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