Loading...
HomeMy WebLinkAboutMendocino Council of Governments (MCOG) 2017-07-01Page 1 of 31  SUBRECIPIENT AGREEMENT  BETWEEN  MENDOCINO COUNCIL OF GOVERNMENTS  AND  CITY OF UKIAH  THIS AGREEMENT is made and entered into effective July 1, 2017 between City of Ukiah (“Subrecipient”)  and Mendocino Council of Governments (“MCOG”), the Regional Transportation Planning Agency for  Mendocino County, California.  WHEREAS, this agreement covers certain local, state or federal funds administered by and through  MCOG  that  are  allocated  to  Subrecipient  for  projects  and  services, and sets forth the terms and  conditions under which these funds are to be expended and reimbursed, including:  o Local Transportation Funds (LTF) under the Transportation Development Act (TDA) o State Rural Planning Assistance (RPA) o State Planning, Programming & Monitoring (PPM) o Regional Surface Transportation Program (RSTP) o Other funding sources, such as grants, to be identified as applicable annually; WHEREAS,  MCOG’s  annual  Transportation  Planning  Overall  Work  Program (OWP) is part of an  agreement with the State of California Department of Transportation (Caltrans), which includes the  Overall Work Program Agreement (OWPA) and Master Fund Transfer Agreement (MFTA), and together,  the OWP, the OWPA and MFTA set forth the terms and conditions under which state and federal  planning funds are to be expended by MCOG and its subrecipients;  WHEREAS, Subrecipient is eligible to apply for and receive state and federal financial assistance as a  public body corporate and politic of the State of California;  WHEREAS, Subrecipient has agreed to participate with MCOG, local and state agencies, the general  public, and the private sector in planning efforts to identify and plan policies, strategies, programs and  actions  that  maximize  and  implement  the  regional  transportation  infrastructure,  consistent  with  MCOG’s adopted OWP, and to participate in the regional planning process;  WHEREAS, MCOG and Subrecipient intend to cooperate to ensure the timely development, adoption  and implementation of integrated comprehensive regional plans and policies, as set forth by federal and  state requirements and guidelines; and  WHEREAS, for any terms or conditions covered under this AGREEMENT that may be superseded by  other grant or fund agreement(s) signed by MCOG, an exhibit identifying “Special Conditions” shall  prevail; therefore  IT IS MUTUALLY AGREED THAT:  COU No. 1718-104 Page 2 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  1. Annual Agreement with Subrecipient and Amendments  a. This AGREEMENT constitutes a five‐year Master Agreement, and may be amended by mutual  written agreement. Exhibits are subject to annual renewal. The fiscal year begins July 1 and ends  June 30. The term of this Master Agreement is July 1, 2017 through June 30, 2022.  b. This AGREEMENT includes an exhibit detailing "Subrecipient Scope of Work and Budget" (Exhibit  A) and an optional "Sample Subrecipient Invoice" (Exhibit B) hereinafter referred to as Exhibits A  and  B  respectively,  attached  hereto  and  incorporated  herein  by reference.  Any  proposed  amendment to the Scope or Budget (Exhibit A) must be made in advance by written amendment  and is subject to approval by Caltrans or any state or federal agency having jurisdiction.  c. This agreement includes MCOG’s “Adopted Policies & Instructions,” attached as Exhibit C.   d. This AGREEMENT may include “Special Conditions” hereinafter referred to as Exhibit D, attached  hereto. This Exhibit D is purposed to outline requirements for other funds as may be applicable  annually.  e. MCOG’s maximum payment obligation to Subrecipient is limited to those funds identified in  Exhibit A.   f. Billable work cannot be performed without this fully signed AGREEMENT and corresponding  notice to proceed.  2. Scope of Subrecipient Responsibilities   a. Subrecipient shall be responsible for the complete performance of the work described in Exhibit  A.  b. In  accordance  with  Uniform  Guidance  2  CFR  200,  sections  318  through  326,  inclusive    and  applicable state laws and procedures, Subrecipient contracts for work identified in the attached  Exhibit  A  under  “Consultant  Work”  are  required  to  be  competitively  bid  and  awarded  in  accordance with 2 CFR 200 sections 318 through 326, inclusive and consistent with the Caltrans  Local Assistance Procedures Manual, Chapter 10, or successors thereto,  or  applicable  procurement procedures as required by funding source.  c. Subrecipient shall ensure that its Contractor(s) and Subcontractor(s) comply with all provisions  of this agreement.  3. Time of Performance   The services provided pursuant to this AGREEMENT shall begin upon issuance of a Notice to Proceed  by MCOG to Subrecipient and shall continue until completion, but not later than June 30 of each  year, unless an extension of time is approved by MCOG in writing.  4. Materials to be Furnished to Subrecipient  a. At the option of MCOG, and if allowable under federal and state requirements, MCOG may  procure equipment, software, or other materials for use by Subrecipient, only for purposes of  Page 3 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  carrying out work described under this AGREEMENT. Subrecipient agrees to comply with all  license agreements for software or other materials procured by MCOG for use by Subrecipient.   b. All equipment or other materials provided to Subrecipient under this AGREEMENT shall remain  the property of MCOG and shall be returned to MCOG upon project completion or termination,  unless other terms are mutually agreed to in writing.  5. Invoices, Reporting and Deliverables  a. In performing the work described in Exhibit A, Subrecipient may incur only the costs authorized  by  Exhibit  A.  Said  costs  shall  comply  with  Section  6  (Cost  Principles)  of  this  AGREEMENT.  Subrecipient  shall  submit  to  MCOG,  not  more  frequently  than  every  month,  but  at  least  annually, each requisition for payment (invoice), unless no funds were expended during the  fiscal year.  b. Subrecipient shall submit the following relative to an invoice:   i. An  invoice  with  supporting  documentation,  including  receipts  for  all  direct  costs,  and  including, but not limited to, documentation of per diem as allowed (refer to Section 5d), in  accordance with Exhibit B.  ii. Any additional information or documentation to support the costs contained in the invoice if  requested by MCOG.  c. Subrecipient shall submit an invoice with supporting documentation to MCOG no later than  thirty (30) days after the fiscal year ending June 30. Invoices received by MCOG after July 31 for  the preceding fiscal year shall not be paid. This deadline may be waived if mutually agreed to by  MCOG and Subrecipient, in writing.  d. For travel and subsistence (per diem) expenses of Subrecipient and its contractors, rates shall  not  exceed  rates  authorized  to  be paid rank and file state employees  under  current  State  Department of Personnel Administration (DPA) rules. If the rates invoiced by Subrecipient are in  excess  of  DPA  rates,  MCOG  will  not  reimburse  those  amounts  in  excess of the DPA rates.  Mileage  reimbursements  shall  not  exceed  the  federal  business  mileage  rate  (www.irs.gov).  Travel  and  per  diem  reimbursements  and  third‐party  contract  reimbursements  to  subcontractors will be allowable as project costs only after those costs are incurred and paid for  by the subcontractors.  e. Payment  of  Subrecipient  invoices  is  contingent  upon  receipt  by MCOG  of  the  above  documentation  provided  by  Subrecipient,  consistent  with  Sections  6  through  8  of  this  AGREEMENT. Payment to Subrecipient is further contingent upon MCOG’s determination that  the performance of Subrecipient meets federal, state and MCOG standards. MCOG shall review  Subrecipient invoices and submit them to the County Auditor‐Controller for payment within  thirty (30) days of receipt.  Page 4 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  f. Subrecipient  shall  not  be  entitled  to  reimbursement  of  indirect costs unless a   copy of a federal cognizant agency‐approved, indirect cost allocation plan has been received by  MCOG prior to submittal of the first invoice from Subrecipient.   g. Subrecipient  mark‐up  of  direct  expenses  or  of  subcontractor  invoices  are  not  allowable;  therefore MCOG will not pay Subrecipient for any such increases to actual costs incurred.  h. Subrecipient shall provide a quarterly progress report, in narrative form, that describes progress  toward  completion  of  tasks,  projects,  and  products,  as  well  as conformance  with  project  schedules and reporting of all costs incurred for the work elements contained in Exhibit A, no  later than thirty (30) days after close of the quarter.  i. Subrecipient shall provide hard copies of all completed products and/or deliverables to the  assigned MCOG Project Manager, and in a commonly used electronic format, at the discretion of  the MCOG Project Manager, as referenced in Section 7 of this AGREEMENT, according to the  schedule of deliverables in Exhibit A.  j. All final reports and documents produced under this AGREEMENT shall include the following  statement:   "The preparation of the report was financed in part through [insert funding source and  agency] as facilitated by Mendocino Council of Governments as the Regional  Transportation Planning Agency."   Alternatively, certain language may be required by state or federal funding agencies, to be  specified in Exhibit D.  6. Cost Principles  a. Subrecipient agrees to be bound by and comply with, and shall require its Consultants and/or  Contractors to comply with, the following:   i. 2  CFR,  Subtitle  A,  Chapter  II,  Part  200,  Uniform  Administrative Requirements, Cost  Principles,  and  Audit  Requirements  for  Federal  Awards,  shall  be  used  to  determine  the  allowability of individual project cost items; and   ii. The federal administrative procedures in accordance with Uniform Guidance 2 CFR, Subtitle  A, Chapter II, Part 200 "Uniform Administrative Requirements for Grants and Cooperative  Agreements to State and Local Governments."  b. Any costs for which Subrecipient receives payment or credit that is determined by a subsequent  audit or other review by either MCOG, Caltrans, or other state or federal authorities to be  unallowable under, but not limited to, 2 CFR Part 200 or 48 CFR Chapter 1, Part 31, shall be  repaid by Subrecipient within thirty (30) days of Subrecipient receiving notice of audit findings.  Page 5 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  c. All costs charged to this AGREEMENT by Subrecipient shall be supported by properly executed  payrolls  showing  labor  (wage)  rates  per  hour,  time  records,  and  invoices  and  vouchers  evidencing in proper detail the nature of the charges. These costs shall comply with the cost  principles cited above in Section 6(a) of this AGREEMENT.   7. Written and Electronic Versions of Work Products and Related Materials  a. Subrecipient  shall  provide  copies  of  all  of  its  deliverables,  as  well  as  support  data  created  pursuant to  Exhibit A, to MCOG in an approved electronic format. Hard copies will also be  provided to MCOG upon request. Related materials, including any reports, newsletters, or other  written materials, will also be provided in hard copy and/or electronic format, upon request by  MCOG.   b. Any  graphics  or  images  accompanying  the  text  of  these  written  materials  shall  be   included in the electronic version, in a format (e.g. JPEG, BMP, or PNG) as requested by MCOG  staff. The quality of the images will be a minimum of 300‐600 DPI resolution, typically a file size  of 3MB or more.  c. The electronic versions of all written materials, data files, and accompanying graphics or images  shall, when printed or otherwise displayed, appear in the identical format, location, quality, and  state of replicating in which they appear in the hard copy versions.   d. Materials in the electronic version shall be presented to MCOG in a medium pre‐approved in  writing by the MCOG Project Manager. For reports this would typically be in Microsoft Word and  Adobe Acrobat formats.  e. The applicable funding agency shall have a royalty‐free, nonexclusive and irrevocable license to  reproduce, publish or otherwise use, and authorize others to use, work products funded under  this AGREEMENT for government purposes.  8. Records Retention and Audits  a. If  Subrecipient  receives  Local  Transportation  Funds,  Subrecipient shall submit to MCOG an  annual certified fiscal audit conducted by an entity other than itself, in compliance with the  Transportation Development Act (TDA), Section 99245. A report on the audit shall be submitted  to MCOG and to the State Controller within 180 days after the end of the fiscal year. However,  MCOG may grant an extension(s) not to exceed a total of 90 days  in  writing,  at  its  sole  discretion.  The  report  shall  include  a  certification  that  the  funds  allocated  to  Subrecipient  pursuant to TDA were expended in conformance with all applicable laws, rules and regulations.  Except for the first report, the report shall also include the audited amounts for the fiscal year  prior to the fiscal year audited.  b. For the purpose of determining compliance with California Government Code section 8546.7, as  well as any other state or federal law or regulation, Subrecipients and their contractors shall  maintain all source documents, books, and records connected with their performance of work  Page 6 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  initiated under this AGREEMENT and each annual MCOG OWP for a minimum of three (3) years  from the date of final payment to Subrecipient, or until audit resolution is achieved for each  annual MCOG OWP, whichever is later. During this time, all of the above referenced parties shall  make all such supporting materials available for inspection and audit, at their respective offices  at all reasonable times, by representatives of MCOG, the state, the Bureau of State Audits, or  the  federal  government  upon  request.  Copies  will  be  made  and  furnished  to  MCOG  upon  request, at no cost to MCOG.   c. Subrecipient shall establish and maintain, and shall require that its Contractor(s) establish and  maintain, an accounting system conforming to Generally Accepted Accounting Principles (GAAP)  to support invoices that segregate and accumulate the costs of work elements by line item (i.e.  direct labor, other direct costs, subcontractors, etc.) and enable the determination of incurred  costs  at  interim  points  of  completion,  and  provide  support  for reimbursement  payment  vouchers or invoices.   d. Subrecipient agrees to include all costs associated with this AGREEMENT and any amendments  thereto to be examined in the annual audit and, if applicable, in the schedule of activities to be  examined  under  a  single  audit  prepared  by  Subrecipient  in  compliance with Office of  Management and Budget Circular A‐ 133.  e. Neither the pendency of a dispute nor its consideration by MCOG, Caltrans, or the state will  excuse  Subrecipient  from  full  and  timely  performance  in  accordance with the terms of this  AGREEMENT.   f. Subrecipient agrees to furnish documentation to MCOG to support this requirement that its  Agreement(s) with Contractor(s) contain provisions requiring adherence to this Section in its  entirety.   9. Certifications and Assurances  a. Subrecipient shall adhere to the requirements contained in MCOG’s annual Certification and  Assurances  (“FHWA  and  FTA  State  and  Metropolitan  Transportation  Planning  Process  Self‐ Certification") submitted as part of MCOG’s OWP, pursuant to 23 CFR 450.334 and 23 U.S.C.  134.  Such  requirements  shall  apply  to  Subrecipient  to  the  same extent  as  MCOG  and  may  include, but are not limited to:   i. 23 U.S.C. 134, 49 U.S.C. 5303, and subpart C of 23 CFR part 450;    ii. In nonattainment and maintenance areas, sections 174 and 176(c) and (d) of the Clean Air  Act, as amended (42 U.S.C. 7504, 7506(c) and (d)) and 40 CFR part 93;    iii. Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d–1) and 49 CFR part 21;    Page 7 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  iv. 49 U.S.C. 5332, prohibiting discrimination on the basis of race, color, creed, national origin,  sex, or age in employment or business opportunity;    v. Section 1101(b) of the FAST Act (Pub. L. 114‐94) and 49 CFR part 26 regarding the  involvement of disadvantaged business enterprises in USDOT funded projects;    vi. 23 CFR part 230, regarding the implementation of an equal employment opportunity  program on Federal and Federal‐aid highway construction contracts;    vii.  The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101, et seq.) and  49 CFR, parts 27, 37, and 38;    viii. The Older Americans Act, as amended (42 U.S.C. 6101), prohibiting discrimination on the  basis of age in programs or activities receiving Federal financial assistance;    ix. Section 324 of title 23 U.S.C. regarding the prohibition of discrimination based on gender;  and    x. Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794) and 49 CFR part 27 regarding  discrimination against individuals with disabilities.    b. Subrecipient shall additionally comply with Federal and State Lobbying Activities Certification:  i. By signing this AGREEMENT, Subrecipient certifies, to the best of its knowledge and belief,  that no state or federal funds have been paid or will be paid, by or on behalf of Subrecipient,  to any person for influencing or attempting to influence an officer or employee of any state  or federal agency, a Member of the State Legislature or United States Congress, an officer or  employee of the Legislature or Congress, or any employee of a Member of the Legislature or  Congress in connection with the awarding of any state or federal contract, the making of  any  state  or  federal  grant,  the  making  of  any  federal  loan,  the  entering  into  of  any  cooperative  agreement,  or  the  extension,  continuation,  renewal,  amendment,  or  modification of any state or federal contract, grant, loan, or cooperative agreement.  ii. If any funds other than state or federal funds have been paid or will be paid to any person  for influencing or attempting to influence an officer or employee of any federal agency, a  Member of Congress, an officer or employee of Congress, or an employee of a Member of  Congress in connection with this federal contract, grant, loan, or cooperative agreement,    Subrecipient  shall  complete  and  submit  Federal  Standard  Form‐LL,  "Disclosure  Form  to  Report Lobbying," in accordance with those form instructions.  iii. This certification is a material representation of fact, upon which reliance was placed when  this AGREEMENT was entered into. Submission of this certification  is  a  prerequisite  for  making or entering into this transaction imposed by Section 1352, Title 31, U.S.C., and by  Page 8 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  the  MFTA  between  MCOG  and  Caltrans  or,  alternatively,  the  grant  agreement  with  the  respective funding entity. Any persons who make a prohibited expenditure or fail to file the  required certification shall be subject to a civil penalty of not less than $10,000 and not  more than $100,000 for each such failure.  c. Subrecipient  shall  comply  with  any  other  applicable  federal,  state  and  local  laws,  including         without limitation, all federal regulatory requirements associated with the applicable federal  funding.  d. Subrecipient shall further require its Contractor(s) to comply with these Certifications.   10. Equal Employment Opportunity/Nondiscrimination  a. In the performance of work undertaken pursuant to this AGREEMENT, Subrecipient, for itself, its  assignees,  and  successors  in  interest,  shall  affirmatively  require that its employees and  Contractor(s)  shall  not  unlawfully  discriminate,  harass  or  allow  harassment,  against  any  employee or applicant for employment because of sex, race, color, ancestry, religious creed,  national origin, physical disability (including HIV and AIDS), mental disability, medical condition  (including cancer), age (over 40), marital status, denial of family and medical care leave, and  denial of pregnancy disability leave.  b. Subrecipient shall ensure that the evaluation and treatment of their employees and applicants  for employment, as well as their contractors, are free from such discrimination and harassment.  Subrecipient  shall  comply  with  the  provisions  of  the  Fair  Employment  and  Housing  Act  (Government  Code  section  12900,  et  seq.)  and  the  applicable  regulations  promulgated  thereunder  (California  Code  of  Regulations,  Title  2,  section  7285.0,  et  seq.).  The  applicable  regulations of the Fair Employment and Housing Commission implementing the Government  Code sections referenced above, are incorporated into this AGREEMENT by reference and made  a part hereof as set forth in full. Subrecipient shall give written notice of their obligations under  this clause to labor organizations with which they have collective bargaining or other labor  agreements.  c. In the event of Subrecipient’s noncompliance with the nondiscrimination  provisions  of  this  AGREEMENT, MCOG shall impose such contract sanctions as it, Caltrans, or other applicable  funding agency may determine to be appropriate, including, but not limited to:  i. Withholding  of  payments  to  Subrecipient  under  this  AGREEMENT  until  Subrecipient  complies; and/or   ii. Cancellation, termination or suspension of the AGREEMENT, in whole or in part.  d. Subrecipient shall permit access to all records of employment, employment advertisements,  application forms, and other pertinent data and records by the State Fair Employment Practices  and Housing Commission or any other agency of the State of California designated by the State  to investigate compliance with this section.  Page 9 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  e. Subrecipient  shall  include  the  provisions  of  this  Section  in  every  agreement  with  its  Contractor(s). Subrecipient shall take such action with respect to any such agreement as MCOG,  Caltrans, or other applicable funding agency may direct as a means of enforcing such provisions,  including sanctions for noncompliance including, but not limited to:   i.  Withholding  of  payments  to  contractor  under  any  agreement  with  contractor  until  contractor complies; and/or   ii.  Cancellation, termination or suspension of the agreement in question, in whole or in part.  11. Prevailing Wage and Labor Requirements    a.  Should  Subrecipient  award  any  construction  contracts  utilizing  Federal  funds  under  this  Agreement,  Subrecipient  agrees  to  comply  with  all  pertinent  statutes,  rules  and  regulations  promulgated  by  the  federal  government  including,  but  not  limited  to,  (i)  prevailing  wage  requirements of the Davis Bacon Act (40 U.S.C. §276a, et seq.) and related regulations (29 CFR  Part 5); (ii) anti‐kick back and payroll records requirements of the Copeland “Anti‐Kickback” Act  (40 U.S.C. §276c and 18 U.S.C. §874) and related regulations (29 CFR Part 3); and (iii) workweek  computation and overtime requirements of the Contract Work Hours and Safety Standards Act  (40 U.S.C. §327‐333) and related regulations (29 CFR Part 5).    b.  Should  Subrecipient  award  any  “public  work”  contract,  as  defined  by  California  Labor Code  Section 1720, utilizing State funds under this Agreement, Subrecipient agrees to comply with all  pertinent California statutes, rules, and regulations including, but not limited to, prevailing wage  provisions of Labor Code Section 1771.  c.  Any contract or subcontract entered into as a result of this Agreement will contain all of the  provisions of this section.   12. Conflict of Interest  Subrecipient and its officers, employees, and agents, including Contractor(s), that perform work  under this AGREEMENT shall comply with federal and state conflict of interest laws, regulations and  policies.  13. Independent Contractor  Subrecipient  and  its  officers,  employees,  and  agents  shall  be  independent  contractors  in  the  performance of this AGREEMENT.  14. Disadvantaged Business Enterprise (DBE)  a. It is the policy of MCOG, the California Department of Transportation, and the U.S. Department  of Transportation, that Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR Part 26,  shall have an equal opportunity to receive and participate in the performance of agreements  financed  in  whole  or  in  part  with  Federal  Highway  Administration  (FHWA)/Federal  Transit  Administration (FTA) funds provided under this AGREEMENT.  Page 10 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  b. Subrecipient, its employees, and its Contractor(s) shall not discriminate on the basis of race,  color,  national  origin,  or  sex  in  the  award  and  performance  of FHWA/FTA  funds‐assisted  contract or in the administration of MCOG’s DBE program per the requirements of 49 CFR Part  26. Failure to carry out the requirements of this paragraph shall constitute a breach of contract  and may result in termination of this AGREEMENT or such other remedy MCOG may deem  appropriate.  c. Subrecipient shall, as required by 49 CFR Part 26, include applicable language into all contracts  funded in whole or in part with FHWA or FTA funds.  15. Disputes  a. Should either party to this AGREEMENT bring legal action against the other (formal judicial  proceeding,  mediation  or  arbitration),  it  is  hereby  agreed  that  this  Agreement  will  be  administered  and  interpreted  under  California  law  and  that  the matter shall be handled in  Mendocino County Superior Court, California, and that the party prevailing in such action shall  be  entitled  to  a  reasonable  attorney's  fee  which  shall  be  fixed by the judge, mediator, or  arbitrator hearing the case and such fee shall be included in the judgment, together with all  costs.  b. Neither  the  pendency  of  a  dispute  nor  its  consideration  by  MCOG,  Caltrans,  and/or  the  respective  funding  agency  will  excuse  Subrecipient  from  full  and timely performance in  accordance with the terms of this AGREEMENT.  16. Severability. If any term or provision of this Agreement, or the application thereof to any person or  circumstance will, to any extent, be invalid or unenforceable, the remainder of this Agreement will  not  be  affected  thereby,  and  each  term  and  provision  of  this  Agreement  will  be  valid  and  enforceable  to  the  fullest  extent  by  law,  unless  the  exclusion or  application  of,  such  term  or  provision, would result in such a  material change so as to cause  completion  of  the  obligations  defined in this Agreement to be unreasonable.  17. Hold Harmless  a. Subrecipient shall defend, indemnify and hold MCOG, its officers, agents and contracted staff,  harmless from and against any and all liability, loss, expense, claims, or damages arising out of  the performance of this AGREEMENT, but only in proportion to and to the extent such liability,  loss, expense, or claims for injury or damages are caused by or result from the negligent or  intentional acts or omissions of Subrecipient, its officers, agents, employees, or Contractors.  b. MCOG  shall  defend,  indemnify  and  hold  Subrecipient,  its  officers,  agents  and  employees  harmless from and against any and all liability, loss, expense, claims, or damages arising out of  the performance of this AGREEMENT but only in proportion to and to the extent such liability,  loss, expense, or claims for injury or damages are caused by or result from the negligent or  intentional acts or omissions of MCOG, its officers, agents or contracted staff.  Page 11 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  c. Subrecipient further agrees to reimburse MCOG for claims, demands, costs or liability associated  with the incomplete performance of work contained in Exhibit A, in the event that the MCOG  terminates this AGREEMENT in accordance with Section 22.b. herein.  18. Noncompliance  In addition to such other remedies as provided by law, in the event of noncompliance with any grant  condition or specific requirement of this AGREEMENT, this AGREEMENT may be terminated.   19. Assignment  This Agreement cannot be assigned without the prior written consent of MCOG.    20. Successors  This  Agreement  will  be  binding  on  the  parties  hereto,  their  assigns,  successors,  administrators,  executors, and other representatives.    21. Amendments Required by Federal or State Agencies  If the FTA, FHWA, Caltrans or any other federal or state agency having jurisdiction, requires a change  to the terms of this Agreement, the parties will amend this Agreement  as  necessary,  or  will  terminate it immediately.  22. Termination of Agreement  a. Termination for Convenience:  Either party may terminate this AGREEMENT at any time by  giving written notice to the other party of such termination at least thirty (30) calendar days  before  the  effective  date  of  such  termination.  In  such  event,  all  finished  or  unfinished  documents and other materials as described in the AGREEMENT shall be returned to MCOG at  its option. Subrecipient shall return at the option of MCOG, all equipment, software, or other  materials provided to Subrecipient under this AGREEMENT. If this AGREEMENT is terminated by  MCOG, as provided herein, Subrecipient shall be reimbursed for expenses incurred prior to the  termination date, in accordance with Section 6 through 8 of this AGREEMENT.  b. Termination for Cause:  If through any cause, Subrecipient shall fail to fulfill in a timely and  proper manner its obligations under this AGREEMENT, or if Subrecipient violates any of the  covenants, agreements, or stipulations of this AGREEMENT, MCOG shall thereupon have the  right to terminate the AGREEMENT by giving not less than ten (10) calendar days written notice  to Subrecipient of the intent to terminate and specifying the effective date thereof. MCOG shall  provide  a  reasonable  opportunity  for  Subrecipient  to  cure  prior  to  termination.  Upon  termination,  all  finished  or  unfinished  documents,  data,  studies,  surveys,  drawings,  maps,  models,  photographs,  reports  or  other  materials  prepared  by  Subrecipient  under  this  AGREEMENT shall be provided to MCOG. At the option of MCOG, Subrecipient shall return all  equipment,  software,  or  other  materials  provided  to  Subrecipient  under  this  AGREEMENT.  Subrecipient shall be entitled to receive compensation for all work satisfactorily completed, in  MCOG’s judgment, in accordance with Exhibit A prior to the effective date of termination.  Page 12 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  c. Fiscal Funding Out:  Subrecipient may terminate this AGREEMENT immediately upon email or  other written notice should funding cease or be materially decreased during the term of this  AGREEMENT.  23. Environmental, Resource Conservation, and Energy Requirements  Subrecipient  recognizes  that  many  federal  and  state  statutes  imposing  environmental,  resource  conservation, and energy requirements may apply to the Project. Subrecipient agrees to adhere to  any such federal and state requirements.  24. Notices  Any  notice  required  or  permitted  to  be  given  pursuant  to  this  AGREEMENT  shall  be  served  by  certified mail, return receipt requested, to the following addresses:  If to MCOG:      Mendocino Council of Governments  Attn.: Phillip J. Dow, Executive Director   367 N. State St., Suite 206  Ukiah, CA 95482  If to Subrecipient:  City of Ukiah  Attn.: Sage Sangiacomo, City Manager  300 Seminary Ave.      Ukiah, CA 95482    25. Counterparts  This Agreement may be executed in multiple counterparts, each of which will constitute an original,  and all of which taken together will constitute one and the same instrument.    26. Ambiguities  The  parties  have  each  carefully  reviewed  this  Agreement  and  have  agreed  to  each  term  and  condition herein. Each party has also had an opportunity to have this Agreement reviewed by legal  counsel. No ambiguity will be construed against either party.    IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT  on  the  date  of  the  last  signature below:        Mendocino Council of Governments: Date: __ o_r,_,_l--<.-i _..,B_,_l-'-1_z __ I I APPROVED AS TO FORM: (Signature on file) Douglas L. Losak Law Offices of Duncan M . James MCOG Legal Counsel Date: July 5, 2017 City of Ukiah: Date: __ 'i:~'---·~·"5~--·_•I __ _ MCOG FY 2017 /18 Subrecipient Cooperative Agreement -City of Ukiah Page 13 of 37 (Blank Page)  Page 14 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  EXHIBIT A  Subrecipient Scope of Work and Budget    Attached:  A‐1  Transportation Planning Overall Work Program (OWP)   Work Element 5 – Update Speed Zone Reports (Carryover)   Work Element 11 – Traffic Analysis for Realignment of Talmage Road   Work Element 12 – Comprehensive ADA Access Plan Update   Work Element 14 ‐ Training  A‐2  Regional Surface Transportation Program (RSTP) Section 182.6 d(1)  Formula Distribution – Balances Available to Claim     (Blank Page)  Page 15 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  EXHIBIT A‐1  Subrecipient Scope of Work and Budget  TRANSPORTATION PLANNING OVERALL WORK PROGRAM (OWP)    WORK ELEMENT 5 – UPDATE SPEED ZONE REPORTS (CARRYOVER)  PURPOSE:   The purpose of this project is to provide the five year update of engineering and traffic surveys  for speed studies for the City of Ukiah. The adopted speed zone ordinance will provide for  legally enforceable speed zones for all persons driving within the City of Ukiah. This work  element supports the Local Streets and Roads goal in the Regional Transportation Plan to  “provide a safe and efficient transportation network…” and the Non‐Motorized Goal to  “provide a safe and useable network for bicycle and pedestrian facilities….” as speed limit  enforcement is expected to help improve safety for both motorized and non‐motorized users.    PREVIOUS WORK:   The City of Ukiah completed and adopted (by ordinance) speed zone studies on July 18, 2012,  funded through MCOG’s FY 2011/12 Overall Work Program.  TASKS: Task 1 is expected to be completed in FY 2016/17    1.         Prepare and distribute Request for Proposals, select consultant, award consultant  contract. (City)  2.  Conduct speed zone surveys, perform traffic counts, and complete traffic surveys and analysis.  (Consultant)  3.  Present speed zone survey report with ordinance to Ukiah City Council for approval. (City)  PRODUCTS:   (1) Request for Proposals; (2) Citywide speed zone survey report; (3) Ordinance adopting speed  zone survey report.  FUNDING AND AGENCY RESPONSIBILITIES:  Responsible  Agency  Estimated  Person Days Budget Funding  Source  Fiscal Year    Consultant  35  $ 2,325 $32,675  $35,000 State PPM  Local LTF    2016/2017 C/O  2016/2017 C/O  Total  35  $35,000       Page 16 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah    ESTIMATED SCHEDULE:  Tasks Jul  Aug  Sep  Oct Nov Dec Jan Feb Mar Apr  May Jun 2 x  x  x  x  x  x  x  x          3                 x  x  x  x       Page 17 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  WORK ELEMENT 11 – TRAFFIC ANALYSIS FOR REALIGNMENT OF TALMAGE ROAD (NEW)    PURPOSE:  To prepare a traffic analysis for proposed realignment of Talmage Road in Ukiah.  Talmage Road  is an important regional roadway, and one of the most‐travelled routes in Ukiah (the county  seat) for both passenger trips and goods movement.  It provides a direct link from U.S. 101 to  one of the largest shopping areas in the County, and to Ukiah’s main street (State Street).  It  transitions out of the city limits and becomes State Highway 222.  This work element supports  goals for Goods Movement and Local Streets and Roads in the Regional Transportation Plan.   PREVIOUS WORK:  None.  TASKS:  1.         Prepare and distribute Request for Proposals, select consultant, award consultant  contract. (City)  2.  Survey existing conditions and prepare conceptual plan for proposed realignment of  Talmage Road. (Consultant)    3.  Obtain intersection traffic counts at South State Street and Observatory Avenue, and at  South State Street and Talmage Road. (Consultant)    4.  Evaluate South State Street and Observatory Avenue intersection alternatives (traffic  signal versus roundabout). (Consultant)    5.  Evaluate various alternatives to resolve traffic concerns at the South State Street and  Talmage Road Intersection (Consultant)    6.  Complete Final Report:  Traffic Analysis for the Realignment of Talmage Road.  (Consultant)    7.  Present Traffic Analysis for the Realignment of Talmage Road to City Council for  approval. (City)    PRODUCTS:  (1) Request for Proposals; (2) Final Report on the Traffic Analysis for the Realignment of Talmage Road.      FUNDING AND AGENCY RESPONSIBILITIES:  Page 18 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  Responsible  Agency  Estimated  Person Days Budget Funding  Source  Fiscal Year    Consultant  25  $25,000 State RPA*  2017/2018  Total  25  $25,000     * Use of State RPA funds must be in accordance with Caltrans’ procurement and other requirements (no  consultant mark‐up; approved travel rates, etc.) Contact MCOG staff with questions.      ESTIMATED SCHEDULE:  Tasks Jul  Aug  Sep  Oct Nov Dec Jan Feb Mar Apr  May Jun 1 x  x                      2‐6     x  x  x  x  x  x  x  x  x    7            x       Page 19 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  WORK ELEMENT 12 – COMPREHENSIVE ADA ACCESS PLAN UPDATE (NEW)    PURPOSE:   To prepare an updated comprehensive plan for achieving compliance with the access requirements  of the Americans with Disabilities Act (ADA) on public streets and sidewalks in the City of Ukiah.     PREVIOUS WORK:    A draft ADA Right‐of‐Way Transition Pan was completed in 2006. In addition, the City has  completed an inventory of ADA ramps at all intersections within the City limits.      TASKS:  1.         Prepare and distribute Request for Proposals, select consultant, award consultant  contract. (City)  2.  Survey existing conditions/review inventory of ADA ramps, etc. (Consultant)    3.  Prepare facility access survey.  Develop prioritization for ADA work. (Consultant)    4.  Prepare ADA Self‐Evaluation that summarizes policies and practices affecting ADA  implementation and identifies any barriers to access for people with disabilities.  (Consultant)    5.  Prepare Transition Plan that identifies how access barriers will be removed.  Prepare  schedule for removal of barriers. (Consultant)    6.  Present Comprehensive ADA Access Plan to City Council for approval. (City)    PRODUCTS:  Request for Proposals; ADA Self‐Evaluation; Facility Access Survey; Transition  Plan; Comprehensive ADA Access Plan Final Report.     FUNDING AND AGENCY RESPONSIBILITIES:  Responsible  Agency  Estimated  Person Days Budget Funding  Source  Fiscal Year    Consultant  35  $35,000 State PPM  2017/2018  Total  35  $35,000       Page 20 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  ESTIMATED SCHEDULE:  Tasks Jul  Aug  Sep  Oct Nov Dec Jan Feb Mar Apr  May Jun 1 x  x                      2‐5     x  x  x  x  x  x  x  x  x    6            x       Page 21 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  WORK ELEMENT 14 – TRAINING    PURPOSE:   To provide funding for technical training in the transportation planning field to the Mendocino  Council of Governments (MCOG) planning staff, and to local agency staff, to stay abreast of  changes in the field.    PREVIOUS WORK:   This is an annual training work element that has been included in MCOG’s Overall Work  Program since FY 2003/04.  TASKS:  1.  Attendance at transportation planning academies, seminars, workshops or training  sessions that may be offered through Caltrans or other agencies.  (MCOG, County,  Cities, MTA).  This task includes staff time and direct costs (i.e. registration, travel,  lodging, meals, etc.)  PRODUCTS:   Educational and training materials; trained/educated staff.    FUNDING AND AGENCY RESPONSIBILITIES:  Responsible  Agency  Estimated  Person Days Budget Funding  Source  Fiscal Year    MCOG  Direct Costs  15  n/a  $10,000  $6,000  Local LTF  Local LTF  2017/2018  2017/2018  County/Cities/  MTA  Direct Costs    n/a    $5,000    Local LTF    2017/2018  Total  15  $21,000        ESTIMATED SCHEDULE:  Tasks Jul  Aug  Sep  Oct Nov Dec Jan Feb Mar Apr  May Jun 1 x  x  x  x  x  x  x  x  x  x  x  x    ( Page 22 of 37 The parties to this AGREEMENT agree to the terms of this Annual Exhibit and acknowledge that all applicable terms and conditions of the Master Agreement, effective July 1, 2017, shall apply: Mendocino Council of Governments: City of Ukiah: {Dl::i!fod ~ Phillip J. Dow, P.E., Executive Director Duly authorized Subrecipient signatory Date: -~C>=· ~7-k~e'+-/-/r-,Z __ Date: Cf-I~·~ 1-, MCOG FY 2017 /18 Subrecipient Cooperative Agreement-City of Ukiah Mendocino Council of Governments (MCOG)Distrib'd Distrib'd Distrib'd New Fully Fully New distrib'nNew policyBalancesall at once all at once all at once MCOG admin claimed claimed policy adoptedadoptedPreliminary FY 2005/06 Available7/12/20006/14/2001 7/1/2002 procedures* 5/20/20087/10/20066/5/2006**6/6/11***Estimate to 2017/18to ClaimFiscal Year:1997/98 1998/99 1999/2000 2000/01 2001/02 2002/03 2003/04 2004/05 2005/06 2006/07 2007/08 2008/09 2009/10 2010/11 2011/12 2012/13 2013/14 2014/15 2015/16 2016/17 2017/18TotalsAs of 7/17/2017Partnership Fund/Local Assistance50,000 75,000 100,000 100,000 100,000 190,000 190,000 190,000 190,000 190,000 190,000 190,000 190,0001,945,000NAPoint Arena19,219 38,602 44,827 48,176 53,139 35,645 57,694 49,779 49,214 51,031 43,367 51,480 45,979 54,677 54,677 62,885 54,622 65,346 55,310 50,409 66,449705,447288,572Willits29,412 52,916 63,931 69,858 78,639 47,684 86,698 72,694 74,461 77,210 65,615 77,889 69,566 82,726 82,726 95,145 82,643 98,869 83,684 76,268 100,5381,067,341436,609Fort Bragg31,379 55,678 67,618 74,042 83,561 50,007 92,296 77,116 79,333 82,262 69,908 82,986 74,118 88,139 88,139 101,370 88,051 105,338 89,159 81,259 107,1161,137,18081,259Ukiah47,321 78,064 97,497 107,953 123,443 68,836 137,659 112,955 118,820 123,207 104,703 124,290 111,009 132,009 132,009 151,825 131,876 157,767 133,536 121,703 160,4311,703,1841,071,734County DOT34,996 60,756 74,396 81,734 92,608 54,279 98,937 85,246 88,290 91,550 77,801 92,355 82,486 98,091 98,091 112,816 97,992 117,231 99,226 90,433 119,2101,265,57190,4337,823,723TOTALS162,327 286,016 348,269 381,764 431,390 256,452 473,283 397,791 460,119 500,261 461,393 528,999 483,158 645,642 645,642 714,041 645,185 734,551 650,915 610,072 743,745 10,561,0151,968,606Cross Check:162,327 286,016 348,269 381,764 431,390 256,452 473,283 397,791 460,119 500,261 461,393 528,999 483,158 645,642 645,642 714,041 645,185 644,551 650,915 610,072 743,745 10,471,015AdjustmentAdjustmentNo Shading = Available to Claim90,00090,000Shading = Paid to Claimants734,55110,561,015Shading = Estimated funding, not yet received from StateFY 1997/98NOTES:to 2017/18* Claimants to submit Annual Report, Project List, and compliance agreement each funding cycle.** Reserves MCOG share "off the top" to capital fund for regional projects.*** Reserves additional MCOG share "off the top" for Local Assistance - Project Delivery. Adjustment: Local Assistance not started until FY 2011/12.8/3/1999Distributed2 years at onceRegional Surface Transportation Program (RSTP)Section 182.6 d(1)"d1 Fund"Cumulative (Formula) Distributions by MCOG 1997/98 to 2017/18Prep'd by J. OrthRSTP d1 Distribution Summary-RevisedUpdated 7/27/2017EXHIBIT A-2Subrecipient Scope of Work and Budget (Refer to Exhibit C-2 for details) (Blank Page)  Page 24 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  EXHIBIT B  Sample Subrecipient Invoice  (Available by request in Excel format)    (Blank Page)  Page 25 of 37    MCOG FY 2017/18 Subrecipient Cooperative Agreement – City of Ukiah  EXHIBIT C  MCOG’s Adopted Policies & Instructions    Attached:  C‐1  Transportation Planning Overall Work Program (OWP) Policies and  Application Instructions (4 pages)  C‐2  Regional Surface Transportation Program (RSTP) Administrative Procedures  (4 pages)  C‐3  Local Transportation Fund 2% Bicycle & Pedestrian Program Application Form  (4 pages)  (Blank Page)  Amended 10/3/16 Page 1 of 2 MENDOCINO COUNCIL OF GOVERNMENTS OVERALL WORK PROGRAM (OWP) POLICIES AND APPLICATION INSTRUCTIONS General Information The Mendocino Council of Governments has adopted a policy that a portion of Local Transportation Funds (LTF) will be allocated to assist in funding the annual transportation planning work program. Other funding sources for the work program include various State and Federal funds. Eligible Applicants/Projects Eligible applicants include the parties to MCOG’s Joint Powers Agreement (JPA), which are the Cities of Ukiah, Willits, Fort Bragg, and Point Arena; and the County of Mendocino. Mendocino Transit Authority is also an eligible applicant. Other potential applicants must have an eligible JPA member sponsor agency. Projects funded under the annual work program are of a planning nature, including studies related to transportation needs, technical assistance, transportation-related training for Technical Advisory Committee (TAC) members, Local Agency Staff, and MCOG staff; and administration of the work program, and direct costs. Application Cycle/Schedule The cycle for the OWP process shall begin annually October 15, at which time MCOG staff will forward the OWP application package consisting of these Policies and Application Instructions, an Application/Proposed Scope of Work Form (attached), and a Quarterly Report Form (attached) to TAC members. There shall be a six week application period of October 15 - December 1, with all applications due to the MCOG office no later than 5:00 p.m. on December 1 of each year (if this date falls on a weekend, the following Monday shall apply). Applicants must submit fourteen (14) copies of the completed application/scope of work form, and one electronic copy. Incomplete applications or applications with insufficient copies will be returned to the applicant for completion. A preliminary draft OWP is prepared by MCOG staff for review at the TAC level, and submitted to Caltrans by March 1. After incorporation of Caltrans’ comments, a Final OWP is prepared for MCOG approval. The Final OWP is adopted along with the Regional Transportation Planning Agency annual budget in June of each year. Quarterly Reporting/Payments All agencies that are funded under the work program are required to submit quarterly progress reports to the MCOG office within 15 days following the end of each quarter. The progress of each work element is then compiled into a quarterly OWP report, which is submitted to the State. Amended 10/3/16 Page 2 of 2 Payments are tied to timely submittal of quarterly reports and satisfactory performance as determined by MCOG. Payments are made to work program participants upon invoicing with documentation of work performed, and subject to approval by MCOG’s Executive Director. Amendments Any change in the approved work program requires an amendment approved by both MCOG and Caltrans, therefore any delays or problems should be promptly communicated with MCOG staff. Amendments to the approved work program are not allowed by Caltrans after April 1 of any year. Carryover Requests The program period for each work program is July 1 through June 30 of each year. Every attempt must be made to complete programmed activities within the programmed fiscal year; however, if there is a need to carry over a project to the next fiscal year for completion, the requesting agency must submit justification for the carry over to MCOG. Carryover requests are subject to the following restrictions: Projects funded with State Rural Planning Assistance (RPA) funds are expected to be completed in the initial year of programming; however, limited extensions are possible and will be considered on a case-by-case basis (subject to approval by the MCOG Executive Director). Caltrans allows up to 25% of an agency’s annual RPA allocation to be carried over for a maximum of one year, after the initial year or programming. Projects funded with Local Transportation Funds (LTF) funds may be carried over (subject to approval by the MCOG Executive Director) for a maximum of two years, after the initial year of programming. Projects funded with Planning, Programming & Monitoring (PPM) funds may be carried over (subject to approval by the MCOG Executive Director) for a maximum of two years, after the initial year of programming. Grant funded projects are subject to the carryover provisions of the pertinent State or Federal funds. Attachments: OWP Application – Scope of Work Form OWP Quarterly Report Form Revised 10/3/16 Page 1 of 1 MENDOCINO COUNCIL OF GOVERNMENTS FY _______ OVERALL WORK PROGRAM APPLICATION - PROPOSED SCOPE OF WORK Applicant Agency: Date Submitted: Contact Person: Project Title: Use additional sheets as necessary to prepare outline. GOAL/PURPOSE - What does this planning project intend to achieve? How does this planning work address the goals and objectives of the Regional Transportation Plan? See RTP pages 21-30 - available on MCOG’s website www.mendocinocog.org. PREVIOUS WORK - Has any related work been done in the past? TASKS - List all tasks and responsible party for each task. PRODUCTS - Identify products of the planning effort. How will these products be used to improve the state, regional, or local transportation system? TIME SCHEDULE - Provide a monthly schedule by task. Schedule must indicate that all tasks can be completed in one fiscal year. SAMPLE Tasks Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun 1 x x x 2-6 x x x x x x 7 x x x ESTIMATED PERSON DAYS/ COST BREAKDOWN - Provide estimated person days and costs for each agency and consultant. PROPOSED FUNDING SOURCES & AMOUNTS - Provide amounts of proposed funding from all sources. Are there leveraging opportunities available? Has funding from other sources been sought for this planning project? Notes: 1. Receipts and documentation are required for all direct costs, including copies of consultant invoices and receipts. Mark-up of direct costs is not allowed. 2. Travel costs are limited to Caltrans approved travel rates, available at the following link: http://www.dot.ca.gov/hq/asc/travel/ch12/1consultant.htm#rr. 3. It is applicant’s responsibility to comply with all fiscal and procurement requirements of federal, state, regional, or local funding agencies. 4. The Transportation Development Act (TDA) requires recipients of Local Transportation Funds to submit annual fiscal audits to MCOG. Revised 10/3/16 Page 1 of 1 MENDOCINO COUNCIL OF GOVERNMENTS OVERALL WORK PROGRAM QUARTERLY REPORT __________ Quarter, FY _________ AGENCY: DATE: WORK ELEMENT NO./TITLE: PURPOSE: PROGRESS: PRODUCT EXPECTED: PROBLEMS: OUTLOOK/STATUS: FUNDS CLAIMED: OWP Funding: $__________ Claimed this quarter: $__________ Claimed to date $__________ (including current quarter): Balance to be claimed: $__________ Page 1 of 4 REGIONAL SURFACE TRANSPORTATION PROGRAM (RSTP) Section 182.6(d)(1) Administrative Procedures As of September 15, 2003 Amended June 25, 2007 General Information The Mendocino Council of Governments (MCOG) annually distributes the RSTP Section 182.6(d)(1) funds to the County of Mendocino, and the Cities of Ukiah, Willits, Fort Bragg, and Point Arena, based on a distribution formula adopted by MCOG on November 2, 1998 and amended on June 5, 2006. Prior to this annual distribution of funds, an Exchange Agreement is executed annually between MCOG and the State Department of Transportation (Caltrans) to exchange these federal RSTP funds for state funds, thus eliminating the administrative burden of processing federal funds and some federal requirements for use of the funds. Funding Cycle During a normal funding cycle, MCOG receives instructions from the State to begin the process to exchange the RSTP funds sometime during the calendar year, resulting in an executed Exchange Agreement and receipt of funds by or near June 30 of each fiscal year. MCOG then notifies eligible claimants of the amount of available funding, per the formula distribution. Funds are then distributed to the County and Cities upon compliance with administrative requirements, as explained below. Administrative Requirements/Response to Caltrans' Audit Findings In response to the "Report on Caltrans Special Request Review" dated May 15, 2003, the following administrative requirements are hereby implemented to assure that the agencies receiving the RSTP funds are using the funds properly, and to assure that MCOG is properly tracking the funds. 1. Project Lists. Each entity shall be required to submit to MCOG a list of eligible projects on which they expect to expend the funds, prior to funds being distributed by MCOG. The list shall include the names of all streets and roads with potential projects, the type of project (rehabilitation, maintenance, etc.) and the functional classification based on the "annual maintained mileage report" prepared by each agency. 2. Agreement Compliance. MCOG is required to sign an annual Exchange Agreement with the State which states that MCOG (and project sponsors) agree to comply with required conditions. Therefore, each entity shall receive a copy of the agreement and be required to sign a statement of compliance in order to receive funds. 3. Annual Report. Each entity shall be required to submit an annual report before receiving new RSTP funds each annual cycle. The report shall indicate how funds were expended or explain if funds are being carried over for a larger project. The first annual report was due June 30, 2004. (Note: the annual report should agree with the project list submitted, otherwise provide a written explanation). Page 2 of 4 Form rev. 6/25/2007 REGIONAL SURFACE TRANSPORTATION PROGRAM (RSTP) Section 182.6(d)(1) Annual Project List – Fiscal Year _____ (List all Potential Projects) Est. Street/Road Type of Project Functional Classification Amount ___________________________________ Authorized Signature Date ___________________________________ Printed Name & Title ___________________________________ Agency Page 3 of 4 Form rev. 6/25/2007 REGIONAL SURFACE TRANSPORTATION PROGRAM (RSTP) Section 182.6(d)(1) Statement of Compliance with Exchange Agreement As required by MCOG's administrative procedures for the RSTP Section 182.6(d)(1) program, the undersigned claimant hereby acknowledges that he/she has received a copy of the Exchange Agreement dated ______________ between MCOG and the State Department of Transportation (Caltrans), and agency agrees to comply with the applicable required conditions contained therein. ___________________________________ Authorized Signature Date ___________________________________ Printed Name & Title ___________________________________ Agency This Page  For Reference Only  ‐ Superseded by  “Subrecipient  Agreement”  Page 4 of 4 Form rev. 6/25/2007 REGIONAL SURFACE TRANSPORTATION PROGRAM (RSTP) Section 182.6(d)(1) Annual Report Reporting Period: Fiscal Year ending 6/30/_____ Amount Received $____________ Briefly describe how the RSTP funds were expended by your agency during the previous fiscal year. If expenditures do not match the previously submitted project list, please provide a written explanation. If your agency is "saving" the RSTP funds for a larger project than cannot be funded in a single year, please indicate below. If funds are being carried over for any other reason, please explain. _________________________________________________________________________________ 1. RSTP d(1) funds were expended on the following project(s): Street/Road Type of Project Functional Classification Amount _________________________________________________________________________________ 2. RSTP d(1) funds are being carried over as described below: ___________________________________ __________________________________ Authorized Signature Date Printed Name & Title ___________________________________ Agency Fiscal Year: _________ APPLICATION FOR MCOG FUNDING PEDESTRIAN and/or BICYCLE FACILITIES PROJECT Please complete each portion of the application in as much detail as possible/appropriate. 1. Project Name: 9. Line item cost estimate: a. Environmental Documentation b. Design c. Right-of-Way d. Construction 2. Applicant (City, County, MTA) 3. Estimated Total Cost: $ 4. Funding Requested: $ 5. Other Funding: (identify amounts & sources) 6. This Form Prepared By: 7. Phone Number: 8. Date: 10. Description of project: Specify type of facility (pedestrian walkway, standard sidewalk, bikeway (Class I, II, or III) multi-use facility, ADA compliance, etc. How does this project implement the 2008 California Complete Streets legislation? Bike & Pedestrian Application Page 2 Revised form approved by MCOG 10/4/2010 11. How would this facility improve safety? (Upgrade existing facility, provide new facility, remove gaps in existing system?) 12. How much use (in users per day, or per week) would this facility get? What is the basis for this estimate? (What is the traffic volume on adjacent street/road, if applicable?) 13. To what extent would this facility be used by commuters? Commuters are people (including children) who use the facility for utilitarian purposes (including work, school, shopping, etc.). Identify below and on project map, non-motorized traffic generators and attractors (residential neighborhoods, schools, shopping, recreational areas, etc.) along or at termini of proposed project. 14. What is the readiness of this project? Include milestones for each activity below: Activity Date (mo/yr) Environmental Design Right-of-Way Construction Bike & Pedestrian Application Page 3 Revised form approved by MCOG 10/4/2010 15. Will this project completely or partially implement a specific plan that has been developed and adopted for the area? Examples are: Downtown Design Plan, Community Action Plan, Downtown Streetscape Plan, ADA Implementation Plan, Transit Service Implementation Plan. 16. Is the proposed project identified in or consistent with existing plans for the area (Bikeway Plan, City/County General Plans, Coastal Commission, Regional Transportation Plan, and others)? Identify where project is listed in plan or state how consistency with plan is achieved. 17. What alternate sources of funding have been sought for this project? Source Application Date Status Date Available if Approved 18. Is this non-motorized project a component of a larger project? If so, provide details of the larger project Bike & Pedestrian Application Page 4 Revised form approved by MCOG 10/4/2010 19. What other funds have already been committed to this project? Fund Type Amount Documentation (Funding Agreement, Resolution/Minute Order) 20. Does your agency currently have any open LTF 2% Bike & Pedestrian projects? If so, what is the status? 21. Other Comments: