HomeMy WebLinkAboutState of California Department of Transportation - Bike Path - 5066(063) - 2025PROGRAM SUPPLEMENT NO. F031
to
ADMINISTERING AGENCY -STATE AGREEMENT
FOR FEDERAL -AID PROJECTS NO 11-5066F15
Adv. Project ID Date: June 30, 2025
1125000228 Location: 11-SD-0-NATC
Project Number: ATPL-5066(063)
E.A. Number:
Locode: 5066
This Program Supplement hereby adopts and incorporates the Administering Agency -State Agreement for Federal Aid
which was entered into between the Administering Agency and the State on 07/11/2016 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. 2025-84 approved by the Administering Agency on 08/05/2025 (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 obligated to this PROJECT, the Administering Agency accepts and will comply with the special
covenants or remarks set forth on the following pages.
PROJECT LOCATION: At two locations: adjacent to Marina Way from 32nd Street to Bay Marina Drive; and at the
Interstate 5 Underpass running along W19th Street from Wilson to McKinley Avenue.
TYPE OF WORK: Bike Path
LENGTH: 0.0(MILES)
Estimated Cost
Federal Funds
Matching Funds
$8,919,000.00
Y306 $5,681,000.00
LOCAL
$1,995,000.00
STATE $1,243,000.00
OTHER
$0.00
CITY OF NATIONAL CITY
By o,J
Title
Date
Attest ��
FDocuS� n
(�qtt
STATE OF CALIFORNIA
Department of Transportation
%Tr�wca.i N4cw¢xt<..s.
By
For: Chief, Office of Project Management Oversight
Division of Local Assistance
Date 09/15/2025
I hereby certify upon my personal knowledge that budgeted funds are available for this encumbrance:
Accounting Officer Y' Date
6/30/2025
$6,924,000.00
Program Supplement 11-5066F15-F031- ISTEA Page 1 of 9
11-SD-0-NATC
ATPL-5066(063)
SPECIAL COVENANTS OR REMARKS
1. A. The ADMINISTERING AGENCY will advertise, award and administer this project in
accordance with the current published Local Assistance Procedures Manual.
B. ADMINISTERING AGENCY agrees that it will only proceed with work authorized for
specific phase(s) with an "Authorization to Proceed" and will not proceed with future phase(s)
of this project prior to receiving an "Authorization to Proceed" from the STATE for that
phase(s) unless no further State or Federal funds are needed for those future phase(s).
C. 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 invoices for the construction phase.
Attention is directed to Section 15.7 "Award Package" of the Local Assistance Procedures
Manual.
D. ADMINISTERING AGENCY agrees, as a minimum, to submit invoices at least once every
six months commencing after the funds are encumbered for each phase by the execution of
this Project Program Supplement Agreement, or by STATE's approval of an applicable
Finance Letter. STATE reserves the right to suspend future authorizations/obligations for
Federal aid projects, or encumbrances for State funded projects, as well as to suspend
invoice payments for any on -going or future project by ADMINISTERING AGENCY if
PROJECT costs have not been invoiced by ADMINISTERING AGENCY for a six-month
period.
If no costs have been invoiced for a six-month period, ADMINISTERING AGENCY agrees to
submit for each phase a written explanation of the absence of PROJECT activity along with
target billing date and target billing amount.
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 Local Assistance Procedures
Manual.
E. Administering Agency shall not discriminate on the basis of race, religion, age, disability,
color, national origin, or sex in the award and performance of any Federal -assisted contract or
in the administration of its DBE Program Implementation Agreement. The Administering
Agency shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure
nondiscrimination in the award and administration of Federal -assisted contracts. The
Administering Agency's DBE Implementation Agreement is incorporated by reference in this
Program Supplement 11-5066F15-F031- ISTEA Page 2 of 9
11-SD-0-NATC
ATPL-5066(063)
SPECIAL COVENANTS OR REMARKS
Agreement. Implementation of the DBE Implementation Agreement, including but not limited
to timely reporting of DBE commitments and utilization, is a legal obligation and failure to carry
out its terms shall be treated as a violation of this Agreement. Upon notification to the
Administering Agency of its failure to carry out its DBE Implementation Agreement, the State
may impose sanctions as provided for under 49 CFR Part 26 and may, in appropriate cases,
refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil
Remedies Act of 1986 (31 U.S.C. 3801 et seq.).
F. Any State and Federal funds that may have been encumbered for this project are available
for disbursement for limited periods of time. For each fund encumbrance the limited period is
from the start of the fiscal year that the specific fund was appropriated within the State Budget
Act to the applicable fund Reversion Date shown on the State approved project finance letter.
Per Government Code Section 16304, all project funds not liquidated within these periods will
revert unless an executed Cooperative Work Agreement extending these dates is requested
by the ADMINISTERING AGENCY and approved by the California Department of Finance.
ADMINISTERING AGENCY should ensure that invoices are submitted to the District Local
Assistance Engineer at least 75 days prior to the applicable fund Reversion Date to avoid the
lapse of applicable funds. Pursuant to a directive from the State Controller's Office and the
Department of Finance; in order for payment to be made, the last date the District Local
Assistance Engineer can forward an invoice for payment to the Department's Local Programs
Accounting Office for reimbursable work for funds that are going to revert at the end of a
particular fiscal year is May 15th of the particular fiscal year. Notwithstanding the unliquidated
sums of project specific State and Federal funding remaining and available to fund project
work, any invoice for reimbursement involving applicable funds that is not received by the
Department's Local Programs Accounting Office at least 45 days prior to the applicable fixed
fund Reversion Date will not be paid. These unexpended funds will be irrevocably reverted by
the Department's Division of Accounting on the applicable fund Reversion Date.
G. As a condition for receiving federal -aid highway funds for PROJECT, the Administering
Agency certifies that NO members of the elected board, council, or other key decision makers
are on the Federal Government Exclusion List. Exclusions can be found at www.sam.gov.
H. This PROJECT is programmed to receive Federal funding from the Active Transportation
Program (ATP). Funding may be provided under one or more components. A component(s)
specific fund allocation is required, in addition to other requirements, before reimbursable
work can occur for the component(s) identified. Each allocation will be assigned an effective
date and identify the amount of funds allocated per component(s).
Program Supplement 11-5066F15-F031- ISTEA Page 3 of 9
11-SD-0-NATC
ATPL-5066(063)
SPECIAL COVENANTS OR REMARKS
This PROGRAM SUPPLEMENT has been prepared to allow reimbursement of eligible
PROJECT expenditures for the component(s) allocated. The start of reimbursable
expenditures is restricted to the later of either 1) the effective date of the component specific
allocation or the effective date of the federal obligation of funds.
I. STATE and ADMINISTERING AGENCY agree that any additional funds which might be
made available by future Federal obligations will be encumbered on this PROJECT by use of
a STATE -approved "Authorization to Proceed" and Finance Letter. ADMINISTERING
AGENCY also agrees that Federal funds available for reimbursement will be limited to the
amounts obligated by the Federal Highway Administration and that STATE funds available for
reimbursement will be limited to the amounts allocated by the California Transportation
Commission and/or STATE.
J. Upon ADMINISTERING AGENCY request, the CTC and/or STATE may approve
supplementary allocations, time extensions, and fund transfers between components. Funds
transferred between allocated project components retain their original timely use of funds
deadlines, but an approved time extension will revise the timely use of funds criteria for the
component(s) and allocation(s) requested. Approved supplementary allocations, time
extensions, and fund transfers between components made after the execution of this
PROGRAM SUPPLEMENT will be documented and considered subject to the terms and
conditions thereof.
Documentation will consist of a Federal Highway Administration -approved "Authorization to
Proceed" notification, a STATE approved Allocation Letter, Fund Transfer Letter, Time
Extension Letter, and Finance Letter, as appropriate.
K. This PROJECT will be administered in accordance with the applicable CTC STIP
guidelines and the Active Transportation Program guidelines as adopted or amended, the
Local Assistance Procedures Manual (LAPM), the Local Assistance Program Guidelines
(LAPG), and this PROGRAM SUPPLEMENT.
L. The submittal of invoices for PROJECT costs shall be in accordance with the above -
referenced publications and the following. The ADMINISTERING AGENCY shall invoice
STATE for environmental & permits, plans specifications & estimate, and right-of-way costs
no later than 180 days after the end of last eligible fiscal year of expenditure. For construction
costs, the ADMINISTERING AGENCY has 180 days after project completion or contract
acceptance, whichever occurs first, to make the final payment to the contractor and prepare
the final Report of Expenditures and final invoice, and submit to STATE for verification and
payment.
M. All obligations of STATE
under the terms
of this Agreement
are subject to the
appropriation of resources by
the Legislature and
the encumbrance
of funds under this
Agreement. Funding and
reimbursement are
available only
upon the passage
Program Supplement 11-5066F15-F031- ISTEA Page 4 of 9
11-SD-0-NATC
ATPL-5066(063)
SPECIAL COVENANTS OR REMARKS
of the State Budget Act containing these Federal funds.
N. This PROJECT is subject to the timely use of funds provisions enacted by the ATP
Guidelines, as adopted or amended, and by approved CTC and State procedures as outlined
below.
Funds allocated for the environmental & permits (E&P), plan specifications & estimate
(PS&E), and right-of-way components are available for expenditure until the end of the
second fiscal year following the year in which the funds were allocated.
Funds allocated for the construction component are subject to an award deadline and contract
completion deadline. ADMINISTERING AGENCY agrees to award the contract within 6
months of the construction fund allocation and to complete and accept the construction within
36 months of award.
O. By executing this PROGRAM SUPPLEMENT, ADMINISTERING AGENCY agrees to
comply with all reporting requirements in accordance with the Active Transportation Program
Guidelines, as adopted or amended.
P. This PROJECT has received funds from Active Transportation Program (ATP). The
ADMINISTERING AGENCY agrees to administer the project in accordance with the CTC
Adopted SB1 Accountability and Transparency Guidelines.
2. A. ADMINISTERING AGENCY shall conform to all State statutes, regulations and procedures
(including those set forth in the Local Assistance Procedures Manual and the Local
Assistance Program Guidelines, hereafter collectively referred to as "LOCAL ASSISTANCE
PROCEDURES") relating to the federal -aid program, all Title 23 Code of Federal Regulation
(CFR) and 2 CFR Part 200 federal requirements, and all applicable federal laws, regulations,
and policy and procedural or instructional memoranda, unless otherwise specifically waived
as designated in the executed project -specific PROGRAM SUPPLEMENT.
B. Invoices shall be formatted in accordance with LOCAL ASSISTANCE PROCEDURES.
C. ADMINISTERING AGENCY must have at least one copy of supporting backup
documentation for costs incurred and claimed for reimbursement by ADMINISTERING
AGENCY. ADMINISTERING AGENCY agrees to submit supporting backup documentation
with invoices if requested by State. Acceptable backup documentation includes, but is not
limited to, agency's progress payment to the contractors, copies of cancelled checks showing
amounts made payable to vendors and contractors, and/or a computerized summary of
PROJECT costs.
Program Supplement 11-50661715-F031- ISTEA Page 5 of 9
11-SD-0-NATC
ATPL-5066(063)
SPECIAL COVENANTS OR REMARKS
D. Indirect Cost Allocation Plan/Indirect Cost Rate Proposals (ICAP/ICRP), Central Service
Cost Allocation Plans and related documentation are to be prepared and provided to STATE
(Caltrans Audits & Investigations) for review and approval prior to ADMINISTERING AGENCY
seeking reimbursement of indirect costs incurred within each fiscal year being claimed for
State and federal reimbursement. ICAPs/ICRPs must be prepared in accordance with the
requirements set forth in 2 CFR, Part 200, Chapter 5 of the Local Assistance Procedural
Manual, and the ICAP/ICRP approval procedures established by STATE.
E. STATE will withhold the greater of either two (2) percent of the total of all federal funds
encumbered for each PROGRAM SUPPLEMENT or $40,000 until ADMINISTERING
AGENCY submits the Final Report of Expenditures for each completed PROGRAM
SUPPLEMENT PROJECT.
F. Payments to ADMINISTERING AGENCY for PROJECT -related travel and subsistence
(per diem) expenses of ADMINISTERING AGENCY forces and its contractors and
subcontractors claimed for reimbursement or as local match credit 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 ADMINISTERING AGENCY
are in excess of DPA rates, ADMINISTERING AGENCY is responsible for the cost difference,
and any overpayments inadvertently paid by STATE shall be reimbursed to STATE by
ADMINISTERING AGENCY on demand within thirty (30) days of such invoice.
G. ADMINISTERING AGENCY agrees to comply with 2 CFR, Part 200, Uniform
Administrative Requirements, Cost Principles and Audit Requirement for Federal Awards.
H. ADMINISTERING AGENCY agrees, and will assure that its contractors and
subcontractors will be obligated to agree, that Contract Cost Principles and Procedures, 48
CFR, Federal Acquisition Regulations System, Chapter 1, Part 31, et seq., shall be used to
determine the allowability of individual PROJECT cost items.
I. Every sub -recipient receiving PROJECT funds under this AGREEMENT shall comply with 2
CFR, Part 200, 23 CFR, 48 CFR Chapter 1, Part 31, Local Assistance Procedures, Public
Contract Code (PCC) 10300-10334 (procurement of goods), PCC 10335-10381 (non-A&E
services), and other applicable STATE and FEDERAL regulations.
J. Any PROJECT costs for which ADMINISTERING AGENCY has received payment or credit
that are determined by subsequent audit to be unallowable under 2 CFR, Part 200, 23 CFR,
48 CFR, Chapter 1, Part 31, and other applicable STATE and FEDERAL regulations, are
subject to repayment by ADMINISTERING AGENCY to STATE.
Program Supplement 11-5066F15-F031- ISTEA Page 6 of 9
11-SD-0-NATC
ATPL-5066(063)
SPECIAL COVENANTS OR REMARKS
K. STATE reserves the right to conduct technical and financial audits of PROJECT WORK
and records and ADMINISTERING AGENCY agrees, and shall require its contractors and
subcontractors to agree, to cooperate with STATE by making all appropriate and relevant
PROJECT records available for audit and copying as required by the following paragraph:
ADMINISTERING AGENCY, ADMINISTERING AGENCY'S contractors and subcontractors,
and STATE shall each maintain and make available for inspection and audit by STATE, the
California State Auditor, or any duly authorized representative of STATE or the United States
all books, documents, papers, accounting records, and other evidence pertaining to the
performance of such contracts, including, but not limited to, the costs of administering those
various contracts and ADMINISTERING AGENCY shall furnish copies thereof if requested.
All of the above referenced parties shall make such AGREEMENT, PROGRAM
SUPPLEMENT, and contract materials available at their respective offices at all reasonable
times during the entire PROJECT period and for three (3) years from the date of submission
of the final expenditure report by the STATE to the FHWA.
L. ADMINISTERING AGENCY, its contractors and subcontractors shall establish and
maintain a financial management system and records that properly accumulate and segregate
reasonable, allowable, and allocable incurred PROJECT costs and matching funds by line
item for the PROJECT. The financial management system of ADMINISTERING AGENCY, its
contractors and all subcontractors shall conform to Generally Accepted Accounting Principles,
enable the determination of incurred costs at interim points of completion, and provide support
for reimbursement payment vouchers or invoices set to or paid by STATE.
M. ADMINISTERING AGENCY is required to have an audit in accordance with the Single
Audit Act of 2 CFR 200 if it expends $750,000 or more in Federal Funds in a single fiscal year
of the Catalogue of Federal Domestic Assistance.
N. ADMINISTERING AGENCY agrees to include all PROGRAM SUPPLEMENTS adopting
the terms of this AGREEMENT in the schedule of projects to be examined in
ADMINISTERING AGENCY's annual audit and in the schedule of projects to be examined
under its single audit prepared in accordance with 2 CFR, Part 200.
O. ADMINISTERING AGENCY shall not award a non-A&E contract over $5,000, construction
contracts over $10,000, or other contracts over $25,000 [excluding professional service
contracts of the type which are required to be procured in accordance with Government Code
sections 4525 (d), (e) and (f)] on the basis of a noncompetitive negotiation for work to be
performed under this AGREEMENT without the prior written approval of STATE. Contracts
awarded by ADMINISTERING AGENCY, if intended as local match credit, must meet the
requirements set forth in this AGREEMENT regarding local match funds.
Program Supplement 11-5066F15-F031- ISTEA Page 7 of 9
11-SD-0-NATC
ATPL-5066(063)
SPECIAL COVENANTS OR REMARKS
P. Any subcontract entered into by ADMINISTERING AGENCY as a result of this
AGREEMENT shall contain provisions B, C, F, H, I, K, and L under Section 2 of this
agreement.
3. The ADMINISTERING AGENCY shall construct the PROJECT in accordance with the scope
of work presented in the application and approved by the California Transportation
Commission. Any changes to the approved PROJECT scope without the prior expressed
approval of the California Transportation Commission are ineligible for reimbursement and
may result in the entire PROJECT becoming ineligible for reimbursement.
4. Appendix E of the Title VI Assurances (US DOT Order 1050.2A)
During the performance of this agreement, the ADMINISTERING AGENCY,
ADMINISTERING AGENCY'S contractors and subcontractor, (hereinafter referred to as the
"contractor") agrees to comply with the following nondiscrimination statutes and authorities;
including but not limited to:
Pertinent Nondiscrimination Authorities:
A. Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
B. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42
U.S.C. 4601), (prohibits unfair treatment of persons displaced or whose property has been
acquired because of Federal or Federal -aid programs and projects);
C. Federal -Aid Highway Act of 1973, (23 U.S.C. 324 et seq.), (prohibits discrimination on the
basis of sex);
D. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. 794 et seq.), as amended,
(prohibits discrimination on the basis of disability); and 49 CFR Part 27;
E. The Age Discrimination Act of 1975, as amended, (42 U.S.C. 6101 et seq.), (prohibits
discrimination on the basis of age);
F. Airport and Airway Improvement Act of 1982, (49 U.S.C. 4 71, Section 4 7123), as
amended, (prohibits discrimination based on race, creed, color, national origin, or sex);
G. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage
and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975
and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms
"programs or
activities" to include all of the programs or activities of the Federal -aid recipients,
subrecipients and contractors, whether such programs or activities are Federally funded or
not);
H. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the
basis of disability in the operation of public entities, public and private transportation systems,
places of public accommodation, and certain
Program Supplement 11-5066F15-F031- ISTEA Page 8 of 9
11-SD-0-NATC
ATPL-5066(063)
SPECIAL COVENANTS OR REMARKS
testing entities (42 U.S.C. 12131-12189) as implemented by Department of Transportation
regulations at 49 C.F.R. parts 37 and 38;
I. The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
J. Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes
discrimination because of limited English proficiency (LEP). To ensure compliance with Title
VI, you must take reasonable steps to ensure that LEP persons have meaningful access to
your programs (70 Fed. Reg. at 74087 to 74100);
K. Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
Program Supplement 11-5066F15-F031- ISTEA Page 9 of 9
5066063 PSA
Final Audit Report
Created: 2025-09-15
By: Nina Purdy (s158706@dot.ca.gov)
Status: Signed
Transaction ID: CBJCHBCAABAAtuk6C58g5n09Hr-PKdvCOozHgMw3CgrT
"5066063 PSA" History
Document created by Nina Purdy (s158706@dot.ca.gov)
2025-09-15 - 2:35:17 PM GMT- IP address: 149.136.17.249
2025-09-15
C. Document emailed to Thienan Nguyentan (thienan.nguyentan@dot.ca.gov) for signature
2025-09-15 - 2:35:57 PM GMT
Email viewed by Thienan Nguyentan (thienan.nguyentan@dot.ca.gov)
2025-09-15 - 11:11:29 PM GMT- IP address: 149.136.17.253
&0 Document e-signed by Thienan Nguyentan (thienan.nguyentan@dot.ca.gov)
Signature Date: 2025-09-15 - 11:25:51 PM GMT - Time Source: server- IP address: 149.136.17.253
Agreement completed.
2025-09-15 - 11:25:51 PM GMT
Powered by
4ft. � Adobe
Acrobat Sign
DEPARTMENT OF TRANSPORTATION
FINANCE LETTER
To: City of National City
Date: 09/11/2025
D_CO_RT: 11-SD-0-NATC
Project No: ATPL-5066(063)
Adv. Project Id: 1125000228
Project End Date: 12/31/2029
FINANCE ITEMS
PRO RATA OR
LUMP SUM
TOTAL COST OF
WORK
FEDERAL PART.
COST
FED. REIMB %
FEDERAL
Y306
STATE
LOCAL
Construction
Lump Sum
$7,756.000.0
$4,518 000.00
100,00%
$4,518,0000C
$1,243 000 0
$1,995.000.0
Agency Construction Engineering
Lump Sum
$1,163,000.0
$1,163,000.0
100.00%
$1,163,000.0
$0.0c
$0.0
Totals:
$8,919,000.
$5,681,000.0
$5,681,000.00
$1,243,000.00
$1,995,000.0
EA No:
Participation Ratio: 63.7% This Finance Letter was created based on specific financial information provided by the responsible local agency. The following
encumbrancceeyhistory is prepared by Local Assistance Accounting Office and is provided here for local agency's information and action.
Signature: �� p Printed Name: Thienan Nguyentan
Title: HQ Sr Area Engineer Telephone No: (916) 539-3016
Remarks: SEQ 2: Modify State program code of Y306 line 30 from 20.20.720.100 to 20.30.720.100. This sequence is for information purposes only.
Est Tot Proj Costs:
SEQ #1: Authorize $5,681 K of ATP Y306 funds for CON and CE. Allocated $5,681 K at the May 2025 CTC meeting. CON and CE need Federal authorization before project can proceed to
the CON phase.
ACCOUNTING INFORMATION ATPL-5066(063)
Cooperative work Agreement
ADV. PROJECT ID APPROP' STATE FROG. FED/ STATE ENCUMBRANCE
APPROP EXPENDITURE ENCUMBRANCE REVERSION
APPROVED EXPIRATION
UNIT AMOUNT
YEAR AMOUNT BALANCE DATE*
AMOUNT DATE
1125000228 24108E 1 2030720100 F 1 $5,681,000.001
2324 1 $0.00 1$5,681,000.00 06/30/2029
*Please refer to the applicable CTC Guidelines for Timely Use of Funds (TUF) Provisions. Also refer to your allocation notification letter(s) for allocation -specific TUF deadlines.
*Please submit invoices to the appropriate Districts by April 1st to avoid funds lapsing on the June 30th reversion date listed above and to allow sufficient time
for Accounting and SCO year-end closing procedures.
Page 1 of 1
5066063 S 1 FL
Final Audit Report
Created: 2025-09-15
By: Nina Purdy (s158706@dot.ca.gov)
Status: Signed
Transaction ID: CBJCHBCAABAAcNafHIDTgmW9fu4FahvjPgXbNL_XidaW
"5066063 S 1 FL" History
Document created by Nina Purdy (s158706@dot.ca.gov)
2025-09-15 - 2:36:18 PM GMT- IP address: 149.136.17.249
2025-09-15
C-. Document emailed to Thienan Nguyentan (thienan.nguyentan@dot.ca.gov) for signature
2025-09-15 - 2:36:37 PM GMT
Email viewed by Thienan Nguyentan (thienan.nguyentan@dot.ca.gov)
2025-09-15 - 11:26:03 PM GMT- IP address: 149.136.17.253
00 Document e-signed by Thienan Nguyentan (thienan.nguyentan@dot.ca.gov)
Signature Date: 2025-09-15 - 11:27:30 PM GMT - Time Source: server- IP address: 149.136.17.253
Agreement completed.
2025-09-15 - 11:27:30 PM GMT
Powered by
4CA*' � Adobe
Acrobat Sign
RESOLUTION NO. 2025 - 84
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NATIONAL CITY, CALIFORNIA, 1)
AUTHORIZING THE MAYOR TO EXECUTE PROGRAM SUPPLEMENT AGREEMENT NO.
F031 WITH THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION FOR THE
BAYSHORE BIKEWAY — SEGMENT 5 AND CONNECTIONS PROJECT, CIP 19-24, ATP
CYCLE 7; AND 2) AUTHORIZING THE ESTABLISHMENT OF AN ENGINEERING GRANTS
FUND APPROPRIATION OF $5,681,000 AND CORRESPONDING REVENUE BUDGET.
WHEREAS, in July 2018, City of National City ("City") staff submitted a Cycle 4 Active
Transportation Program ("ATP") grant application to the California Department of Transportation
("Caltrans") for the Bayshore Bikeway — Segment 5 project ("Project'); and
WHEREAS, the Project will provide nearly 1.5 miles of protected bicycle facilities along
McKinley Avenue and Marina Way in the City; and
WHEREAS, in January 2019, staff received notification from Caltrans that the City had
been awarded Federal ATP funds in the amount of $5,421,000 for the Project, which required a
local match from the City of $710,000; and
WHEREAS, additionally, on November 19, 2019, the City Council adopted Resolution No.
2019-155 authorizing entering into a Memorandum of Understanding ("MOU") with the San Diego
Unified Port District ("Port of San Diego") in which the Port of San Diego committed to fund
$900,000 for the Project's design and entitlements; and
WHEREAS, due to construction increases, in June 2022, City staff submitted a Cycle 6
State ATP grant application to Caltrans in the amount of $2,072,000 for the Project and was
awarded the ATP grant at the California Transportation Committee's ("CTC") meeting on
December 7, 2022 (the "Cycle 6 Grant"); and
WHEREAS, on October 1, 2024, the City Council adopted Resolution No. 2024-111
authorizing the Mayor to execute Program Supplement Agreement ("PSA") No. A670 for the Cycle
6 Grant, including committing to provide a local match of $310,800; and
WHEREAS, additionally, at their March 22, 2024 meeting, the CTC awarded a Cycle 4
ATP grant in the amount of $5,421,000 to the City for the Project, which was accepted and
appropriated by the City Council on October 15, 2024 through authorization of PSA No. F030 with
Caltrans; and
WHEREAS, subsequently, the City was awarded a Cycle 7 ATP grant from the San Diego
Association of Governments ("SANDAG") in the amount of $5,681,000 for construction of the
Project (the "Cycle 7 Grant"); and
WHEREAS, on June 17, 2025, the City Council adopted Resolution No. 2025-70
authorizing the Mayor to execute another MOU with Port of San Diego for reimbursement from
the Port of San Diego of up to $2,000,000 for the Project's construction; and
WHEREAS, on June 20, 2025, Caltrans issued an authorization to proceed to the City for
the construction phase, formalized as a PSA, confirming the State Funds portion of $1,243,000
with a required local match of $1,995,000, in addition to Federal Funds of $5,681,000; and
WHEREAS, funds are available to meet the local match utilizing existing appropriation
from the Port of San Diego; and
WHEREAS, City staff recommends the City Council adopt this Resolution authorizing the
Mayor to execute PSA No. F031 with Caltrans for the Project to allow reimbursement of up to
$5,681,000 for the construction phase.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF NATIONAL CITY,
CALIFORNIA, DOES RESOLVE, DECLARE, DETERMINE, AND ORDER AS FOLLOWS:
Section 1: That the City Council hereby authorizes the Mayor to execute Program
Supplement Agreement No. F031 with the State of California Department of Transportation for
the Bayshore Bikeway — Segment 5 and Connections Project, CIP 19-24, ATP Cycle 7.
Section 2: That the City Council authorizes the establishment of an Engineering
Grants Fund appropriation of $5,681,000 and corresponding revenue budget.
Section 3: That the City Clerk shall certify to the passage and adoption of this
Resolution and enter it into the book of original Resolutions.
PASSED and ADOPTED this 5th day of August, 2025.
Morrison, Mayor
ATTEST:
Shelley hapel, MMC, City Clerk
APPROVED AS TO FORM:
��' � d' 4 fv�
Barry J. n uVz, City Attorney
Passed and adopted by the City Council of the City of National City, California, on
August 5, 2025 by the following roll -call vote, to -wit:
Ayes: Molina, Rodriguez, Yamane, Bush, Morrison
Nays: None.
Absent: None.
Abstain: None.
AUTHENTICATED BY: Ron Morrison
Mayor of the City of National City, California
Shelley Chapel
City Clerk of the City of National City, California
BY:
Shelley Ch el, MMC, City Clerk