Loading...
HomeMy WebLinkAboutC-8575-1 - Cooperative Agreement No. C-8-1898 for The Bicycle Corridor Improvement Program Project Newport Beach Bicycle and Pedestrian Bridge Project1 2 3 4 5 6 7 8 9 t0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 COOPERATIVE AGREEMENT NO. C-8-1898 BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND CITY OF NEWPORT BEACH FOR THE BICYCLE CORRIDOR IMPROVEMENT PROGRAM PROJECT NEWPORT BEACH BICYCLE AND PEDESTRIAN BRIDGE PROJECT THIS COOPERATIVE AGREEMENT is effective this 2C day of op l4'1l' 4 � 2018, by and between the Orange County Transportation Authority, 550 South Main Street, P.O. Box 14184, Orange, California 92863-1584, a public corporation of the State of California (hereinafter referred to as "AUTHORITY"), and City of Newport Beach, 100 Civic Center Drive, Newport Beach, California 92660, a municipal corporation duly organized and existing under the constitution and laws of the State of California (hereinafter referred to as "CITY") each individually known as "PARTY" and collectively known as "PARTIES." RECITALS: WHEREAS, AUTHORITY and CITY desire to enter into a Cooperative Agreement to define the roles and responsibilities related to funding between AUTHORITY and CITY for the construction of Newport Beach Bicycle and Pedestrian Bridge Project as defined in the scope of work provided in the Bicycle Corridor Improvement Program 2016 Call for Projects, herein incorporated by reference; (hereinafter referred to as "PROJECT"); and WHEREAS, the Bicycle Corridor Improvement Program is funded with Congestion Mitigation and Air Quality Improvement Program (hereinafter referred to as "CMAQ") funds; and WHEREAS, the CMAQ program is authorized under Fixing America's Surface Transportation (FAST) Federal Transportation Act; and WHEREAS, CITY is an eligible sub -recipient of federal funding under the CMAQ program, and Page 1 of 11 L:\Camm\CLERICAL\WORDPROC\AGREE\AG81898.docx 1 2 3 4 s 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 COOPERATIVE AGREEMENT NO. C-8-1898 PROJECT is eligible for CMAQ funding contingent on California Department of Transportation (hereinafter referred to as "Caltrans") and the Federal Highway Administration (hereinafter referred to as FHWA) approval; and WHEREAS, on February 12, 2018, AUTHORITY's Board of Directors (BOARD), approved funding of up to Two Million, Three Hundred Forty -Nine Thousand, Six Hundred Dollars ($2,349,600) in CMAQ funds to be matched with Five Hundred Eighty -Seven Thousand, Four Hundred Dollars ($587,400) in CITY funds for the construction phase; and WHEREAS, AUTHORITY and CITY agree that the total funding for PROJECT including construction shall be Two Million, Nine Hundred Thirty -Seven Thousand Dollars ($2,937,000) or amount in accordance with Exhibit A, entitled "Bicycle Corridor Improvement Program Funding Plan", which is attached herein and incorporated by reference; and WHEREAS, AUTHORITY and CITY agree that CMAQ funding for PROJECT is contingent upon funding being available through FAST Act and PROJECT maintaining its eligibility for this funding; and WHEREAS, AUTHORITY and CITY agree that Caltrans and FHWA authorization is required following AUTHORITY's amendment to the Federal Transportation Improvement Program (hereinafter referred to as "FTIP"), and in order to proceed or commence each phase of PROJECT for performance under this Cooperative Agreement; and WHEREAS, AUTHORITY is responsible for programming the funds to specific projects within Orange County; and Caltrans administers the CMAQ program on behalf of the FHWA and is responsible for acquiring federal approvals for PROJECT on behalf of CITY, determining federal eligibility, compliance with federal requirements, and reimbursement for PROJECT activities; and WHEREAS, this Cooperative Agreement defines the specific terms and conditions and funding responsibilities between the PARTIES for completion of PROJECT; and WHEREAS, On February 12, 2018, AUTHORITY's BOARD approved this Cooperative Agreement; and Page 2 of 11 L:\Camm\CLERICAL\WORDPROC\AGREE\AG81898.docx 1 2 3 4 s 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2s 26 COOPERATIVE AGREEMENT NO. C-8-1898 WHEREAS, On /V , 2013, CITY's City Council approved this Cooperative Agreement; NOW, THEREFORE, it is mutually understood and agreed by AUTHORITY and CITY as follows: ARTICLE 1. COMPLETE AGREEMENT A. This Cooperative Agreement, including any attachments incorporated herein and made applicable by reference, constitutes the complete and exclusive statement of the term(s) and condition(s) of this Cooperative Agreement between AUTHORITY and CITY and it supersedes all prior representations, understandings, and communications. The invalidity in whole or in part of any term or condition of this Cooperative Agreement shall not affect the validity of other term(s) or condition(s) of this Cooperative Agreement. The above referenced Recitals are true and correct and are incorporated by reference herein. B. AUTHORITY's failure to insist on any instance(s) of CITY's performance of any term(s) or condition(s) of this Cooperative Agreement shall not be construed as a waiver or relinquishment of AUTHORITY's right to such performance or to future performance of such term(s) or condition(s), and CITY's obligation in respect thereto shall continue in full force and effect. Changes to any portion of this Cooperative Agreement shall not be binding upon AUTHORITY except when specifically confirmed in writing by an authorized representative of AUTHORITY by way of a written amendment to this Cooperative Agreement and issued in accordance with the provisions of this Cooperative Agreement. C. CITY's failure to insist on any instance(s) of AUTHORITY's performance of any term(s) or condition(s) of this Cooperative Agreement shall not be construed as a waiver or relinquishment of CITY's right to such performance or to future performance of such term(s) or condition(s), and AUTHORITY's obligation in respect thereto shall continue in full force and effect. Changes to any portion of this Cooperative Agreement shall not be binding upon CITY except when specifically confirmed in writing by an authorized representative of CITY by way of a written amendment to this Page 3 of 11 L:\Camm\CLERICAL\WORDPROC\AGREEWG81898.docx 1 2 3 4 s 6 7 8 9 to 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 COOPERATIVE AGREEMENT NO. C-8-1898 Cooperative Agreement and issued in accordance with the provisions of this Cooperative Agreement. ARTICLE 2. SCOPE OF AGREEMENT This Cooperative Agreement specifies the terms and conditions, roles and responsibilities of PARTIES as they pertain to the subjects and PROJECT addressed herein. PARTIES agree that each shall cooperate and coordinate with the other in all activities covered by this Cooperative Agreement and any other supplemental agreements, including Letter Agreements which may be required to facilitate purposes thereof. ARTICLE 3. RESPONSIBILITIES OF AUTHORITY AUTHORITY agrees to the following responsibilities for PROJECT: A. AUTHORITY shall formally request on behalf of CITY that the Southern California Association of Governments (hereinafter referred to as "SCAG") amend the FTIP to program up to the amount of funds in accordance with the funding plan outlined in Exhibit A, whereby AUTHORITY's performance under this Cooperative Agreement is contingent upon SCAG, Caltrans and FHWA approval. B. AUTHORITY shall process any required FTIP amendments. C. AUTHORITY shall provide assistance to CITY in securing the CMAQ funds. D. AUTHORITY shall not be required to program or provide any amount beyond what has been identified in this Cooperative Agreement as CMAQ and what is ultimately approved for PROJECT in CMAQ by Caltrans and FHWA. E. AUTHORITY shall review CITY's request for obligation of CMAQ funds which must receive AUTHORITY approval prior to submittal to Caltrans District 12 for reimbursement. F. AUTHORITY shall cancel PROJECT if CITY has not submitted a complete request for authorization to proceed (hereinafter referred to as "E-76 Request") to Caltrans and AUTHORITY, including prior environmental approval by February 1 of the year the funds are programmed. G. AUTHORITY reserves the right to change the fund sources programmed to the PROJECT. Page 4 of 11 L:\Camm\CLERICAL\wORDPROC\AGREE\AG81898.docx 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 COOPERATIVE AGREEMENT NO. C-8-1898 ARTICLE 4. RESPONSIBILITIES OF CITY CITY agrees to the following responsibilities for PROJECT: A. CITY shall act as the lead agency for the engineering, right-of-way, and construction of PROJECT. B. CITY shall comply with all local, state, and federal project delivery requirements including but not limited to Disadvantaged Business Enterprise, Title VI, American with Disabilities Act, and Buy America provisions. C. CITY shall submit National Environmental Policy Act (NEPA) and the California Environmental Quality Act (CEQA) environmental documentation to Caltrans for approval prior to November 30 of the fiscal year the funds are programmed in accordance to Exhibit A. D. CITY is responsible for preparing and submitting to AUTHORITY an Engineer's Estimate of PROJECT cost ninety (90) days prior to E-76 Request. E. CITY is responsible for preparing and submitting all necessary Caltrans -required documentation including E-76 Request. CITY agrees to submit an E-76 Request including all required forms and prior approvals including NEPA to Caltrans District 12 by February 1 of the year the funds are programmed, consistent with the fiscal year identified in Exhibit A. F. CITY acknowledges that if the E-76 Request for CMAQ funds is not submitted to Caltrans by February 1 of the year the funds are programmed, or CITY has not advanced PROJECT to ready -to -list stage as determined through Caltrans guidelines by this date, or PROJECT is found ineligible by Caltrans and FHWA, the proposed funding may be cancelled by AUTHORITY. G. CITY shall provide a minimum of twenty percent (20%) of the Construction costs in CITY funds as the required local match consistent with Exhibit A. Any savings recognized in the PROJECT will be credited or reimbursed proportionally to the amount contributed to the PROJECT by each fund type. H. CITY shall follow applicable procurement procedures outlined in the Caltrans Local Assistance Program Guide Chapter 10 Consultant Selection and Chapter 15 Advertise and Award Page 5 of 11 L:\Camm\CLERICAL\WORDPROC\AGREE\AG81898.docx 1 11 Project. 2 3 a 5 6 7 8 9 10 11 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 COOPERATIVE AGREEMENT NO. C-8-1898 I. CITY shall not advertise or award a contract before FHWA authorization to proceed. J. CITY shall invoice Caltrans at minimum once every six (6) -months. K. CITY agrees that any cost overruns shall be the responsibility of CITY. L. If CITY receives local, state, or federal funds from a non -AUTHORITY source, CITY will not invoice Caltrans for the amount received from the other non -AUTHORITY source(s). M. CITY shall notify AUTHORITY regarding any funds from non -AUTHORITY sources received for the PROJECT and AUTHORITY funds may not pay for expenses already supported through these non -AUTHORITY funds. N. CITY agrees that AUTHORITY reserves the right to change the fund source programmed to the PROJECT. O. CITY shall submit semi-annual status reports for PROJECT to AUTHORITY due on April 30 for the prior six (6) -month period (July through December), and due on October 30 for the prior six (6) -month period (January through June), (Exhibit B, entitled "Semi -Annual Report Form"). P. CITY shall submit a final report to AUTHORITY within six (6) months of Caltrans payment of final progress invoice for PROJECT in accordance with Exhibit C, entitled "Final Project Report Form." Q. CITY is responsible for completing PROJECT in accordance with the Bicycle Corridor Improvement Program Funding Plan (Exhibit A), and to abide by all CMAQ programming guidelines, and any and all other federal, state, and Caltrans requirements. R. If reimbursed costs are deemed ineligible by FHWA or Caltrans or CITY is required to return any funds for any reason, those costs shall be the sole responsibility of CITY. ARTICLE 5. DELEGATED AUTHORITY The actions required to be taken by CITY in the implementation of this Cooperative Agreement are delegated to its Public Works Director, or designee, and the actions required to be taken by AUTHORITY in the implementation of this Cooperative Agreement are delegated to AUTHORITY's Page 6 of 11 L:\Camm\CLERICAL\WORDPROCWGREE\AG81898.docx 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 COOPERATIVE AGREEMENT NO. C-8-1898 Chief Executive Officer, or designee. ARTICLE 6. AUDIT AND INSPECTION AUTHORITY and CITY shall maintain a complete set of records in accordance with generally accepted accounting principles. Upon reasonable notice, CITY shall permit the authorized representatives of AUTHORITY to inspect and audit all work, materials, payroll, books, accounts, and other data and records of CITY for a period of four (4) years after final payment, or until any on-going audit is completed. For the purposes of audit, the date of completion of this Cooperative Agreement shall be the date of Caltrans' payment of CITY's final billing (so noted on the invoice) under this Cooperative Agreement. AUTHORITY shall have the right to reproduce any such books, records, and accounts. The above provision with respect to audits shall extend to and/or be included in construction contracts with CITY's contractor(s). ARTICLE 7. INDEMNIFICATION A. CITY shall indemnify, defend and hold harmless AUTHORITY, its officers, directors, employees and agents from and against any and all claims (including attorney's fees and reasonable expenses for litigation or settlement) for any loss or damages, bodily injuries, including death, worker's compensation subrogation claims, damage to or loss of use of property caused by the negligent acts, omissions or willful misconduct by CITY, its officers, directors, employees or agents in connection with or arising out of the performance of this Cooperative Agreement. B. AUTHORITY shall indemnify, defend and hold harmless CITY, its officers, directors, employees and agents from and against any and all claims (including attorney's fees and reasonable expenses for litigation or settlement) for any loss or damages, bodily injuries, including death, worker's compensation subrogation claims, damage to or loss of use of property caused by the negligent acts, omissions or willful misconduct by AUTHORITY, its officers, directors, employees or agents in connection with or arising out of the performance of this Cooperative Agreement. C. The indemnification and defense obligations of this Cooperative Agreement shall survive its expiration or termination. Page 7 of 11 L:\Camm\CLERICAL\WORDPROC\AGREE\AG81898.docx 1 2 3 4 s 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2s 26 COOPERATIVE AGREEMENT NO. C-8-1898 ARTICLE 8. ADDITIONAL PROVISIONS PARTIES agree to the following mutual responsibilities: A. Term of Agreement: This Cooperative Agreement shall continue in full force and effect through December 31, 2024 or until final acceptance by AUTHORITY, whichever is later. This Cooperative Agreement may only be extended upon mutual agreement by both PARTIES. B. Termination: This Cooperative Agreement is null and void if PROJECT is not funded. AUTHORITY may cancel projects for which CITY has not submitted an E-76 Request by February 1 of the fiscal year for which funds are programmed and, or has not advanced PROJECT to ready stage as determined by AUTHORITY. C. Termination for Convenience: This Cooperative Agreement may be terminated by either PARTY after giving thirty (30) days prior written notice to the other PARTY. D. Amendments: This Cooperative Agreement may be amended in writing at any time by the mutual consent of PARTIES. No amendment shall have any force or effect unless executed in writing by PARTIES. E. PARTIES shall comply with all applicable federal, state, and local laws, statues, ordinances and regulations of any governmental authority having jurisdiction over PROJECT. F. Legal Authority: PARTIES hereto consent that they are authorized to execute this Cooperative Agreement on behalf of said PARTIES and that, by so executing this Cooperative Agreement, PARTIES hereto are formally bound to the provisions of this Cooperative Agreement. G. Severability: If any term, provision, covenant or condition of this Cooperative Agreement is held to be invalid, void or otherwise unenforceable, to any extent, by any court of competent jurisdiction, the remainder of this Cooperative Agreement shall not be affected thereby, and each term, provision, covenant or condition of this Cooperative Agreement shall be valid and enforceable to the fullest extent permitted by law. H. Counterparts of Agreement: This Cooperative Agreement may be executed and delivered in any number of counterparts, each of which, when executed and delivered shall be deemed Page 8 of 11 L:\Camm\CLERICAL\WORDPROC\AGREEWG81898.docx 1 2 3 4 s 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 COOPERATIVE AGREEMENT NO. C-8-1898 an original and all of which together shall constitute the same agreement. Facsimile signatures will be permitted. I. Force Maieure: Either AUTHORITY or CITY shall be excused from performing its obligations under this Cooperative Agreement during the time and to the extent that it is prevented from performing by an unforeseeable cause beyond its control, including but not limited to; any incidence of fire, flood; acts of God; commandeering of material, products, plants or facilities by the federal, state or local government; national fuel shortage; or a material act or omission by the other PARTY; when satisfactory evidence of such cause is presented to the other PARTY, and provided further that such nonperformance is unforeseeable, beyond the control and is not due to the fault or negligence of the AUTHORITY or CITY not performing. J. Assignment: Neither this Cooperative Agreement, nor any of the AUTHORITY and CITY rights, obligations, duties, or authority hereunder may be assigned in whole or in part by either AUTHORITY or CITY without the prior written consent of the other PARTY in its sole and absolute discretion. Any such attempt of assignment shall be deemed void and of no force and effect. Consent to one assignment shall not be deemed consent to any subsequent assignment, nor the waiver of any right to consent to such subsequent assignment. K. Obligations To Comply with Law: Nothing herein shall be deemed nor construed to authorize or require any PARTY to issue bonds, notes or other evidences of indebtedness under the terms, in amounts, or for purposes other than as authorized by local, state or federal law. L. Governing Law: The laws of the State of California and applicable local and federal laws, regulations and guidelines shall govern this Cooperative Agreement. M. Litigation fees: Should litigation arise out of this Cooperative Agreement for the performance thereof, the court shall award costs and expenses, including attorney's fees, to the prevailing PARTY. N. Notices: Any notices, requests, or demands made between the PARTIES pursuant to this Cooperative Agreement are to be directed as follows: Page 9 of 11 L:\Camm\CLERICAL\wORDPROC\AGREE\AG81898.docx 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 COOPERATIVE AGREEMENT NO. C-8-1898 To CITY: To AUTHORITY: City of Newport Beach Orange County Transportation Authority 100 Civic Center Drive 550 South Main Street P. O. Box 14184 Newport Beach, California 92660 Orange, California 92863-1584 Attention: Andy Tran Attention: Luis Martinez Senior Civil Engineer Associate Contract Administrator (949)-644-3315 (714)-560-5767 Email: atran@newportbeachca.gov Email: Imartinez1@octa.net With a copy that shall not constitute Notice to: Cc: Louis Zhao Section Manager, Discretionary Funding Programs O. Successors and Assiqns: The provisions of this Cooperative Agreement shall bind and inure to the benefit of each of the PARTIES hereto, and all successors or assigns of PARTIES hereto. P. Time is of the Essence: Time is of the essence for the work identified in Exhibit A. All work must be completed no later than forty-two (42) months after the E-76 request approval date. / / / Page 10 of 11 L:\Camm\CLERICAL\WORDPROC\AGREE\AG81898.docx 1 2 3 4 6 7 8 9 10 11 12 13 14 1> 16 17 18 19 20 21 22 23 24 25 �26 COOPERATIVE AGREEMENT NO. C-8-1898 IN WITNESS WHEREOF, the PARTIES hereto have caused this Cooperative Agreement No. C-8-1898 to be executed on the date first above written. CITY OF NEWPORT BEACH ORANGE COUNTY TRANS1?OF3TATION AUTHORITY r A By: By: Duffy D i Darrell E. Jo ns Mayor Chief Exec tr e Officer ATI By: AP By: 0 IV A 9 ron C. Harp ty Attorney Dated:�- City Clerk PROVElD AS TO FORM: APPROVED AS TO F By: Jame . Donich G eral Counsel APPROVALREC MMEND By: Kia Mortazavi Executive Director, ZZng Dated: I Z ° � v ( 9 Page 11 of 11 COOPERATIVE AGREEMENT NO. C-8-1898 EXHIBIT A BICYCLE CORRIDOR IMPROVEMENT PROGRAM FUNDING PLAN CITY OF NEWPORT BEACH NEWPORT BEACH BICYCLE AND PEDESTRIAN BRIDGE PROJECT Project Schedule and Funding Schedule Completion Date Begin Design Engineering Sept 2016 Submit NEPA and CEQA Documents to Caltrans Nov 30, 2019 Final Environmental Document Jan 2020 Plans, Specifications, and Cost Estimates complete Jan 2020 Start Ri ht-of-Wa Ac uisition N/A Right -of -Way Certification N/A Authorization to Proceed for Construction Submittal Feb 1, 2020 Authorization to Proceed for Construction Aug2020 Award Construction Deadline Dec 2020 Project Completion (open for use Dec 2021 Construction funding authorized through this agreement: CMAQ: $2,349,600 LOCAL MATCH: $587,400 Preliminary Engineering $000's Fund Source Fiscal Year Original Planned Proportion Allocation CMAQ FY 19/20 $2,349,600 80% TOTAL Right -of -Way ($000's) Fund Source Fiscal Year Original Planned Proportion Allocation CMAQ FY 19/20 $2,349,600 80% TOTAL Construction ($000's) Fund Source Fiscal Year Original Planned Allocation Proportion CMAQ FY 19/20 $2,349,600 80% CITY FY 19/20 $587,400 20% TOTAL $2,937,000 100% Project Manager Signature: Project Manager Name: N di it' Project Title: Agency: Schedule COOPERATIVE AGREEMENT NO. C-8-1898 EXHIBIT B SEMI-ANNUAL REPORT FORM Date: Draft Environmental Document Final Environmental Document Begin Design Engineering Plans, Specifications, and Cost Estimates complete Start Right -of -Way Acquisition Right -of -Way Certification Submit Request for Authorization for Const E-76 Ready to Advertise Award Construction Project Completion (open for use Funding Table: Preliminary Engineering ($000's) Original Current Completion Completion Date Date Fund Source Fiscal Year Planned Obligation Current Estimates Actual Expended Remaining Allocation Right -of -Way $000's Fund Source Fiscal Year Planned Obligation Current Estimates Actual Expended Remaining Allocation Construction ($000's) Fund Source Fiscal Year Planned Obligation Revised Allocation Actual Expended Remaining Allocation COOPERATIVE AGREEMENT NO. C-8-1898 EXHIBIT B Major Activities: Status: Issues: Name/Title: Phone: Email: COOPERATIVE AGREEMENT NO. C-8-1898 EXHIBIT C F0EXHIBIT C: FINAL PROJECT REPORT FORM OCTA Date Instructions The responsible agency should fill out the following: 1) Final Project Form, 2) Final Cost, 3) Certificate of Completion. Page 4, the OCTA Staff Verification will be filled out by OCTA staff. In addition, the agency must attach before (if available) and after photographs of the project site and the address or location of the site under the Location and Scope of work section. Location and Scope of Work Verification of Match (Actual Expenditures) Local Match Phase (ENTER SOURCE) (ENTER SOURCE) (ENTER SOURCE Other OCTA CMAQ Funding Total Engineering $ - $ - $ - $ - $ - $ - Right -of -Way $ - $ - $ - $ - $ - $ - Construction $ - $ - $ - $ - $ - $ _ Total $ - $ - $ - $ - $ - $ _ Project Schedule Phase Proposed Actual Draft Environmental Document Final Environmental Document Begin Design Engineering Plans, Specifications, and Cost Estimates complete Start Right -of -Way Acquisition Right -of -Way Certification Ready to Advertise Award Construction Project Completion (open for use) Match Rate Page 1 COOPERATIVE AGREEMENT NO. C-8-1898 EXHIBIT C BCIP: Final Cost OCTA Item # Description Unit Quantity Unit Price Amount Page 2 COOPERATIVE AGREEMENT NO. C-8-1898 EXHIBIT C F0BCIP: FINAL COST OCTA I hereby certify that the statements provided here are true and correct. Proiect Title Yes No N/A 1 The project is designed to city/county and other participating jurisdictions' standards. ❑ ❑ ❑ 2 The project contract was awarded on: I ENTER DATE ❑ ❑ ❑ 3 The total cost of the contract is equal to or less than the total BCIP ❑ ❑ ❑ funds awarded and matching funds provided. 4 The city/county provided matching funds to the project. ❑ ❑ ❑ 5 Right-of-way was acquired in conformance with city/county procedures. ❑ ❑ ❑ 6 All required environmental documentation is complete and certified. ❑ ❑ ❑ 7 An updated final project schedule is included. ❑ ❑ ❑ 8 The progress and final invoices are attached with all the necessary documentation. ❑ ❑ ❑ Name Title JPublic Works Director Signature Date Page 3 COOPERATIVE AGREEMENT NO. C-8-1898 BCIP: OCTA Staff Verification OCTA OCTA STAFF USE ONLY Orange County Transportation Authority staff has inspected the project site and certifies that the project is complete and ready for use. Proiect Title Name Title Signature Date EXHIBIT C Page 4