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WHEREAS, for any terms or conditions covered under this AGREEMENT that may be superseded by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: