Loading...
HomeMy WebLinkAboutC-4706 - Cooperative Agreement No. C-0-1811 for Federal Transportation Enhancement Project Bristol Street North Landscape ImprovementsBOARD OFDIRECTORS Patricia Bates Chair Paul Glaab Vice Chair JerryAmante Director Don Bankhead Director Peter Buffa Director Bill Campbell Director Carolyn Cavecche Director Larry Crandall Director William J. Dalton Director Don Hansen Director Peter Herzog Director John Moorlach Director Shawn Nelson Director Janet Nguyen Director Miguel Pulido Director Tom Tait Director Greg.W rilerbottom Director Cindy Goon Governor's Ex-Officio Member CHIEF EXECUTIVE OFFICE January 20, 2011 Mr. David Webb Deputy Public Works Director City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 SUBJECT: OCTA'S COOPERATIVE AGREEMENT NO. C -0 -1811 Dear Mr. Webb: Enclosed please find one original of the above referenced subject for your records. Please note the following minor revisions made upon final execution of the contract: • Page 1, line 9: "2010" has been changed to "2011" • Article 3, Paragraph F, Line 21: "year for which funds are programmed" has been changed to "fiscal year identified in Exhibit A" • Article 4, Paragraph D, Line 7: "year for which funds are programmed" has been changed to "fiscal year identified in Exhibit A" • Article 4, Paragraph D, Line 11: "year for which funds are programmed" has been changed to "fiscal year identified in Exhibit A" • Article 4, Paragraph G, Lines 20 and 21: words "for construction" have been deleted • Exhibit C entitled "Final Project Report Form ": pages 2 through 4 have been added Should you have any contractual related questions, please feel free to contact Trisha Krinke at (714) 560 -5625 or by e-mail at tkrinke @octa.net. Will Kemp r JUlie Smith Chief Executive OfUc Office Specialist Contract Administration and Materials Management Enclosure(s) Orange County Transportation Authority 550 South Main Street/P0. Box 14184 /Orange /California 92863 - 1584 / (714) 560 -OCTA (6282) 1 2 3 4 s 6 7 8 9 10 11 12 13 14 is 16 17 18 19 20 21 22 23 24 25 26 COOPERATIVE AGREEMENT NO. C -0 -1811 BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND CITY OF NEWPORT BEACH FOR FEDERAL TRANSPORTATION ENHANCEMENT PROJECT BRISTOL STREET NORTH LANDSCAPE IMPROVEMENTS 1710)1, THIS AGREEMENT is effective this P day of JmMLV� —2810, 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 the City of Newport Beach, a municipal corporation duly organized and existing under the constitution and laws of the State of California (hereinafter referred to as "CITY "). RECITALS: WHEREAS, AUTHORITY and the CITY desire to enter into a Cooperative Agreement to define the roles and responsibilities related to funding between the AUTHORITY and CITY for engineering, right -of -way acquisition, and construction of Bristol Street North Landscape Improvements; (hereinafter referred to as "PROJECT "); and WHEREAS, CITY is an eligible recipient of Federal funding under the 2010 Transportation Enhancement (TE) program and the PROJECT is eligible for TE funding; and WHEREAS, on September 27, 2010, the AUTHORITY's Board of Directors, approved providing funding of up to Three Hundred Forty Six Thousand Seven Hundred Dollars ($346,700) or 74% of the total project of TE funds, and identifying One Hundred Twenty Two Thousand Dollars ($122,000) of CITY local match for a total of Four Hundred Sixty Eight Thousand Seven Hundred Dollars ($468,700); and L: Cemm�CLERICAL \CLERICALIWOROPROCWGREEIAGO1811 Page 1 of 10 1 2 3 4 5 6 7 e 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 AGREEMENT NO. C -0 -1811 WHEREAS, CITY and AUTHORITY agree that the total full funding for the PROJECT including engineering, right -of -way acquisition, construction management and construction shall be Four Hundred Sixty Eight Thousand Seven Hundred Dollars ($468,700) in accordance with Exhibit A titled "TE Funding Plan ", which is attached herein and incorporated by reference; and WHEREAS, AUTHORITY and CITY agree that Caltrans and Federal Highway Administration (FHWA) authorization is required following the AUTHORITY's amendment to the Federal Transportation Improvement Program (FTIP), and in order to proceed or commence each phase of PROJECT for performance under this Agreement; and WHEREAS, AUTHORITY and CITY agree that the Federal Safe, Accountable, Flexible, Efficient Transportation Equity Act - A Legacy for Users (SAFETEA -LU), which provides the TE funding, was passed by the federal government in 2005, expired in September of 2009 and was extended until December of 2010. TE funding for the PROJECT is contingent upon funding being available through SAFETEA -LU or a new transportation act and the PROJECT maintaining its eligibility for this funding; and WHEREAS, the California Department of Transportation (Caltrans) administers the Transportation Enhancement (TE) program on behalf of the Federal Highways Administration (FHWA) and the California Transportation Commission (CTC) approves funding for projects through the State Transportation Improvement Program (STIP). AUTHORITY is responsible for programming the funds to specific projects within Orange County. Caltrans in responsible for acquiring federal approvals for the project on behalf of the CITY, determining federal eligibility, compliance with federal requirements, and reimbursement for project activities. WHEREAS, CITY agrees to act as lead agency for engineering, right -of -way acquisition, construction management and construction of said PROJECT; and WHEREAS, this Cooperative Agreement defines the specific terms and conditions and . funding responsibilities between AUTHORITY and CITY (hereinafter referred to as "PARTIES ") for completion of the PROJECT. Page 2 of 10 LCamm1CLERICALACLERICALIWORDPROCWGREEIA001611 I � 1 2 3 4 5 G 7 s 9 10 I 11 12 13 i 14 15 16 17 1s 19 _... 20 21 22 23 24 25 26 AGREEMENT NO. C -0 -1811 WHEREAS, the AUTHORITY's Board of Directors approved the Cooperative Agreement on September 27, 2010; and WHEREAS, the CITY's Council approved the Cooperative Agreement on this 6 day of jX o,-- 't De..� 2010. NOW, THEREFORE, it is mutually understood and agreed by AUTHORITY and CITY as follows: ARTICLE 1. COMPLETE AGREEMENT A. This Agreement, including any attachments incorporated herein and made applicable by reference, constitutes the complete and exclusive statement of the term(s) and conditions(s) of this 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 Agreement shall not affect the validity of other term(s) or conditions(s) of this 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 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 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 Agreement and issued in accordance with the provisions of this Agreement. C. CITY's failure to insist on any instance(s) of AUTHORITY's performance of any term(s) or condition(s) of this 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 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 Agreement Page 3 of 10 LCa mm1CLERICALICLERICALIWORDPROCWGREE1AG01811 AGREEMENT NO. C -0 -1811 I and issued in accordance with the provisions of this Agreement. 2 ARTICLE 2. SCOPE OF AGREEMENT 3 This Agreement specifies the roles and responsibilities of the PARTIES as they pertain to the 4 subjects and projects addressed herein. Both AUTHORITY and CITY agree that each will cooperate s and coordinate with the other in all activities covered by this Agreement and any other supplemental 6 agreements that may be required to facilitate purposes thereof. 7 ARTICLE 3. RESPONSIBILITIES OF AUTHORITY s AUTHORITY agrees to the following responsibilities for PROJECT: 9 A. AUTHORITY shall formally request on behalf of the CITY that the Southern California 10 Association of Governments (SCAG) amend the FTIP to program up to Four Hundred Sixty Eight 11 Thousand Seven Hundred Dollars ($468,700) in accordance with the funding plan outlined in Exhibit 12 A, whereby AUTHORITY's performance under this Agreement is contingent upon SCAG and FHWA 13 approval. 14 B. AUTHORITY shall provide assistance to CITY in securing the TE funds. is C. AUTHORITY shall not be obligated to program any amount beyond what has been 16 identified in this Article. - 17 D. AUTHORITY shall process any required FTIP amendments. Js E. AUTHORITY shall review and approve the CITY's request for allocation prior to 19 submittal to Caltrans District 12. 20 F. AUTHORITY shall cancel projects for which the CITY has not submitted an E -76 and 21 Allocation Request by February 1 of the fiscal year identified in Exhibit A and, or has not advanced 22 the project to ready -to -list stage as determined by Caltrans guidelines. 23 ARTICLE 4. RESPONSIBILITIES OF CITY 24 CITY agrees to the following responsibilities for PROJECT: 25 A. CITY will act as the lead agency for the engineering, right -of -way, construction and 26 construction management of the PROJECT. Page 4 of 10 L CammICLERICALICLERICALIWOROPROCIAGREE WG01811 1 2 3 jIf 4 i 5 j 6 7 f 8 9 10. 11 I 12 13 14 1s 16 17 is 19 20 21 22 23 24 25 26 AGREEMENT NO. C -0 -1811 B. CITY is responsible for submitting semi - annual review reports for the PROJECT at the request of the OCTA (EXHIBIT B titled "TE Semi - Annual Report"). C. CITY is responsible for submitting a final report upon completion of the project at the request of the OCTA (EXHIBIT C titled "TE Final Project Report Form "). D. CITY is responsible for preparing and submitting to AUTHORITY all California Transportation Commission (CTC) documentation needed for Allocation Vote two months prior to CTC meeting and no later than February 1 of the fiscal year identified in Exhibit A. E. CITY is responsible for preparing and submitting all necessary Caltrans required documentation including Request for Authorization to Proceed (E -76). CITY cannot proceed with advertisement of project or any work prior to E-76. authorization. CITY agrees to submit E -76 to Caltrans District 12 by February 1 of the fiscal year identified in Exhibit A. All prior approvals, including but not limited to California Department of Transportation environmental approval and right -of -way certification (if applicable), must be attained prior to February 1 to meet this requirement. F. CITY acknowledges that if the allocation request and E -76 are not submitted to AUTHORITY and Caltrans by February 1, and the CITY has not attained the required approval of environmental_ and right -of -way certification (if applicable) by this date or has not advanced the project to ready -to -list stage as determined through Caltrans guidelines the proposed funding will be cancelled by AUTHORITY. G. CITY agrees to provide a minimum of 26% of the final project cost in City funds4w seas# eetieTras the required local match. Based on the existing budget, this amount is estimated to be One Hundred Twenty Two Thousand Dollars ($122,000). Actual match will be determined based on construction contract award amount; and H. CITY agrees that the overall budget for this PROJECT is a not -to- exceed amount of Four Hundred Sixty Eight Thousand Seven Hundred Dollars ($468,700); contingent on TE.funding from reauthorization of SAFETEA -LU. Page 5 of 10 LCamm1 CLERICALICLERICALIWORDPROCWGREE AGO1811 AGREEMENT NO. C -0 -1811 i I. CITY agrees that any cost overruns shall be the responsibility of the CITY. z J. CITY is responsible for completing the PROJECT in accordance with the funding plan s (EXHIBIT A), timely use of funds requirements, and to abide by all TE programming guidelines, 4 State Transportation Improvement Program Guidelines, and any and all other requirements of the s federal, state, and Caltrans related to the TE. 6 K. CITY agrees that cost savings shall be distributed proportionally with TE and local 7 funding. a ARTICLE 5. DELEGATED AUTHORITY 9 The actions required to be taken by CITY in the implementation of this Agreement are 10 delegated to its Director of Public Works, or designee, and the actions required to be taken by 11 AUTHORITY in the implementation of this Agreement are delegated to AUTHORITY's Chief 12 Executive Officer, or designee. 13 ARTICLE 6. AUDIT AND INSPECTION 14 AUTHORITY and CITY shall maintain a complete set of records in accordance with generally 15 accepted accounting principles. Upon reasonable notice, CITY shall permit the authorized 16 representatives of the 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- es going audit is completed. For purposes of audit, the date of completion of this Agreement shall be 19 the date of AUTHORITY's payment of CITY's final billing (so noted on the invoice) under this 20 Agreement. AUTHORITY shall have the right to reproduce any such books, records, and accounts. zi The above provision with respect to audits shall extend to and/or be included in construction zz contracts with CITY's contractor. zs ARTICLE 7. INDEMNIFICATION 24 A. CITY shall indemnify, defend and hold harmless AUTHORITY, its officers, directors, 25 employees and agents from and against any and all claims (including attorney's fees and reasonable 26 expenses for litigation or settlement) for any loss or damages, bodily injuries, including death, Page 6 of 10 CCamm1CLERICALICLERICAL \WORDPROC W GREMG01811 1 2 3 4 s 6 7 s 9 10 11 12 13 14 15 16 17 is 19 20 21 22 23 24 2s 26 AGREEMENT NO. C -0 -1811 worker's compensation subrogation claims, damage to or loss of use of property alleged to be 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 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 alleged to be 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 Agreement. C. The indemnification and defense obligations of this Agreement shall survive its expiration or termination. ARTICLE 8. ADDITIONAL PROVISIONS The AUTHORITY and CITY agree to the following mutual responsibilities: A. Term of Agreement: This Agreement shall continue in full force and effect through project completion and final acceptance by AUTHORITY, or 42 months from the date of CTC allocation, whichever is earlier. This Agreement may be extended at the mutual consent of both parties. B. Termination: This agreement is null and void if project is not funded. AUTHORITY shall cancel projects for which the CITY has not submitted an E -76 and Allocation Request by February 1 of the fiscal year for which funds are programmed and, or has not advanced the project to ready stage as determined by AUTHORITY. This Agreement may be terminated by either party after giving thirty (30) days written notice. This Agreement shall not be terminated without mutual agreement of both parties. C. This Agreement may be amended in writing at any time by the mutual consent of both parties. No amendment shall have any force or effect unless executed in writing by both parties. D. AUTHORITY and CITY shall comply with all applicable federal, state, and local laws, statues, ordinances and regulations of any governmental authority having jurisdiction over the PROJECT. Page 7 of 10 LCammVCLERICALICLERICAL IWORDPROCIAGREEWG01611 AGREEMENT NO. C -0 -1811 1 E. Legal Authority: AUTHORITY and CITY hereto consent that they are authorized to 2 execute this Agreement on behalf of said parties and that, by so executing this agreement, the 3 parties hereto are formally bound to the provisions of this Agreement. a F. Severability: If any term, provision, covenant or condition of this Agreement is held to s be invalid, void or otherwise unenforceable, to any extent, by any court of competent jurisdiction, the G remainder of this Agreement shall not be affected thereby, and each term, provision, covenant or 7 condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law. 8 G. Counterparts of Agreement: This Agreement may be executed and delivered in any 9 number of counterparts, each of which, when executed and delivered shall be deemed an original 10 and all of which together shall constitute the same agreement. Facsimile signatures will be 11 permitted. 12 H. Force Maieure: Either Party shall be excused from performing its obligations under this 13 Agreement during the time and to the extent that it is prevented from performing by an unforeseeable is cause beyond its control, including but not limited to; any incidence of fire, flood; acts of God; is commandeering of material, products, plants or facilities by the federal, state or local government; 16 national fuel shortage; or a material act or omission by the other party; when satisfactory evidence of 17 such cause is presented to the other Party, and provided further that such nonperformance is is unforeseeable, beyond the control and is not due to the fault or negligence of the Party not performing. 19 I. Assignment: Neither this Agreement, nor any of the PARTIES rights, obligations, duties, 20 or authority hereunder may be assigned in whole or in part by either Party without the prior written 21 consent of the other Party in its sole and absolute discretion. Any such attempt of assignment shall be 22 deemed void and of no force and effect. Consent to one assignment shall not be deemed consent to 23 any subsequent assignment, nor the waiver of any right to consent to such subsequent assignment. 24 J. Obligations To Comply with Law: Nothing herein shall be deemed nor construed to 25 authorize or require any Party to issue bonds, notes or other evidences of indebtedness under the 24 terms, in amounts, or for purposes other than as authorized by local, state or federal law. Page 8 of 10 L: Cemm1 CLERICALICLERICALIWOROPROCMREEWGO1 B11 1 2 3 4 5 6 7 s 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 AGREEMENT NO. C -0 -1811 K. Governing Law: The laws of the State of California and applicable local and federal laws, regulations and guidelines shall govern this Agreement. L. Litigation fees: Should litigation arise out of this Agreement for the performance thereof, the court shall award costs and expenses, including attorney's fees, to the prevailing party. M. Notices: Any notices, requests, or demands made between the parties pursuant to this Agreement are to be directed as follows: To CITY: To AUTHORITY: City of Newport Beach Orange County Transportation Authority 3300 Newport Boulevard 550 South Main Street Newport Beach, CA 92663 P. O. Box 14184 Orange, CA 92863 -1584 Attention: Mr. David Webb Attention: Ms. Reem Hashem Deputy Public Works Director Principal Contract Administrator 949 - 644 -3328 714 - 560 -5446 dawebb @newportbeachca.gov Email: rhashem @octa.net Cc: Ben Ku, Senior Transportation Funding Analyst / Page 9 of 10 L:Cemm \CLERICAL \CLERICAL \WORDPROC\AGREEW G07811 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 AGREEMENT NO. C-0-1811 This Agreement shall be effective upon execution by both parties. IN WITNESS WHEREOF, the parties hereto have caused this Agreement No. C-0-1811 to be executed on the date first above written. CITY OF NEWPORT BEACH ORANGE COUNTY TRANSPORTATION AUTHORITY By: G��%j B Y Y Keith D. Curry Will Kempton Mayor Chief Executive Officer ATTEST: By: am V, IYr/�'J rV'`� Leilani I. Brown V City Clerk APPROVED AS TO FORM: By: Leonie Mulvihill Assistant City Attorney Dated: 1 1 b APPROVED AS TO FORM: By: Kennard R. Smart, Jr. General Counsel APPROVAL R'FC,�D. Kia Mortazavi Executive DirectoUlanning, Dated: Page 10 of 10 L.Camm\CLERICAL\CLERICAL\WORDPROCWGREE\AG01811 M OCTA EXHIBIT A: TE FUNDING PLAN AGREEMENT NO. C -0 -1811 EXHIBIT A Project Title: Bristol Street North Landscape Improvements Agency: Newport Beach Date: October 25, 2010 Completion Schedule Dare Draft Environmental Document Winter 2010 Final Environmental Document Winter 2010 Begin Design Engineering Fall 2009 Plans, Specifications, and Cost Estimates complete Summer 2010 Start Right -of -Wa Acquisition N/A Right-of-Way Certification N/A Submit Request for Authorization for Const (E -76 ) Summer 2010 Ready to Advertise Fall 2010 Award Construction Fall 2010 Project Completion open for use) Winter 2011 Funding: TE Grant $346,700 Local Match $122,000 26% Preliminary Engineering N000'sl Fund Source Fiscal Year Original Planned Allocation City of Newport Beach General Funds 2010 -11 $28 City of Newport Beach General Funds 2010 -11 $94 Right-of-Way $000's Fund Source Fiscal Original Planned Allocation Year Construction ($000's) Fund Source Fiscal Year Original Planned Allocation STIP -TE 2010 -11 $347 City of Newport Beach General Funds 2010 -11 $94 Name/Title: Iris Lee, Senior Civil Engineer Signature: Phone: (949) 644 -3323 Ema . E M OCTA Project Title: Agency: Schedule AGREEMENT NO. C -0 -1811 EXHIBIT B EXHIBIT B: TE SEMI ANNUAL REPORT Date: Original Current Completion Completion Date Date Draft Environmental Document Fiscal Year Original Planned Allocation Final Environmental Document Actual Expended Remaining Allocation 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) Fund Source Fiscal Year Original Planned Allocation Current Estimates Actual Expended Remaining Allocation Right -of -Way ($000's) Fund Source Fiscal Year Original Planned Allocation Current Estimates Actual Expended Remaining Allocation Construction ($000's) Fund Source Fiscal Year Original Planned Allocation Revised Allocation Actual Expended Remaining Allocation Major Activities: Status: Issues: Name /Title: Signature: Phone: Email: AGREEMENT NO. C -0 -1811 EXHIBIT B 2 AGREEMENT NO. C -0 -1811 EXHIBIT C MEXHIBIT C: TE 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) Proiect Schedule Phase `= "''" m xu i AE zs`� -1 11 .a ' rH , 1 ", Phase ` �pf`d,`�ENT'Rs ECl1E� SO a S , aSUR,E�f TE,G�ank ` Fundin $ ri t rTotal`" Engineering $ - $ - $ - $ - $ - $ - Right-of-Way $ - $ - $ - $ - $ - $ - Construction $ - $ - $ - $ - $ - $ - Total $ - $ - $ - $ - $ - $ - Proiect Schedule Phase `= "''" Pio.`o�etl Draft Environmental Document Final Environmental Document Begin Design Engineering Plans, Specifications, and Cost Estimates complete Start Right-of-Way Acquisition Right-of-Way Certification Read to Advertise Award Construction Project Completion (open for use Page 1 mTE: Final Cost TE: FINAL COST I hereby certify that the statements provided here are true and correct. Project Title a 6 r l� 4 Name Title JPublic Works Director Signature F Date 0 N/A El f t El 0 ❑ Page 3 r r. R: E Yes No 7 The project is designed to city /county and other participating jurisdictions' standards. ❑ ❑ f 2 The project contract was awarded on: ENTER DATE ❑ ❑ s ;. 3 The total cost of the contract is equal to or less than the total TE ❑ ❑ funds awarded and matching funds provided. f 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 project schedule is included with the final invoice. ❑ ❑ 8 The final invoice is attached with all the necessary documentation. ❑ ❑ a 6 r l� 4 Name Title JPublic Works Director Signature F Date 0 N/A El f t El 0 ❑ Page 3 r r. R: E TE: OCTA Staff Verification 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 Page 4 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda December 6, 2010 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL c L�% FROM: Public Works Department / C Iris Lee, Senior Civil Engineer 949 - 644 -3323 or ilee @newportbeachca.gov SUBJECT: APPROVE COOPERATIVE AGREEMENT NO. C -0 -1811 WITH ORANGE COUNTY TRANSPORTATION AUTHORITY FOR TE GRANT FUNDING ISSUE To enter into an cooperative agreement with the Orange County Transportation Authority (OCTA) for Transportation Enhancement Grant Funding. RECOMMENDATION Approve Cooperative Agreement No. C -0 -1811 between Orange County Transportation Authority and City of Newport Beach for Federal Transportation Enhancement Project — Bristol Street North Landscape Improvements. DISCUSSION On June 8, 2010, City Council approved Resolution 2010 -51 authorizing the application for Transportation Enhancement (TE) program funds. On September 27, 2010, OCTA Board of Directors selected the Bristol Street North Landscape Improvements as a recommended project under this program. This project will introduce "water- friendly" landscaping and a water - efficient irrigation system to an existing dirt shoulder along Bristol Street North, between Campus Drive and Jamboree Road. As part of the funding requirements, the City must enter into a cooperative agreement with OCTA defining the roles and responsibilities related to funding between the two parties. Under this agreement, TE funding up to $346,700.00 will be granted, with a City match of $122,000.00, for a project estimated total of $468,700.00. The program requires all Caltrans clearances and requirements to be met prior to the February 1, 2011 California Transportation Commission (CTC) deadline. Staff is currently working with Caltrans to obtain the required environmental clearances to apply - Approve Cooperative Agreement No. C' -..., All with OCTA for TE Grant Funding December 6, 2010 Page 2 for the Authorization to Proceed (E -76). Construction bids may not be solicited until CTC approval and Federal Authorization to Proceed (TE) has been issued. ENVIRONMENTAL REVIEW A CEQA Notice of Exemption was filed with the Orange County Recorder's Office on February 16, 2010. Staff is currently seeking NEPA determination from Caltrans. PUBLIC NOTICE The agenda item was noticed according to the Ralph M. Brown Act (72 hours in advance of the public meeting at which the City Council considers the item. FUNDING AVAILABILITY The City's proposed match of $122,000.00 will be appropriated from the Bristol Street Relinquishment funds. Prepared by: Senior Civil Engineer Attachments: Cooperative Agreement No. C -0 -18 Project Location Map Submitted by: Director W PROJECT AREA PROJECT AREA w U C F a m �aW m � x n10 n.` An.canoeuoawxxarnnv U F- �W u� PROJECT AREA PROJECT AREA � N K j p 6 2 U � o w �a i - ¢ PROJECT LOCATION MAP BRISTOL STREET N. LANDSCAPE IMPROVEMENTS CITY OF NEWPORT BEACH 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 COOPERATIVE AGREEMENT NO. C -0 -1811 BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND CITY OF NEWPORT BEACH FOR FEDERAL TRANSPORTATION ENHANCEMENT PROJECT BRISTOL STREET NORTH LANDSCAPE IMPROVEMENTS THIS AGREEMENT is effective this day of 2010, 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 the City of Newport Beach, a municipal corporation duly organized and existing under the constitution and laws of the State of California (hereinafter referred to as "CITY "). RECITALS: WHEREAS, AUTHORITY and the CITY desire to enter into a Cooperative Agreement to define the roles and responsibilities related to funding between the AUTHORITY and CITY for engineering, right -of -way acquisition, and construction of Bristol Street North Landscape Improvements; (hereinafter referred to as "PROJECT "); and WHEREAS, CITY is an eligible recipient of Federal funding under the 2010 Transportation Enhancement (TE) program and the PROJECT is eligible for TE funding; and WHEREAS, on September 27, 2010, the AUTHORITY's Board of Directors, approved providing funding of up to Three Hundred Forty Six Thousand Seven Hundred Dollars ($346,700) or 74% of the total project of TE funds, and identifying One Hundred Twenty Two Thousand Dollars ($122,000) of CITY local match for a total of Four Hundred Sixty Eight Thousand Seven Hundred Dollars ($468,700); and Page 1 of 10 LCmmICLERICAL \CLERICALIW ORDPROCIAGREEIAGO1811 1 2 3 4 5 6 7 s 9 10 11 12 13 14 15 16 17 is 19 20 21 22 23 24 25 26 AGREEMENT NO. C -0 -1811 WHEREAS, CITY and AUTHORITY agree that the total full funding for the PROJECT including engineering, right -of -way acquisition, construction management and construction shall be Four Hundred Sixty Eight Thousand Seven Hundred Dollars ($468,700) in accordance with Exhibit A titled "TE Funding Plan ", which is attached herein and incorporated by reference; and WHEREAS, AUTHORITY and CITY agree that Caltrans and Federal Highway Administration (FHWA) authorization is required following the AUTHORITY's amendment to the Federal Transportation Improvement Program (FTIP), and in order to proceed or commence each phase of PROJECT for performance under this Agreement; and WHEREAS, AUTHORITY and CITY agree that the Federal Safe, Accountable, Flexible, Efficient Transportation Equity Act - A Legacy for Users (SAFETEA -LU), which provides the TE funding, was passed by the federal government in 2005, expired in September of 2009 and was extended until December of 2010. TE funding for the PROJECT is contingent upon funding being available through SAFETEA -LU or a new transportation act and the PROJECT maintaining its eligibility for this funding; and WHEREAS, the California Department of Transportation (Caltrans) administers the Transportation Enhancement (TE) program on behalf of the Federal Highways Administration (FHWA) and the California Transportation Commission (CTC) approves funding for projects through the State Transportation Improvement Program (STIP). AUTHORITY is responsible for programming the funds to specific projects within Orange County. Caltrans in responsible for acquiring federal approvals for the project on behalf of the CITY, determining federal eligibility, compliance with federal requirements, and reimbursement for project activities. WHEREAS, CITY agrees to act as lead agency for engineering, right -of -way acquisition, construction management and construction of said PROJECT; and WHEREAS, this Cooperative Agreement defines the specific terms and conditions and funding responsibilities between AUTHORITY and CITY (hereinafter referred to as "PARTIES ") for completion of the PROJECT. Page 2 of 10 L:Car MXCLERICALICLERICAL IWORDPROCWGREMOOI 811 ii 1 2 3 4 s 6 7 s 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2s 26 \I AGREEMENT NO. C -0 -1811 WHEREAS, the AUTHORITY's Board of Directors approved the Cooperative Agreement on September 27, 2010; and follows: WHEREAS, the CITY's Council approved the Cooperative Agreement on this day of 2010. NOW, THEREFORE, it is mutually understood and agreed by AUTHORITY and CITY as ARTICLE 1. COMPLETE AGREEMENT A. This Agreement, including any attachments incorporated herein and made applicable by reference, constitutes the complete and exclusive statement of the term(s) and conditions(s) of this 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 Agreement shall not affect the validity of other term(s) or conditions(s) of this 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 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 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 Agreement and issued in accordance with the provisions of this Agreement. C. CITY's failure to insist on any instance(s) of AUTHORITY's performance of any term(s) or condition(s) of this 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 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 Agreement Page 3 of 10 L: CammICLERICAL \CLERICAL \WORDPROCWGREEWGO1811 1 2 3 4 s 6 7 s 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2s 26 \I AGREEMENT NO. C -0 -1811 WHEREAS, the AUTHORITY's Board of Directors approved the Cooperative Agreement on September 27, 2010; and follows: WHEREAS, the CITY's Council approved the Cooperative Agreement on this day of 2010. NOW, THEREFORE, it is mutually understood and agreed by AUTHORITY and CITY as ARTICLE 1. COMPLETE AGREEMENT A. This Agreement, including any attachments incorporated herein and made applicable by reference, constitutes the complete and exclusive statement of the term(s) and conditions(s) of this 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 Agreement shall not affect the validity of other term(s) or conditions(s) of this 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 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 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 Agreement and issued in accordance with the provisions of this Agreement. C. CITY's failure to insist on any instance(s) of AUTHORITY's performance of any term(s) or condition(s) of this 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 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 Agreement Page 3 of 10 L: CammICLERICAL \CLERICAL \WORDPROCWGREEWGO1811 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 AGREEMENT NO. C -0 -1811 and issued in accordance with the provisions of this Agreement. ARTICLE 2. SCOPE OF AGREEMENT This Agreement specifies the roles and responsibilities of the PARTIES as they pertain to the subjects and projects addressed herein. Both AUTHORITY and CITY agree that each will cooperate and coordinate with the other in all activities covered by this Agreement and any other supplemental agreements that 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 the CITY that the Southern California Association of Governments (SCAG) amend the FTIP to program up to Four Hundred Sixty Eight Thousand Seven Hundred Dollars ($468,700) in accordance with the funding plan outlined in Exhibit A, whereby AUTHORITY's performance under this Agreement is contingent upon SCAG and FHWA approval. B. AUTHORITY shall provide assistance to CITY in securing the TE funds. C. AUTHORITY shall not be obligated to program any amount beyond what has been identified in this Article. D. AUTHORITY shall process any required FTIP amendments. E. AUTHORITY shall review and approve the CITY's request for allocation prior to submittal to Caltrans District 12. F. AUTHORITY shall cancel projects for which the CITY has not submitted an E -76 and Allocation Request by February 1 of the fiscal year for which funds are programmed and, or has not advanced the project to ready -to -list stage as determined by Caltrans guidelines. ARTICLE 4. RESPONSIBILITIES OF CITY CITY agrees to the following responsibilities for PROJECT: A. CITY will act as the lead agency for the engineering, right -of -way, construction and construction management of the PROJECT. L: Ce mmVCLERICALICLERICALNWORDPROClAGREEl AG07811 Page 4 of 10 a 1 2 3 4. 5 6 7 s 9 10 11 12 13 14 15 16 17. 18 19 20 21 22 23 24 25 26 i AGREEMENT NO. C -0 -1811 B. CITY is responsible for submitting semi - annual review reports for the PROJECT at the request of the OCTA (EXHIBIT B titled "TE Semi - Annual Report'). C. CITY is responsible for submitting a final report upon completion of the project at the request of the OCTA (EXHIBIT C titled "TE Final Project Report Form ") D. CITY is responsible for preparing and submitting to AUTHORITY all California Transportation Commission (CTC) documentation needed for Allocation Vote two months prior to CTC meeting and no later than February 1 of the fiscal year for which funds are programmed. E. CITY is responsible for preparing and submitting all necessary Caltrans required documentation including Request for Authorization to Proceed (E -76). CITY cannot proceed with advertisement of project or any work prior to E -76 authorization. CITY agrees to submit E -76 to Caltrans District 12 by February 1 of the year for which funds are programmed. All prior approvals, including but not limited to California Department of Transportation environmental approval and right -of -way certification (if applicable), must be attained prior to February 1 to meet this requirement. F. CITY acknowledges that if the allocation request and E -76 are not submitted to AUTHORITY and Caltrans by February 1, and the CITY has not attained the required approval of environmental and right -of -way certification (if applicable) by this date or has not advanced the project to ready -to -list stage as determined through Caltrans guidelines the proposed funding will be cancelled by AUTHORITY. G. CITY agrees to provide a minimum of 26% of the final project cost in City funds for construction as the required local match. Based on the existing budget, this amount is estimated to be One Hundred Twenty Two Thousand Dollars ($122,000). Actual match will be determined based on construction contract award amount; and H. CITY agrees that the overall budget for this PROJECT is a not -to- exceed amount of Four Hundred Sixty Eight Thousand Seven Hundred Dollars ($468,700); contingent on TE funding from reauthorization of SAFETEA -LU. Page 5 of 10 CCamm1CLERICALICLERICALIWORDPROMGREE WG07 B7 t 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 i 4 � AGREEMENT NO. C -0 -1811 I. CITY agrees that any cost overruns shall be the responsibility of the CITY. J. CITY is responsible for completing the PROJECT in accordance with the funding plan (EXHIBIT A), timely use of funds requirements, and to abide by all TE programming guidelines, State Transportation Improvement Program Guidelines, and any and all other requirements of the federal, state, and Caltrans related to the TE. K. CITY agrees that cost savings shall be distributed proportionally with TE and local funding. ARTICLE 5. DELEGATED AUTHORITY The actions required to be taken by CITY in the implementation of this Agreement are delegated to its Director of Public Works, or designee, and the actions required to be taken by AUTHORITY in the implementation of this Agreement are delegated to AUTHORITY's 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 the 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 purposes of audit, the date of completion of this Agreement shall be the date of AUTHORITY's payment of CITY's final billing (so noted on the invoice) under this 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. 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, Page 6 of 10 L: Camm1CLERICALICLERICAL \WORDPROCl4GREEWG01811 2 3 4 s 6 7 s 9 10 11 12 13 14 15 16 17 1s 19 20 21 22 23 24 25 26 l AGREEMENT NO. C -0 -1811 worker's compensation subrogation claims, damage to or loss of use of property alleged to be 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 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 alleged to be 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 Agreement. C. The indemnification and defense obligations of this Agreement shall survive its expiration or termination. ARTICLE 8. ADDITIONAL PROVISIONS The AUTHORITY and CITY agree to the following mutual responsibilities: A. Term of Agreement: This Agreement shall continue in full force and effect through project completion and final acceptance by AUTHORITY, or 42 months from the date of CTC allocation, whichever is earlier. This Agreement may be extended at the mutual consent of both parties. B. Termination: This agreement is null and void if project is not funded. AUTHORITY shall cancel projects for which the CITY has not submitted an E -76 and Allocation Request by February 1 of the fiscal year for which funds are programmed and, or has not advanced the project to ready stage as determined by AUTHORITY. This Agreement may be terminated by either party after giving thirty (30) days written notice. This Agreement shall not be terminated without mutual agreement of both parties. C. This Agreement may be amended in writing at any time by the mutual consent of both parties. No amendment shall have any force or effect unless executed in writing by both parties. D. AUTHORITY and CITY shall comply with all applicable federal, state, and local laws, statues, ordinances and regulations of any governmental authority having jurisdiction over the PROJECT. Page 7 of 10 L'Camm CLERICALICLERICALIWOROPROCIAGREEWG01811 1 2 3 4 5 6 7 e 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 AGREEMENT NO. C -0 -1811 E. Legal Authority: AUTHORITY and CITY hereto consent that they are authorized to execute this Agreement on behalf of said parties and that, by so executing this agreement, the parties hereto are formally bound to the provisions of this Agreement. F. Severability: If any term, provision, covenant or condition of this Agreement is held to be invalid, void or otherwise unenforceable, to any extent, by any court of competent jurisdiction, the remainder of this Agreement shall not be affected thereby, and each term, provision, covenant or condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law. G. Counterparts of Agreement: This Agreement may be executed and delivered in any number of counterparts, each of which, when executed and delivered shall be deemed an original and all of which together shall constitute the same agreement. Facsimile signatures will be permitted. H. Force Maieure: Either Party shall be excused from performing its obligations under this 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 Party not performing. I. Assignment: Neither this Agreement, nor any of the PARTIES rights, obligations, duties, or authority hereunder may be assigned in whole or in part by either Party 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. J. 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. LCamm1CLERICALICLERICALIWORDPROC WGREEIAGO181 1 Page 8 of 10 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 AGREEMENT NO. C -0 -1811 K. Governinq Law: The laws of the State of California and applicable local and federal laws, regulations and guidelines shall govern this Agreement. L. Litigation fees: Should litigation arise out of this Agreement for the performance thereof, the court shall award costs and expenses, including attorney's fees, to the prevailing party. M. Notices: Any notices, requests, or demands made between the parties pursuant to this Agreement are to be directed as follows: To CITY: To AUTHORITY: City of Newport Beach Orange County Transportation Authority 3300 Newport Boulevard 550 South Main Street Newport Beach, CA 92663 P. O. Box 14184 Orange, CA 92863 -1584 Attention: Mr. David Webb Attention: Ms. Reem Hashem Deputy Public Works Director Principal Contract Administrator 949 - 644 -3328 714- 560 -5446 dawebb @newportbeachca.gov Email: rhashem @octa.net Cc: Ben Ku, Senior Transportation Funding Analyst / Page 9 of 10 LCamm\ CLERICAL \CLERICALIWOROPROCIAGREEMOI BI I I 1 I 2 3 4 5 6 7. I 8 9 I 10 i' 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 I i.. AGREEMENT NO. C -0 -1811 This Agreement shall be effective upon execution by both parties. IN WITNESS WHEREOF, the parties hereto have caused this Agreement No. C -0 -1811 to be executed on the date first above written. CITY OF NEWPORT BEACH ORANGE COUNTY TRANSPORTATION AUTHORITY By: Keith D. Curry Mayor ATTEST: By: Leilani I. Brown City Clerk APPROVED AASnTO, FORM: Leonie Mulvihill Assistant City Attorney Dated: Ili 1 I U By: Will Kempton Chief Executive Officer APPROVED AS TO FORM: By: 6—e—'az Kennard R. Smart, Jr. General Counsel APPROVAL RECOMMENDED: By: Kia Mortazavi Executive Director, Planning Dated: Page 10 of 10 L.Cmm\ CLERICAL\ CLERICALIWORDPROCIACREE'AG01811 AGREEMENT NO. C-0-1811 EXHIBIT A mEXHIBIT A: TE FUNDING PLAN OCTA Project Title: Bristol Street North Landscape Improvements Agency: Newport Beach Date: October 25, 2010 Completion Schedule Date Draft Environmental Document Winter 2010 Final Environmental Document Winter 2010 'Begin Design Engineering Fall 2009 Plans, Specifications, and Cost Estimates complete Summer 2010 Start Right -of -Way Acquisition N/A Right-of-Way Certification N/A Submit Request for Authorization for Const (E -76) Sumner 2010 Ready to Advertise Fall 2010 Award Construction Fall 2010 Project Completion (open for use) Winter 2011 Funding: TE Grant $346,700 Local Match $122,000 26% Preliminary Engineerine ($000's) Fund Source Fiscal Year Original Planned Allocation City of Newport Beach General Funds 2010 -11 $28 City of New ort Beach General Funds 2010 -11 $94 Fiscal I Original Planned Allocation Construction ($000's) Fund Source Fiscal Year Original Planned Allocation STIP -'i'E 2010 -I1 $347 City of New ort Beach General Funds 2010 -11 $94 Name/Title: Iris Lee, Senior Civil Engineer Signature: Phone: (949) 644 -3323 Email: ilee(a)newportbeachca.gov E M OCTA Project Title: Agency: Schedule AGREEMENT NO. C-0-1811 EXHIBIT B EXHIBIT B: TE SEMI ANNUAL REPORT Date: Original Current Completion Completion Date Date Draft Environmental Document Fiscal Year Original Planned Allocation Final Environmental Document Actual Expended Remaining Allocation 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) Fund Source Fiscal Year Original Planned Allocation Current Estimates Actual Expended Remaining Allocation Right -of -Way ($000's) Fund Source Fiscal Year Original Planned Allocation Current Estimates Actual Expended Remaining Allocation Construction ($000's) Fund Source Fiscal Year Original Planned Allocation Revised Allocation Actual Expended Remaining Allocation Major Activities: Status: Issues: Name /Title: Signature: Phone: Email: AGREEMENT NO. C -0 -1811 EXHIBIT B 2 AGREEMENT NO. C -0 -1811 EXHIBIT C M EXHIBIT C: TE FINAL PROJECT REPORT FORM Date OCTA 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) Proiect Schedule Page 1 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 Page 1