique Onginal Application 10 CT Agency Name MPO Location of More Oescnption of Work HR8 Project Federal Reflect ID Dictnc[ Eligrble7 Cast Fertile HSIP7-07-031 07-Boom El Monte-2 ] South El Monte SCAG Theminselme of Santa Ame Avenue and Rush Street Provide protected left turn pM1eses No $ 234 3W $ 210870 HSIP747432 07Sou1N El Monle-3 ] South El Monte SLAG The lnlemmme of Same Anita Avenue and Central Avenue Instaaabon of pentered bfl W. phases No $ 1310W $ 117900 HSIP747433 07-Saida Corsi ] Saudi Gale SCAG On GeTeM Avenue belwen 5oulhern Avenue and Hooker, Street Center roiled center munion No $ 1,710,700 $ 1539630 Improve signal ommg on Fan Oaks Avenue BeMeen Huntington Drive HSIP7-07-03a piSONll Parkmaga-2 ] ..-P... done SLAG On Fair Oak. Avenue Ge'.an Hunf,,Wn Duke and Hope Shut antl Hope Sheet Provide soltv2re updates to eosin, signal ccnt.11.m No $ 315 am $ 315 No Implement advance bap correction on Fair Oaks Avenue The prated is located in the unincorporated area of Venture County reason HSIP747-035 07-VenWm County-1 T Venture County SCAG as the Yri Buena Area on Yoraa Buena Road, Deer Crack Road, Paagc Install 12,00 If of gumnlrad at vanaus loi.enuns on four roidvnye No $ 1 370 000 $ 1,370 N0 View Raad. and Can —Road Stale Rome 6trimester Em'Ira Avenue and Lanes Avenue Insblf mtlewalk infrastructure on the south side of Be, highway and across HSIP7-08-001 0&T1renNnine Palms-1 8 Tcentynine Pali SBCAG acuNert Pedesman cmmn, aogmi and M1gM1vurle, onsevalk No $ 783900 $ 60.510 (Nore"maleN 06 order) pavement makes sell be imtaled adEncklrea ia and LarAvenues Install High Faction Surface Treatment at five Lonhons, Carets ct 2 HSIP7-0a-002 08AIN of Rearride-1 8 GN of Pcianude SCAG Vidms Locations throughout the City H4WK Signals, deploy new signal liming plans for 35traffic signals in the No $ 1,291,800 $ 1,098.030 Doxntmn Area HSIP7-08-0O3 O11-Fontana-1 8 Form SCAG Ten signa0za]imarsecnans along Sierra Avenue from Valley BNd to Arrow Implementing an aaa,eve naHic management system'ATMG' abng ten Blvd (10i signalized mlersecnon intend Na $ ao0.000 s e00.N0 HSIP7-0B-0W OB-Hespena-I 8 Hespens SCAG On Main Street at Bahrain Avenue Conshud msM curb island mdernd51mll street lighting, and improve No $ 233300 $ 209070 o g gan qng Padlock comma Daim v.lefllum shares and signal heads vxln HSIP7-0e-005 O"Mio-1 6 Indio SCAG Intersects. nl Doctor Cmume Baulevefa and Orion Street protected lestturnshe,.,.. sgnal heads on e.mtmg Poba won lender N. $ 105000 $ 100.000 most arms HSIP7-08-0OB 084ndo-2 0 Indio I SCAG On Monroe Street a]II intersectionssfrom Oleander Avenue to Comet T.,m,rov signal nmme immolu-non, phases. offyebw or oparroarm No $ 378,000 $ 365,8N Lan Iignmecerms in alai over segment of Fargo, Road tram Jurupa Road on AM letlium d look unsignaleainterference along Fargo, Boas and NSIP7-06-0W NJumpa Valley-1 8 Jurupa Valley SCAG the north to Won Street on the mouth. mending storm dram und",eneremar by mbmnng Fermi away from No I$ 1,300.900 $ 1,170,810 the travel Mnas ana ado ng guarafals at the headwall m osesin r upgrade Inaffic signal intemmmnmt netvmrk including the installation of HSIP7-08-0OB 01 Guinlo-1 a IZ Omma SCAG V.... s at,.. 11hmu9hmuhe aly of Le Orugs smv fiber apfic interconnect, replacing eosong eurronterconnea vim No $ 1.971.ON $ 1.971.000 rher uses cables and all r'orangent lrorh to improve signal tmng and coamo mmn upgrade all uncorrected safety lighting and sheet name signs In tome HSIP7-0MOK? N-La Comes a La ouima SCAG Varous lnlmseca0ns throughout Be, Cary of La Quints vivble LED N,kind upgrade the rfe"eas,red .No., re a mummer on, No $ 1,260pN $ 1,134,300 and submit controller at 15 inter scfions 8ignallzodebroc bons on the foliven,""ev on the coat aide of Inet.Il varelmumermened systemmdWing radios. canhallers,and HSIP]-08-010 09+Aemfee-1 9 Meniee SCAG Memfee McCall Blvd, Me,,. Read, Norman Rtl.Goetz Ri Piedra Rd, relatetl communication equipment upgrades toimprove eaeNantl No $ 511,700 S 496,700 Hame Rd Normandy Rd and Sun Gry Blvd mroarens von opnmmd traffic moral timing comedy"don Signalized lmeachno, on Be IoIvangcondorson me and.W lease winlessinlersonnest system includingfadico antl mlaletl HSIP7-0891t 09-Memfeo-2 B Memfee SCAG ears' Memlee M.iMee Rd, Bngps Rd McCall BNd. N¢wplrt Rd, Lindenaerger come Fiscal equipmenl.,.do t improve ealeNard opmenons von No $ 509,900 $ 494,900 Rd Antelope Rd, Behind Rd and Scotl Rd oymrzed haffic signal bong cmudinatme. HSIP7-08-012 061Aoreno Vote, B Moieno Vevey SCAG 65 signalized Intersections c"de losing aNunced dilemma zorw delamenangst.— No $ 3A41.90() $ 3,11A1,900 HSIP7-08-013 0e-Monm Vagey-2 B Moreno Valley I SCAG NlcNng Street adviser, Summered Boulevard aM Alessandro Boulevard Conduct Read Safety Aud I andinmlikeenf algae recommended No $ 140,000 $ 140,NOI Impw...our V.irrndn'rl _ull I dul—I.an A --I v, sod M IL.1 INIff ,Ap nr Approved Project List for Highway Safety Improvement Program (HSIP) Cycle 7 project ID Original Application ID I p atria Agency Name MPO Local of Work Description al Work I PCoarolq EI g ble9 F ntlsF HSIP748-014 M-M.M oValley) I 8 Moreno Vegas SCAG Ironer. Avenue Rom 500'xeat M lssselle Street to Nason Street Conduct Road Safety Audit ads lmpbmenl eLg'g.m.momanded No $ 350p00 $ 350,DW Improvements HSIP746015 0B-Palm Sprin t 8 Palm Spring, SLAG V... immtersecllonz ll B) throughout Me City of Palm Spoldre Modal, traffic agnal and mvlell advanced demons zone detection. No $ 3,325,200 It 3,325200I HSIP]-0B01B 0&Radiants-I B Redlands 6CAG `Caen Slleel(UlnecSlnetpr'Z. Gtreel (Shoppers LaneplM1usr a Install rectangular card gnRmg beacon. No $ 300,300 $ 270,270J HSIP]-08017 084tur -1 HSIPT-08-0111 O6Rrcmads Cwnry-1 HSIP7-0S-019 0&Riverside County-2 HSIP7-08020 0B- areala-1 H61PT-09Lol a--. County-1 HSIP710-001 10-Atwim-1 HSIP7-00002 10.MmrMJ County-1 HSIP7-10003 104hercM Common HSIP7-10004 10Lalavea. Courtly-1 HSIPT-10.0a5 WTuolumne County2 HSIP7-1LNQ l.-M leca-1 HSIPAI O-00] I 1UManteca2 HSIP7-10906 I 10-Sun Joaqu'n County-1 HSIP7-I00o8 10San Jo rcun County-2 HSI%-10010 1"m Joaquin OaunM3 F+ Cl1 Avenue (Central Avenue) B Rialto SCAB On Metal Ave from East City Urom to Wear Cory Limits, and SouthInslatl 4 5 mica 01 Cbae II dke Lsnes No $ 218 000 E 195200 Riverside Ave from Slover Ave to Aqua Manse Rd 1 TTo proposed proleH is lecturer an C.MIL. Road. bargain a pool am,.. B Reavede County SCAG f00V vest of drown Street and a appears point 1000' east of Day Street, In Roadv2y Improvements M-commands a hotvay left -turn lane traffic No $ 4aa9 too $ 3690.460 the pride area of Unincorporated Rrverods County Wlfi aural mcatrons Projects located al 2 separate location, Hannon Of processor541h Ave Conduct a Borden, Safety AWd, Instal monledme records stripe upgrade S Rvanlde County SCAG and $I,, Ave (Thermal area), BM Son Timor Carryon Rd Mkeen pamlW adgehna cods thermoplastic slnpmg, and msMlWmmde suns No $ 985801 $ 58].220 Redlands BNtl and the City of Beaumont Manor (Moreno Valley area). gads new6uor.acted sheeting 0egulabry or wrong) Sgnalzed lnlelseNons along Me lollcontcontrasts after cadam Me CM Lads Imlall fiMr optic communlcetem bon sysupgndn Including conduit 8 Temecula SCAG Winchester Road, Rancho Celfomia Road and Tamecub Perkvay cede comrolon and related communication®auipgient to Improve No $ 1.321200 $ 1208200 safely and operations via opbm¢ed bef6c signal bong commurni n 9 Icoo Caunry RURAL Panamint Valley Rd, Slate Lne Rd, Tracer Wi rose Rd, and ON Spanish Inalelabon ul edge Imes for 778 miles on 4 oral major collectors and Trml Hlghxav Imlellabon of edge rumble atnps on 52 nnba of Salle Line Rd No $ So 100 $ 590]90 Replace ansbrg pern esrM left turn phamng For Jumper Avenue mM 10 Atwater h1CAG Thegroo—hwn of SheXar Road cods Juniper Avenue Motecue aft tent phaebq(,plot phasing, msual AM Mounted neaps No $ 163000 $ 164,700 ago as'dkry k-ealke 8 ADA compliant peal wall Wgons, and ancdily Me amnq and stnonq Pmueclos requed m Me unincorporated Commumly M Planada eu Me Install ptdesblen amluamjnary lenceabru Me BNSF ralRoad lacks. 10 Merced County MCAG Inlersecbon of S.M. Fe Avenue al CHba Avenue aatl Me atllacenl CnlNs sldess it an Mgrade pedesMan erossmg of the BNSF raimed.l Cars, yes $ 1.412,No $ 1,271.340 Avenue crossing of the BNSF Railroad. Avenue, 00 a traffic signal M the mtaneclon of Santa Fe Avenue So On Merced Falk Road t moureffid 1 East f Is G R d CMNe Avenue 10 M II Merreed Count' MCAG el an y mIea a o torte oa annote it cana e anrvm6k aam t'Me pas, vatlon. 4 Caluau I writ A,ul— &1nWlnitoln[VAII'UTANm[a Approved Project List for Highway Safety Improvement Program (HSIP) Cycle 7 Ongmal Appliwtlon 10 CT Ttt Agency Name MPo Looat on of Work DeseHptlan of Work ProjecHD Di Eligible?HR3PCastickefFadera F ndsl HGI1]-1-11 I -an Joagmn Cmi 10 San Joagmn County SJCOG French Camp Read form Jack Tone Road to Financed, Read Install ukrimlme one edgeline, rumble amps Apply K9M1 Fnceen Surface yes S 543100 $ 480,790 Treatment(HFSTI HSIP7-10-012 I Man Joagmn County-5 10 San Joagmn County SJCOG 31 At., slop cmituall" mtionam rs Install Rod Floating LED Beawns vats solar Panels yes S 61 $ 600p00 HSIP7-10O13 10Scerger-1 10 Summon SJCOG MUNpk locations on Manthey Rd.. Brookside Rd, Forster River Dr, Install high jacketsurface treatment (HIDand variable speed warning IS seem Rd sign al certain homontal curves No E &4400 $ ]59,860 Inlersectmef Soule Airgd Way and East Sonora Street, south of Pennington crossi,ine'soeomewinstall N9Mnienzry web,ined H&IP7-10910 10Siockbn-2 10 Smithson SJCOG Cnamboesi Freev®y(SRJI crwsvalk rHANM) pedaMnan crosamg are Install pedestrian crossing N No $ 373800 $ 373,800 uncenbo8ed locations (new signs and marangs only) HSIP]-10-015 10SIolken3 10 Stockhrn SJCOG Intersections.1N Edwin St, E Myme St and N F land St l E Markel Immill Emergency vehmle Parmplion No $ 266600 $ 266,600 Sal , at the Flom $t nits of the Comment Fre man, (BRA) HSIP7-10-018 10-Storklond 10 Stuttering .1... Along S Airport Way and hommonal Or Install mordr®l announce raging and rmsh rushions do-aNgng of the No $ 253600 $ 253,800 rwdvay arts oN.......emend. HSIP]-10-01] lMtm,dom5 10 BWeklan 9JC0G on Norio HUMer Slael between West Harding Way and East Mina, Ave To reduce the travel lanes from feet lanes to three (Read peg., to N0 S 449 M0 $ 404100 re Comm .dale a curler two-way left turn pna and install new dke lanes HSIP7-10 U11 10Mo]estol 10 MMeslo STANCOG The.ngeaegia, of Oakdale Read vain Clamhna Avenue Install a new traffic signal ant franc signs. stages and Pavement No $ 420500 $ Q0500 mar r,e HSIP7-10-019 IDSlamslaus County 10 Slemime County STANCOG Cmtn Lending Road- Srhool Ave to Whitmore Ave Install ral5ed median, street lWi ng, are W%ered take lanes No $ 2,707 c00 S 2476,300 1151P7-11-001 11 Chula Vkla-1 11 Chola Ysb SANDAG At B.adweyn' street and Breadmi Street Provide Profiled lehium preen No $ 517000 It 517,009 HSIP7-11002 I 11{Fula Vmv-2 HSIP7-11003 HSIP]-11-0W HSIP7-11-0OS HSIP7-11-006 HSIP7-11407 HSIP7-11-008 HSIP7-1"09 Fr 11{nula Visla-3 11£I Caroni 111. Mica-1 11 Crude ViewSANDAG At 4 m emaclam H Street l Criterion Ave Fourth Ave / Park Way. Fouts Ave / Dmidd n SI, H Skeet, Whom.. Ave 11 Clubs Vies 11 El Caton 11 1 Le Me- 11 4,1gameal Ce,-1 11 National ON n National Cay-2 11 National City I INational City-3 I 11 1 National City Ireton ped-mon cross.., and µelided bM1ium.have No E 437 NO $ 437,300 SANDAG On Palomar St between Industrial BNd to Broadway Insmilli.ka Linea and eeaxsle. No $ 430,100 E M7,090 WasamglonAve beMeanJemecM1e Rd and El Ca/on Bled Chase Ave SANDAG between Ann$I and Johnson Ave, El Caton BNd seamen Boulevard Pl losellallon of a franc sgnahmnwnned fibemorl cable si th E 1.039.500 $ 1,039,500 and M...St Mean St bNxmen T,..I.ge Dr and Methane Ave implement coordination among and the Installation of street toggling Sig -pad mtimeame. on thin lettering r.,,d.m Area, Or Branham DG Oparade fiber epbc Iralfic sgnal.nlercommet system mcludng msYallamen SANDAG Uri D5 El Colon BNd, Graormard Center 0, Jacksm Dr La Mesa BNd, of mink commilive BBS, momWnr, devices and minted No S 904900 $ 900900 Lake Murray BNd. Murray Dr Spring St, and Universe, Aye mmmummaten treatment to Improve safety and operatom via opinnml traffic signet hmmo and coordination B.gnal.zed moraectime fee, 'he 1.11ang mmd.m hot City knees Ban Upgrade freer optic traffic signal communication systemmclual SANDAG Street 18thStreet Shuman Road, Euclid Avenue, Mle of Cars Way, Palre mslallamm of conduit, cable, mdma contiallers and relater No $ 4]5100 $ 455,100 Plans. Boulevard Avenue, ..itPlaz mm rounmahen equipment to improve safety and .,,.a.- via opl.mzed ear annual um.m and coordination S,gred.lnte¢as9ons on the following comdom D Ave, Euclid Ave, Install LED lumnane safety k9M1hng el agnaLxad m orramms. a.SAN09G Hghland Ave National Cary BNd, Palm Ave, Plaza Blvd Syam.r mackmenan level LEDslaet l.gMng at mdblock crosswlke WlM1 atldtonal No $ 724700 $ 625:30 Bedrock crossx* recesses cRynes Pedestrian safety enhancements at select r.dlelock locations At M1e anlersedaons of National CM BNd If 30b$t PNaa Son 6 N Aye, Inata leg petleatnan mrossanps al Ognalrzed aM¢rsecsons and necessary onmpmml SANDAG Plaza BNd & WMson Ave, Eucbd Ave & Lath $1, Eucld Ave 8 18th St 30M S18 L Ave, Sxeeaeler Rd & Prospect at Sweetwater Rd & Me, Rd related access and Improvementsecton No $ 261 200 $ 243,200 Install a rased melon from 300 fl south of Weapon Dr to 250 tl met SANOAO On Douglas Drive hatermn apµanmelaly 30k) feel south of Waalpan Ome of Fealval Dr, and rssM mMan islands on the approaches of No non and MO feet north of Via Casola agnabmd mren uanns along Douglas Or at cone Bom cma aat Via No E P8 ]00 E ]00.810 Gisela W'nal-It IuU ealunu Lu,l n».lamv amot mtm.e.mm vnei Approved Project List for Highway Safety Improvement Program (HSIP) Cycle 7 Unique Original Application ID CT Agency Name MPO Location of Work Description of Work p HR3 Project Federal I Project ID Drslnat EIIgIEIei Las[ Funds 11 HBI17-11-010 11San Diego Counry-1 11 Sen Diego County SANDAG Wmlergaadns BNd from Woodside Ave to Lemancreet Dingo Construct sidewalk, curb. gMer curb rempq therefore take hones. No E ]<I,OW E 607440 ummt.reralad rommunify of Lakesidem San Diego County stripes pavement m.ron, and a lrsfic signal rrodincation HSIP7-11L11 11 Sanhe-t 11 Santee SANDAG Mission Gorge Road from 5R 52 wastbouM an+amp to Carbon Hills Install ifloodpMa No E 385500 E 365,500 Baukvmd Around Simmons High Schaal oa Most BONevard from Perk Center Drava to HSIP7-it-0II 11 Sarmal 11 San.. SANDAG Grand Talon Way, Mantra Avenue from Most Boulevard to 2nd Street Install streallghls No E 518,200 E 518 ORO 2nd ISnees from Normal. Avenue to Cleary Street Intersection Improvements, install intersection Ignore, paving of the HSIP7-11L13 11 -Informal Courtly-1 11 Impanel Caunry SLAG lopmenion of Keystone Road at Austin Road in Imperial County intersomm. including rumble since, and gashing beacons at slop signs yes E 233,200 $ 209.880 and interaction warning signs letereacton Ignored. aNance curve wamirg signs mashing beacons), HSIP7-11414 11 -Imperial Caunry-2 11 loitered County SCAG Warman Read at Delay Patent opirat Co.". IpsNng their step .,a upgraded Chevme signs win Morwasin yac $ 150,500 $ 135.450 summer and installation of comae amps WRoad, Forester Road, Evan HaweMwgww s Higy Dod Read, Keyzne Mi al TraCSign..Owe IS) Read., Ccolemam Impanel Crash, HSIP]-11-015 1Hmpenal Caunry-J 11 Imcenel County SLAG Replacement W approximately one rumored forty three 1143) cameral yes $ 136.500 $ 132,500 Mean. Drava Improper Cooper Meter Camden Sign Audit 1aeRc signs on Fonealer Road win high vrndldylhigh reflective signs Modify signal on Doudmis Rd momtande of Knolls Ave) am farm Itil 12-001 12-Amnetmi 12 Anaheim SCAG The mineMmn of East houses Ave and 5 Douglass Rd Ai teastside of Douglass Rd I, Including momentum of pale,foundation , No $ 245000 E 208250 most arm agnota electronic sign guides, entl now hardware HSIP7-12-002 124mytm Mai 12 Costa Mesa SCAG Fairview Rd .an Baker Sl entl Adarm Ave Comi reseed dimensional median to msNq lath tors, construct new No $ 700,600 $ 630,W baf8c signal HSIP7-12403 12-G.man Grows-1 12 Geran Grove SCAG IMer5eN0n of Hasler Street and Lampsm Ave Provide potereal lelHurn ph-. No $ 220,000 $ 220,000 HSIP7-12-004 11-0mrge-1 12 Orange SCAG The martini 0l Crossed St. and Meals Ave Install comer,IW Ii in Amen, br, mention. and souUtWund No $ 249,300 $ 249,300 apwaacnas HSIP7-12405 12-0amaga 12 Orange SCAG TMirdermomm 01 pleased St aid Cages Ave Install pro[ecledleV-turn pnraty for northbound and souNMund No $ 281.900 $ 281.900 appimme HSIP7-12406 12-0ratge-3 12 Orange SCAG At 33 agnelizMammunitions wihoi the City of Orange listed pedesluen countdown sgruk(PCS) newcrossw2lk motion and No $ 350,600 $ 350.600 battery backups HBIP]-12-00] 12-0mmipwd 12 Orarge SCAG At 12 signa0zed iMersecUans wion the GM of Orange upgrade the ecrosmGe personal signals(AP51 No $ 1T0p00 $ 178000) Provide High Fatten Surface Treatment ( HFST), instal Noting beacon HSIP71-08 12-c—Counry-1 12 Orange Count, SCAG garbage Canyon Rd between State Re, 241 andN Los Oak syalerrs, chonoabrs and reflection, Increase hoots safety Ly strong a No E 2, 158,500 $ 1,942,740I buffer zone, Install nimble stops arel abroad. slgna,fe j HVP]-12-009 12Sanl. Ana-1 12 Santa no C. At74 intersections costal welin Is City or Santa Ana upgrade milimindard 8mirindi a heed with 12mch vth¢b head No E 655,600 $ 655,BW assembly an associated hardware HSIP7-12-010 12Sanes Anal 12 Santa Ana SCAG At 14 unconV011ed crosswalks worse the Cgy Of Sort. Are Installation of re'commar rood fleshing Mamrm inbersed',.M' No $ 545,400 $ 545400 maMngs, addmona soon and srnae. HSIP7-1-11 12-mea Ane-3 12 Santa Ana SCAG East and west direc0ons at Eudd SVttt and Harder Avenue. Installation of left turn phasing for ast and weal dnecbons No $ 30.400 $ 306,100 HSIP]-12-012 12SaMa Anal 12 Sent. An. SCAG Along Flower Street from Civic CeMtt Drive to Warner Ave Installation of thereto lanes along 25 rate cmddor of Fbve, Street and No $ 945,000 $ 050,Son protected we Nm phasing at Ma mlersevtiom TOTAL $175.162.200 If 140,839,930 In N.mrnlnr'1 '_uG ATTACHMENT 2 STATE OF CALIFORNIA - CALIFORNIA STATE TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION Division of local Assistance 7120 IN STREET /1 e��+3 ■�r7_ P.O. BOX 942874. MS# 1 e' 6R fljR® Sacramento, CA 94274-0001 = SEP 0 7 2016 ( 6) 654-3083 Fax (916) 654-2408 September 1, 2016 M Mr. Savat Khamphou Assistant City Engineer/Assistant Public Works Director City of Palm Springs 3200 E. Tahquizt Canyon Way Palm Springs, CA 92262 Dear Mr. Khamphou: EDMUND G. BROWN Jr., Gommor File: O"IV-O-PSP HSIPL-5282(046) Nineteen Intersections throughout the City Enclosed are two originals for both the Administering Agency -State Agreement No. 08-5282F15, Program Supplement Agreement No. 044-F and an approved Finance Letter for the subject project. Please retain the signed Finance Letter for your records. The Master Agreement has been revised to Incorporate the various changes In regulations and policies. Please sign both copies of these two Agreements and return them to this office, Office of Local Assistance - MS1 within 90 days from receipt of this letter. If the signed Agreements are not received back in this office within 90 days, funds will be disencumbered and/or deobligated. Alterations should not be made to the agreement language or funding. ATTACH YOUR LOCAL AGENCY'S CERTIFIED AUTHORIZING RESOLUTION THAT CLEARLY IDENTIFIES THE PROJECT AND THE OFFICIAL AUTHORIZED TO EXECUTE THE AGREEMENT. A fully executed copy of the agreements will be returned to you upon ratification by Caltrans. No invoices for reimbursement can be processed until the agreements are fully executed. The State budget authority supporting the encumbered funds is only available for liquidation up to specific deadlines. These deadlines are shown on the attached Finance Letter as the 'Reversion Date". Please ensure that your Invoices are submitted at least 60 days prior to the reversion date to avoid any lapse of funds. If your agency is unable to seek reimbursement by this date you may request an extension through a Cooperative Work Agreement (CWA). A CWA is subject to final approval of the State Department of Finance. If approved, the CWA may extend the deadline for up to two years. Your prompt action is requested. If you have questions, please contact your District Local Assistance Engineer. Sincerely, �JOHN HOOLE, Chief Office of Project Implementation - South Division of Local Assistance Enclosure c: DLA AE Project Files (08) DLAE - Sean Yeung 19 DEPARTMENT OF TRANSPORTATION FINANCE LETTER Date: 08WQ016 EA No: DIVISION OF ACCOUNTING D CO RT. IV-O-PSP LOCAL PROGRAM ACCOUNTING BRANCH Project No: HSIPL-5262J046) Adv Project Id: 0816000135 Attention: Cltyof Palm Springs Period of Performance End Date: 0�30f2020 Agreement End Dale: 03/31/2022 FRIANCE ITEMS PRO RATA OR TOTALCOSTOF FEDERAL PART. FED-Rgyg% FEOERALFUNBS LOCALFUNOS OTNERFUNDa LUMPSUM WORK cow Z820 'Agency Prelirinary Engineering Fm RAm SM.ODa_oq SM.0130.aq 100.00% uas,Bssoc low U.011 Totals: u",M-01 $20.OSOOI a."% SZN.o a0l jua? f0.01 Parbelpallon Ratio: 100.00% This Finance Letter was created based on specific financial information provided by the responsible local agency. The following encumbrance Nat" Is prepared by Local Assistance Accounting Office and is provided here to local agency's information and action. 1 Signalure: p/ .a �"�(�' p_ ' For questions regarding finance loner, contact Tine: HQ Local Assistance Area Engineer Printed Name : Patrick Louie Telephone No: (916)653-7349 Remarks: Cvcle 7 HSIP ID HSIP7.06-015. RaimbursemeM moo = 100°% for safety. ACCOUNTING INFORMATION HSIPLs282t0/8) APPROP ENCUMBRANCE APPROP EKPENDITURE ENCUMBRANCE REVERSION ADV PROJECTID UNIT STATE FROG. FEDWATE AMOUNT YEAR AMOUNT BALANCE DATE 0B1E000135 70102E 2030010W 1 F sne'w000 1516 1 WAS SM1000100 I CErl0121 >y Q Page 1 of 1 Cooperative Work Agreement ! APPROYBD EAPIRATION I AMOUNT DATE f w i PROGRAM SUPPLEMENT NO. F044 to ADMINISTERING AGENCY -STATE AGREEMENT FOR FEDERAL -AID PROJECTS NO 08-52821`15 Adv Project ID Date: August 16, 2016 0816000135 Location: 08-RIV-0-PSP Project Number: HSIPL-5282(046) E.A. Number: Locode: 5282 This Program Supplement hereby adopts and incorporates the Administering Agency -State Agreement for Federal Aid which was entered into between the Administering Agency and the State on and is subject to all the terms and conditions thereof. This Program Supplement is executed in accordance with Article I of the aforementioned Master Agreement under authority of Resolution No. approved by the Administering Agency on (See copy attached). The Administering Agency further stipulates that as a condition to the payment by the State of any funds derived from sources noted below obligated to this PROJECT, the Administering Agency accepts and will comply with the special covenants or remarks set forth on the following pages. PROJECT LOCATION: Nineteen intersections throughout the City TYPE OF WORK: Upgrade signals and install advanced dilemma zone detection LENGTH: 0.0(MILES) Estimated Cost Federal Funds �Matching Funds mm ZS30 $295,000.00 ! LOCAL OTHER $295,000.00 $0.00 { $0.00 CITY OF PALM SPRINGS By Title Date Attest STATE OF CALIFORNIA Department of Transportation By Chief, Office of Project Implementation Division of Local Assistance Date I hereby certify upon my personal knowledge that budgeted funds are available for this encumbrance: Accounting Officer, r l�� i-� Date !'g/zva Chapter 1—Statutes Item i Year i Program BC ! Category I Fund Source i $295.000.00 AMOUNT Program Supplement 08-5282F15-F044. ISTEA Pagel of 6 21 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION RM Utilities(4E1I456VE1) PROGRAM SUPPLMENT AND CERTIFICATION FORM PSCF(REV 0112010) Pepe 1 d I r TO S,Mrc �vnmv6LER'S OFFICE DATE PREPARED PROJECT NUMBER Claims AuditsISM912016 oBfrA00t38 3301 "C" Street, Rm 404 REQUISITION NUMBER CONTRACT NUMBER Sacramento, CA 95016 I RQS 081700000079 FROM Department of Transportation SUBJECT Encumbrance Document VENDOR l LOCAL AGENCY CITY OF PALM SPRINGS $ 295,000.00 PROCUREMENT TYPE Local Assistance CHAPTER STATUTES ITEM YEAR PEC/PECT TASK/SUBTASK AMOUNT 10 2015 2660-102-0890 1 15-16 2030010550 252010420 $ 295,000.00 ADA NOtirFa Individuals wdh sensory dlsabiDtles, This document is avaaabte in altemete loaners For information, call (915) 65a-8410 of TDD (916) -D88D or vmle Recards and Forms Management, 1120 N. StreeL MS-89, Sacramento CA 95814 22 08-RIV-0-PSP 08116/2016 HSIPL•5282(046) SPECIAL COVENANTS OR REMARKS 1. A. The ADMINISTERING AGENCY will advertise, award and administer this project in accordance with the current published Local Assistance Procedures Manual. B. ADMINISTERING AGENCY agrees that it will only proceed with work authorized for specific phase(s) with an "Authorization to Proceed" and will not proceed with future phase(s) of this project prior to receiving an "Authorization to Proceed" from the STATE for that phase(s) unless no further State or Federal funds are needed for those future phase(s). C. STATE and ADMINISTERING AGENCY agree that any additional funds which might be made available by future Federal obligations will be encumbered on this PROJECT by use of a STATE -approved "Authorization to Proceed" and Finance Letter. ADMINISTERING AGENCY agrees that Federal funds available for reimbursement will be limited to the amounts obligated by the Federal Highway Administration, D. Award information shall be submitted by the ADMINISTERING AGENCY to the District Local Assistance Engineer within 60 days of project contract award and prior to the submittal of the ADMINISTERING AGENCY'S first invoice for the construction contract. Failure to do so will cause a delay in the State processing invoices for the construction phase. Attention is directed to Section 15.7 "Award Package" of the Local Assistance Procedures Manual. E. ADMINISTERING AGENCY agrees, as a minimum, to submit invoices at least once every six months commencing after the funds are encumbered for each phase by the execution of this Project Program Supplement Agreement, or by STATE's approval of an applicable Finance Letter. STATE reserves the right to suspend future authorizations/obligations for Federal aid projects, or encumbrances for State funded projects, as well as to suspend invoice payments for any on -going or future project by ADMINISTERING AGENCY if PROJECT costs have not been invoiced by ADMINISTERING AGENCY for a six-month period. If no costs have been invoiced for a six-month period, ADMINISTERING AGENCY agrees to submit for each phase a written explanation of the absence of PROJECT activity along with target billing date and target billing amount. ADMINISTERING AGENCY agrees to submit the final report documents that collectively constitute a "Report of Expenditures" within one hundred eighty (180) days of PROJECT completion. Failure of ADMINISTERING AGENCY to submit a "Final Report of Expenditures" within 180 days of PROJECT completion will result in STATE imposing sanctions upon ADMINISTERING AGENCY in accordance with the current Local Assistance Procedures Manual. F. Administering Agency shall not discriminate on the basis of race, religion, age, disability, color, national origin, or sex in the award and performance of any Federal - Program Supplement 08-5282F15+044- ISTEA Page 2 of 6 23 08-RIV-0-PSP HSIPL-5282(046) 08/16/2016 SPECIAL COVENANTS OR REMARKS assisted contract or in the administration of its DBE Program Implementation Agreement. The Administering Agency shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of Federal -assisted contracts. The Administering Agency's DBE Implementation Agreement is incorporated by reference in this Agreement. Implementation of the DBE Implementation Agreement, including but not limited to timely reporting of DBE commitments and utilization, is a legal obligation and failure to carry out its terms shall be treated as a violation of this Agreement. Upon notification to the Administering Agency of its failure to carry out its DBE Implementation Agreement, the State may impose sanctions as provided for under 49 CFR 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.). G. Any State and Federal funds that may have been encumbered for this project are available for disbursement for limited periods of time, For each fund encumbrance the limited period is from the start of the fiscal year that the specific fund was appropriated within the State Budget Act to the applicable fund Reversion Date shown on the State approved project finance letter. Per Government Code Section 16304, all project funds not liquidated within these periods will revert unless an executed Cooperative Work Agreement extending these dates is requested by the ADMINISTERING AGENCY and approved by the California Department of Finance. ADMINISTERING AGENCY should ensure that invoices are submitted to the District Local Assistance Engineer at least 75 days prior to the applicable fund Reversion Date to avoid the lapse of applicable funds. Pursuant to a directive from the State Controller's Office and the Department of Finance; in order for payment to be made, the last date the District Local Assistance Engineer can forward an invoice for payment to the Department's Local Programs Accounting Office for reimbursable work for funds that are going to revert at the end of a particular fiscal year is May 15th of the particular fiscal year. Notwithstanding the unliquidated sums of project specific State and Federal funding remaining and available to fund project work, any invoice for reimbursement involving applicable funds that is not received by the Department's Local Programs Accounting Office at least 45 days prior to the applicable fixed fund Reversion Date will not be paid. These unexpended funds will be irrevocably reverted by the Department's Division of Accounting on the applicable fund Reversion Date. H. As a condition for receiving federal -aid highway funds for the PROJECT, the Administering Agency certifies that NO members of the elected board, council, or other key decision makers are on the Federal Government Exclusion List. 'Exclusions can be found at www.sam.gov. 2. A. ADMINISTERING AGENCY shall conform to all State statutes, regulations and procedures (including those set forth in the Local Assistance Procedures Manual and the Local Assistance Program Guidelines, hereafter collectively referred to as "LOCAL ASSISTANCE PROCEDURES") relating to the federal -aid program, all Title 23 Code of Program Supplement 08-5282FI5-F044- ISTEA Page 3 of 6 24 08-RIV-0-PSP 08/1612016 HSIPL-52h2(046) SPECIAL COVENANTS OR REMARKS Federal Regulation (CFR) and 2 CFR Part 200 federal requirements, and all applicable federal laws, regulations, and policy and procedural or instructional memoranda, unless otherwise specifically waived as designated in the executed project -specific PROGRAM SUPPLEMENT, B. Invoices shall be submitted on ADMINISTERING AGENCY letterhead that includes the address of ADMINISTERING AGENCY and shall be formatted in accordance with LOCAL ASSISTANCE PROCEDURES. C. ADMINISTERING AGENCY must have at least one copy of supporting backup documentation for costs incurred and claimed for reimbursement by ADMINISTERING AGENCY. ADMINISTERING AGENCY agrees to submit supporting backup documentation with invoices if requested by State. Acceptable backup documentation includes, but is not limited to, agency's progress payment to the contractors, copies of cancelled checks showing amounts made payable to vendors and contractors, and/or a computerized summary of PROJECT costs. D. Indirect Cost Allocation Plan/Indirect Cost Rate Proposals (ICAP/ICRP), Central Service Cost Allocation Plans and related documentation are to be prepared and provided to STATE (Caltrans Audits & Investigations) for review and approval prior to ADMINISTERING AGENCY seeking reimbursement of indirect costs incurred within each fiscal year being claimed for State and federal reimbursement. ICAPs/ICRPs must be prepared in accordance with the requirements set forth in 2 CFR, Part 200, Chapter 5 of the Local Assistance Procedural Manual, and the ICAP/ICRP approval procedures established by STATE. E. STATE will withhold the greater of either two (2) percent of the total of all federal funds encumbered for each PROGRAM SUPPLEMENT or $40,000 until ADMINISTERING AGENCY submits the Final Report of Expenditures for each completed PROGRAM SUPPLEMENT PROJECT, F. Payments to ADMINISTERING AGENCY for PROJECT -related travel and subsistence (per diem) expenses of ADMINISTERING AGENCY forces and its contractors and subcontractors claimed for reimbursement or as local match credit shall not exceed rates authorized to be paid rank and file STATE employees under current State Department of Personnel Administration (DPA) rules. If the rates invoiced by ADMINISTERING AGENCY are in excess of DPA rates, ADMINISTERING AGENCY is responsible for the cost difference, and any overpayments inadvertently paid by STATE shall be reimbursed to STATE by ADMINISTERING AGENCY on demand within thirty (30) days of such invoice. G. ADMINISTERING AGENCY agrees to comply with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles and Audit Requirement for Federal Awards. H. ADMINISTERING AGENCY agrees, and will assure that its contractors and subcontractors will be obligated to agree, that Contract Cost Principles and Procedures, Program Supplement 08.5282F15-F044- ISTEA Page 4 of 6 25 08-RIV-0-PSP 08/1612016 HSIPL-5282(046) SPECIAL COVENANTS OR REMARKS 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31, et seq., shall be used to determine the allowability of individual PROJECT cost items. I. Every sub -recipient receiving PROJECT funds under this AGREEMENT shall comply with 2 CFR, Part 200, 23 CFR, 48 CFR Chapter 1, Part 31, Local Assistance Procedures, Public Contract Code (PCC) 10300-10334 (procurement of goods), PCC 10335-10381 (non -ABBE services), and other applicable STATE and FEDERAL regulations. J. Any PROJECT costs for which ADMINISTERING AGENCY has received payment or credit that are determined by subsequent audit to be unallowable under 2 CFR, Part 200, 23 CFR, 48 CFR, Chapter 1, Part 31, and other applicable STATE and FEDERAL regulations, are subject to repayment by ADMINISTERING AGENCY to STATE. K. STATE reserves the right to conduct technical and financial audits of PROJECT WORK and records and ADMINISTERING AGENCY agrees, and shall require its contractors and subcontractors to agree, to cooperate with STATE by making all appropriate and relevant PROJECT records available for audit and copying as required by the following paragraph: ADMINISTERING AGENCY, ADMINISTERING AGENCY'S contractors and subcontractors, and STATE shall each maintain and make available for inspection and audit by STATE, the California State Auditor, or any duly authorized representative of STATE or the United States all books, documents, papers, accounting records, and other evidence pertaining to the performance of such contracts, including, but not limited to, the costs of administering those various contracts and ADMINISTERING AGENCY shall furnish copies thereof if requested. All of the above referenced parties shall make such AGREEMENT, PROGRAM SUPPLEMENT, and contract materials available at their respective offices at all reasonable times during the entire PROJECT period and for three (3) years from the date of submission of the final expenditure report by the STATE to the FHWA. L. ADMINISTERING AGENCY, its contractors and subcontractors shall establish and maintain a financial management system and records that properly accumulate and segregate reasonable, allowable, and allocable incurred PROJECT costs and matching funds by line item for the PROJECT. The financial management system of ADMINISTERING AGENCY, its contractors and all subcontractors shall conform to Generally Accepted Accounting Principles, enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices set to or paid by STATE. M. ADMINISTERING AGENCY is required to have an audit in accordance with the Single Audit Act of 2 CFR 200 if it expends $750,000 or more in Federal Funds in a single fiscal year of the Catalogue of Federal Domestic Assistance. N. ADMINISTERING AGENCY agrees to include all PROGRAM SUPPLEMENTS adopting the terms of this AGREEMENT in the schedule of projects to be examined in Program Supplement 08-5282F15-F044- ISTEA Page 5 of 6 26 08-RIV-0-PSP 08/16/2016 HSIPL-5282(046) SPECIAL COVENANTS OR REMARKS ADMINISTERING AGENCY's annual audit and in the schedule of projects to be examined under its single audit prepared in accordance with 2 CFR, Part 200. 0. ADMINISTERING AGENCY shall not award a non-A&E contract over $5,000, construction contracts over $10,000, or other contracts over $25,000 [excluding professional service contracts of the type which are required to be procured in accordance with Government Code sections 4525 (d), (e) and (f)j on the basis of a noncompetitive negotiation for work to be performed under this AGREEMENT without the prior written approval of STATE. Contracts awarded by ADMINISTERING AGENCY, if intended as local match credit, must meet the requirements set forth in this AGREEMENT regarding local match funds. P. Any subcontract entered into by ADMINISTERING AGENCY as a result of this AGREEMENT shall contain provisions B, C, F, H, I, K, and L under Section 2 of this agreement. 3, to the event that right of way acquisition for or construction of this project of the initial federal authorization for preliminary engineering is not started by the close of the tenth fiscal year following the fiscal year in which the project is authorized, the ADMINISTERING AGENCY shall repay the Federal Highway Administration through Caltrans the sum of Federal funds paid under the terms of this agreement. Program Supplement 08-5282F15-F044- ISTEA Page 6 of 6 27 MASTER AGREEMENT ADMINISTERING AGENCY -STATE AGREEMENT FOR FEDERAL -AID PROJECTS 08 City of Palm Springs District Administering Agency Agreement No. 08-5282F15 This AGREEMENT, is entered into effective this day of 20 , by and between City of Palm Springs, hereinafter referred to as "ADMINISTERING AGENCY," and the State of California, acting by and through its Department of Transportation (Caltrans), hereinafter referred to as "STATE", and together referred to as "PARTIES" or individually as a "PARTY" RECITALS: 1. WHEREAS, the Congress of the United States has enacted the Intermodal Surface Transportation Efficiency Act (ISTEA) of 1991 and subsequent Transportation Authorization Bills to fund transportation programs; and 2. WHEREAS, the Legislature of the State of California has enacted legislation by which certain federal -aid funds may be made available for use on local transportation related projects of public entities qualified to act as recipients of these federal -aid funds in accordance with the intent of federal law; and 3. WHEREAS, before federal funds will be made available for a specific program project, ADMINISTERING AGENCY and STATE are required to enter into an agreement to establish terms and conditions applicable to the ADMINISTERING AGENCY when receiving federal funds for a designated PROJECT facility and to the subsequent operation and maintenance of that completed facility. NOW, THEREFORE, the PARTIES agree as follows: Page 1 of 26 28 ARTICLE I - PROJECT ADMINISTRATION 1. This AGREEMENT shall have no force or effect with respect to any program project unless and until a project -specific "Authorization/Agreement Summary", herein referred to as "E-76" document, is approved by STATE and the Federal Highway Administration (FHWA). 2. The term "PROJECT", as used herein, means that authorized transportation related project and related activities financed in part with federal -aid funds as more fully -described in an "Authorization/ Agreement Summary" or "Amendment/Modification Summary", herein referred to as "E-76" or "E-76 (AMOD)" document authorized by STATE and the Federal Highway Administration (FHWA). 3. The E-761E-76 (AMOD) shall designate the party responsible for implementing PROJECT, type of work and location of PROJECT. 4. The PROGRAM SUPPLEMENT sets out special covenants as a condition for the ADMINISTERING AGENCY to receive federal -aid funds fromithrough STATE for designated PROJECT. The PROGRAM SUPPLEMENT shall also show these federal funds that have been initially encumbered for PROJECT along with the matching funds to be provided by ADMINISTERING AGENCY and/or others. Execution of PROGRAM SUPPLEMENT by the PARTIES shall cause ADMINISTERING AGENCY to adopt all of the terms of this AGREEMENT as though fully set forth therein in the PROGRAM SUPPLEMENT. Unless otherwise expressly delegated in a resolution by the governing body of ADMINISTERING AGENCY, and with written concurrence by STATE, the PROGRAM SUPPLEMENT shall be approved and managed by the governing body of ADMINISTERING AGENCY. 5. ADMINISTERING AGENCY agrees to execute and return each project -specific PROGRAM SUPPLEMENT within ninety (90) days of receipt. The PARTIES agree that STATE may suspend future authorizations/obligations and invoice payments for any on -going or future federal -aid project performed by ADMINISTERING AGENCY if any project -speck PROGRAM SUPPLEMENT is not returned within that ninety (90) day period unless otherwise agreed by STATE in writing. 6. ADMINISTERING AGENCY further agrees, as a condition to the release and payment of federal funds encumbered for the PROJECT described in each PROGRAM SUPPLEMENT, to comply with the terms and conditions of this AGREEMENT and all of the agreed -upon Special Covenants or Remarks incorporated within the PROGRAM SUPPLEMENT, and Cooperative/Contribution Agreement where appropriate, defining and identifying the nature of the specific PROJECT. 7. Federal, state and matching funds will not participate in PROJECT work performed in advance of the approval of the E-76 or E-76 (AMOD), unless otherwise stated in the executed project - specific PROGRAM SUPPLEMENT. ADMINISTERING AGENCY agrees that it will only proceed with the work authorized for that specific phase(s) on the project -specific E-76 or E-76 (AMOD). ADMINISTERING AGENCY further agrees to not proceed with future phases of PROJECT prior to receiving an E-76 (AMOD) from STATE for that phase(s) unless no further federal funds are needed or for those future phase(s). Page 2 of 26 29 8. That PROJECT or portions thereof, must be included in a federally approved Federal Statewide Transportation Improvement Program (FSTIP) prior to ADMINISTERING AGENCY submitting the "Request for Authorization". 9. ADMINISTERING AGENCY shall conform to all state statutes, regulations and procedures (including those set forth in the Local Assistance Procedures Manual and the Local Assistance Program Guidelines, hereafter collectively referred to as "LOCAL ASSISTANCE PROCEDURES") relating to the federal -aid program, all Title 23 Code of Federal Regulation (CFR) and 2 CFR part 200 federal requirements, and all applicable federal laws, regulations, and policy and procedural or instructional memoranda, unless otherwise specifically waived as designated in the executed project -specific PROGRAM SUPPLEMENT. 10. If PROJECT is not on STATE -owned right of way, PROJECT shall be constructed in accordance with LOCAL ASSISTANCE PROCEDURES that describes minimum statewide design standards for local agency streets and roads. LOCAL ASSISTANCE PROCEDURES for projects off the National Highway System (NHS) allow STATE to accept either the STATE's minimum statewide design standards or the approved geometric design standards of ADMINISTERING AGENCY. Additionally, for projects off the NHS, STATE will accept ADMINISTERING AGENCY - approved standard specifications, standard plans, materials sampling and testing quality assurance programs that meet the conditions described in the then current LOCAL ASSISTANCE PROCEDURES. 11. If PROJECT involves work within or partially within STATE -owned right-of-way, that PROJECT shall also be subject to compliance with the policies, procedures and standards of the STATE Project Development Procedures Manual and Highway Design Manual and, where appropriate, an executed Cooperative Agreement between STATE and ADMINISTERING AGENCY that outlines the PROJECT responsibilities and respective obligations of the PARTIES. ADMINISTERING AGENCY and its contractors shall each obtain an encroachment permit through STATE prior to commencing any work within STATE rights of way or work which affects STATE facilities. 12. When PROJECT is not on the State Highway System but Includes work to be performed by a railroad, the contract for such work shall be prepared by ADMINISTERING AGENCY or by STATE, as the PARTIES may hereafter agree. In either event, ADMINISTERING AGENCY shall enter into an agreement with the railroad providing for future maintenance of protective devices or other facilities installed under the contract. 13. If PROJECT is using STATE funds, the Department of General Services, Division of the State Architect, or its designee, shall review the contract PSBE for the construction of buildings, structures, sidewalks, curbs and related facilities for accessibility and usability. ADMINISTERING AGENCY shall not award a PROJECT construction contract for these types of improvements until the State Architect has issued written approval stating that the PROJECT plans and specifications comply with the provisions of sections 4450 and 4454 of the California Government Code, if applicable. Further requirements and guidance are provided in Title 24 of the California Code of Regulations. 14. ADMINISTERING AGENCY will advertise, award and administer PROJECT in accordance with the current LOCAL ASSISTANCE PROCEDURES unless otherwise stated in the executed project -specific PROGRAM SUPPLEMENT. Page 3 of 26 30 15. ADMINISTERING AGENCY shall provide or arrange for adequate supervision and inspection of each PROJECT. While consultants may perform supervision and inspection work for PROJECT with a fully qualified and licensed engineer, ADMINISTERING AGENCY shall provide a full-time employee to be in responsible charge of each PROJECT who is not a consultant. 16. ADMINISTERING AGENCY shall submit PROJECT -specific contract award documents to STATE's District Local Assistance Engineer within sixty (60) days after contract award. A copy of the award documents shall also be included with the submittal of the first invoice for a construction contract by ADMINISTERING AGENCY. 17. ADMINISTERING AGENCY shall submit the final report documents that collectively constitute a "Report of Expenditures" within one hundred eighty (180) days of PROJECT completion. Failure by ADMINISTERING AGENCY to submit a 'Report of Expenditures" within one hundred eighty (180) days of project completion will result in STATE imposing sanctions upon ADMINISTERING AGENCY in accordance with the current LOCAL ASSISTANCE PROCEDURES. 18. ADMINISTERING AGENCY shall comply with: (i) section 504 of the Rehabilitation Act of 1973 which prohibits discrimination on the basis of disability in federally assisted programs; (ii) the Americans with Disabilities Act (ADA) of 1990 which prohibits discrimination on the basis of disability irrespective of funding; and (III) all applicable regulations and guidelines issued pursuant to both the Rehabilitation Act and the ADA. 19. The Congress of the United States, the Legislature of the State of California and the Governor of the State of California, each within their respective jurisdictions, have prescribed certain nondiscrimination requirements with respect to contract and other work financed with public funds. ADMINISTERING AGENCY agrees to comply with the requirements of the FAIR EMPLOYMENT PRACTICES ADDENDUM (Exhibit A attached hereto) and the NONDISCRIMINATION ASSURANCES (Exhibit B attached hereto). ADMINISTERING AGENCY further agrees that any agreement entered into by ADMINISTERING AGENCY with a third party for performance of PROJECT -related work shall incorporate Exhibits A and B (with third party's name replacing ADMINISTERING AGENCY) as essential parts of such agreement to be enforced by that third party as verified by ADMINISTERING AGENCY. Page 4 of 26 31 ARTICLE II - RIGHTS OF WAY 1. No contract for the construction of a federal -aid PROJECT shall be awarded until all necessary rights of way have been secured. Prior to the advertising for construction of PROJECT, ADMINISTERING AGENCY shall certify and, upon request, shall furnish STATE with evidence that all necessary rights of way are available for construction purposes or will be available by the time of award of the construction contract. 2. ADMINISTERING AGENCY agrees to indemnify and hold STATE harmless from any liability that may result in the event the right of way for a PROJECT, including, but not limited to, being clear as certified or if said right of way is found to contain hazardous materials requiring treatment or removal to remediate in accordance with Federal and State laws. The furnishing of right of way as provided for herein includes, in addition to all real property required for the PROJECT, title free and clear of obstructions and encumbrances affecting PROJECT and the payment, as required by applicable law, of relocation costs and damages to remainder real property not actually taken but injuriously affected by PROJECT. ADMINISTERING AGENCY shall pay, from its own non - matching funds, any costs which arise out of delays to the construction of PROJECT because utility facilities have not been timely removed or relocated, or because rights of way were not available to ADMINISTERING AGENCY for the orderly prosecution of PROJECT work. 3. Subject to STATE approval and such supervision as is required by LOCAL ASSISTANCE PROCEDURES over ADMINISTERING AGENCY's right of way acquisition procedures, ADMINISTERING AGENCY may claim reimbursement from federal funds for expenditures incurred in purchasing only the necessary rights of way needed for the PROJECT after crediting PROJECT with the fair market value of any excess property retained and not disposed of by ADMINISTERING AGENCY. 4. When real property rights are to be acquired by ADMINISTERING AGENCY for a PROJECT, said ADMINISTERING AGENCY must carry out that acquisition in compliance with all applicable State and Federal laws and regulations, in accordance with State procedures as published in State's current LOCAL ASSISTANCE PROCEDURES and STATE's Right -of -Way Manual, subject to STATE oversight to ensure that the completed work is acceptable under the Federal Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended. 5. Whether or not federal -aid is to be requested for right of way, should ADMINISTERING AGENCY, in acquiring right of way for PROJECT, displace an individual, family, business, farm operation, or non-profit organization, relocation payments and services will be provided as set forth in 49 CFR, Part 24. The public will be adequately informed of the relocation payments and services which will be available, and, to the greatest extent practicable, no person lawfully occupying real property shall be required to move from his/her dwelling or to move his/her business or farm operation without at least ninety (90) days written notice from ADMINISTERING AGENCY. ADMINISTERING AGENCY will provide STATE with specific assurances, on each portion of the PROJECT, that no person will be displaced until comparable decent, safe and sanitary replacement housing is available within a reasonable period of time prior to displacement, and that ADMINISTERING AGENCY's relocation program is realistic and adequate to provide orderly, timely and efficient relocation of PROJECT -displaced persons as provided in 49 CFR, Part 24. Page 5 of 26 3 2 6. ADMINISTERING AGENCY shall, along with recording the deed or instrument evidencing title in the name of the ADMINISTERING AGENCY or their assignee, also record an Agreement Declaring Restrictive Covenants (ADRC) as a separate document incorporating the assurances included within Exhibits A and B and Appendices A, B, C and D of this AGREEMENT, as appropriate. Page 6 of 26 33 ARTICLE III - MAINTENANCE AND MANAGEMENT 1. ADMINISTERING AGENCY will maintain and operate the property acquired, developed, constructed, rehabilitated, or restored by PROJECT for its intended public use until such time as the parties might amend this AGREEMENT to otherwise provide. With the approval of STATE, ADMINISTERING AGENCY or its successors in interest in the PROJECT property may transfer this obligation and responsibility to maintain and operate PROJECT property for that intended public purpose to another public entity. 2. Upon ADMINISTERING AGENCY's acceptance of the completed federal -aid construction contract or upon contractor being relieved of the responsibility for maintaining and protecting PROJECT, ADMINISTERING AGENCY will be responsible for the maintenance, ownership, liability, and the expense thereof, for PROJECT in a manner satisfactory to the authorized representatives of STATE and FHWA and if PROJECT falls within the jurisdictional limits of another Agency or Agencies, it is the duty of ADMINISTERING AGENCY to facilitate a separate maintenance agreement(s) between itself and the other jurisdictional Agency or Agencies providing for the operation, maintenance, ownership and liability of PROJECT. Until those agreements are executed, ADMINISTERING AGENCY will be responsible for all PROJECT operations, maintenance, ownership and liability in a manner satisfactory to the authorized representatives of STATE and FHWA. If, within ninety (90) days after receipt of notice from STATE that a PROJECT, or any portion thereof, is not being properly operated and maintained and ADMINISTERING AGENCY has not satisfactorily remedied the conditions complained of, the approval of future federal -aid projects of ADMINISTERING AGENCY will be withheld until the PROJECT shall have been put in a condition of operation and maintenance satisfactory to STATE and FHWA. The provisions of this section shall not apply to a PROJECT that has been vacated through due process of law with STATE's concurrence. 3. PROJECT and its facilities shall be maintained by an adequate and well -trained staff of engineers and/or such other professionals and technicians as PROJECT reasonably requires. Said operations and maintenance staff may be employees of ADMINISTERING AGENCY, another unit of government, or a contractor under agreement with ADMINISTERING AGENCY. All maintenance will be performed at regular intervals or as required for efficient operation of the complete PROJECT improvements. Page 7 of 26 34 ARTICLE IV - FISCAL PROVISIONS 1. All contractual obligations of STATE are subject to the appropriation of resources by the Legislature and the allocation of resources by the California Transportation Commission (CTC). 2. STATE'S financial commitment of federal funds will occur only upon the execution of this AGREEMENT, the authorization of the project -specific E-76 or E-76 (AMOD), the execution of each project -specific PROGRAM SUPPLEMENT, and STATE's approved finance letter. 3. ADMINISTERING AGENCY may submit signed invoices in arrears for reimbursement of participating PROJECT costs on a regular basis once the project -specific PROGRAM SUPPLEMENT has been executed by STATE. 4. ADMINISTERING AGENCY agrees, as a minimum, to submit invoices at least once every six (6) months commencing after the funds are encumbered on either the project -specific PROGRAM SUPPLEMENT or through a project -specific finance letter approved by STATE. STATE reserves the right to suspend future authorizations/obligations, and invoice payments for any on -going or future federal -aid project by ADMINISTERING AGENCY if PROJECT costs have not been invoiced by ADMINISTERING AGENCY for a six (6) month period. 5. Invoices shall be submitted on ADMINISTERING AGENCY letterhead that includes the address of ADMINISTERING AGENCY and shall be formatted in accordance with LOCAL ASSISTANCE PROCEDURES. 6. ADMINISTERING AGENCY must have at least one copy of supporting backup documentation for costs incurred and claimed for reimbursement by ADMINISTERING AGENCY. ADMINISTERING AGENCY agrees to submit supporting backup documentation with invoices if requested by State. Acceptable backup documentation includes, but is not limited to, agency's progress payment to the contractors, copies of cancelled checks showing amounts made payable to vendors and contractors, and/or a computerized summary of PROJECT costs. 7. Payments to ADMINISTERING AGENCY can only be released by STATE as reimbursement of actual allowable PROJECT costs already incurred and paid for by ADMINISTERING AGENCY. 8. Indirect Cost Allocation Plans/Indirect Cost Rate Proposals (ICAP/ICRP), Central Service Cost Allocation Plans and related documentation are to be prepared and provided to STATE (Caltrans Audits & Investigations) for review and approval prior to ADMINISTERING AGENCY seeking reimbursement of indirect costs incurred within each fiscal year being claimed for State and federal reimbursement. ICAPs/ICRPs must be prepared in accordance with the requirements set forth in 2 CFR, Part 200, Chapter 5 of the Local Assistance Procedural Manual, and the ICAP/ICRP approval procedures established by STATE. 9. Once PROJECT has been awarded, STATE reserves the right to de -obligate any excess federal funds from the construction phase of PROJECT if the contract award amount is less than the obligated amount, as shown on the PROJECT E-76 or E-76 (AMOD). 10. STATE will withhold the greater of either two (2) percent of the total of all federal funds encumbered for each PROGRAM SUPPLEMENT or $40,000 until ADMINISTERING AGENCY submits the Final Report of Expenditures for each completed PROGRAM SUPPLEMENT PROJECT. Page 8 of 26 3 5 11. The estimated total cost of PROJECT, the amount of federal funds obligated, and the required matching funds may be adjusted by mutual consent of the PARTIES hereto with a finance letter, a detailed estimate, if required, and approved E-76 (AMOD). Federal -aid funding may be increased to cover PROJECT cost increases only if such funds are available and FHWA concurs with that increase. 12. When additional federal -aid funds are not available, ADMINISTERING AGENCY agrees that the payment of federal funds will be limited to the amounts authorized on the PROJECT specific E-76 t E-76 (AMOD) and agrees that any increases in PROJECT costs must be defrayed with ADMINISTERING AGENCY's own funds. 13. ADMINISTERING AGENCY shall use its own non-federal funds to finance the local share of eligible costs and all expenditures or contract items ruled ineligible for financing with federal funds. STATE shall make the determination of ADMINISTERING AGENCY's cost eligibility for federal fund financing of PROJECT costs. 14. ADMINISTERING AGENCY will reimburse STATE for STATE's share of costs for work performed by STATE at the request of ADMINISTERING AGENCY. STATE's costs shall include overhead assessments in accordance with section 8755.1 of the State Administrative Manual, 15. Federal and state funds allocated from the State Transportation Improvement Program (STIP) are subject to the timely use of funds provisions enacted by Senate Bill 45, approved in 1997, and subsequent STIP Guidelines and State procedures approved by the CTC and STATE. 16. Federal funds encumbered for PROJECT are available for liquidation for a period of six (6) years from the beginning of the State fiscal year the funds were appropriated in the State Budget. State funds encumbered for PROJECT are available for liquidation only for six (6) years from the beginning of the State fiscal year the funds were appropriated in the State Budget. Federal or state funds not liquidated within these periods will be reverted unless a Cooperative Work Agreement (CWA) is submitted by ADMINISTERING AGENCY and approved by the California Department of Finance (per Government Code section 16304). The exact date of fund reversion will be reflected in the STATE signed finance letter for PROJECT. 17. Payments to ADMINISTERING AGENCY for PROJECT -related travel and subsistence (per diem) expenses of ADMINISTERING AGENCY forces and its contractors and subcontractors claimed for reimbursement or as local match credit shall not exceed rates authorized to be paid rank and file STATE employees under current State Department of Personnel Administration (DPA) rules. If the rates invoiced by ADMINISTERING AGENCY are in excess of DPA rates, ADMINISTERING AGENCY is responsible for the cost difference, and any overpayments inadvertently paid by STATE shall be reimbursed to STATE by ADMINISTERING AGENCY on demand within thirty (30) days of such invoice. 18. ADMINISTERING AGENCY agrees to comply with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles and Audit Requirement for Federal Awards. 19. ADMINISTERING AGENCY agrees, and will assure that its contractors and subcontractors will be obligated to agree, that Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31, et seq., shall be used to determine the allowability of individual PROJECT cost items. Page 9 of 26 39 20. Every sub -recipient receiving PROJECT funds under this AGREEMENT shall comply with 2 CFR, Part 200, 23 CFR, 48 CFR Chapter 1, Part 31, Local Assistance Procedures, Public Contract Code (PCC) 10300-10334 (procurement of goods), PCC 10335-10381 (non-A&E services), and other applicable STATE and FEDERAL regulations. 21. Any PROJECT costs for which ADMINISTERING AGENCY has received payment or credit that are determined by subsequent audit to be unallowable under 2 CFR, Part 200, 23 CFR, 48 CFR, Chapter 1, Part 31, and other applicable STATE and FEDERAL regulations, are subject to repayment by ADMINISTERING AGENCY to STATE. 22. Should ADMINISTERING AGENCY fail to refund any moneys due upon written demand by STATE as provided hereunder or should ADMINISTERING AGENCY breach this AGREEMENT by failing to complete PROJECT without adequate justification and approval by STATE, then, within thirty 30 days of demand, or within such other period as may be agreed to in writing between the PARTIES, STATE, acting through the State Controller, the State Treasurer, or any other public entity or agency, may withhold or demand a transfer of an amount equal to the amount paid by or owed to STATE from future apportionments, or any other funds due ADMINISTERING AGENCY from the Highway Users Tax Fund or any other sources of funds, and/or may withhold approval of future ADMINISTERING AGENCY federal -aid projects. 23. Should ADMINISTERING AGENCY be declared to be in breach of this AGREEMENT or otherwise in default thereof by STATE, and if ADMINISTERING AGENCY is constituted as a joint powers authority, special district, or any other public entity not directly receiving funds through the State Controller, STATE is authorized to obtain reimbursement from whatever sources of funding are available, Including the withholding or transfer of funds, pursuant to Article IV - 22, from those constituent entities comprising a joint powers authority or by bringing of an action against ADMINISTERING AGENCY or its constituent member entities, to recover all funds provided by STATE hereunder. 24. ADMINISTERING AGENCY acknowledges that the signatory party represents the ADMINISTERING AGENCY and further warrants that there is nothing within a Joint Powers Agreement, by which ADMINISTERING AGENCY was created, if any exists, that would restrict or otherwise limit STATE's ability to recover State funds improperly spent by ADMINISTERING AGENCY in contravention of the terms of this AGREEMENT. Page 10 of 26 3 7 ARTICLE V AUDITS, THIRD PARTY CONTRACTING, RECORDS RETENTION AND REPORTS 1. STATE reserves the right to conduct technical and financial audits of PROJECT work and records and ADMINISTERING AGENCY agrees, and shall require its contractors and subcontractors to agree, to cooperate with STATE by making all appropriate and relevant PROJECT records available for audit and copying as required by paragraph three (3) of ARTICLE V. 2. ADMINISTERING AGENCY, its contractors and subcontractors shall establish and maintain a financial management system and records that properly accumulate and segregate reasonable, allowable, and allocable incurred PROJECT costs and matching funds by line item for the PROJECT. The financial management system of ADMINISTERING AGENCY, its contractors and all subcontractors shall conform to Generally Accepted Accounting Principles, enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices sent to or paid by STATE. 3. ADMINISTERING AGENCY, ADMINISTERING AGENCY's contractors and subcontractors, and STATE shall each maintain and make available for inspection and audit by STATE, the California State Auditor, or any duly authorized representative of STATE or the United States all books, documents, papers, accounting records, and other evidence pertaining to the performance of such contracts, including, but not limited to, the costs of administering those various contracts and ADMINISTERING AGENCY shall furnish copies thereof if requested. All of the above referenced parties shall make such AGREEMENT, PROGRAM SUPPLEMENT and contract materials available at their respective offices at all reasonable times during the entire PROJECT period and for three (3) years from the date of submission of the final expenditure report by the STATE to the FHWA. 4. ADMINISTERING AGENCY is required to have an audit in accordance with the Single Audit Act of 2 CFR 200 if it expends $750,000 or more in Federal Funds in a single fiscal year. The Federal Funds received under a PROGRAM SUPPLEMENT are a part of the Catalogue of Federal Domestic Assistance (CFDA) 20.205. 5. ADMINISTERING AGENCY agrees to include all PROGRAM SUPPLEMENTS adopting the terms of this AGREEMENT in the schedule of projects to be examined in ADMINISTERING AGENCY's annual audit and in the schedule of projects to be examined under its single audit prepared in accordance with 2 CFR, Part 200. 6. ADMINISTERING AGENCY shall not award a non-A&E contract over $5,000, construction contract over $10,000, or other contracts over $25,000 (excluding professional service contracts of the type which are required to be procured in accordance with Government Code sections 4525 (d), (e) and (f)) on the basis of a noncompetitive negotiation for work to be performed under this AGREEMENT without the prior written approval of STATE. Contracts awarded by ADMINISTERING AGENCY, if intended as local match credit, must meet the requirements set forth in this AGREEMENT regarding local match funds. Page 11 of 26 3 8 7. Any subcontract entered into by ADMINISTERING AGENCY as a result of this AGREEMENT shall contain provisions 5, 6, 17, 19 and 20 of ARTICLE IV, FISCAL PROVISIONS, and provisions 1, 2, and 3 of this ARTICLE V, AUDITS, THIRD -PARTY CONTRACTING RECORDS RETENTION AND REPORTS. 8. To be eligible for local match credit, ADMINISTERING AGENCY must ensure that local match funds used for a PROJECT meet the fiscal provisions requirements outlined in ARTICLE IV in the same manner as required of all other PROJECT expenditures. 9. In addition to the above, the pre -award requirements of third -party contractor/consultants with ADMINISTERING AGENCY should be consistent with the LOCAL ASSISTANCE PROCEDURES. Page 12 of 26 39 ARTICLE VI - FEDERAL LOBBYING ACTIVITIES CERTIFICATION 1. By execution of this AGREEMENT, ADMINISTERING AGENCY certifies, to the best of the signatory officer's knowledge and belief, that: A. No federal or state appropriated funds have been paid or will be paid, by or on behalf of ADMINISTERING AGENCY, to any person for influencing or attempting to influence an officer or employee of any STATE or federal agency, a member of the State Legislature or United States Congress, an officer or employee of the Legislature or Congress, or any employee of a Member of the Legislature or Congress in connection with the awarding of any STATE or federal contract, including this AGREEMENT, the making of any STATE or federal loan, the entering into of any cooperative contract, and the extension, continuation, renewal, amendment, or modification of any STATE or federal contract, grant, loan, or cooperative contract. B. 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 AGREEMENT, grant, local, or cooperative contract, ADMINISTERING AGENCY shall complete and submit Standard Form-LLL, 'Disclosure Form to Rep Lobbying," in accordance with the form instructions. C. This certification is a material representation of fact upon which reliance was placed when this AGREEMENT and each PROGRAM SUPPLEMENT was or will be made or entered into. Submission of this certification is a prerequisite for making or entering into this AGREEMENT imposed by Section 1352, Title 31, United States Code. Any party 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. 2. ADMINISTERING AGENCY also agrees by signing this AGREEMENT that the language of this certification will be included in all lower tier sub -agreements which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly. Page 13 of 26 40 ARTICLE VI1- MISCELLANEOUS PROVISIONS 1. ADMINISTERING AGENCY agrees to use all state funds reimbursed hereunder only for transportation purposes that are in conformance with Article XIX of the California State Constitution and the relevant Federal Regulations. 2. This AGREEMENT is subject to any additional restrictions, limitations, conditions, or any statute enacted by the State Legislature or adopted by the CTC that may affect the provisions, terms, or funding of this AGREEMENT in any manner. 3. ADMINISTERING AGENCY and the officers and employees of ADMINISTERING AGENCY, when engaged in the performance of this AGREEMENT, shall act in an independent capacity and not as officers, employees or agents of STATE or the federal government. 4. Each project -specific E-76 or E-76 (AMOD), PROGRAM SUPPLEMENT and Finance Letter shall separately establish the terms and funding limits for each described PROJECT funded under the AGREEMENT. No federal or state funds are obligated against this AGREEMENT. 5. ADMINISTERING AGENCY certifies that neither ADMINISTERING AGENCY nor its principals are suspended or debarred at the time of the execution of this AGREEMENT. ADMINISTERING AGENCY agrees that it will notify STATE immediately in the event a suspension or a debarment occurs after the execution of this AGREEMENT. 6. ADMINISTERING AGENCY warrants, by execution of this AGREEMENT, that no person or selling agency has been employed or retained to solicit or secure this AGREEMENT upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by ADMINISTERING AGENCY for the purpose of securing business. For breach or violation of this warranty, STATE has the right to annul this AGREEMENT without liability, pay only for the value of the work actually performed, or in STATE's discretion, to deduct from the price of consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 7. In accordance with Public Contract Code section 10296, ADMINISTERING AGENCY hereby certifies under penalty of perjury that no more than one final unappealable finding of contempt of court by a federal court has been issued against ADMINISTERING AGENCY within the immediate preceding two (2) year period because of ADMINISTERING AGENCY's failure to comply with an order of a federal court that orders ADMINISTERING AGENCY to comply with an order of the National Labor Relations Board. 8. ADMINISTERING AGENCY shall disclose any financial, business, or other relationship with STATE, FHWA or Federal Transit Administration (FTA) that may have an impact upon the outcome of this AGREEMENT. ADMINISTERING AGENCY shall also list current contractors who may have a financial interest in the outcome of this AGREEMENT. 9. ADMINISTERING AGENCY hereby certifies that it does not have nor shall it acquire any financial or business interest that would conflict with the performance of PROJECT under this AGREEMENT. Page 14 of 26 41 10. ADMINISTERING AGENCY warrants that this AGREEMENT was not obtained or secured through rebates, kickbacks or other unlawful consideration either promised or paid to any STATE employee. For breach or violation of this warranty, STATE shall have the right, in its discretion, to terminate this AGREEMENT without liability, to pay only for the work actually performed, or to deduct from the PROGRAM SUPPLEMENT price or otherwise recover the full amount of such rebate, kickback, or other unlawful consideration. 11. Any dispute concerning a question of fact arising under this AGREEMENT that is not disposed of by agreement shall be decided by the STATE's Contract Officer who may consider any written or verbal evidence submitted by ADMINISTERING AGENCY. The decision of the Contract Officer, issued in writing, shall be conclusive and binding on the PARTIES on all questions of fact considered and determined by the Contract Officer. 12. Neither the pending of a dispute nor its consideration by the Contract Officer will excuse ADMINISTERING AGENCY from full and timely performance in accordance with the terms of this AGREEMENT. 13. Neither ADMINISTERING AGENCY nor any officer or employee thereof is responsible for any injury, damage or liability occurring by reason of anything done or omitted to be done by STATE, under or in connection with any work, authority or jurisdiction arising under this AGREEMENT. It is understood and agreed that STATE shall fully defend, indemnify and save harmless the ADMINISTERING AGENCY and all of its officers and employees from all claims, suits or actions of every name, kind and description brought forth under, including, but not limited to, tortious, contractual, inverse condemnation and other theories or assertions of liability occurring by reason of anything done or omitted to be done by STATE under this AGREEMENT. 14. Neither STATE nor any officer or employee thereof shall be responsible for any injury, damage or liability occurring by reason of anything done or omitted to be done by ADMINISTERING AGENCY under, or in connection with, any work, authority or jurisdiction arising under this AGREEMENT. It is understood and agreed that ADMINISTERING AGENCY shall fully defend, indemnify and save harmless STATE and all of its officers and employees from all claims, suits or actions of every name, kind and description brought forth under, including, but not limited to, tortious, contractual, inverse condemnation or other theories or assertions of liability occurring by reason of anything done or omitted to be done by ADMINISTERING AGENCY under this AGREEMENT. 15. STATE reserves the right to terminate funding for any PROJECT upon written notice to ADMINISTERING AGENCY in the event that ADMINISTERING AGENCY fails to proceed with PROJECT work in accordance with the project -specific PROGRAM SUPPLEMENT, the bonding requirements if applicable, or otherwise violates the conditions of this AGREEMENT and/or PROGRAM SUPPLEMENT, or the funding allocation such that substantial performance is significantly endangered. Page 15 of 26 42 16, No termination shall become effective if, within thirty (30) days after receipt of a Notice of Termination, ADMINISTERING AGENCY either cures the default involved or, if not reasonably susceptible of cure within said thirty (30) day period, ADMINISTERING AGENCY proceeds thereafter to complete the cure in a manner and time line acceptable to STATE. Any such termination shall be accomplished by delivery to ADMINISTERING AGENCY of a Notice of Termination, which notice shall become effective not less than thirty (30) days after receipt, specifying the reason for the termination, the extent to which funding of work under this AGREEMENT is terminated and the date upon which such termination becomes effective, if beyond thirty (30) days after receipt. During the period before the effective termination date, ADMINISTERING AGENCY and STATE shall meet to attempt to resolve any dispute. In the event of such termination, STATE may proceed with the PROJECT work in a manner deemed proper by STATE. If STATE terminates funding for PROJECT with ADMINISTERING AGENCY, STATE shall pay ADMINISTERING AGENCY the sum due ADMINISTERING AGENCY under the PROGRAM SUPPLEMENT and/or STATE approved finance letter prior to termination, provided, however, ADMINISTERING AGENCY is not in default of the terms and conditions of this AGREEMENT or the project -specific PROGRAM SUPPLEMENT and that the cost of PROJECT completion to STATE shall first be deducted from any sum due ADMINISTERING AGENCY. 17. In case of inconsistency or conflicts with the terms of this AGREEMENT and that of a project - specific PROGRAM SUPPLEMENT, the terms stated in that PROGRAM SUPPLEMENT shall prevail over those in this AGREEMENT. 18. Without the written consent of STATE, this AGREEMENT is not assignable by ADMINISTERING AGENCY either in whole or in part. 19. No alteration or variation of the terms of this AGREEMENT shall be valid unless made in writing and signed by the PARTIES, and no oral understanding or agreement not incorporated herein shall be binding on any of the PARTIES. IN WITNESS WHEREOF, the PARTIES have executed this AGREEMENT by their duly authorized officers. STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION Chief, Office of Project Implementation Division of Local Assistance Date City of Palm Springs M City of Palm Springs Representative Name & Title (Authorized Governing Body Representative) Date Page 16 of 26 43 EXHIBIT A FAIR EMPLOYMENT PRACTICES ADDENDUM 1. In the performance of this Agreement, ADMINISTERING AGENCY will not discriminate against any employee for employment because of race, color, sex, sexual orientation, religion, ancestry or national origin, physical disability, medical condition, marital status, political affiliation, family and medical care leave, pregnancy leave, or disability leave. ADMINISTERING AGENCY will take affirmative action to ensure that employees are treated during employment without regard to their race, sex, sexual orientation, color, religion, ancestry, or national origin, physical disability, medical condition, marital status, political affiliation, family and medical care leave, pregnancy leave, or disability leave. Such action shall include, but not be limited to, the following: employment; upgrading; demotion or transfer: recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. ADMINISTERING AGENCY shall post in conspicuous places, available to employees for employment, notices to be provided by STATE setting forth the provisions of this Fair Employment section. 2. ADMINISTERING AGENCY, its contractor(s) and all subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code Section 1290-0 et seq.), and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12900(a-0, set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations are incorporated into this AGREEMENT by reference and made a part hereof as if set forth in full. Each of the ADMINISTERING AGENCY'S contractors and all subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreements, as appropriate. 3. ADMINISTERING AGENCY shall include the nondiscrimination and compliance provisions of this clause in all contracts and subcontracts to perform work under this AGREEMENT. 4. ADMINISTERING AGENCY will permit access to the records of employment, employment advertisements, application forms, and other pertinent data and records by STATE, the State Fair Employment and Housing Commission, or any other agency of the State of California designated by STATE, for the purposes of investigation to ascertain compliance with the Fair Employment section of this Agreement. 5. Remedies for Willful Violation: (a) STATE may determine a willful violation of the Fair Employment provision to have occurred upon receipt of a final judgment to that effect from a court in an action to which ADMINISTERING AGENCY was a party, or upon receipt of a written notice from the Fair Employment and Housing Commission that it has investigated and determined that ADMINISTERING AGENCY has violated the Fair Employment Practices Act and had issued an order under Labor Code Section 1426 which has become final or has obtained an injunction under Labor Code Section 1429. Page 17 of 26 44 (b) For willful violation of this Fair Employment Provision, STATE shall have the right to terminate this Agreement either in whole or in part, and any loss or damage sustained by STATE in securing the goods or services thereunder shall be bome and paid for by ADMINISTERING AGENCY and by the surety under the performance bond, if any, and STATE may deduct from any moneys due or thereafter may become due to ADMINISTERING AGENCY, the difference between the price named in the Agreement and the actual cost thereof to STATE to cure ADMINISTERING AGENCY's breach of this Agreement. Page 18 of 26 45 EXHIBIT B NONDISCRIMINATION ASSURANCES ADMINISTERING AGENCY HEREBY AGREES THAT, as a condition to receiving any federal financial assistance from the STATE, acting for the U.S. Department of Transportation, it will comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d42 U.S.C. 2000d-4 (hereinafter referred to as the ACT), and all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, "Nondiscrimination in Federally -Assisted Programs of the Department of Transportation - Effectuation of Title VI of the Civil Rights Act of 1964" (hereinafter referred to as the REGULATIONS), the Federal -aid Highway Act of 1973, and other pertinent directives, to the end that in accordance with the ACT, REGULATIONS, and other pertinent directives, no person in the United States shall, on the grounds of race, color, sex, national origin, religion, age or disability, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which ADMINISTERING AGENCY receives federal financial assistance from the Federal Department of Transportation. ADMINISTERING AGENCY HEREBY GIVES ASSURANCE THAT ADMINISTERING AGENCY will promptly take any measures necessary to effectuate this agreement. This assurance is required by subsection 21.7(a) (1) of the REGULATIONS. More specifically, and without limiting the above general assurance, ADMINISTERING AGENCY hereby gives the following specific assurances with respect to its federal -aid Program: 1. That ADMINISTERING AGENCY agrees that each "program" and each 'facility' as defined in subsections 21.23 (a) and 21.23 (b) of the REGULATIONS, will be (with regard to a "program") conducted, or will be (with regard to a "facility") operated in compliance with all requirements imposed by, or pursuant to, the REGULATIONS. 2. That ADMINISTERING AGENCY shall insert the following notification in all solicitations for bids for work or material subject to the REGULATIONS made in connection with the federal -aid Program and, in adapted form, in all proposals for negotiated agreements: ADMINISTERING AGENCY hereby notifies all bidders that it will affirmatively insure that in any agreement entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin, religion, age, or disability in consideration for an award. 3. That ADMINISTERING AGENCY shall insert the clauses of Appendix A of this assurance in every agreement subject to the ACT and the REGULATIONS. 4. That the clauses of Appendix B of this Assurance shall be included as a covenant running with the land, in any deed effecting a transfer of real property, structures, or improvements thereon, or interest therein. Page 19 of 26 46 5. That where ADMINISTERING AGENCY receives federal financial assistance to construct a facility, or part of a facility, the Assurance shall extend to the entire facility and facilities operated in connection therewith. fi. That where ADMINISTERING AGENCY receives federal financial assistance in the form, or for the acquisition, of real property or an interest in real property, the Assurance shall extend to rights to space on, over, or under such property. 7. That ADMINISTERING AGENCY shall include the appropriate clauses set forth in Appendix C and D of this Assurance, as a covenant running with the land, in any future deeds, leases, permits, licenses, and similar agreements entered into by the ADMINISTERING AGENCY with other parties: Appendix C; (a) for the subsequent transfer of real property acquired or improved under the federal -aid Program; and Appendix D; (b) for the construction or use of or access to space on, over, or under real property acquired, or improved under the federal -aid Program. 8. That this assurance obligates ADMINISTERING AGENCY for the period during which federal financial assistance is extended to the program, except where the federal financial assistance is to provide, or is in the form of, personal property or real property or interest therein, or structures, or improvements thereon, in which case the assurance obligates ADMINISTERING AGENCY or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which the federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which ADMINISTERING AGENCY retains ownership or possession of the property. 9. That ADMINISTERING AGENCY shall provide for such methods of administration for the program as are found by the U.S. Secretary of Transportation, or the official to whom he delegates specific authority, to give reasonable guarantee that ADMINISTERING AGENCY, other recipients, sub -grantees, applicants, sub -applicants, transferees, successors in interest, and other participants of federal financial assistance under such program will comply with all requirements Imposed by, or pursuant to, the ACT, the REGULATIONS, this Assurance and the Agreement. 10. That ADMINISTERING AGENCY agrees that the United States and the State of California have a right to seek judicial enforcement with regard to any matter arising under the ACT, the REGULATIONS, and this Assurance. Page 20 of 26 47 11. ADMINISTERING AGENCY shall not discriminate on the basis of race, religion, age, disability, color, national origin or sex in the award and performance of any STATE assisted contract or in the administration on its DBE Program or the requirements of 49 CFR Part 26. ADMINISTERING AGENCY shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure non- discrimination in the award and administration of STATE assisted contracts. ADMINISTERING AGENCY'S DBE Implementation Agreement 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 recipient of its failure to carry out its approved DBE Implementation Agreement, STATE may impose sanctions as provided for under 49 CFR Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 USC 1001 and/or the Program Fraud Civil Remedies Act of 1985 (31 USC 3801 et seq.) THESE ASSURANCES are given in consideration of and for the purpose of obtaining any and all federal grants, loans, agreements, property, discounts or other federal financial assistance extended after the date hereof to ADMINISTERING AGENCY by STATE, acting for the U.S. Department of Transportation, and is binding on ADMINISTERING AGENCY, other recipients, subgrantees, applicants, sub -applicants, transferees, successors in interest and other participants in the federal -aid Highway Program. Page 21 of 26 48 APPENDIX A TO EXHIBIT B During the performance of this Agreement, ADMINISTERING AGENCY, for itself, its assignees and successors in interest (hereinafter collectively referred to as ADMINISTERING AGENCY) agrees as follows: (1) Compliance with Regulations: ADMINISTERING AGENCY shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement. (2) Nondiscrimination: ADMINISTERING AGENCY, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub -applicants, including procurements of materials and leases of equipment. ADMINISTERING AGENCY shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when the agreement covers a program set forth in Appendix B of the REGULATIONS. (3) Solicitations for Sub -agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by ADMINISTERING AGENCY for work to be performed under a Sub -agreement, including procurements of materials or leases of equipment, each potential sub -applicant or supplier shall be notified by ADMINISTERING AGENCY of the ADMINISTERING AGENCY's obligations under this Agreement and the REGULATIONS relative to nondiscrimination on the grounds of race, color, or national origin. (4) Information and Reports: ADMINISTERING AGENCY shall provide all information and reports required by the REGULATIONS, or directives issued pursuant thereto, and shall permit access to ADMINISTERING AGENCY's books, records, accounts, other sources of information, and its facilities as may be determined by STATE or FHWA to be pertinent to ascertain compliance with such REGULATIONS or directives. Where any information required of ADMINISTERING AGENCY is in the exclusive possession of another who fails or refuses to furnish this information, ADMINISTERING AGENCY shall so certify to STATE or the FHWA as appropriate, and shall set forth what efforts ADMINISTERING AGENCY has made to obtain the information. (5) Sanctions for Noncompliance: In the event of ADMINISTERING AGENCYs noncompliance with the nondiscrimination provisions of this agreement, STATE shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: (a) withholding of payments to ADMINISTERING AGENCY under the Agreement within a reasonable period of time, not to exceed 90 days; and/or (b) cancellation, termination or suspension of the Agreement, in whole or in part. Page 22 of 26 49 (6) Incorporation of Provisions: ADMINISTERING AGENCY shall include the provisions of paragraphs (1) through (6) in every sub -agreement, including procurements of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. ADMINISTERING AGENCY shall take such action with respect to any sub -agreement or procurement as STATE or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event ADMINISTERING AGENCY becomes involved in, or is threatened with, litigation with a sub -applicant or supplier as a result of such direction, ADMINISTERING AGENCY may request STATE enter into such litigation to protect the interests of STATE, and, in addition, ADMINISTERING AGENCY may request the United States to enter into such litigation to protect the interests of the United States. APPENDIX B TO EXHIBIT B Page 23 of 26 5 0 The following clauses shall be included in any and all deeds effecting or recording the transfer of PROJECT real property, structures or improvements thereon, or interest therein from the United States. (GRANTING CLAUSE) NOW, THEREFORE, the U.S. Department of Transportation, as authorized by law, and upon the condition that ADMINISTERING AGENCY will accept title to the lands and maintain the project constructed thereon, in accordance with Title 23, United States Code, the Regulations for the Administration of federal -aid for Highways and the policies and procedures prescribed by the Federal Highway Administration of the Department of Transportation and, also in accordance with and in compliance with the Regulations pertaining to and effectuating the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252; 42 U.S.C. 2000d to 2000d-4), does hereby remise, release, quitclaim and convey unto the ADMINISTERING AGENCY all the right, title, and interest of the U.S. Department of Transportation in, and to, said lands described in Exhibit "A" attached hereto and made a part hereof. (HABENDUM CLAUSE) TO HAVE AND TO HOLD said lands and interests therein unto ADMINISTERING AGENCY and its successors forever, subject, however, to the covenant, conditions, restrictions and reservations herein contained as follows, which will remain in effect for the period during which the real property or structures are used for a purpose for which federal financial assistance is extended or for another purpose involving the provision of similar services or benefits and shall be binding on ADMINISTERING AGENCY, its successors and assigns. ADMINISTERING AGENCY, in consideration of the conveyance of said lands and interests in lands, does hereby covenant and agree as a covenant running with the land for itself, its successors and assigns, (1) that no person shall on the grounds of race, color, sex, national origin, religion, age or disability, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination with regard to any facility located wholly or in part on, over, or under such lands hereby conveyed (;) (and)' (2) that ADMINISTERING AGENCY shall use the lands and interests in lands so conveyed, in compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in federally -assisted programs of the Department of Transportation - Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations may be amended (;) and (3) that in the event of breach of any of the above -mentioned nondiscrimination conditions, the U.S. Department of Transportation shall have a right to re-enter said lands and facilities on said land, and the above -described land and facilities shall thereon revert to and vest in and become the absolute property of the U.S. Department of Transportation and its assigns as such interest existed prior to this deed.' Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to effectuate the purposes of Title VI of the Civil Rights Act of 1964. Page 24 of 265 a! 1 APPENDIX C TO EXHIBIT B The following clauses shall be included in any and all deeds, licenses, leases, permits, or similar instruments entered into by ADMINISTERING AGENCY, pursuant to the provisions of Assurance 7(a) of Exhibit B. The grantee (licensee, lessee, permittee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as covenant running with the land") that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a U.S. Department of Transportation program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.), shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of Secretary, Part 21, Nondiscrimination in federally -assisted programs of the Department of Transportation - Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations may be amended. (Include in licenses, leases, permits, etc.)" That in the event of breach of any of the above nondiscrimination covenants, ADMINISTERING AGENCY shall have the right to terminate the (license, lease, permit etc.) and to re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, lease, permit, etc.) had never been made or issued. (Include in deeds)' That in the event of breach of any of the above nondiscrimination covenants, ADMINISTERING AGENCY shall have the right to re-enter said land and facilities thereon, and the above - described lands and facilities shall thereupon revert to and vest in and become the absolute property of ADMINISTERING AGENCY and its assigns. ' Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to effectuate the purposes of Title VI of the Civil Rights Act of 1964. Page 25 of 26 52 APPENDIX D TO EXHIBIT B The following shall be included in all deeds, licenses, leases, permits, or similar agreements entered into by the ADMINISTERING AGENCY, pursuant to the provisions of Assurance 7 (b) of Exhibit B. The grantee (licensee, lessee, permittee, etc., as appropriate) for himself, his personal representatives, successors in interest and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds, and leases add "as a covenant running with the land") that: (1) no person on the ground of race, color, sex, national origin, religion, age or disability, shall be excluded from participation in, denied the benefits of, or otherwise subjected to discrimination in the use of said facilities; (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the ground of race, color, sex, national origin, religion, age or disability shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination; and (3) that the (grantee, licensee, lessee, permittee, etc.,) shall use the premises in compliance with the Regulations. (Include in licenses, leases, permits, etc.)` That in the event of breach of any of the above nondiscrimination covenants, ADMINISTERING AGENCY shall have the right to terminate the (license, lease, permit, etc.) and to re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, lease, permit, etc.) had never been made or issued. (Include in deeds)" That in the event of breach of any of the above nondiscrimination covenants, ADMINISTERING AGENCY shall have the right to re-enter said land and facilities thereon, and the above - described lands and facilities shall thereupon revert to and vest in and become the absolute property of ADMINISTERING AGENCY, and its assigns. Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to effectuate the purposes of Title VI of the Civil Rights Act of 1964. Page 26 of 26 5 3 ATTACHMENT 3 54 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, APPROVING THE MASTER AGREEMENT, ADMINISTERING AGENCY — STATE AGREEMENT FOR FEDERAL -AID PROJECTS, STATE AGREEMENT NO. 08-5282F15; APPROVING PROGRAM SUPPLEMENT AGREEMENT NO. F044 TO ADMINISTERING AGENCY -STATE AGREEMENT FOR FEDERAL -AID PROJECTS NO. 08-5282F15 WITH THE STATE OF CALIFORNIA, IN THE AMOUNT OF $295,000 FOR USE OF HIGHWAY SAFETY IMPROVEMENT PROGRAM (HSIP) FEDERAL -AID FUNDS FOR TRAFFIC SIGNAL MODIFICATIONS, CITY PROJECT NO. 15-32, FEDERAL -AID PROJECT NO. HSIPL-5282 (046); AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENTS ON BEHALF OF THE CITY OF PALM SPRINGS WHEREAS, the Congress of the United States has enacted the Intermodal Surface Transportation Efficiency Act (ISTEA) of 1991 and subsequent Transportation Authorization Bills to fund transportation programs; and WHEREAS, the Legislature of the State of California has enacted legislation by which certain federal -aid funds may be made available for use on local transportation related projects of public entities qualified to act as recipients for these federal -aid funds in accordance with the intent of federal law; and WHEREAS, before federal -funds will be made available for a specific program project, the City of Palm Springs and State of California are required to enter into an agreement to establish terms and conditions applicable to the City of Palm Springs when receiving federal funds for a designated project facility and to the subsequent operation and maintenance of that completed facility; and WHEREAS, the California Department of Transportation has submitted to the City of Palm Springs for its approval a new funding agreement, or "Master Agreement', entitled Administering Agency — State Agreement for Federal -Aid Projects, State Agreement No. 08-5282F15, to replace the current "Master Agreement' previously approved by the City Council on January 3, 2007; and WHEREAS, the City of Palm Springs has submitted to the California Department of Transportation a request for authorization to proceed with the Preliminary Engineer (PE) phase of the Traffic Signal Improvements, City Project No. 15-32, Federal Aid Project No. HSIPL-5282 (046), requiring obligation of $295,000 of Highway Safety Improvement Program ("HSIP") federal -aid funds; and 55 Resolution No. Page 2 WHEREAS, the California Department of Transportation has prepared Program Supplement Agreement No. F044 to the new "Master Agreement', Administering Agency — State Agreement No. 08-5282F15 with the state of California, obligating $295,000 of federal -aid funds for the Traffic Signal Improvements, City Project No. 15- 32, Federal Aid Project No. HSIPL-5282 (046). THE CITY COUNCIL OF THE CITY OF PALM SPRINGS DOES HEREBY RESOLVE AS FOLLOWS: SECTION 1. The "Master Agreement', Administering Agency — State Agreement for Federal -Aid Projects, State Agreement No. 08-5282F15, with the state of California, is hereby approved. SECTION 2. Program Supplement Agreement No. F044 to Administering Agency — State Agreement No. 08-5282F15, with the state of California, obligating $295,000 of federal -aid funds for the Traffic Signal Improvements, City Project No. 15-32, Federal Aid Project No. HSIPL-5282 (046) is hereby approved. SECTION 3. The City Manager is hereby authorized to execute and administer the "Master Agreement" and Program Supplement Agreement No. F044 as may be necessary. ADOPTED THIS 5th day of October, 2016 David H. Ready, City Manager ATTEST: James Thompson, City Clerk 56 Resolution No. Page 3 CERTIFICATION STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) ss. CITY OF PALM SPRINGS) I, JAMES THOMPSON, City Clerk of the City of Palm Springs, hereby certify that Resolution No. is a full, true and correct copy, and was duly adopted at a regular meeting of the City Council of the City of Palm Springs on October 5, 2016, by the following vote: AYES: NOES: ABSENT: ABSTAIN: James Thompson, City Clerk City of Palm Springs, California 57