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