HomeMy Public PortalAbout08 August 26, 2019 Western Riverside County Programs and Projects
Comments are welcomed by the Commission. If you wish to provide comments to the Commission,
please complete and submit a Speaker Card to the Clerk of the Board.
MEETING AGENDA
Western Riverside County Programs and
Projects Committee
Time: 1:30 p.m.
Date: August 26, 2019
Location: BOARD ROOM
County of Riverside Administration Center
4080 Lemon St, First Floor, Riverside CA 92501
COMMITTEE MEMBERS
Brian Berkson, Chair/Chris Barajas,
City of Jurupa Valley
Michael Vargas, Vice Chair/Rita Rogers, City of Perris
Wes Speake/Jim Steiner, City of Corona
Clint Lorimore/Todd Rigby, City of Eastvale
Bill Zimmerman/Dean Deines, City of Menifee
Victoria Baca/Carla Thornton, City of Moreno Valley
Scott Vinton/Randon Lane, City of Murrieta
Berwin Hanna/Ted Hoffman, City of Norco
Andrew Kotyuk/Russ Utz, City of San Jacinto
Ben J. Benoit/Joseph Morabito, City of Wildomar
Kevin Jeffries, County of Riverside, District I
Jeff Hewitt, County of Riverside, District V
STAFF
Anne Mayer, Executive Director
John Standiford, Deputy Executive Director
AREAS OF RESPONSIBILITY
Air Quality, Capital Projects, Communications and
Outreach Programs, Intermodal Programs, Motorist
Services, New Corridors, Regional Agencies/Regional
Planning, Regional Transportation Improvement Program
(RTIP), Specific Transit Projects, State Transportation
Improvement Program (STIP)
Transportation Uniform Mitigation Fee (TUMF)
Program, and Provide Policy Direction on
Transportation Programs and Projects related to
Western Riverside County and other areas as may
be prescribed by the Commission.
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE
www.rctc.org
AGENDA*
*Actions may be taken on any item listed on the agenda
1:30 p.m.
Monday, August 26, 2019
BOARD ROOM
County Administrative Center
4080 Lemon Street, First Floor
Riverside, California
In compliance with the Brown Act and Government Code Section 54957.5, agenda materials distributed 72
hours prior to the meeting, which are public records relating to open session agenda items, will be available for
inspection by members of the public prior to the meeting at the Commission office, 4080 Lemon Street, Third
Floor, Riverside, CA, and on the Commission’s website, www.rctc.org.
In compliance with the Americans with Disabilities Act, Government Code Section 54954.2, and the Federal
Transit Administration Title VI, please contact the Clerk of the Board at (951) 787-7141 if special assistance is
needed to participate in a Commission meeting, including accessibility and translation services. Assistance is
provided free of charge. Notification of at least 48 hours prior to the meeting time will assist staff in assuring
reasonable arrangements can be made to provide assistance at the meeting.
1. CALL TO ORDER
2. ROLL CALL
3. PLEDGE OF ALLEGIANCE
4. PUBLIC COMMENTS – Each individual speaker is limited to speak three (3) continuous minutes
or less. The Committee may, either at the direction of the Chair or by majority vote of the
Committee, waive this three minute time limitation. Depending on the number of items on the
Agenda and the number of speakers, the Chair may, at his/her discretion, reduce the time of
each speaker to two (2) continuous minutes. Also, the Committee may terminate public
comments if such comments become repetitious. In addition, the maximum time for public
comment for any individual item or topic is thirty (30) minutes. Speakers may not yield their
time to others without the consent of the Chair. Any written documents to be distributed or
presented to the Committee shall be submitted to the Clerk of the Board. This policy applies
to Public Comments and comments on Agenda Items.
Under the Brown Act, the Board should not take action on or discuss matters raised during
public comment portion of the agenda which are not listed on the agenda. Board members
may refer such matters to staff for factual information or to be placed on the subsequent
agenda for consideration.
Western Riverside County Programs and Projects Committee
August 26, 2019
Page 2
5. ADDITIONS/REVISIONS (The Committee may add an item to the Agenda after making a
finding that there is a need to take immediate action on the item and that the item came to
the attention of the Committee subsequent to the posting of the agenda. An action adding an
item to the agenda requires 2/3 vote of the Committee. If there are less than 2/3 of the
Committee members present, adding an item to the agenda requires a unanimous vote.
Added items will be placed for discussion at the end of the agenda.)
6. APPROVAL OF MINUTES – JUNE 24, 2019
7. CHANGE ORDER TO AMEND THE INTERSTATE 15 EXPRESS LANES PROJECT DESIGN-BUILD
CONTRACT WITH SKANSKA-AMES, A JOINT VENTURE, FOR THE INTERSTATE 15/STATE
ROUTE 91 EXPRESS LANES CONNECTOR PROJECT
Page 1
Overview
This item is for the Committee to:
1) Approve Change Order No. 50 to Agreement No. 16-31-057-00 for the Interstate 15
Express Lanes Project (I-15 ELP) with Skanska-Ames, a Joint Venture (Skanska-Ames),
to perform limited construction for the Interstate 15/State Route 91 Express Lanes
Connector (15/91 ELC) associated improvements in the amount of $1.7 million, plus a
contingency amount of $170,000, for a total amount not to exceed $1,870,000;
2) Authorize the Executive Director to negotiate and execute the change order
amendment, pursuant to legal counsel review, for an amount not to exceed
$1,870,000;
3) Authorize the Executive Director or designee to approve contingency work up to the
total amount not to exceed as required for the project; and
4) Forward to the Commission for final action.
Western Riverside County Programs and Projects Committee
August 26, 2019
Page 3
8. AMENDMENT TO AGREEMENT WITH NOSSAMAN LLP FOR ON-CALL STRATEGIC
PARTNERSHIP ADVISOR SERVICES FOR THE INTERSTATE 15/STATE ROUTE 91 EXPRESS LANES
CONNECTOR PROJECT
Page 11
Overview
This item is for the Committee to:
1) Approve Agreement No. 06-66-028-14, Amendment No. 11 to Agreement
No. 06-66-028-00, with Nossaman LLP (Nossaman) for the on-call strategic partnership
advisor services to support the Interstate 15/State Route 91 Express Lanes Connector
(15/91 ELC), extend the contract term to December 31, 2023, and augment the
agreement in the amount of $1.5 million, plus a contingency amount of $150,000, for
an additional amount of $1.65 million, and a total amount not to exceed $16,002,935;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreement on behalf of the Commission;
3) Authorize the Executive Director or designee to approve the use of the contingency
amount as may be required for the project; and
4) Forward to the Commission for final action.
9. COOPERATIVE AGREEMENT WITH THE CALIFORNIA DEPARTMENT OF TRANSPORTATION,
DISTRICT 8 FOR PROJECT INITIATION DOCUMENT PHASE FOR THE RIVERSIDE COUNTY NEXT
GENERATION EXPRESS LANES PROJECT
Page 24
Overview
This item is for the Committee to:
1) Approve Agreement No. 20-31-006-00, a cooperative agreement between the
Commission and the California Department of Transportation, District 8 (Caltrans) for
the Riverside County Next Generation Express Lanes Project (NGELP), in an amount
not to exceed $300,000;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreement on behalf of the Commission; and
3) Forward to the Commission for final action.
Western Riverside County Programs and Projects Committee
August 26, 2019
Page 4
10. AMENDMENT TO AGREEMENT WITH T.Y. LIN INTERNATIONAL FOR FINAL DESIGN SERVICES
RELATED TO THE MID COUNTY PARKWAY INTERSTATE 215/PLACENTIA AVENUE
INTERCHANGE IMPROVEMENT PROJECT
Page 46
Overview
This item is for the Committee to:
1) Approve Agreement No. 16-31-066-03, Amendment No. 3 to Agreement
No. 16-31-066-00, with T.Y. Lin International (T.Y. Lin) to finish final design services and
prepare the Interstate 215/Placentia Avenue interchange improvement (I-
215/Placentia Avenue) project for advertising and award, for an additional amount of
$629,416, plus a contingency amount of $62,942, for an additional amount of
$692,358, and a total amount not to exceed $4,761,021;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreements on behalf of the Commission;
3) Authorize the Executive Director or designee to approve the use of the contingency
amount as may be required for the project; and
4) Forward to the Commission for final action.
11. COMMISSIONERS / STAFF REPORT
Overview
This item provides the opportunity for the Commissioners and staff to report on attended and
upcoming meeting/conferences and issues related to Commission activities.
12. ADJOURNMENT
AGENDA ITEM 6
MINUTES
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE
Monday, June 24, 2019
MINUTES
1. CALL TO ORDER/ ROLL CALL
The meeting of the Western Riverside County Programs and Projects Committee was
called to order by Chair Brian Berkson at 1:32 p.m., in the Board Room at the County of
Riverside Administrative Center, 4080 Lemon Street, First Floor, Riverside, California,
92501.
2. ROLL CALL
Members/Alternates Present Members Absent
Victoria Baca Andrew Kotyuk
Ben Benoit
Brian Berkson
Berwin Hanna
Jeff Hewitt
Kevin Jeffries
Clint Lorimore*
Wes Speake
Michael Vargas
Scott Vinton
Bill Zimmerman
*arrived after meeting was called to order
3. PLEDGE OF ALLEGIANCE
At this time, Anne Mayer, Executive Director, led the Western Riverside County Programs
and Projects Committee in a flag salute.
4. PUBLIC COMMENTS
There were no requests to speak from the public.
5. ADDITIONS/REVISIONS
There were no additions or revisions at this time.
RCTC WRC Programs and Projects Committee Minutes
June 24, 2019
Page 2
6. APPROVAL OF MINUTES – APRIL 22, 2019
M/S/C (Baca/Benoit) to approve the minutes as submitted.
At this time, Commissioner Clint Lorimore arrived.
7. CHANGE ORDER TO AMEND THE INTERSTATE 15 EXPRESS LANES PROJECT TOLL
SERVICES AGREEMENT WITH KAPSCH TRAFFICCOM USA FOR THE INTERSTATE 15/STATE
ROUTE 91 EXPRESS LANES CONNECTOR PROJECT
David Thomas, Toll Project Manager, presented the details of the change order to amend
the I-15 ELP toll services agreement with Kapsch TrafficCom USA for the 15/91 ELC.
David Thomas clarified the gantry relocation for Chair Brian Berkson.
M/S/C (Speake/Vargas) to:
1) Approve Contract Change Order (CCO) No. 6 to Agreement
No. 16-31-043-00 for the Interstate 15 Express Lanes Project (15 Express
Lanes) with Kapsch TrafficCom USA Inc. (Kapsch) in the amount of
$2,809,286, plus a contingency amount of $290,000, for a total amount
not to exceed $3,099,286;
2) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to negotiate and execute the change order on behalf of the
Commission;
3) Authorize the Executive Director or designee to approve contingency
work up to the total not to exceed amount as required for the project;
and
4) Forward to the Commission for final action.
8. CEQA REVALIDATION AND ADDENDUM FOR THE MODIFIED STATE ROUTE 91 CORRIDOR
IMPROVEMENT PROJECT’S EXPRESS LANE CONNECTOR IMPROVEMENTS
David Thomas, Toll Project Manager, presented the details of the CEQA revalidation and
addendum for the modified SR-91 ELC improvements.
M/S/C (Baca/Speake) to:
1) Adopt Resolution No. 19-011, “Resolution of the Riverside County
Transportation Commission Adopting an Addendum to the Previously
Certified Environmental Impact Report (SCH #2008071075) Pursuant to
the California Environmental Quality Act for the State Route 91 Corridor
RCTC WRC Programs and Projects Committee Minutes
June 24, 2019
Page 3
Improvement Project and Approving the Proposed Changes to the
Project”; and
2) Forward to the Commission for final action.
9. REQUEST FOR PROPOSAL TO DESIGN AND CONSTRUCT THE INTERSTATE 15/STATE
ROUTE 91 EXPRESS LANES CONNECTOR PROJECT THROUGH A DESIGN-BUILD CONTRACT
David Thomas, Toll Project Manager, presented the details of the RFP to design and
construct the 15/91 ELC project through a design build contract.
David Thomas clarified for Commissioner Clint Lorimore a few of the shortlisted firms
have local offices. Most are southern California based. The Commission does not give
extra credit for being a local company.
Anne Mayer, Executive Director, added the Commission never included a local credit.
Having a competitive, qualified firm is more important.
David Thomas clarified the stipend amount for Commissioners Scott Vinton and Jeff
Hewitt.
David Thomas discussed the details of how the cost is incurred for the design portion of
the connectors for Commissioner Wes Speake.
Mr. Thomas clarified for Chair Berkson that there will be minimal overlap between the
Express Lanes Project and the 15/91 Express Lanes Connector Project.
Anne Mayer added staff is not done with the one-on-ones yet, the RFP has not been
released yet, and the Commission is dark in August. In order to keep on schedule, staff
needs to request the contingency amount now.
M/S/C (Benoit/Baca) to:
1) Authorize staff, subject to concurrence by the California Department of
Transportation (Caltrans) and the Federal Highway Administration
(FHWA), to issue Request for Proposal (RFP) No. 19-31-074-00 and future
addenda to design and construct the Interstate 15/State Route 91
Express Lanes Connector (15/91 ELC) project through a design-build (DB)
contract;
2) Approve the selection criteria for the selection of the apparent best value
(ABV) proposer;
3) Authorize the Executive Director to select the top-ranked ABV proposer
for DB services, based on the criteria identified in the RFP and addenda,
and to conduct subsequent limited negotiations;
4) Authorize the Executive Director to pay, to the unsuccessful shortlisted
DB proposers (or potentially all DB proposers in the case that the
RCTC WRC Programs and Projects Committee Minutes
June 24, 2019
Page 4
procurement is cancelled after the proposal due date) that submit a
timely and responsive proposal, a stipend of $225,000, plus a
contingency amount of $25,000 per proposer, for a total amount not to
exceed $1 million;
5) Authorize the Executive Director or designee to approve stipend
contingency up to the total amount not to exceed as deemed necessary;
and
6) Forward to the Commission for final action.
10. AGREEMENT WITH WSP USA INC. FOR THE COMPLETION OF THE PROJECT INITIATION
DOCUMENT PHASE FOR THE RIVERSIDE COUNTY NEXT GENERATION EXPRESS LANES
Stephanie Blanco, Capital Projects Manager, presented the scope of the agreement with
WSP USA Inc. for the completion of the project initiation document phase for the
Riverside County Next Generation Express Lanes.
Commissioner Wes Speake commented on the removal of an HOV lane without adding a
general purpose lane.
Michael Blomquist explained the express lanes proposed at the workshop.
Ms. Blanco clarified the locations of the proposed ingress/egress areas on the maps
presented for Commissioner Vinton.
Commissioner Bill Zimmerman asked about the specifics of the planning money allocated
for this project.
Ms. Mayer explained the funding source for this project is planning funds. It comes from
the LTF and STIP funds.
M/S/C (Baca/Vargas) to:
1) Award Agreement No. 19-31-058-00 to WSP USA Inc. (WSP) to provide
planning and preliminary engineering services to complete the Project
Initiation Document for the Next Generation Express Lanes Project
(NGELP), in the amount of $996,110, plus a contingency amount of
$99,611, for a total contract amount not to exceed $1,095,721;
2) Authorize the Executive Director, or designee, to approve an increase not
to exceed $20,000 of the total amount based on the final Caltrans
Independent Office of Audits and Investigations (IOAI) and Commission’s
pre-award audit results;
3) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreement on behalf of the Commission;
RCTC WRC Programs and Projects Committee Minutes
June 24, 2019
Page 5
4) Authorize the Executive Director, or designee, to approve contingency
work up to the total not to exceed amount as may be required for the
Project; and
5) Forward to the Commission for final action.
No: Jeffries, Speake
At this time, Commissioner Kevin Jeffries left the meeting.
11. AWARD OF CONSTRUCTION AGREEMENT WITH RIVERSIDE CONSTRUCTION FOR THE
MID COUNTY PARKWAY MITIGATION SITE
Bryce Johnston, Capital Projects Manager, presented the scope of the agreement with
Riverside Construction for the MCP mitigation site.
M/S/C (Baca/Vinton) to:
1) Award Agreement No. 19-31-086-00 to Riverside Construction, as the
lowest responsive, responsible bidder, for the construction of the Mid
County Parkway (MCP) Mitigation Project (Project) in the amount of
$1,782,653, plus a contingency amount of $267,398, for a total amount
not to exceed $2,050,051;
2) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreement on behalf of the Commission;
3) Authorize the Executive Director or designee to approve contingency
work pursuant to the agreement terms up to the total not to exceed
amount; and
4) Forward to the Commission for final action.
12. AGREEMENT WITH THE CALIFORNIA DEPARTMENT OF TRANSPORTATION FOR SENATE
BILL 1 FUNDING OF THE FREEWAY SERVICE PATROL PROGRAM IN RIVERSIDE COUNTY
Michelle McCamish, Management Analyst, presented the scope of the agreement with
Caltrans for SB 1 funding of the FSP program in Riverside County.
M/S/C (Zimmerman/Vargas) to:
1) Approve Agreement No. 19-45-101-00 with the California Department of
Transportation (Caltrans) for the Senate Bill (SB) 1 funding of the
Riverside County Freeway Service Patrol (FSP) program in an amount not
to exceed $1,390,287;
2) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreement on behalf of the Commission; and
3) Forward to the Commission for action.
RCTC WRC Programs and Projects Committee Minutes
June 24, 2019
Page 6
At this time, Commissioner Jeff Hewitt left the meeting.
13. AMENDMENTS FOR CONSTRUCTION FREEWAY SERVICE PATROL TOWING SERVICES
SUPPORTING THE STATE ROUTE 60 TRUCK LANES PROJECT
Brian Cunanan, Commuter and Motorist Assistance Manager, presented the scope of the
amendments for the construction FSP towing services supporting the SR-60 Truck Lanes
project.
Mr. Cunanan clarified for Commissioner Lorimore the continuing issues the FSP faces are
a combination of the economy and the operations involved with working in the FSP
program. Tow operators have to invest in the program before they even start in the
program. There are a few modifications to the program that will be looked into before
the next RFP goes out.
Mr. Cunanan clarified for Commissioners Speake and Berkson that the removal of the fine
for missing beats has been removed for the 6 month term of this project, not the entirety
of the project.
Anne Mayer added the enhanced FSP service is specific for the 6 month closure of one
Westbound lane.
Brian Cunanan clarified for Chair Berkson the penalty removal is for missing an existing
regular beat. The SR-60 Truck Lanes Project is the main priority.
M/S/C (Benoit/Baca) to:
1) Approve the following amendments to agreements to provide
Construction Freeway Service Patrol (CFSP) services for the State Route
60 Truck Lanes Project (Project) for an additional amount not to exceed
an aggregate value of $500,000:
a) Agreement No. 15-45-060-03, Amendment No. 3 to Agreement
No. 15-45-060-00, with Airport Mobile Towing, Inc. (Airport);
b) Agreement No. 18-45-131-03, Amendment No. 3 to Agreement
No. 18-45-131-00, with Coastal Pride Towing, Inc. (Coastal);
c) Agreement No. 17-45-061-01, Amendment No. 1 to Agreement
No. 17-45-061-00, with Pepe’s Towing, Inc. (Pepe’s);
2) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreements on behalf of the Commission; and
3) Forward to the Commission for action.
At this time, Commissioner Hewitt returned to the meeting.
RCTC WRC Programs and Projects Committee Minutes
June 24, 2019
Page 7
14. COMMISSIONERS / STAFF REPORT
14A. Commissioner Speake announced:
• The full freeway closure on I-15 slated for the weekend of June 29, from
Saturday 9 p.m. – 9 a.m. Sunday morning.
• Cajalco Road closure the weekend of June 29, from Saturday 7 p.m. – 10 a.m.
Sunday morning.
14B. Chair Berkson announced the SR-60 Truck Lanes groundbreaking ceremony will take
place on Friday, June 28 at 10 a.m.
15. ADJOURNMENT
There being no further business for consideration by the Western Riverside County
Programs and Projects Committee, the meeting was adjourned at 2:37 p.m.
Respectfully submitted,
Lisa Mobley
Clerk of the Board
AGENDA ITEM 7
Agenda Item 7
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
DATE: August 26, 2019
TO: Western Riverside County Programs and Projects Committee
FROM: David Thomas, Toll Project Manager
THROUGH: Michael Blomquist, Toll Program Director
SUBJECT:
Change Order to Amend the Interstate 15 Express Lanes Project Design-Build
Contract with Skanska-Ames, a Joint Venture, for the Interstate 15/State
Route 91 Express Lanes Connector Project
STAFF RECOMMENDATION:
This item is for the Committee to:
1)Approve Change Order No. 50 to Agreement No. 16-31-057-00 for the Interstate 15
Express Lanes Project (I-15 ELP) with Skanska-Ames, a Joint Venture (Skanska-Ames), to
perform limited construction for the Interstate 15/State Route 91 Express Lanes
Connector (15/91 ELC) associated improvements in the amount of $1.7 million, plus a
contingency amount of $170,000, for a total amount not to exceed $1,870,000;
2)Authorize the Executive Director to negotiate and execute the change order amendment,
pursuant to legal counsel review, for an amount not to exceed $1,870,000;
3)Authorize the Executive Director or designee to approve contingency work up to the total
amount not to exceed as required for the project; and
4)Forward to the Commission for final action.
BACKGROUND INFORMATION:
In April 2017 Governor Brown signed Senate Bill 132 (SB 132) which appropriated $427 million to
the Riverside County Transportation Efficiency Corridor (RCTEC) for five projects. SB 132
allocated $180 million to the 15/91 ELC project. The 15/91 ELC project will provide a tolled
express lanes connector between the existing 91 Express Lanes and the future 15 Express Lanes
to the north of SR-91 (Figure 1 Vicinity Map). A detailed vicinity map of the 15/91 ELC project is
also provided as Attachment 1.
1
Agenda Item 7
Figure 1: 15/91 Express Lanes Connector Project Vicinity Map
SB 132 also statutorily created a task force to develop recommendations to accelerate project
delivery of the RCTEC projects. On June 27, 2017, Governor Brown signed budget trailer bill
Assembly Bill 115 (AB 115) through which the Commission received additional project delivery
authority to ensure cost-effective and timely delivery of the 15/91 ELC.
At its October 2017 meeting, the Commission approved an overall procurement strategy for the
15/91 ELC to secure all the services and construction needed to deliver the project. The approved
strategy consists of a series of contract amendments, as permitted by AB 115, to existing 91
Project and I-15 ELP contracts with engineering companies, contractors, toll vendors, legal, and
financial advisors.
DISCUSSION:
At the April 12, 2017 Commission meeting, following a competitively negotiated procurement,
the Commission awarded a best-value design-build contract to Skanska-Ames to design and
construct the I-15 ELP in the amount of $243,900,000 plus a contingency amount of $19,512,000
for a total amount not to exceed $263,412,000.
Based on the overall procurement strategy approved for the 15/91 ELC, staff supports a change
order to amend the I-15 ELP design-build contract with Skanska-Ames to perform the following
work associated with the implementation of the 15/91 ELC project:
2
Agenda Item 7
• Construction of a Variable Toll Message Sign (VTMS) and the associated Toll Collection
System (TCS) components along eastbound SR-91 west of the Riverside/Orange County
Line.
This effort is to perform construction to accommodate the 15/91 ELC related improvements in
advance of the planned overall design-build services contract for the 15/91 ELC project. The
15/91 ELC project has resulted in changes in toll pricing strategy which requires the installation
of a VTMS along eastbound SR-91 to provide additional toll price information for a third
destination. The early completion of the VTMS and related work will facilitate providing
advanced express lanes pricing information to the travelling public and will reduce future
disruption to the 91 Express Lanes operations after the completion of the I-15 ELP. Staff is
negotiating Change Order No. 50 (see Attachments 2 and 3) currently estimated in the amount
of $1.7 million for this effort.
The table below summarizes the status of 15/91 ELC related change orders and amendments to
the Skanska-Ames contract.
Table 1: Skanska-Ames 15/91 ELC Related Amendments/Change Orders
Amendment/Change
Order No. Status Amount Contingency Total
Change Order No. 5 –
Early geotechnical
work and staff support
Commission
approved on
April 11, 2018
$1,790,000 $ 179,000 $1,969,000
Amendment No. 2 –
Preliminary
Engineering
Commission
approved on
May 9, 2018
4,718,800 471,200 5,190,000
Change Order No. 6 –
Design for
improvements near
Hidden Valley Parkway
Commission
approved on
June 13, 2018
2,891,000 289,100 3,180,100
Change Order No. 10 –
Final Design and
Construction for
improvements near
Hidden Valley Parkway
Commission
approved on
October 10, 2018
15,234,804 750,000 15,984,804
Change Order No. 50 –
Construction of VTMS
(subject of this report)
For Commission
approval on
September 11, 2019
1,700,000 170,000 1,870,000
Totals $26,334,604 $1,859,300 $28,193,904
3
Agenda Item 7
RECOMMENDATION:
Staff recommends approval of Change Order No. 50 to amend the design-build contract between
the Commission and Skanska-Ames in the amount of $1.7 million, plus a contingency amount of
$170,000, for a total amount of $1,870,000. Further, authorization is requested for the Executive
Director to negotiate and execute the change order amendment, pursuant to legal counsel
review, for an amount not to exceed $1,870,000, and for the Executive Director or designee to
approve contingency work up to the total not to exceed amount as required for the project.
Financial Information
In Fiscal Year Budget: Yes Year: FY 2019/20 Amount: $1,870,000
Source of Funds: SB 132 State Funds Budget Adjustment: No
GL/Project Accounting No.: 003039 81603 00000 0000 605 31 81601
Fiscal Procedures Approved: Date: 08/15/2019
Attachments:
1) Detailed Vicinity Map for the 15/91 Express Lanes Connector
2) Draft I-15 ELP Change Order No. 50
3) Draft Cost Summary
4
MOUNTAIN AveMOUNTAIN AveRI
V
E
R
R
d
RI
V
E
R
R
d
BELLE AveRAMONA AveVICTORIA AveSHERIDAN AveBELLE AveRAMONA AveVICTORIA AveSHERIDAN AveBNS
F
RA
ILROA
D
BN
S
F
RA
ILROAD
6TH St
QUARRY StQUARRY St
6TH St EL CAMINO AEL CAMINO ACORONA
Ave
CORONA
Ave
SECOND St
FIRST StFIRST St
SECOND St
JOY StMAIN StCOTA StCOTA StMAIN StJOY StHAM MER AveHAM MER AveevA EGDIRKRAPevA EGDIRKRAP
y
w
kP
YE
LLAV NEDDIH
y
w
kP
YE
LLAV NEDDIH
TEMESCAL WASH
T
E
MESCAL WASH
evA
EDANEMORP
evA
EDANEMORPP
A
R
K
RI
D
G
E
A
ve
P
A
R
K
RI
D
G
E
A
ve
dvlB DdvlB DINTERSTATE
CALIFORNIA
15
SR-91 PM 8.1
END CONSTRUCTION
I-15 PM 43.4
END CONSTRUCTION
SCHOOL
HIGH
NORCO
SCHOOL
HIGH
NORCO
91
NORTH
91
I-15 PM 41.5
BEGIN CONSTRUCTION
ORA
N
G
E CO
U
N
TY
COUNTYRIVERSIDECOAL CANYON RdCOAL CANYON RdSR-91 PM 6.6
BEGIN CONSTRUCTION
CCO 6 / CCO 10
CONNECTOR PROJECT
EXPRESS LANES
APPROXIMATELY 9 MILES WEST OF THE 15/91 JUNCTION
SR-91 PM R17.3
INSTALL NEW VTMS
SR-91 CIP APE
LEGEND
PROPOSED RE-STRIPING
COUNTY LINE
VTMS VARIABLE TOLL MESSAGE SIGN
EXPRESS LANES CONNECTOR PROJECT
CCO 6 / CCO 10
I-15/SR-91 EXPRESS LANES CONNECTOR
91
NORTH
ORA
N
G
E CO
U
N
TY
COUNTYRIVERSIDECOAL CANYON RdCOAL CANYON RdAPPROXIMATELY 9 MILES WEST OF THE 15/91 JUNCTION
SR-91 PM R17.3
INSTALL NEW VTMS
ATTACHMENT 1
5
Riverside County Transportation Commission Contract Number: 16-31-057-00
I-15 ELP Design-Build Contract Page 1 of 4 Change Order Number 50
I-15 ELP PROJECT CHANGE ORDER
CHANGE ORDER NUMBER: 50 CONTRACT NO. 16-31-057-00
DATE: 8/7/2019
SECTION I:
Title: County Line VTMS
Company Name: Skanska-Ames a Joint Venture (DB Contractor)
Description: Construct a Variable Toll Message Sign (VTMS) at the Riverside-Orange
County Line
Additions/Deletions/Modifications to Contract Document requirements:
Add to Contract Section 24.1.2 Turnover Areas:
(c) If DB Contractor meets the Turnover Package No. 4 date of May 26, 2019, DB
Contractor shall receive an early completion bonus of $50,000.00.
Scope:
DB Contractor shall provide any and all supervision, labor, equipment, materials, and
other services necessary to perform the following work:
•DB Contractor shall procure and install a VTMS at the Riverside-Orange County
Line per the attached Released for Construction plans. DB Contractor shall
install the sign panel, cantilever mast arm and anchor bolt package procured
under Directive Letter No. 18 – County Line VTMS Sign Procurement. The work
includes, but not limited to, sign installation, temporary traffic handling and
coordination with adjacent projects, communications and electrical work.
•DB Contractor shall be responsible for general housekeeping within the VTMS
construction zone and all other required maintenance matters directed caused or
required by this work. All other required maintenance shall be considered Extra
Maintenance Work under Technical Provisions (“TP”) Section 21.4 area.
•DB Contractor will coordinate maintenance of traffic (MOT) closures as is
required in TP Section 18; however, any issues related to this Change Order No.
50 will not count against the 90% compliance threshold required under TP
Section 18.3.3.1.1.
ATTACHMENT 2
6
Riverside County Transportation Commission Contract Number: 16-31-057-00
I-15 ELP Design-Build Contract Page 2 of 4 Change Order Number 50
• This work shall be included in Turnover Package No. 4 and all requirements of
Turnover Package No. 4 will apply including the required approvals by Kapsch.
There will be no Liquated Damages associated with the work required by CCO
50.
• If DB Contractor completes the work and meets the Turnover Package No. 4
date of May 26, 2020, DB Contractor shall receive an early completion bonus of
$50,000.00. The payment of the incentive payment is not included in the change
order value.
• Progress Reports and invoices for the work associated with this work shall be
kept separate from other work performed under the Contract.
This change order compensates DB Contractor for all costs and time related impacts
due to this change.
SECTION II: Change Order Cost increase☒ decrease☐ none☐
This Change Order is for a lump sum amount of: $1,700,000.00
SECTION III: Time Impact
The status of all Completion Milestones is: 0 Days (No Adjustment)
SECTION IV: CHANGE REQUESTED BY:
RCTC ☒ DB CONTRACTOR ☐
SECTION V: Certification and Other Acknowledgments
I, _________________, the Authorized Representative of DB Contractor, hereby certify
under penalty of perjury that the above four sections represent a true, accurate and
complete summary of all aspects of this Change Order, and that (a) the amount of time
and/or compensation requested will be justified as to entitlement and amount, (b) the
amount of time and/or compensation requested will include all known and anticipated
impacts or amounts, direct, indirect and consequential, which may be incurred as a result
of the event, occurrence or matter giving rise to the proposed change (and includes all
Subcontractor and Supplier amounts), and (c) the cost and pricing data forming the basis
for this Change Order is complete, accurate and current, with specific reference to the
7
Riverside County Transportation Commission Contract Number: 16-31-057-00
I-15 ELP Design-Build Contract Page 3 of 4 Change Order Number 50
California False Claims Act (Government Code section 1250 et seq.) and the U.S. False
Claims Act (31 U.S.C. section 3729 et seq.).
It is understood and agreed that this Change Order shall not alter or change, in any way,
the force and effect of the Contract Documents, including any previous amendment(s)
thereto, except insofar as the same is expressly altered and amended by this Change
Order.
This Change Order supersedes all prior commitments, negotiations, correspondence,
conversations, agreements or understanding applicable to the issues addressed herein.
No deviation from the terms hereof shall be predicated upon any prior representations or
agreements, whether oral or written, other than the Agreement, as amended in
accordance with its terms.
This Change Order is binding upon, and shall inure to the benefit of, each of the parties
and their respective heirs, personal representatives, successors and assigns.
IN WITNESS WHEREOF, DB Contractor, intending to be legally bound, has executed
this Change Order as of the date below.
DB Contractor:
Skanska-Ames a Joint Venture
By: ________________________________
Name: _____________________ ________
Title: _______________________________
Dated as of: _________________________
SECTION VI (Reviewed and recommended agreed by RCTC Project Manager):
By: _______________________________
Name: __________________________ __
Title: ______________________________
Dated as of: ________________________
Comments:
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
SECTION VII (Agreed by RCTC’s Authorized Representative):
8
Riverside County Transportation Commission Contract Number: 16-31-057-00
I-15 ELP Design-Build Contract Page 4 of 4 Change Order Number 50
IN WITNESS WHEREOF, RCTC, intending to be legally bound, has executed this
Change Order as of the date first written above.
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
By: ________________________________
Name: _____________________________
Title: _______________________________
Dated as of: _________________________
By: ________________________________
Name: _____________________________
Title: _______________________________
Dated as of: _________________________
9
FIRM PROJECT TASKS/ROLE COST
SAJV Construction and Sign Procurment (County Line VTMS)1,700,000.00$
1,700,000.00$
TASK NUMBER TASK DESCRIPTION COST
1 Sign Material (pole and sign structure)250,000.00$
2 Electrical 500,000.00$
3 Foundation and Civil Work 500,000.00$
4 Maintenance of Traffic 450,000.00$
1,700,000.00
1,700,000.00$
2 Preliminary Cost Estimate is a Not-To-Exceed value. Cost Negotiations are continuing.
TOTAL COSTS2
SUBTOTAL
TOTAL COSTS
1 Commission authorization pertains to total contract award amount. Compensation adjustments between tasks may occur; however,
the maximum total compensation authorized may not be exceeded.
COST SUMMARY1
ATTACHMENT 3
10
AGENDA ITEM 8
Agenda Item 8
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
DATE: August 26, 2019
TO: Western Riverside County Programs and Projects Committee
FROM: David Thomas, Toll Project Manager
THROUGH: Michael Blomquist, Toll Program Director
SUBJECT:
Amendment to Agreement with Nossaman LLP for On-Call Strategic
Partnership Advisor Services for the Interstate 15/State Route 91 Express
Lanes Connector Project
STAFF RECOMMENDATION:
This item is for the Committee to:
1)Approve Agreement No. 06-66-028-14, Amendment No. 11 to Agreement
No. 06-66-028-00, with Nossaman LLP (Nossaman) for the on-call strategic partnership
advisor services to support the Interstate 15/State Route 91 Express Lanes Connector
(15/91 ELC), extend the contract term to December 31, 2023, and augment the
agreement in the amount of $1.5 million, plus a contingency amount of $150,000, for an
additional amount of $1.65 million, and a total amount not to exceed $16,002,935;
2)Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreement on behalf of the Commission;
3)Authorize the Executive Director or designee to approve the use of the contingency
amount as may be required for the project; and
4)Forward to the Commission for final action.
BACKGROUND INFORMATION:
In April 2017 Governor Brown signed Senate Bill 132 (SB 132) which appropriated $427 million to
the Riverside County Transportation Efficiency Corridor (RCTEC) for five projects. SB 132
allocated $180 million to the 15/91 ELC project. The 15/91 ELC project will provide a tolled
express lanes connector between the existing 91 Express Lanes and the future 15 Express Lanes
to the north of SR-91 (Figure 1: Vicinity Map).
SB 132 also statutorily created a task force to develop recommendations to accelerate project
delivery of the RCTEC projects. On June 27, 2017, Governor Brown signed budget trailer bill
Assembly Bill 115 (AB 115) through which the Commission received additional project delivery
authority to ensure cost-effective and timely delivery of the 15/91 ELC project.
At its October 2017 meeting, the Commission approved an overall procurement strategy for the
15/91 ELC project to secure all the services and construction needed to deliver the project. The
11
Agenda Item 8
approved strategy consists of a series of contract amendments, as permitted by AB 115, to
existing 91 Project and I-15 Express Lanes Project (I-15 ELP) contracts with engineering
companies, contractors, toll vendors, legal, and financial advisors.
Figure 1: 15/91 Express Lanes Connector Project Vicinity Map
In February 2006, following a competitive procurement process, the Commission approved an
agreement with Nossaman for the purpose of providing strategic partnership advisor services for
innovative project financing and evaluation of potential toll road corridors in Riverside County,
specifically the 91 Project and I-15 ELP.
Nossaman has been integral in supporting the Commission’s Toll Program since 2006 including
assisting with a myriad of agency agreements and funding applications. Nossaman has also been
essential in assisting the project and construction management team in the development and
execution of the various design-build procurement documents such as the request for
qualifications, risk allocation workshops, design-build contract, contract industry review process,
and proposal evaluations, selection, and negotiations for the 91 Project and I-15 ELP.
12
Agenda Item 8
DISCUSSION:
Between April 2018 and October 2018, the Commission approved one contract amendment and
three contract change orders to the I-15 ELP Design-Build (DB) contract to design and construct
certain work to accommodate the 15/91 ELC project. In April 2018, staff initiated negotiations
with the I-15 ELP DB contractor to amend the I-15 ELP contract to include the 15/91 ELC work;
however, in November 2018, staff and the I-15 ELP DB contractor were unable to reach an
agreement on a negotiated price for the 15/91 ELC project.
On February 4, 2019, staff issued a letter to the industry announcing the upcoming release of a
Request for Qualifications (RFQ) for the 15/91 ELC project. On March 4, 2019, the Commission
released the DB RFQ and subsequently shortlisted four DB firms. The Commission issued a draft
Request for Proposals (RFP) on May 9, 2019, conducted one-on-one meetings, and issued the
final RFP on July 10, 2019.
Nossaman has been supporting all of the 15/91 ELC project efforts stated above utilizing its
existing contract budget. An amendment is now being sought in order to complete the
procurement phase activities and contract administration phase activities as summarized below:
PROCUREMENT PHASE
• Participate in post-RFP issuance procurement processes, including proposer workshops,
one-on-one meetings, alternative technical concept (ATC) review and approval process,
review and response to proposer Q&A and document revisions (addenda)
• Lead with drafting of Proposal Evaluation Manual
• Lead with training of the Commission personnel and consultant personnel on Proposal
evaluation processes and procedures
• Participate and provide oversight of Proposal evaluation
• Lead with analysis, response and defense to any bid or proposal protests
• Lead negotiations with apparent best value Proposers and DB contract finalization
CONTRACT ADMINISTRATION PHASE
• Develop and administer Contract administration training workshop for the Commission
and Project and Construction Management team
• Assist with DB contract interpretation, analysis and administration issues
• Assist with change order, claims management strategy
• Assist with prosecution of any DB contract disputes
Amendment No. 11 with Nossaman in the amount of $1.5 million plus a contingency amount of
$150,000, for an additional amount of $1.65 million for strategic partnership advisor services to
support the 15/91 ELC project is attached. The agreement also extends the term to December
31, 2023, or the anticipated completion of the 15/91 ELC DB contract. This approach is consistent
with the 91 Project and I-15 ELP and provides continuity of legal counsel through the contract
administration phase.
13
Agenda Item 8
The schedule for the completed and next phases of the 15/91 ELC project procurement and
contract administration is as follows:
Milestone Activity Date
Issued letter to the industry February 4, 2019
Completed
Issued Request For Qualifications March 4, 2019
Completed
Issued Draft RFP (to shortlisted proposers) May 9, 2019
Completed
Issued Final RFP (to shortlisted proposers) July 10, 2019
Completed
Final RFP addendum October 2019
Proposal due date November 2019
Selection, negotiation, and staff recommendation January 2020
Committee and Commission approval of contract award February/March 2020
Contract Award and Notice to Proceed Spring 2020
Start of Construction Fall 2020
Substantial Completion (15/91 ELC Open to Traffic) End of 2022
Project Completion Spring 2023
Final Acceptance Summer 2023
Staff recommends the Committee approve Agreement No. 06-66-028-14, Amendment No. 11 to
Agreement No. 06-66-028-00, with Nossaman for the on-call strategic partnership advisor
services to support the 15/91 ELC, extend the contract term to December 31, 2023, and augment
the agreement in the amount of $1.5 million, plus a contingency of $150,000, for an additional
amount of $1.65 million, and a total authorized contract value of $16,002,935.
Further, staff recommends the Committee authorize the Chair or Executive Director, pursuant to
legal counsel review, to execute the agreement on behalf of the Commission and authorize the
Executive Director or designee to approve the use of the contingency amount as may be required
for the project.
Financial Information
In Fiscal Year Budget: Yes
N/A Year: FY 2019/20
FY 2020/21+ Amount: $1,100,000
$ 550,000
Source of Funds: SB 132 State Funds Budget Adjustment: No
N/A
GLA No.: 003039 65102 00000 0000 605 31 65102
Fiscal Procedures Approved: Date: 08/15/2019
Attachment: Agreement No. 06-66-028-14 with Nossaman LLP
14
17336.02101\32219755.2 1
Agreement No. 06-66-028-14
AMENDMENT NO. 11 TO
AGREEMENT FOR STRATEGIC PARTNERSHIP ADVISOR SERVICES
WITH NOSSAMAN LLP
1. PARTIES AND DATE
This Amendment No. 11 to the Agreement for Strategic Partnership Advisor
Services is made and entered into as of this ______ day of ___________, 2019, by and
between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION
(“Commission”) and NOSSAMAN LLP ("Consultant").
2. RECITALS
2.1 The Commission and the Consultant have entered into an agreement
dated April 10, 2006 for the purpose of providing Strategic Partnership
Advisor Services (as amended, the "Master Agreement"). The not to
exceed amount of the Master Agreement is set at One Hundred Fifty
Thousand Dollars ($150,000).
2.2 The Commission and the Consultant have entered into an Amendment
No. 1 to the Master Agreement, dated July 27, 2006, for the purpose of
increasing the not to exceed amount of the Master Agreement by Seventy-
Five Thousand Dollars ($75,000).
2.3 The Commission and the Consultant have entered into an Amendment
No. 2 to the Master Agreement, dated October 26, 2006, for the purpose
of reducing the not to exceed amount of the Master Agreement by Fifty
Thousand Dollars ($50,000).
2.4 The Commission and the Consultant have entered into an Amendment
No. 3 to the Master Agreement, dated April 9, 2007, for the purpose of
increasing the not to exceed amount of the Master Agreement by One
Hundred Fifty Thousand Dollars ($150,000).
2.5 The Commission and the Consultant have entered into an Amendment
No. 4 to the Master Agreement, dated February 8, 2008, for the purpose
of incorporating additional services into the Scope of Services of the
Master Agreement, modifying the Consultant’s hourly billing rates,
15
17336.02101\32219755.2 2
extending the term and increasing the total not to exceed amount of the
Master Agreement by Two Hundred Fifty Thousand Dollars ($250,000).
2.6 The Commission and the Consultant have entered into an Amendment
No. 5 to the Master Agreement, dated July 16, 2008, for the purpose of
making consulting services available to the San Bernardino Associated
Governments through the Master Agreement.
2.7 The Commission and the Consultant have entered into an Amendment
No. 6 to the Master Agreement, dated January 27, 2010 and Amended
and Restated Amendment No. 6 to the Master Agreement, dated March
10, 2010, for the purpose of increasing the total not to exceed amount of
the Master Agreement by Eight Hundred Thousand Dollars ($800,000)
and to modify the Consultant’s hourly billing rates.
2.8 The Commission and the Consultant have entered into an Amendment
No. 7 to the Master Agreement, dated December 21, 2010, for the
purpose of increasing the total not to exceed amount of the Master
Agreement by Two Million Eighty-Three Thousand Thirty-Five Dollars
($2,083,035).
2.9 The Commission and the Consultant have entered into an Amendment
No. 8 to the Master Agreement, dated February 9, 2012, for the purpose
of increasing the total not to exceed amount of the Master Agreement by
One Million Eight Hundred Seventy-Eight Thousand Nine Hundred Dollars
($1,878,900), and extending the term (the “Third Extended Term”) to end
February 9, 2014, unless earlier terminated as provided in the Master
Agreement.
2.10 By letter dated May 22, 2013 (“Contingency Release Letter”), the
Commission authorized the release of Board allocated contingency funds
in the sum of Three Hundred Seventy Six Thousand Dollars ($376,000) to
cover Extra Work, as that term is defined in the Master Agreement.
2.11 The Commission and the Consultant have entered into an Amendment
No. 9 to the Master Agreement, dated August 26, 2013, to identify the
Contingency Release letter within the formal amendments to the Master
Agreement, increasing the total not to exceed amount of the Master
Agreement by Two Million Four Hundred Thousand Dollars ($2,400,000),
and extending the term (the “Fourth Extended Term”) to end March 9,
2018, unless earlier terminated as provided in the Master Agreement.
16
17336.02101\32219755.2 3
2.12 The Commission and the Consultant have entered into an Amendment
No. 10 to the Master Agreement, dated July 19, 2016, to amend the
Master Agreement, increasing the total not to exceed amount of the
Master Agreement by Five Million Seven Hundred Thousand Dollars
($5,700,000), and extending the term (the “Fifth Extended Term”) to end
December 31, 2020, unless earlier terminated as provided in the Master
Agreement to provide procurement and contract administration services
for the I-15 Express Lanes Project.
2.13 The parties now desire to amend the Master Agreement in order to extend
the term, include additional services, and provide additional compensation
for the support of the 15/91 Express Lanes Connector Project (“15/91
ELC”).
3. TERMS
3.1 The term of the Master Agreement shall be extended for an additional
term (the “Sixth Extended Term”) beginning on December 31, 2020 and
ending on December 31, 2023, unless earlier terminated as provided in
the Master Agreement.
3.2 The Services, as defined in the Master Agreement, shall be amended to
include the services and work required for the 15/91 ELC, as set forth in
Exhibit “A” attached to this Amendment No. 11 and incorporated herein by
reference.
3.3 The maximum compensation for Services performed pursuant to this
Amendment No. 11 shall be One Million Five Hundred Thousand Dollars
($1,500,000), as further set forth in the attached Exhibit "B." Work shall
be performed at the rates set forth in the Master Agreement, as previously
amended.
3.4 The total not-to-exceed amount of the Master Agreement, as previously
amended, and as amended by this Amendment No. 11, shall be increased
from Thirteen Million Eight Hundred Twelve Thousand Nine Hundred
Thirty-Five Dollars ($13,812,935) to Fifteen Million Three Hundred Twelve
Thousand Nine Hundred Thirty-Five Dollars ($15,312,935).
3.5 The recitals set forth above are true and correct and are incorporated into
this Amendment No. 11 by reference as though fully set forth herein.
3.6 This Amendment No. 11 shall be governed by the laws of the State of
California. Venue shall be in Riverside County.
17
17336.02101\32219755.2 4
3.7 This Amendment No. 11 may be signed in counterparts, each of which
shall constitute an original.
3.8 Except as amended by this Amendment, all provisions of the Master
Agreement, as amended by Amendment No. 1 through No. 10, including
without limitation the indemnity and insurance provisions, shall remain in
full force and effect and shall govern the actions of the parties under this
Amendment.
[SIGNATURES ON FOLLOWING PAGE]
18
17336.02101\32219755.2 5
SIGNATURE PAGE TO
AMENDMENT NO. 11 TO
AGREEMENT FOR STRATEGIC PARTNERSHIP ADVISOR SERVICES
WITH NOSSAMAN LLP
IN WITNESS WHEREOF, the parties hereto have executed this Amendment as
of the date first herein above written.
RIVERSIDE COUNTY NOSSAMAN LLP
TRANSPORTATION COMMISSION
By: _____________________________ By: _________________________
Anne Mayer, Executive Director Signature
__________________________
Name
__________________________
Title
APPROVED AS TO FORM:
By: _____________________________
Best Best & Krieger LLP
Counsel to the Riverside County
Transportation Commission
.
19
Exhibit A 1
17336.02101\32219755.2
EXHIBIT "A"
NOSSAMAN SCOPE OF SERVICES
I-15 ELC
In support for the design-build procurement of the I-15 Express Lanes Connector
Design-Build Project (“Project”), NOSSAMAN LLP (“Nossaman”) will provide the
following services:
PROCUREMENT PHASE
• Participate in weekly team calls
• Participation in procurement strategies discussion
• Assistance with agreements and negotiations with Caltrans, FHWA and other
agency stakeholders, including the design-build coop agreement, toll facilities
agreement
• Lead in drafting of RFQ
• Assist with proposer Q&A re: RFQ and RFQ document revisions (addenda)
• Lead with drafting of RFQ Evaluation Manual
• Assist with training of the Commission personnel and consultant personnel on
RFQ evaluation process and procedures
• Participate and provide oversight of RFQ evaluation
• Lead in drafting of RFP (Instructions to Proposers)
• Lead in drafting of Design-Build Contract documents
• Assist in drafting of Toll Services Contract change orders/amendments
• Review and comment on drafts of the Technical Provisions drafted by the PCM
• Coordinate with and among co-consultants, including technical advisor
• Participate in industry review process, including proposer workshops, one on one
meetings, proposer Q&A and document revisions
• Participate in post-RFP issuance procurement processes, including proposer
workshops, one on one meetings, alternative technical concept (ATC) review and
approval process, review and response to proposer Q&A and document revisions
(addenda)
• Lead with drafting of RFP Evaluation Manual
• Lead with training of the Commission personnel and consultant personnel on
RFP evaluation processes and procedures
• Participate and provide oversight of RFP evaluation
• Lead with analysis, response and defense to any bid or proposal protests
• Lead negotiations with apparent best value Proposers and Design-Build Contract
finalization
• Assist with Design-Build Contract award and execution process
20
Exhibit A 2
17336.02101\32219755.2
• Assistance with preparation of materials for presentations, briefings and other
materials to Commission board and committees and senior staff and other
stakeholders, as needed
• Assist Commission with any applications under SEP-14 or SEP-15 (as well as
other similar, related or new programs authorized under FAST or any future
reauthorizations)
• Coordinate with and among co-consultants, including technical advisor and
financial advisors
• Other Project-related tasks directed by the Commission to implement the
procurement and Project
CONTRACT ADMINISTRATION PHASE
• Develop and administer Contract administration training workshop for the
Commission and PCM
• Assist with issuance of notice to proceed(s)
• Participate in regularly scheduled contract administration calls
• Assist with Design-Build Contract interpretation, analysis and administration
issues
• Assist with change order, claims management strategy
• Review, analyze and respond to design-build contractor change order requests
• Review, analyze and research the Commission/design-builder change order
requests
• Assist in drafting of, review and negotiation of change orders
• Assist with prosecution of any Design-Build Contract disputes
• Coordinate with and among co-consultants, including technical advisor and
financial advisors
• Other Project-related tasks directed by the Commission to implement the
procurement and Project
PRELIMINARY ASSUMPTIONS
● Budget estimate reflects additional amounts to existing engagement for purposes of
amendment and do not include existing budgeted amounts
● ELC RFQ shall be based on prior Nossaman precedent for shortlisting RFQs
● ELC Design-Build Contract and ELC RFP will use SR-91 and ELP design-build
documents as precedent and only moderate to medium changes will be required for
Project
● Technical provisions will use SR-91 and ELP technical provisions as precedent and
only moderate to medium changes will be required for Project
● Procurement period of 12-15 months from issuance of ELC RFQ to award/notice to
proceed
● Shortlist following ELC RFQ of no more than 4 proposers
21
Exhibit A 3
17336.02101\32219755.2
● Suitable PCM and the Commission personnel properly performing their respective
scopes of work
● Although part of scope, budget estimate excludes legal fees relating to the following
items (budget amendment to contract would be required):
○ SOQ or Proposal protests or other procurement challenges
○ A Best and Final Offer (BAFO)
○ Significant numbers of and/or complex change orders affecting the Project
○ Support regarding disputes/claims going to dispute resolution or litigation
● BB&K will provide services in its role as Commission’s general counsel in the same
manner as with the SR-91 project and ELP Project
● Insurance issues will be addressed by the Commission or a third party insurance
advisor contracted to the Commission or the technical advisor
● Budget estimate is an estimate and not a guaranty or a cap on fees and expenses.
● Rates shall increase annually in the manner consistent with past practice
● Estimates of budget allocations across phases are estimates and shall not be caps
on fees and expenses for the respective phases
● Fees and expenses may vary across phases from estimated numbers, but remain
subject to the overall budget authorization
22
Exhibit B
17336.02101\32219755.2
EXHIBIT “B"
NOSSAMAN COMPENSATION
23
AGENDA ITEM 9
Agenda Item 9
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
DATE: August 26, 2019
TO: Western Riverside County Programs and Projects Committee
FROM: Stephanie Blanco, Capital Projects Manager
THROUGH: Michael Blomquist, Toll Program Director
SUBJECT:
Cooperative Agreement with the California Department of Transportation,
District 8 for Project Initiation Document Phase for the Riverside County Next
Generation Express Lanes Project
STAFF RECOMMENDATION:
This item is for the Committee to:
1)Approve Agreement No. 20-31-006-00, a cooperative agreement between the
Commission and the California Department of Transportation, District 8 (Caltrans) for
the Riverside County Next Generation Express Lanes Project (NGELP), in an amount not
to exceed $300,000;
2)Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreement on behalf of the Commission; and
3)Forward to the Commission for final action.
BACKGROUND INFORMATION:
The NGELP will analyze and develop a Project Initiation Document (PID) for the following three
corridors in Riverside County (Figure 1):
1.91 Downtown Riverside: SR-91 from I-15 to SR-91/I-215/SR-60 interchange
2.60 Jurupa-Riverside: SR-60 from I-15 to SR-91/I-215/SR-60 interchange
3.60/215 Riverside-Moreno Valley: I-215/SR-60 from SR-91/I-215/SR-60 interchange to
SR-60/Gilman Springs Road interchange and to I-215/Van Buren Boulevard interchange
The purpose of this project is to:
•Define the purpose and need for the project;
•Identify feasible alternatives for the next phase;
•Collect and analyze existing information;
•Identify stakeholders for development of the project;
•Scope proposed studies and activities for project development;
•Estimate the project cost and schedule; and
24
Agenda Item 9
•Approve the PID to program the projects and proceed to the next phase of project
development.
Figure 1: Project Location Map
At its January 2019 workshop, the Commission authorized staff to complete the PID phase for
the 91 Downtown Riverside Express Lanes; 60 Jurupa-Riverside Express Lanes; and 60/215
Riverside-Moreno Valley Express Lanes. Services for the PID phase will be funded with State
Transportation Improvement Program-Planning, Programming, and Monitoring (STIP-PPM) and
Local Transportation Fund (LTF) funding.
On July 10, 2019 the Commission awarded a contract to WSP USA Inc. to conduct preliminary
engineering and environmental studies to support the preparation of a PID for the NGELP. The
PID phase is anticipated to begin in August 2019 with a kick-off meeting with Caltrans.
In response to Commissioners’ input, staff modified the PID NGELP contract to evaluate the
following:
1)For the 91 Downtown Riverside Express Lanes Corridor, an alternative to construct 2
express lanes in each direction by converting 1 existing High Occupancy Vehicle (HOV)
lane to 1 express lane and add a new express lane; and
25
Agenda Item 9
2)For all the corridors, an alternative for an HOV lane to general purpose lane conversion.
Cooperative Agreement with Caltrans
To proceed with the PID phase of the NGELP, the Commission must enter into a cooperative
agreement with Caltrans (Attachment 1), the owner and operator of the State Highway System.
Execution of the agreement provides Caltrans with a funding source for staff efforts for review
and approval of the NGELP PID document. The following are some key provisions of this
cooperative agreement:
•The Commission, as the project sponsor and implementing agency, shall be responsible
for establishing the project scope; securing funding for the PID work; and managing the
scope, cost, schedule, and quality of the PID work activities;
•Caltrans shall perform quality management of the PID work to ensure compliance with
applicable standards and regulations and will issue/obtain the necessary approvals for
work within the existing and proposed State Highway System right of way;
•The Commission, will develop and provide a Quality Management Plan (QMP) that
describes the Commission’s quality policy, how it will be used, and how disputes will be
resolved at the team level. Caltrans will review and approve the QMP;
•The Commission is responsible to fund the cost of the work in accordance with the
agreement, which totals $300,000. The Caltrans engineering and environmental
support costs for review of the PID project only include direct costs. No indirect or
overhead costs will be applied for the review of the PID document; and
•Caltrans will review and approve the PID as required by California Government Code,
Section 65086.5 allowing for 60 days of review for the draft PID and 30 days of review
for the revised and final PID.
Staff seeks Commission approval of the cooperative agreement and authorization for the Chair
or Executive Director to execute the agreement on behalf of the Commission.
Financial Information
In Fiscal Year Budget: Yes
N/A Year: FY 2019/20
FY 2020/21 Amount: $ 250,000
$ 50,000
Source of Funds: STIP-PPM and LTF funds Budget Adjustment: No
N/A
GL/Project Accounting No.:
003047 81602 00000 0000 262 31 81601 - $100,000
003048 81602 00000 0000 262 31 81601 - $100,000
003049 81602 00000 0000 262 31 81601 - $100,000
Fiscal Procedures Approved: Date: 08/14/2019
Attachment: Draft Agreement No. 20-31-006-00
26
Agreement 08-1704
Project No. 0820000006
EA 1L270
08-RlV-91-60-215-various
COOPERATIVE AGREEMENT COVER SHEET
Work Description
A STUDY OF MANAGED LANE ALTERNATIVES ON THREE CORRIDORS; SR-91
DOWNTOWN RIVERSIDE, SR-60 JURUPA-RIVERSIDE AND SR-60/I-215 RIVERSIDE-
MORENO VALLEY.
Contact Information
CALTRANS
Raghuram Radhakrishnan, Project Manager
464 West 4th Street, 6th Floor (MS-1229)
San Bernardino, CA 92401-1400
Office Phone: (909) 383-6288
Mobile Phone:
Fax Number: (909) 383-6938
Email: raghuram.radhakrishnan@dot.ca.gov
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
Stephanie Blanco, Capital Projects Manager
4080 Lemon Street, Third Floor
Riverside, CA 92501
Office Phone: 951-787-4019
Email: SBlanco@RCTC.org
27
Agreement 08-1704
Project No. 0820000006
1 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
EA 1L270
08-RIV-91-60-2 1 5-various
COOPERATIVE AGREEMENT DRAFT
This AGREEMENT, effective on between the State of
California, acting through its Department of Transportation, referred to as CALTRANS, and:
Riverside County Transportation Commission, a public corporation/entity, referred to
hereinafter as COMMISSION.
An individual signatory agency in this AGREEMENT is referred to as a PARTY. Collectively, the
signatory agencies in this AGREEMENT are referred to as PARTIES.
RECITALS
1. PARTIES are authorized to enter into a cooperative agreement for improvements to the State
Highway System per California Streets and Highways Code, Sections 114 and 130 and
California Government Code, Section 65086.5.
2. For the purpose of this AGREEMENT, A study of managed lane alternatives on three
corridors: SR-91 Downtown Riverside, SR-60 Jurupa-Riverside, corridors and SR-60/1-215
Riverside-Moreno Valley, will be referred to hereinafter as PROJECT. COMMISSION desires
that a Project Initiation Document (PID) be developed for the PROJECT. The Project
Initiation Document will be a Project Study Report - Project Development Support (PSR-
PDS).
3. All obligations and responsibilities assigned in this AGREEMENT to complete the following
PROJECT COMPONENT will be referred to hereinafter as WORK:
• PROJECT INITIATION DOCUMENT (PID)
Each PROJECT COMPONENT is defined in the CALTRANS Workplan Standards Guide as a
distinct group of activities/products in the project planning and development process.
28
Agreement 08-1704
Project No. 0820000006
2 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
4. The term AGREEMENT, as used herein, includes this document and any attachments,
exhibits, and amendments.
This AGREEMENT is separate from and does not modify or replace any other cooperative
agreement or memorandum of understanding between the PARTIES regarding the PROJECT.
PARTIES intend this AGREEMENT to be their final expression that supersedes any oral
understanding or writings pertaining to the WORK. The requirements of this AGREEMENT
will preside over any conflicting requirements in any documents that are made an express part
of this AGREEMENT.
If any provisions in this AGREEMENT are found by a court of competent jurisdiction to be, or
are in fact, illegal, inoperative, or unenforceable, those provisions do not render any or all other
AGREEMENT provisions invalid, inoperative, or unenforceable, and those provisions will be
automatically severed fi:om this AGREEMENT.
Except as otherwise provided in the AGREEMENT, PARTIES will execute a written
amendment if there are any changes to the terms of this AGREEMENT.
AGREEMENT will terminate 180 days after PID is signed by PARTIES or as mutually agreed
by PARTIES in writing. However, all indemnification articles will remain in effect until
terminated or modified in writing by mutual agreement.
5. No PROJECT deliverables have been completed prior to this AGREEMENT.
6. In this AGREEMENT capitalized words represent defined terms, initialisms, or acronyms.
7. PARTIES hereby set forth the terms, covenants, and conditions of this AGREEMENT.
RESPONSIBILITIES
Sponsorship
8. A SPONSOR is responsible for establishing the scope of the PROJECT and securing the
financial resources to fund the WORK. A SPONSOR is responsible for securing additional
funds when necessary or implementing PROJECT changes to ensure the WORK can be
completed with the funds obligated in this AGREEMENT.
PROJECT changes, as described in the CALTRANS Project Development Procedures Manual,
will be approved by CALTRANS as the owner/operatqr of the State Highway System.
9. COMMISSION is the SPONSOR for the WORK in this AGREEMENT.
29
Agreement 08-1704
Project No. 0820000006
3 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
Implementing Agency
10. The IMPLEMENTING AGENCY is the PARTY responsible for managing the scope, cost,
schedule, and quality of the work activities and products of a PROJECT COMPONENT.
• COMMISSION is the Project Initiation Document (PID) IMPLEMENTING AGENCY.
The PID identifies the PROJECT need and purpose, stakeholder input, project
alternatives, anticipated right-of-way requirements, preliminary environmental analysis,
initial cost estimates, and potential funding sources.
11. The IMPLEMENTING AGENCY for a PROJECT COMPONENT will provide a Quality
Management Plan (QMP) for the WORK in that component. The QMP describes the
IMPLEMENTING AGENCY's quality policy and how it will be used. The QMP will include
a process for resolving disputes between the PARTIES at the team level. The QMP is subject
to CALTRANS review and approval.
12. Any PARTY responsible for completing WORK will make its personnel and consultants that
prepare WORK available to help resolve WORK-related problems and changes for the entire
duration of the PROJECT including PROJECT work that may occur under separate
agreements.
Funding
13. COMMISSION is the only PARTY obligating funds in this AGREEMENT and will fund the
cost of the WORK in accordance with this AGREEMENT.
If, in the future, CALTRANS is allocated state funds and Personnel Years (PYs) for PID
review or development of this PROJECT, PARTIES will agree to amend this AGREEMENT
to change the reimbursement arrangement for PID review.
14. Funding sources, PARTIES committing funds, funding amounts, and invoicing/payment
details are documented in the Funding Summary section of this AGREEMENT.
PARTIES will amend this AGREEMENT by updating and replacing the Funding Summary, in
its entirety, each time the funding details change. Funding Summary replacements will be
executed by a legally authorized representative of the respective PARTIES. The most current
fully executed Funding Summary supersedes any previous Funding Summary created for this
AGREEMENT.
15. PARTIES will not be reimbursed for costs beyond the funds obligated in this AGREEMENT.
30
Agreement 08-1704
Project No. 0820000006
4 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
16. Unless otherwise documented in the Fund g Summary, overall liability for project costs
within a PROJECT COMPONENT will be in proportion to the amount contributed to that
PROJECT COMPONENT by each fund type.
17. Unless otherwise documented in the Funding Summary, any savings recognized within a
PROJECT COMPONENT will be credited or reimbursed, when allowed by policy or law, in
proportion to the amount contributed to that PROJECT COMPONENT by each fund type.
18. WORK costs, except those that are specifically excluded in this AGREEMENT, are to be paid
from the funds obligated in the Funding Summary. Costs that are specifically excluded from
the funds obligated in this AGREEMENT are to be paid by the PARTY incurring the costs
from funds that are independent of this AGREEMENT.
CALTRANS' Quality Management
19. CALTRANS, as the owner/operator of the State Highway System (SHS), will perform quality
management work including Quality Management Assessment (QMA) and owner/operator
approvals for the portions of WORK within the existing and proposed SHS right-of-way.
20. CALTRANS' Quality Management Assessment (QMA) efforts are to ensure that
COMMISSION's quality assurance results in WORK that is in accordance with the applicable
standards and the PROJECT's quality management plan (QMP). QMA does not include any
efforts necessary to develop or deliver WORK or any validation by verifying or rechecking
WORK.
When CALTRANS performs QMA, it does so for its own benefit. No one can assign liability to
CALTRANS due to its QMA.
21. CALTRANS, as the owner/operator of the State Highway System, will approve WORK
products in accordance with CALTRANS policies and guidance and as indicated in this
AGREEMENT.
22. COMMISSION will provide WORK-related products and supporting documentation upon
CALTRANS' request for the purpose of CALTRANS' quality management work.
Proiect Initiation Document (PID)
23. As the PID IMPLEMENTING AGENCY, COMMISSION is responsible for all PID WORK
except those activities and responsibilities that are assigned to another PARTY in this
AGREEMENT and those activities that may be specifically excluded.
31
Agreement 08-1704
Project No. 0820000006
5 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
24. Should COMMISSION request CALTRANS to perform any portion of PID preparation work,
except as otherwise set forth in this in this AGREEMENT, COMMISSION agrees to reimburse
CALTRANS for such work and PARTIES will amend this AGREEMENT.
25. CALTRANS will be responsible for completing the following PID activities:
100.05.10.xx Quality Management Yes
150.05.05.xx Review of Existing Reports, Data, Studies, and Mapping Yes
150.25.20 PID Circulation, Review, and Approval Yes
26. CALTRANS will provide relevant existing proprietary information and maps related to:
• Geologic and Geotechnical information
• Utility information
• Environmental constraints
• Traffic modeling/forecasts
• Topographic and Boundary surveys
• As-built centerline and existing right-of-way
Due to the potential for data loss or errors, CALTRANS will not convert the format of existing
proprietary information or maps.
27. When required, CALTRANS will perform pre-consultation with appropriate resource agencies
in order to reach consensus on need and purpose, avoidance alternatives, and feasible
alternatives.
28. CALTRANS will actively participate in the Project Delivery Team meetings.
29. The PID will be signed on behalf of COMMISSION by a Civil Engineer registered in the State
of California.
30. CALTRANS will review and approve the Project Initiation Document (PID) as required by
California Government Code, Section 65086.5.
32
Agreement 08-1704
Project No. 0820000006
6 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
CALTRANS will complete a review of the draft PID and provide its comments to
COMMISSION within 60 calendar days from the date CALTRANS received the draft PID
from COMMISSION. COMMISSION will address the comments provided by CALTRANS.
If any interim reviews are requested of CALTRANS by COMMISSION, CALTRANS will
complete those reviews within 30 calendar days from the date CALTRANS received the draft
PID from COMMISSION.
After COMMISSION revises the PID to address all of CALTRANS' comments and submits
the revised draft PID and all related attachments and appendices, CALTRANS will complete
its revi w and final determination of the revised draft PID within 30 calendar days from the
date CALTRANS received the revised draft PID from COMMISSION. Should CALTRANS
require supporting data necessary to defend facts or claims cited in the revised draft PID,
COMMISSION will provide all available supporting data in a reasonable time so that
CALTRANS may conclude its review. The 30 day CALTRANS review period will be stalled
during that time and will continue to run after COMMISSION provides the required data.
No liability will be assigned to CALTRANS, its officers and employees by COMMISSION
under the terms of this AGREEMENT or by third parties by reason of CALTRANS' review
and approval of the PID.
33
Agreement 08-1704
Project No. 0820000006
7 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
Additional Provisions
Standards
31. PARTIES will perform all WORK in accordance with federal and California laws, regulations,
and standards; Federal Highway Administration (FHWA) standards; and CALTRANS
standards. CALTRANS standards include, but are not limited to, the guidance provided in the:
• CADD Users Manual
• CALTRANS policies and directives
• Plans Preparation Manual
• Project Development Procedures Manual (PDPM)
• Workplan Standards Guide
Noncompliant Work
32. CALTRANS retains the right to reject noncompliant WORK. COMMISSION agrees to
suspend WORK upon request by CALTRANS for the purpose of protecting public safety,
preserving property rights, and ensuring that all WORK is in the best interest of the State
Highway System.
Qualifications
33. Each PARTY will ensure that personnel participating in WORK are appropriately qualified or
licensed to perform the tasks assigned to them.
Consultant Selection
34. COMMISSION will invite CALTRANS to participate in the selection of any consultants that
participate in the WORK.
Encroachment Permits
35. CALTRANS will issue, upon proper application, the encroachment permits required for
WORK within State Highway System (SHS) right-of-way. COMMISSION, their contractors,
consultants, agents and utility owners will not work within the SHS right-of-way without an
encroachment permit issued in their name. CALTRANS will provide encroachment permits to
COMMISSION, their cont actors, consultants, and agents at no cost. CALTRANS will
provide encroachment permits to utility owners at no cost. If the encroachment permit and this
AGREEMENT conflict, the requirements of this AGREEMENT will prevail.
34
Agreement 08-1704
Project No. 0820000006
8 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
36. The IMPLEMENTING AGENCY for a PROJECT COMPONENT will coordinate, prepare,
obtain, implement, renew, and amend any encroachment permits needed to complete the
WORK.
Protected Resources
37. If any PARTY discovers unanticipated cultural, archaeological, paleontological, or other
protected resources during WORK, all WORK in that area will stop and that PARTY will
notify all PARTIES within 24 hours of discovery. WORK may only resume after a qualified
professional has evaluated the nature and significance of the discovery and CALTRANS
approves a plan for its removal or protection.
Disclosures
38. PARTIES will hold all administrative drafts and administrative final reports, studies, materials,
and documentation relied upon, produced, created, or utilized for the WORK in confidence to
the extent permitted by law and where applicable, the provisions of California Government
Code, Section 6254.S(e) will protect the confidentiality of such documents in the event that
said documents are shared between PARTIES.
PARTIES will not distribute, release, or share said documents with anyone other than
employees, agents, and consultants who require access to complete the WORK without the
written consent of the PARTY authorized to release them, unless required or authorized to do
so by law.
39. If a PARTY receives a public records request pertaining to the WORK, that PARTY will
notify PARTIES within five (5) working days of receipt and make PARTIES aware of any
disclosed public records.
Hazardous Materials
40. If any hazardous materials, pursuant to Health and Safety Code 25260(d), are found within the
PROJECT limits, the discovering PARTY will notify all other PARTIES within twenty-four
(24) hours of discovery.
41. PARTIES agree to consider alternatives to PROJECT scope and/or alignment, to the extent
practicable, in an effort to avoid any known hazardous materials within the proposed
PROJECT limits.
42. If hazardous materials are discovered within PROJECT limits, but outside of State Highway
System right-of-way, it is the responsibility of COMMISSION in concert with the local agency
having land use jurisdiction over the property, and the property owner, to remedy before
CALTRANS will acquire or accept title to such property.
35
Agreement 08-1704
Project No. 0820000006
9 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
Claims
43. Any PARTY that is responsible for completing WORK may accept, reject, compromise, settle,
or litigate claims arising from the WORK without concurrence from the other PARTY.
44. PARTIES will confer on any claim that may affect the WORK or PARTIES' liability or
responsibility under this AGREEMENT in order to retain resolution possibilities for potential
future claims. No PARTY will prejudice the rights of another PARTY until after PARTIES
confer on the claim.
45. If the WORK expends state or federal funds, each PARTY will comply with the Federal
Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal
Awards of 2 CFR, Part 200. PARTIES will ensure that any for-profit consultant hired to
participate in the WORK will comply with the requirements in 48 CFR, Chapter 1, Part 31.
When state or federal funds are expended on the WORK these principles and requirements
apply to all funding types included in this AGREEMENT.
Accounting and Audits
46. PARTIES will maintain, and will ensure that any consultant hired by PARTIES to participate
in WORK will maintain, a financial management system that conforms to Generally Accepted
Accounting Principles (GAAP), and that can properly accumulate and segregate incurred
PROJECT costs and billings.
47. PARTIES will maintain and make available to each other all WORK-related documents,
including financial data, during the term of this AGREEMENT.
PARTIES will retain all WORK-related records for three (3) years after the final voucher.
PARTIES will require that any consultants hired to participate in the WORK will comply with
this Article.
36
Agreement 08-1704
Project No. 0820000006
10 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
48. PARTIES have the right to audit each other in accordance with generally accepted
governmental audit standards.
CALTRANS, the State Auditor, FHWA (if the PROJECT utilizes federal funds), and
COMMISSION will have access to all WORK-related records of each PARTY, and any
consultant hired by a PARTY to participate in WORK, for audit, examination, excerpt, or
transcription.
The examination of any records will take place in the offices and locations where said records
are generated and/or stored and will be accomplished during reasonable hours of operation.
The auditing PARTY will be permitted to make copies of any WORK-related records needed
for the audit.
The audited PARTY will review the draft audit, findings, and recommendations, and provide
written comments within thirty (30) calendar days of receipt.
Upon completion of the final audit, PARTIES have forty-five (45) calendar days to refund or
invoice as necessary in order to satisfy the obligation of the audit.
Any audit dispute not resolved by PARTIES is subject to mediation. Mediation will follow the
process described in the General Conditions section of this AGREEMENT.
49. If the WORK expends state or federal funds, each PARTY will undergo an annual audit in
accordance with the Single Audit Act in the Federal Uniform Administrative Requirements,
Cost Principles, and Audit Requirements for Federal Awards as defined in 2 CFR, Part 200.
50. When a PARTY reimburses a consultant for WORK with state or federal funds, the
procurement of the consultant and the consultant overhead costs will be in accordance with the
Local Assistance Procedures Manual, Chapter 10.
Interruption of Work
51. If WORK stops for any reason, IMPLEMENTING AGENCY will place the PROJECT right-.
of-way in a safe and operable condition acceptable to CALTRANS.
Penalties. Judgements and Settlements
52. The cost of awards, judgements, or settlements generated by the WORK are to be paid from
the funds obligated in this AGREEMENT.
53. Any PARTY whose action or lack of action causes the levy of fines, interest, or penalties will
indemnify and hold all other PARTIES harmless per the terms of this AGREEMENT.
37
Agreement 08-1704
Project No. 0820000006
11 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
GENERAL CONDITIONS
Venue
54. PARTIES understand that this AGREEMENT is in accordance with and governed by the
Constitution and laws of the State of California. This AGREEMENT will be enforceable in the
State of California. Any PARTY initiating legal action arising from this AGREEMENT will
file and maintain that legal action in the Superior Court of the county in which the
CALTRANS district office that is signatory to this AGREEMENT resides, or in_ the Superior
Court.of the county in which the PROJECT is physically located.
Exemptions
55. All CALTRANS' obligations under this AGREEMENT are subject to the appropriation of
resources by the Legislature, the State Budget Act authority, programming and allocation of
funds by the California Transportation Commission (CTC).
Indemnification
56. Neither CALTRANS nor any of their officers and employees, are responsible for any injury,
damage, or liability occurring by reason of anything done or omitted to be done by
COMMISSION, its contractors, sub-contractors, and/or its agents under or in connection with
any work, authority, or jurisdiction conferred upon COMMISSION under this AGREEMENT.
It is understood and agreed that COMMISSION, to the extent permitted by law, will defend,
indemnify, and save harmless CALTRANS and all of their officers and employees from all
claims, suits, or actions of every name, kind, and description brought forth under, but not
limited to, tortious, contractual, inverse condemnation, or other theories and assertions of
liability occurring by reason of anything done or omitted to be done by COMMISSION, its
contractors, sub-contractors, and/or its agents under this AGREEMENT.
57. Neither COMMISSION nor any of their officers and employees, are responsible for any injury,
damage, or liability occurring by reason of anything done or omitted to be done by
CALTRANS, its contractors, sub-contractors, and/or its agents under or in connection with any
work, authority, or jurisdiction conferred upon CALTRANS under this AGREEMENT. It is
understood and agreed that CALTRAN:S, to the extent permitted by law, will defend,
indemnify, and save harmless COMMISSION and all of their officers and employees from all
claims, suits, or actions of every name, kind, and description brought forth under, but not
limited to, tortious, contractual, inverse condemnation, or other theories and assertions of
liability occurring by reason of anything done or omitted to be done by CALTRANS, its
contractors, sub-contractors, and/or its agents under this AGREEMENT.
38
Agreement 08-1704
Project No. 0820000006
12 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
Non-parties
58. PARTIES do not intend this AGREEMENT to create a third party beneficiary or define duties,
obligations, or rights for entities not signatory to this AGREEMENT. PARTIES do not intend
this AGREEMENT to affect their legal liability by imposing any standard of care for fulfilling
the WORK different from the standards imposed by law.
59. PARTIES will not assign or attempt to assign obligations to entities not signatory to this
AGREEMENT without an amendment to this AGREEMENT.
Ambiguity and Performance
60. COMMISSION will not interpret any ambiguity contained in this AGREEMENT against
CALTRANS. COMMISSION waives the provisions of California Civil Code, Section 1654.
A waiver of a PARTY's performance under this AGREEMENT will not constitute a
continuous waiver of any other provision.
61. A delay or omission to exercise a right or power due to a default does not negate the use of that
right or power in the future when deemed necessary.
Defaults
62. If any PARTY defaults in its performance of the WORK, a non-defaulting PARTY will request
in writing that the default be remedied within thirty (30) calendar days. If the defaulting
PARTY fails to do so, the non-defaulting PARTY may initiate dispute resolution.
Dispute Resolution
63. PARTIES will first attempt to resolve AGREEMENT disputes at the PROJECT team level as
described in the Quality Management Plan. If they cannot resolve the dispute themselves, the
CALTRANS District Director and the Executive Officer of COMMISSION will attempt to
negotiate a resolution. If PARTIES do not reach a resolution, PARTIES' legal counsel will
initiate mediation. PARTIES agree to participate in mediation in good faith and will share
equally in its costs.
Neither the dispute nor the mediation process relieves PARTIES from full and timely
performance of the WORK in accordance with the terms of this AGREEMENT. However, if
any PARTY stops fulfilling its obligations, any other PARTY may seek equitable relief to
ensure that the WORK continues.
39
Agreement 08-1704
Project No. 0820000006
13 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
Except for equitable relief, no PARTY may file a civil complaint until after mediation, or
forty-five (45) calendar days after filing the written mediation request, whichever occurs first.
PARTIES will file any civil complaints in the Superior Court of the county in which the
CALTRANS District Office signatory to this AGREEMENT resides or in the Superior Court
of the county in which the PROJECT is physically located.
64. PARTIES maintain the ability to pursue alternative or additional dispute remedies if a
previously selected remedy does not achieve resolution.
Prevailing Wage
65. When WORK falls within the Labor Code§ 1720(a)(l) definition of "public works" in that it is
construction, alteration, demolition, installation, or repair; or maintenance work under Labor
Code§ 1771, PARTIES will conform to the provisions of Labor Code§§ 1720-1815, and all
applicable provisions of Califorma Code of Regulations, Title 8, Division 1, Chapter 8,
Subchapter 3, Articles 1-7. PARTIES will include prevailing wage requirements in contracts
for public work and require contractors to include the same prevailing wage requirements in all
subcontracts.
Work performed by a PARTY's own employees is exempt from the Labor Code's Prevailing
Wage requirements.
IfWORK is paid for, in whole or part, with federal funds and is of the type of work subject to
federal prevailing wage requirements, PARTIES will conform to the provisions of the Davis-
Bacon and Related Acts, 40 U.S.C. §§ 3141-3148.
When applicable, PARTIES will include federal prevailing wage requirements in contracts for
public works. WORK performed by a PARTY' s employees is exempt from federal prevailing
wage requirements.
40
Agreement 08-1704
Project No. 0820000006
14 of 14 Project Development Agreement 2017-02-17 (Created July 29, 2019)
SIGNATURES
PARTIES are empowered by California Streets and Highways Code to enter into this
AGREEMENT and have delegated to the undersigned the authority to execute this AGREEMENT
on behalf of the respective agencies and covenants to have followed all the necessary legal
requirements to validly execute this AGREEMENT.
Signatories may execute this AGREEMENT through individual signature pages provided that each
signature is an original. This AGREEMENT is not fully executed until all original signatures are
attached.
STATE OF CALIFORNIA
DEPARTMENT OF TRANSPORTATION
Michael D. Beauchamp
District Director
VERIFICATION OF FUNDS AND
AUTHORITY:
Mary Risaliti
District Budget Manager
CERTIFIED AS TO FINANCIAL TERMS
AND POLICIES:
Darwin Salmos
HQ Accounting Supervisor
RIVERSIDE COUNTY
TRANSPORTATION COMMISSION
Anne Mayer
Executive Director
Approved as to form and procedure:
Best, Best And Krieger
Legal Counsel
41
AGREEMENT 08 - 1704
Project No. 0820000006
EA 1L270
08-RIV-91-60-215-various
FUNDING SUMMARY NO. 01
FUNDING TABLE
Source
Party
Fund Type
PID
Totals
LOCAL COMMISSION Local 300,000
Totals 300,000
SPENDING SUMMARY
Fund Type
PID
Totals CALTRANS COMMISSION
Local 300,000 0 300,000
Totals 300,000 0 300,000
Project Development Agreement 2017-02-17 (Created July 29, 2019) 1 of 4
42
FUNDING SUMMARY No. 01 AGREEMENT 08 - 1704
Project No. 0820000006
Funding
1. Per the State Budget Act of 2012, Chapter 603, amending item 2660-001-0042 of Section
2.00, the cost of any engineering support performed by CALTRANS towards any local
government agency-sponsored PID project will only include direct costs. Indirect or
overhead costs will not be applied during the developmerit of the PID document.
Invoicing and Payment
2. PARTIES will invoice for funds where the SPENDING SUMMARY shows that one
PARTY provides funds for use by another PARTY. PARTIES will pay invoices within.
forty-five (45) calendar days of receipt of invoice when not paying with Electronic Funds
Transfer (EFT). When paying with EFT, COMMISSION will pay invoices within five (5)
calendar days of receipt of invoice.
3. If COMMISSION has received EFT certification from CALTRANS then COMMISSION
, will use the EFT mechanism and follow all EFT procedures to pay all invoices issued from
CALTRANS.
4. When a PARTY is reimbursed for actual cost, invoices will be submitted each month for
the prior month's expenditures. After all PROJECT COMPONENT WORK is complete,
PARTIES will submit a final accounting of all PROJECT COMPONENT costs. Based on
'the final accounting, PARTIES will invoice or refund as necessary to satisfy the financial
commitments of this AGREEMENT.
Proiect Initiation Document (PJD)
5. CALTRANS will invoice and COMMISSION will reimburse for actual costs incurred and
paid.
Project Development Agreement 2017-02-17 (Created July 29, 2019) 2of4
43
SCOPE SUMMARY
WORK ELEMENT CALTRANS COMMISSION N/A 0.100.05.05.xx - Quality Management Plan X
0.100.05.05.xx - Risk Management Plan X
0.100.05.05.xx - Communication Plan X
0.100.05.10.xx - Cooperative Agreement for PA&ED Phase X
0.100.05.10.xx - Independent Quality Assurance (IQA) X
0.100.05.10.xx - Project Development Team Meetings X X
1.150.05.05 - Review of Existing Reports Studies and Mapping X
1.150.05.05.xx - Provision of Existing Reports, Data, Studies, and Mapping X
1.150.05.10 - Geological Hazards Review X
1.150.05.10.xx - Provision of Existing Geological Information X
1.150.05.15 - Utility Search X
1.150.05.15.xx - Provision of Existing Utility Information X
1.150.05.20 - Environmental Constraints Identification X
1.150.05.20.xx - Provision of Environmental Constraints Information X
1.150.05.25 - Traffic Forecasts/Modeling X
1.150.05.25.xx - Provision of Existing Traffic Forecasts/Modeling Information X
1.150.05.30 - Surveys and Maps for PID X
1.150.05.30.xx - Provision of Existing Surveys and Mapping X
1.150.05.35 – Transportation Problem Definition and Site Assessment X
1.150.05.45 - As-Built Centerline and Existing Right of Way X
1.150.05.xx - Provision of Existing District Geotechnical Information X
1.150.10 – Initial Alternatives Development X
1.150.10.05 - Public/Local Agency Input X
1.150.10.15 – Concept Alternatives Development X
1.150.15 – Alternatives Analysis X
1.150.15.05 - Right of Way Data Sheets X
1.150.15.10 - Utility Relocation Requirements Assessment X
1.150.15.15 - Railroad Involvement Determination X
1.150.15.25 - Preliminary Materials Report X
44
WORK ELEMENT CALTRANS COMMISSION N/A 1.150.15.30 – Structures Advance Planning Study (APS) X
1.150.15.35 - Multimodal Review X
1.150.15.40 - Hydraulic Review X
1.150.15.50 - Traffic Studies X
1.150.15.55 - Construction Estimates X
1.150.15.60 – Preliminary Transportation Management Plan X
1.150.20 – Preliminary Environmental Analysis Report (PEAR) X
1.150.20.05 - Initial Noise Study X
1.150.20.10 - Hazardous Waste Initial Site Assessment X
1.150.20.15 - Scenic Resource and Landscape Architecture Review X
1.150.20.20 – Initial NEPA/404 Coordination X
1.150.20.25 – Initial Biology Study X
1.150.20.30 - Initial Records and Literature Search for Cultural Resources X
1.150.20.40 - Initial Community Impact Analysis, Land Use, and Growth Studies X
1.150.20.45 - Initial Air Quality Study Studies X
1.150.20.50 - Initial Water Quality Studies X
1.150.20.60 - Preliminary Environmental Analysis Report Preparation X
1.150.20.65 - Initial Paleontology Study X
1.150.25.05 - Draft PID X
1.150.25.10 – Approved Exceptions to Design Standards X
1.150.25.20 - PID Circulation, Review, and Approval X
1.150.25.25 - Storm Water Data Report X
1.150.25.30.05 – Cost Estimate for Alternatives X
1.150.25.99 – Other PID Products X
1.150.35 - Required Permits During PID Development X
1.150.40 - Permit Identification During PID Development X
1.150.45 - Base Maps and Plan Sheets for PID X
45
AGENDA ITEM 10
Agenda Item 10
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
DATE: August 26, 2019
TO: Western Riverside County Programs and Projects Committee
FROM: Mark Lancaster, Capital Projects Manager
THROUGH: Marlin Feenstra, Project Delivery Director
SUBJECT:
Amendment to Agreement with T.Y. Lin International for Final Design Services
Related to the Mid County Parkway Interstate 215/Placentia Avenue
Interchange Improvement Project
STAFF RECOMMENDATION:
This item is for the Commission to:
1)Approve Agreement No. 16-31-066-03, Amendment No. 3 to Agreement
No. 16-31-066-00, with T.Y. Lin International (T.Y. Lin) to finish final design services and
prepare the Interstate 215/Placentia Avenue interchange improvement (I-215/Placentia
Avenue) project for advertising and award, for an additional amount of $629,416, plus a
contingency amount of $62,942, for an additional amount of $692,358, and a total
amount not to exceed $4,761,021;
2)Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreements on behalf of the Commission;
3)Authorize the Executive Director or designee to approve the use of the contingency
amount as may be required for the project; and
4)Forward to the Commission for final action.
BACKGROUND INFORMATION:
The Commission began environmental studies and preliminary engineering on the Mid County
Parkway (MCP) project in December 2003.
In April 2015, the Commission certified the final environmental impact report, adopted findings
pursuant to the California Environmental Quality Act, adopted a mitigation monitoring and
reporting program, adopted a statement of overriding considerations, and approved the MCP
project.
At the Commission’s direction, staff proceeded with design and right of way acquisition for the
I-215/Placentia Avenue project as the first construction contract for the MCP project. The
I-215/Placentia Avenue project will construct a new interchange at I-215/Placentia Avenue and
six lanes on Placentia Avenue between Harvill Avenue and Indian Avenue, connecting to the
46
Agenda Item 10
existing two-lane section of Placentia Avenue between Indian Avenue and Perris Boulevard (see
Attachment 1 Vicinity Map).
At the November 2016 meeting, the Commission approved an agreement with T.Y. Lin for final
design and preparation of the final Plans, Specifications and Estimate (PS&E) package and related
construction bid documents for the construction of the I-215/Placentia Avenue project in the
amount of $3,412,700. The table below provides a summary of the initial agreement and
subsequent amendments, resulting in a total contract authorization to date of $4,068,663.
Agreement Date Amount
Original Agreement November 9, 2016 $ 3,412,700
Amendment No. 1 October 2, 2018 314,663
Amendment No. 2 February 11, 2019 341,300
Total $ 4,068,663
The parties now desire to amend Agreement 16-31-066-00 for a third time in order to provide
compensation for final design services for the I-215/Placentia Avenue project to complete work
that was not anticipated in the original scope of work for the project.
DISCUSSION:
During the design phase, ongoing coordination with Caltrans, Riverside County Transportation
Department (RCTD), and Riverside County Flood Control and Water Conservation District
(RCFCWCD) identified the following work items that were not included in the original scope of
the project, but now are required to be completed by T.Y. Lin:
1. Updates to the drainage design, including means to convey storm water runoff
downstream of I-215 in a manner approved by RCFCWCD, since RCFCWCD will maintain
the required detention basins. This work includes analysis of the RCFCWCD Master Storm
Drain Plan for the area upstream and downstream of the project and the design of a
temporary storm drain system until a regional flood control facility can be constructed.
This work also included revising detention basin plans based on comments from Caltrans
and RCFCWCD, attending numerous design and coordination meetings, and preparing
drainage reports and exhibits for both Caltrans and RCFCWCD.
2. Modifying the 95% complete plans based on comments from Caltrans, city of Perris,
RCFCWCD and RCTD. Comment resolution included unanticipated revisions and
incorporating new design standards to the structure plans, drainage plans and pavement
delineation plans. Other unanticipated issues that required coordination and resolution
were providing Caltrans maintenance access roads, as well as Caltrans relinquishment of
an existing frontage road on the west side of I-215 to allow utility relocation in the area
of the frontage road and finally the evaluation of the Placentia Avenue/Indian Avenue
intersection per request by the city of Perris.
47
Agenda Item 10
3. Incorporating Commission staff-requested changes to the original stage construction,
traffic handling, and detour plans so that the new entrance and exit ramps could be
constructed first and used as detour routes during the required full freeway closures,
instead of a three mile detour route between the Ramona Expressway and Nuevo Road.
This change significantly reduced construction cost and enhances safety for the travelling
public and required updates to the Transportation Management Plan.
4. Coordination with utility companies, particularly with Eastern Municipal Water District
(EMWD), as relocation of a sewer line into the existing frontage road on the west side of
I-215 included determination of ownership of the frontage road and subsequent
permitting from Caltrans for the relocation work.
5. Changes to the Placentia Avenue cross slope, in the vicinity of the Placentia Street
Overhead, to provide standard California Public Utility Commission (CPUC) vertical
clearance. The structure as originally designed would have required an exception from
the CPUC that is rarely granted, and Commission staff determined that the exception
could be avoided with a minor revision to the cross slope of the roadway, which provides
for standard CPUC clearances. This change required preparation of a Decision Standard
Decision Document, and coordination with Caltrans, to obtain approval.
6. Preparation of exhibits needed for multiple agreements between the Commission and
several agencies, including Caltrans, city of Perris, RCFCWCD, RCTD and the Southern
California Regional Rail Authority. Exhibits were also needed for agreements between
Caltrans, the Commission, and the city of Perris, including freeway agreements,
landscaping and electrical maintenance agreements, and multiple cooperative
agreements between the agencies. This includes project exhibits requested by the
Commission and Temporary Water Pollution Control exhibits requested by Caltrans.
Subsequently, staff negotiated the scope of work (including the appropriate level of effort, labor
categories/mix, etc.), cost, and schedule proposal received from T.Y. Lin for the additional
services and established a fair and reasonable price. The proposed cost is $629,416.
The completion of design of the project is targeted for November 2019, and construction is
scheduled to begin in the late spring of 2020.
Recommendation
Staff recommends approval of Agreement No. 16-31-066-03 with T.Y. Lin to complete these
additional scope items for the project, based on the final negotiated scope and cost of $629,416,
plus a contingency amount of $62,942, for an additional amount of $692,358, and a total contract
authorization not to exceed $4,761,021. Further, authorization is requested for the Chair or
Executive Director to execute the agreement on behalf of the Commission and for the Executive
Director or designee to approve the use of the contingency amount as may be required for the
project.
48
Agenda Item 10
Financial Information
In Fiscal Year Budget: Yes Year: FY 2019/20 Amount: $692,358
Source of Funds: 2009 Measure A Western County
New Corridors Budget Adjustment: No
GL/Project Accounting No.: 002317 81102 00000 0000 261 31 81101
Fiscal Procedures Approved: Date: 08/16/2019
Attachments:
1) Vicinity Map-I-215/Placentia Avenue Interchange
2) TY Lin Amendment No. 3, Agreement No. 16-31-066-03
49
SSAAAASSPLACENTIA AveHARVILL Ave
WATER AveWATER AveE A ST FR ON
T AG
E R d
EAST FRONTAGE Rd WALNUT StINDIAN Ave
W EST FRONTAGE Rd
W EST FRONTAGE Rd
SUSAN Ln
0
SCALE: 1" = 150'
450'900'225'ORANGE AveORANGE AveW RIDER StI-215
I-215
SCRRA
Attachment B Location Map
I-215 / Placentia Ave Interchange
November 21, 2017
*Mid-County Parkway (shown in blue) is not part of project.
Attachment 1 Vicinity Map
Placentia Street
Overhead
ATTACHMENT 1
50
17336.01100\31282465.5
Agreement No. 16-31-066-03
AMENDMENT NO. 3 TO AGREEMENT
FOR PREPARATION OF PLANS, SPECIFICATION AND ESTIMATES (PS&E)
WITH T.Y. LIN INTERNATIONAL
1.PARTIES AND DATE
This Amendment No. 3 to the Agreement for preparation of plans, specifications,
and estimates services is made and entered into as of _____________, 2019, by and
between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION (“Commission”)
and T.Y. LIN INTERNATIONAL ("Consultant"), a California corporation.
2.RECITALS
2.1 The Commission and the Consultant have entered into an agreement dated
November 9, 2016 for the purpose of providing the preparation of plans,
specifications, and estimates (PS&E) for the Interstate 215/Placentia
Avenue Interchange Improvements Project (the "Master Agreement").
2.2 The Commission and the Consultant have entered into an Amendment
No. 1, dated October 2, 2018, for the purpose providing additional
compensation for additional PS&E services for the Interstate
215/Placentia Avenue Interchange Improvements Project.
2.3 The Commission and the Consultant have entered into an Amendment
No. 2, dated February 11, 2019, for the purpose providing additional
compensation for additional PS&E services for the Interstate
215/Placentia Avenue Interchange Improvements Project
2.4 The parties now desire to amend the Master Agreement in order to provide
additional compensation for additional PS&E services for the Interstate
215/Placentia Avenue Interchange Improvements Project.
3.TERMS
3.1 The Scope of Services for the Master Agreement shall be amended to
include Services, as that term is defined in the Master Agreement, required
to provide additional PS&E services, as more fully described in Exhibit "A"
attached to this Amendment No. 3 and incorporated herein by reference.
ATTACHMENT 2
51
17336.01100\31282465.5 2
3.2 The maximum compensation for Services performed pursuant to this
Amendment No. 3 shall be Six Hundred Twenty-Nine Thousand, Four
Hundred Sixteen Dollars ($629,416).
3.3 The compensation terms are further set forth in Exhibit “B” attached to this
Amendment No. 3 and incorporated herein by reference. Compensation for
Services performed under this Amendment No. 3 shall be billed in
accordance with the attached Exhibit “B”.
3.4 The total not-to-exceed amount of the Master Agreement, as amended by
this Amendment No. 3, shall be increased from Four Million Sixty-Eight
Thousand, Six Hundred Forty Dollars ($4,068,640) to Four Million Six
Hundred and Ninety-Eight Thousand, Fifty-Six Dollars ($4,698,056).
3.5 Except as amended by this Amendment No. 3, all provisions of the Master
Agreement, including without limitation the indemnity and insurance
provisions, shall remain in full force and effect and shall govern the actions
of the parties under this Amendment.
3.6 This Amendment No. 3 shall be governed by the laws of the State of
California. Venue shall be in Riverside County.
3.7 This Amendment No. 3 may be signed in counterparts, each of which shall
constitute an original.
[Signatures on following page]
52
17336.01100\31282465.5 3
SIGNATURE PAGE
TO
AGREEMENT NO. 16-31-066-03
IN WITNESS WHEREOF, the parties hereto have executed this Amendment on
the date first herein above written.
RIVERSIDE COUNTY T.Y. LIN
TRANSPORTATION COMMISSION INTERNATIONAL
By: _____________________________ By: _________________________
Anne Mayer, Executive Director Signature
__________________________
Name
__________________________
Title
APPROVED AS TO FORM: Attest:
By: _____________________________ By: ________________________
Best Best & Krieger LLP
Counsel to the Riverside County Its: ________________________
Transportation Commission
* A corporation requires the signatures of two corporate officers.
One signature shall be that of the chairman of board, the president or any vice president and the second
signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer
or any assistant treasurer of such corporation.
If the above persons are not the intended signators, evidence of signature authority shall be provided to
the Commission.
53
Exhibit A
17336.01100\31282465.5
Exhibit “A”
Amendment No. 3
Scope of Services
[attached behind this page]
54
Amendment #3 (RFQ 16-31-066-00)
EXHIBIT A
SCOPE OF WORK
1 6/20/2019
SCOPE OF WORK
Preparation of Plans, Specifications and Estimates (PS&E)
For the
Interstate 215 (I-215) / Placentia Avenue Interchange Improvements
Project
Amendment #3
June 20, 2019
55
Amendment #3 (RFQ 16-31-066-00)
EXHIBIT A
SCOPE OF WORK
2 6/20/2019
SECTION 1
DESCRIPTION OF PROJECT
1.1 PROJECT DESCRIPTION
1.1-1 Background
No change from original contract dated November 9, 2016.
1.1-2 Location and Limits
No change from original contract dated November 9, 2016.
1.1-3 Project Description
No change from original contract dated November 9, 2016.
1.2 REASONS FOR CONTRACT AMENDMENT
1.2-1 Finalize 100% Design and Ready-to-List (RTL) Project
Additional effort required to complete the final design and RTL the project.
1.2-2 Construction Support Phase
Additional budget needed for Construction Support, due to additional project
scope and to replenish budget used under Amendment #2.
SECTION 2
Not used
56
Amendment #3 (RFQ 16-31-066-00)
EXHIBIT A
SCOPE OF WORK
3 6/20/2019
SECTION 3
TASK BREAKDOWN OF WORK
3.2 TASK 5 – FINAL PS&E (100 PERCENT) SUBMITTAL
3.5-8 Finalize 100% Design and RTL Project
Additional budget is required to finish final design. This includes various scope
adjustments, including:
A. Updates to the drainage design, based on comments from Riverside County
Flood Control and Water Conservation District (RCFC & WCD). Includes
design changes to regional facility, attending meetings, and preparing
exhibits.
B. Responding to comments and modifying the 100% plans based on
comments from Caltrans, City of Perris, and the County of Riverside.
Includes changes to the pavement delineation plans, grading, West
Frontage Road ownership and access, maintenance access roads, and
guardrail installation. Includes evaluation of different curb ramps at
Placentia Avenue/Indian Avenue, and Caltrans Midwest Guardrail Length of
Need (LON) calculations and exhibits.
C. Per RCTC request, changes to the Stage Construction, Traffic Handling,
and Detour Plans to use the new ramps as detour routes during full freeway
closures. Also requires changes to the Transportation Management Plan
(TMP).
D. Ongoing coordination with utility companies, including but not limited to:
Southern California Edison (SCE), Eastern Municipal Water District
(EMWD), Southern California Gas (SCG), and Frontier Communications. It
is expected that portions of SCE's proposed infrastructure will be installed
by the RCTC’s construction contractor and depicted on the project plans.
E. Changes to roadway cross slope, and Placentia Street Overhead, to change
the proposed vertical clearance over the railroad. Preparation of a Decision
Standard Decision Document (DSDD), and coordination with Caltrans, to
obtain approval.
F. Updates to the RCTC General Provisions, Caltrans Special Provisions, and
any non-standard Special Provisions (NSSPs).
G. Updates to the Final PS&E following the submission of the 100% PS&E to
Caltrans, County of Riverside, City of Perris, and RCFC & WCD. Includes
additional comment incorporation and adjudication with County of Riverside.
H. Development, review, and exhibits needed for agreements between RCTC,
57
Amendment #3 (RFQ 16-31-066-00)
EXHIBIT A
SCOPE OF WORK
4 6/20/2019
Caltrans, City of Perris, County of Riverside, and RCFC & WCD. This
includes project strip plot exhibits requested by RCTC, and Temporary
Water Pollution Control exhibits requested by Caltrans.
3.5 TASK 7 – CONSTRUCTION SUPPORT PHASE
3.7-3 Shop Drawing and Submittal Review
Additional budget is anticipated to be needed during construction for review of
shop drawings and calculations.
3.7-5 Respond to Inquiries/RFIs
Additional budget is anticipated to be needed during construction for RFIs, due to
additional project scope.
58
Exhibit B
17336.01100\31282465.5
Exhibit “B”
Amendment No. 3
Compensation
[attached behind this page]
59
FIRM PROJECT TASKS/ROLE COST
TY Lin Design and PS&E Preparation Services 619,149.00$
Earth Mechanics Geotechnical Testing Services 7,224.00
626,373.00
3,043.00
629,416.00$ TOTAL COSTS
1 Commission authorization pertains to total contract award amount. Compensation adjustments between consultants may occur; however,
the maximum total compensation authorized may not be exceeded.
EXHIBIT "B"
Prime Consultant:
Sub Consultants:
SUBTOTAL
OTHER DIRECT COSTS
COMPENSATION SUMMARY1
60
TO: Riverside County Transportation Commission
FROM: Lisa Mobley, Clerk of the Board
DATE: August 21, 2019
SUBJECT: G.C. 84308 Compliance – Potential Conflict of Interest
California Government Code 84308 states a Commissioner may not participate in any discussion or
action concerning a contract or amendment if a campaign contribution of more than $250 is
received in the past 12 months or 3 months following the conclusion from a bidder or bidder’s agent.
This prohibition does not apply to the awarding of contracts that are competitively bid. The
Commission’s procurement division asks potential vendors to disclose any contributions made to
the campaigns of any Commissioner as part of their submitted bid packets. As an additional
precaution, those entities are included below in an effort to give Commissioners opportunity to
review their campaign statements for potential conflicts. Please note the entities listed in this
memo are not encompassing of all potential conflicts and are in addition to any personal conflicts
of interest such as those disclosed on Statement of Economic Interests – Form 700 or prohibited
by Government Code Section 1090. Please contact me should you have any questions.
Agenda Item No. 8: Amendment to Agreement with Nossaman LLP for On-Call Strategic
Partnership Advisor Services for the Interstate 15/State Route 91 Express Lanes Connector Project
Consultant(s): Nossaman LLP
Corey Boock, Partner
777 S. Figueroa Street, 34th Floor
Los Angeles, CA 90017
Agenda Item No. 10: Amendment to Agreement with T.Y. Lin International for Final Design
Services Related to the Mid County Parkway Interstate 215/Placentia Avenue Interchange
Improvement Project
Consultant(s): T.Y. Lin International
James Rucker, Vice President
20 Pacifica, Suite 350
Irvine, CA 92618
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS
COMMITTEE
ROLL CALL
AUGUST 26, 2019
Present Absent
County of Riverside, District I e O
County of Riverside, District V 0 0
City of Corona 177r 0
City of Eastvale 1t 0
City of Jurupa Valley 7 0
City of Menifee 0 0
City of Moreno Valley 0' 0
City of Murrieta 0 21
City of Norco 0 0
City of Perris 2i 0
City of San Jacinto M 0
City of Wildomar 0 0
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS SIGN -IN SHEET
AUGUST 26, 2019
NAME
AGENCY
`
E_MAIL ADDRESS
IIIL�I c p��.
L /
� moyeAD Vet/
v �j
4,% i �/ - /V o El
►/-z.,<0Al
n e�-
0j ! _ ,,\ ,6Ar1 � J Yl`,
v7 v 1 t
_
g -74-74/
/., 9 Al co
ikw, I P l /i s(--
L e(k 1..g.t.,,) r /-1
'vCo C) -S—
f' I-ci.y, fie,- lc-S 64
LS'vruvta, pe7
0( At �-s
/��t
pa -zeds
-v
Ae, ,� �.s c7��i1
M ✓ ld /.�...
' �I l ( 2-/ bute�i►2froli l
If-t!! hj�'
�l/.e,s ir.�.4
Cvr0Nti
GA - Z., ; -140,
-1-5�•--
31300 dIZ A110 13381S
=SS31:KIQV SS3NISn8
d110110 / NOIlVZINVOHO / A3N301/ d0 31NVN
:"ON 3N0Hd=JNI1N3S311d311
3(300 dIZ A110
133t11S
='ON 3NOHd
1 ?n�ol kkA "*S T I "AA V
w rw,0.4 2 PD :W311 VON39V
J dO 133ranS
6.1.fiwb�� a►) rid VNI',
:SS3lIaaV
=3INVN
(VON3OV 3H1 NO 031S11 SV)
:'ON IN311 VON30V
.f u a woaa anouu�,/=S1N31MW00 311and S1N3WW00 311and
v s aO133rans ' iI1103H0
b1 -2-8
a1Va
aliVOa 3H1 dO Hl1310 3H1 O1 _mans °NV H3V13a
MATERIALS REQUEST FORM g human
If you are interested in receiving Go Human materials to distribute, please submit a completed
form to Julia Lippe -Klein, Lippe-Klein@scag.ca.gov, along with:
• A high -resolution, vector logo file (if co -branding is desired)
• A description of how materials will be distributed
• Any helpful logistical information not included on this form
We will do our best to fulfill all requests, but depending on cost of the request and available
budget, only a portion of the request may be able to be fulfilled by Go Human. In those cases,
we will happily provide print ready files. Please note that these budget restrictions do not
apply to postcards, digital ads, or social media graphics.
Partner City or Agency:
Phone Number:
Delivery Address:
Primary Contact Name:
Email:
Please reference the materials and creative options on the following page to
complete the necessary request detail fields below.
SAMPLE REQUEST: Materials (Number 1-51 Creative (Letter A-H) Quantity (e.g., 50)
Language (English or Spanish)
REQUEST 1:
REQUEST 2:
REQUEST 3:
REQUEST 4:
REQUEST 5:
Materials
Materials
Materials
Materials
Materials
Creative
Creative
Creative
Creative
Creative
Quantity
Quantity
Quantity
Quantity
Quantity
Language
Language
Language
Language
Language
• Due Date (minimum 3-week turnaround)
• Estimated Impressions If possible, please provide the estimated number of people who will see the materials
.�'
MATERIALS REQUEST FORM Whuman
MATERIALS AVAILABLE - Use the numbered list of materials options to fill out the request detail
lines on the previous page in green.
1. LAWN SIGNS - 24 x 18, double sided - available in sets of 25 only
2. BANNER - Specifications/Size
3. BUS SHELTER - Specifications/Size
4. BUS QUEEN OR KING - Specifications/Size
5. BILLBOARD - Specifications/Size
6. DIGITAL GRAPHICS - Specifications/Size
7. POSTCARD - Specifications/Size
8. OTHER - Specifications/Size
CREATIVE OPTIONS - Use the lettered list of creative options to fill out the request detail lines on
the previous page in green. All options available in English and Spanish.
A. Give Even More Room (Bicycle) E. It's Not Just a Sian #3 (Pedestrian)
Give even more room.
Switch lanes to pass safely.
B. Life Moves Fast (Pedestrian)
Life moves fast.
Slow down to keep her safe.
C. It's Not Just a Si
n #1 (Bic
cle)
It's not just a sign.
Give people room to ride.
D. It's Not Just a Sign #2 (Pedestrian)
human
Look for her before you turn.
It's not just a sign.
Watch for people at intersections.
F. Slow Down and Stop (Pedestrian)
Slow down and stop.
Every intersection is a crosswalk.
G. Slow Down (Pedestrian)
H. Slow Down (Pedestrian)