HomeMy WebLinkAboutContracts & Agreements_246-2023PROGRAM SUPPLEMENT NO. 00000A359
to
ADMINISTERING AGENCY -STATE AGREEMENT
FOR STATE FUNDED PROJECTS NO 08-5083S21
Adv. Project ID Date: November 27, 2023
0824000079 Location: 08-SBD-O-RDL
Project Number: HSIPSL-5083(029)
E.A. Number:
Locode: 5083
This Program Supplement, effective 11/3/2023, hereby adopts and incorporates into the Administering Agency -State
Agreement No. 08-5083S21 for State Funded Projects which was entered into between the ADMINISTERING AGENCY
and the STATE with an effective date of 07/13/2021 and is subject to all the terms and conditions thereof. This PROGRAM
SUPPLEMENT is executed in accordance with Article I of the aforementioned Master Agreement under authority of
Resolution No. 7698 approved by the ADMINISTERING AGENCY on Dec. 20, 2016 (See copy attached).
The ADMINISTERING AGENCY further stipulates that as a condition to the payment by the State of any funds derived
from sources noted below encumbered to this project, Administering Agency accepts and will comply with the Special
Covenants and remarks set forth on the following pages.
PROJECT LOCATION: Intersection of San Bernardino Avenue and Church Street
TYPE OF WORK: Upgrade Signals
LENGTH: 0.0(MILES)
Estimated Cost
State Funds
Matching Funds
$115,000.00
STATE
$103,500.00
LOCAL
$11,500.00
OTHER
$0.00
CITY OF REDLAM9S
i/;°
By
Title Eddie Tejeda, Mayo
Date 12. 12 - 202
Attest
Donaldson, City Clerk
STATE OF CALIFORNIA
Department of Transportation
By %aN.eG e
Chief, Office of Project Implementation
Division of Local Assistance
Date
12/26/2023
I hereby certify upon my personal knowledge that budgeted funds are available for this encumbrance:
Accounting Officer
Date
11/27/2023
Program Supplement 08--508-A359- SERIAL Page 1 of 3
$103,500.00
08-SBD-O-RDL
HSIPSL-5083(029)
SPECIAL COVENANTS OR REMARKS
1. A. This PROJECT has received STATE funds from Highway Safety Improvement Program
(HSIP). The ADMINISTERING AGENCY agrees to administer the PROJECT in accordance
with the Highway Safety Improvement Program (HSIP) Guidelines, the Local Assistance
Procedures Manual (LAPM), the Local Assistance Program Guidelines (LAPG), and this
PROGRAM SUPPLEMENT.
B. The STATE funds for this PROJECT may be provided under one or more phases, which
are Preliminary Engineering (PE), Right -of -Way (R/W) and Construction (Con).
A phase -specific fund allocation is required, in addition to other requirements, before
reimbursable work can occur for the phase identified. Each allocation will be assigned an
effective date and identify the amount of funds allocated per phase. Unless otherwise
determined, the effective date of the phase -specific allocation will constitute the start of
reimbursable expenditures for the phase. The STATE funds available for reimbursement will
be limited to the amount allocated by the STATE for the phase.
C. At the time of the first fund allocation approval for the Project, this PROGRAM
SUPPLEMENT, a STATE -approved Allocation Letter and STATE Finance Letter are prepared
to allow reimbursement of eligible PROJECT expenditures for the phase allocated.
D. STATE and ADMINISTERING AGENCY agree that any additional fund allocations made
after the execution of this PROGRAM SUPPLEMENT, for the phase that has been authorized
in the first fund allocation approval or for a new phase, will be encumbered on this PROJECT
by use of a STATE -approved Allocation Letter and a STATE Finance Letter and are subject to
the terms and conditions thereof.
E. This PROJECT is subject to the delivery requirements enacted by the HSIP guidelines. The
delivery requirements may be accessed at: https://dot.ca.gov/programs/local-assistance/fed-
and-state-programs/highway-safety-improvement-program/delivery-requirements-status-
approved-projects.
F. Award information shall be submitted by the ADMINISTERING AGENCY to the District
Local Assistance Engineer immediately after project contract award and prior to the submittal
of the ADMINISTERING AGENCY'S first invoice for the construction contract. Failure to do so
will cause a delay in the State processing of invoices for the construction phase.
G. The ADMINISTERING AGENCY shall invoice STATE for PE, R/W and CON costs no later
than 180 days after the end of expenditure the phase. For construction costs, the
ADMINISTERING AGENCY has 180 days after project completion or contract acceptance to
make the final payment to the contractor, prepare the final Report of Expenditures and final
invoice, and submit to STATE for verification and
Program Supplement 08--508-A359- SERIAL Page 2 of 3
08-SBD-O-RDL
HSIPSL-5083(029)
SPECIAL COVENANTS OR REMARKS
payment.
H. ADMINISTERING AGENCY agrees to submit the final report documents that collectively
constitute a "Report of Expenditures" within one hundred eighty (180) days of PROJECT
completion. Failure of ADMINISTERING AGENCY to submit a "Final Report of Expenditures"
within 180 days of PROJECT completion will result in STATE imposing sanctions upon
ADMINISTERING AGENCY in accordance with the current LAPM provisions.
I. ADMINISTERING AGENCY agrees to comply with the requirements in 2 CFR Part 200,
Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal
Awards (applicable to Federal and State Funded Projects).
J. By executing this PROGRAM SUPPLEMENT, ADMINISTERING AGENCY agrees to
provide the STATE, upon request, with the information related to the PROJECT for the
purpose of project evaluation or other purposes.
K. The ADMINISTERING AGENCY shall construct the PROJECT in accordance with the
scope of work presented in the application and approved by the State. Any changes to the
approved PROJECT scope without the prior expressed approval of the State are ineligible for
reimbursement and may result in the entire PROJECT becoming ineligible for reimbursement.
Program Supplement 08--508-A359- SERIAL Page 3 of 3
RESOLUTION NO. 7698
RESOLUTION OF THE CITY COUNCIL OF THE CITY REDLANDS, STATE OF
CALIFORNIA, AUTHORIZING THE MAYOR, OR ANY COUNCIL MEMBER, TO
EXECUTE STATE TRANSPORTATION PROGRAM DOCUMENTS REQUIRED FOR
- HIGHWAY PROJECT GRANT FUNDING AND RESCINDING RESOLUTION NO.
6934
WHEREAS, the City of Redlands (the "City") is eligible to receive State and/or
Federal funding for certain transportation projects through the California Department of
Transportation; and
WHEREAS, Master Agreements, Program Supplement Agreements, Fund Exchange
Agreements, Fund Transfer Agreements and Right -of -Way Certifications with the California
.Department of Transportation must be executed by an authorized City representative before
such funds can be obtained and expended by the City; and
WHEREAS, the city Council of the City wishes to authorize the Mayor or any
Council Member to execute all Master Agreements, Program Supplement Agreements, Fund
Exchange Agreements, Fund Transfer Agreements and Right -of -Way Certifications and any -
amendments thereto, with the California Department of Transportation;
NOW, THEREFORE, BE IT RESOLVED by the City Council of- the City of
Redlands, State of California, as follows:
Section 1. The City Council of the City of Redlands hereby authorizes the Redlands
Mayor or any Redlands City Council Member to approve, execute documents required to
receive funding for various transportation projects, including but not limited to right-of-way
certifications on behalf of the City. Such documents, when duly executed by the Mayor or
any Redlands City Council Member shall be binding upon the City.
Section 2. Resolution No. 6934 of the City Council of the City of Redlands is hereby
rescinded.
ADOPTED, SIGNED AND APPROVED this 20th day of December, 2016.
ATTEST:
1Q Donaldson, City Clerk
I:\cclerk\Resolutions\Res 7600-7699\7698 Authorize Mayor to execute Federal Aid
documents.docx
I, Jeanne Donaldson, City Clerk of the City of Redlands, hereby certify that the foregoing
resolution was adopted by the City Council at a regular meeting thereof held on the 20th day of
December, 2016 by the following vote:
AYES: Councilmembers Harrison, Gilbreath, Barich, Tejeda; Mayor Foster
NOES: None
ABSTAIN: None
ABSENT: None
)"--)
eanne Donaldson, City Clerk