Loading...
HomeMy Public PortalAbout01 January 7, 1998 Budget & Finance040130 RIVERSIDE COUNTY TRANSPORTATION COMMISSION • BUDGET AND FINANCE COMMITTEE (COMMISSIONERS MICHAEL BARRY, WILLIAM KLEINDIENST, JACK VAN HAASTER) 12:30 P.M. WEDNESDAY, JANUARY 7, 1998 RIVERSIDE COUNTY TRANSPORTATION COMMISSION 3560 UNIVERSITY AVENUE, SUITE 100 RIVERSIDE, CALIFORNIA 92501 AGENDA 1. CALL TO ORDER. 2. APPROVAL OF MINUTES. 3. PUBLIC COMMENTS. 4. ADDITIONS/REVISIONS. 5. ADMINISTRATIVE/FINANCIAL ITEMS. 5A. 1998 Regional Transportation Improvement Program (RT/P) Financial Plan Status. Overview The 1998 RTIP Financial Plan has encountered several problems in its preparation. The Financial Plan is due to SCAG in draft form on January 21, 1998. The final will be presented to the RCTC at the February meeting for approval. 5B. 90 Day Extension for TDA Recipient Audit Reports. Overview Staff is recommending that the Commission approve a ninety day extension for Ernst & Young to complete the TDA audit reports and forward to the State Controller's Office. 5C. Auditor Requirements for Funding Recipients. Overview Staff is recommending that the Commission approve the audit requirements for audit firms selected by RCTC funding recipients. 5D. Monthly Cost and Schedule Reports. Overview Material depicts the current costs and schedule status of contracts reported by routes, commitments, _and ,`cooperative agreements executed by the Commission. For each contract and agreement, the report lists the authorized value approved by the Commission, percentage of contract amount expended to date, and the project expenditures by route with status for the month ending November 30, 1997. This item is for receive and file. 000001 Page 2 Agenda - Budget/Finance Committee January 7, 1998 6. TRANSIT/RIDESHARE/BICYCLE. 6A. FY 1997-98 State Transit Assistance Allocations. Overview Staff is recommending that the Commission approve the FY 1997-98 State Transit Assistance Fund Allocations in Riverside County as presented. 6B. Western County Measure A Specialized Transit Proposals. Overview A request for proposals was circulated to over 100 agencies informing them of the availability of a total of $100,000 to be used to support a number of one year "seed" programs to improve the mobility of seniors, persons with disabilities, or the truly needy in Western Riverside County. We received a total of five proposals requesting a total of $126,503. A sub -committee of the Commission's Citizens Advisory Committee/Social Service Transportation Advisory Council met to review all the proposals. This agenda item presents the Committee's recommendations for funding for the Commission's consideration. 6C. Quick Charge Electric Vehicle Corridor Communities Program Marketing Contract for Western Riverside County Sites. Overview On behalf of various site owners in western Riverside County, the Commission submitted a proposal to the Mobile Source Air Pollution Reduction Review Committee (MSRC) under its Quick Charge Electric Vehicle Corridor Communities Program in July 1996. Upon resolution of major issues, the MSRC is moving forward with execution of the Program. Staff seeks Commission approval to enter into an agreement with the MSRC to produce and provide various marketing materials for use by the new EV charging site owners. 6D. FY 1996-97 SB 821 Program Extension for the City of Temecula. Overview The City of Temecula was allocated $96,200 in FY 1996-97 SB 821 Bicycle and Pedestrian Facilities Project funds for the construction of sidewalk projects on Margarita Road, Cosmic Drive, and Agena Street. The City of Temecula is requesting a four -month extension to April 30, 1998 to award the construction contracts for the projects. 7. HIGHWAYS/LOCAL STREETS AND ROADS. 7A. FY 1997-98 Local Transportation Funds Allocation for Local Streets and Roads for the Palo Verde Valley Apportionment Area. Overview 000002 The estimated FY 1997-98 apportionment of Local Transportation Funds (LTF) for the Palo Verde Valley area is $473,417. The Commission has allocated $243,111 to the Palo Verde Valley Transit Agency, leaving a balance of $230,306 available for local streets and roads purposes to be allocated to the City of Blythe and the County. Page 3 Agenda - Budget/Finance Committee January 7, 1998 • 7B. Direction to Advertise Landscaping Services for Sound Wall #35 on State Route 91 between Van Buren and Tyler. Overview Staff is recommending; That the Commission authorize staff to advertise Landscaping for Sound Wall #35 between Van Buren and Tyler on the northerly side of the freeway and to direct Staff to bring back the results of the bidding process for the Commission to award the project to the lowest responsive bidder. 7C. Direction to Advertise Noise Walls on State Route 91 between Magnolia to Mary Streets. Overview Staff is recommending that the Commission: 1) Authorize an increase in the budget from$3,000,000 to $4,600,000 to cover construction costs and landscaping costs for the Phase I Walls and Wall #183 from Phase I1; and, 2) authorize staff to advertise noise walls on State Route 91 between Magnolia to Mary streets subject to obtaining encroachment permits from both the City of Riverside and Caltrans and to direct staff to bring back the results of the bidding process for the Commission to award the project to the lowest responsive bidder. • • 8. ADJOURNMENT. O00003 MINUTES • RIVERS/DE COUNTY TRANSPORTA TION COMMISS/ON 97-12 BUDGET AND FINANCE COMMITTEE December 3, 1997 MItJTES 1. CALL TO ORDER. Chairperson Jack van Haaster called the meeting of the Budget and Finance Committee to order at 12:36 p.m. at the Riverside County Transportation Commission, 3560 University Avenue, Suite 100, Riverside, California 92501. Members Present Michael Barry Jack van Haaster 2. APPROVAL OF MINUTES. M/S/C (VAN HAASTER/BARRY) to approve the minutes of the November 5, 1997 meeting. 3. PUBLIC COMMENTS. There were no public comments. 4. ADDITIONS/REVISIONS. There were no additions/revisions. 5. ADMINISTRATIVE ITEMS. 5A. Riverside County Request for RCTC Support for General Plan, Transportation and Circulation Element Update. M/S/C (VAN HAASTER/BARRY) that the Commission authorize the Executive Director to work with the County of Riverside, Transportation and Land Management Agency to develop a proposed scope of work and budget and contract for services for RCTC to provide corridor and major arterial transportation planning support for Transportation Element of the Riverside County General Plan update. 5B. Approval of Resolution 97-15, Reducing the Authorized Amount of Outstanding Commercial Paper Notes. M/S/C (VAN HAASTER/BARRY) that the Commission adopt Resolution No. 97-15, Reducing the Authorized Amount of Outstanding Commercial Paper Notes. 5C. CPTC Audit. M/S/C (VAN HAASTER/BARRY) that the Commission receive and file. 5D. CVAG Overall Work Plan for 1997/98. M/S/C (VAN HAASTER/BARRY) that the Commission approve the 1997/98 Overall Work Plan for the Coachella Valley Association of Govemments and authorize release of the allocated amount of $119,000. 000004 Page 2 Minutes - Budget/Finance Committee December 3, 1997 5E. LTF Funding Disbursement Policy. M/S/C (VAN HAASTER/BARRY) that the Commission revise the LTF Disbursement policy to allow for two twelfths of the ninety percent to be disbursed in the first month with the remainder of the ninety percent disbursed over the next ten months. The final ten percent would be in the month of June. Both the front loaded double payment and the final June payment would be contingent upon availability of sufficient revenues. 5F. Quarterly Financial and Cost & Schedule Reports. M/S/C (VAN HAASTER/BARRY) that the Commission receive and file. 6. TRANSIT/RIDESHARE/BICYCLE. 6A. Los Angeles County Metropolitan Transportation Authority Request for Rideshare Incentive Project Support Services. M/S/C (VAN HAASTER/BARRY) that the Commission: 1) Direct staff to prepare and submit a scope of work and cost proposal in response to the LACMTA November 17, 1997 letter for rideshare incentive project services; 2) authorize the Commission Chairman, pursuant to Legal Counsel review, to enter into a memorandum of understanding with LACMTA; 3) approve the addition of the scope of work to the Commission's FY97/98 contract with Inland Transportation Services; and, 4) approve the provision of the Commuter Assistance Program's software tracking program, at no cost, to LACMTA based on the stipulations defined in the body of this staff report. 6B. Contract for a Programmer to Maintain RCTC's Various Data Base Programs. M/S/C (BARRYNAN HAASTER) that the Commission award a contract to Digital Advantage to perform data base programming for an amount not to exceed $20,000 using the attached short form consultant agreement and the hourly rates identified in their cost proposal subject to RCTC Legal Counsel review and approval. 7. RAIL. 7A. Authorization to Seek TEA Grant for Rehabilitation of Santa Fe Depot at Riverside. This item was pulled from the agenda. 8. ADJOURNMENT. There being no further business to come before the Budget and Finance Committee, the meeting was adjourned at 1:12 p.m. Respectfully submitted, Naty Ko nhav 004005 Clerk of the Commission " AGENDA ITEM #5A " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: January 7, 1998 TO: Budget and Finance Committee FROM: Shirley Medina, Staff Analyst II THROUGH: Hideo Sugita, Assistant Director, Planning and Programming SUBJECT: 1998 Regional Transportation Improvement .Program (RTIP) Financial Plan Status The Southern California Association of Governments (SCAG) is responsible for developing the Regional Transportation Improvement Program (RTIP). In addition to the programming of projects by the County Transportation Commissions and demonstrating timely implementation of Transportation Control Measures (TCMs), the financial plan is another component of the RTIP. It must demonstrate that the region has the capacity to fund its program. The financial plan and resolution must certify a commitment to implement projects in each of the counties respective TIPS. It must also identify funding that can reasonably be expected to be available during the seven-year period of the RTIP. However, the first three years of funding are required to be specifically identified in the TIP showing funding levels for fiscal years 1998/99 through 2000/01. With the preparation of the 1998 RTIP Financial Plan, certain issues have arisen that make the process more challenging than in the past. One is the lack of reauthorizing legislation for the Intermodal Surface Transportation Efficiency Act (ISTEA). RCTC staff will base Riverside County estimates of Surface Transportation Program (STP) and Congestion Mitigation Air Quality (CMAQ) funds on fiscal year 1996/97 apportionment levels. However, it has been indicated at the federal level that an increase to these fund sources is possible. An additional problem is that the SCAG RTIP Guidelines recommend the 1998 RTIP be prepared to be consistent with the forthcoming Regional Transportation Plan (RTP). Originally, SCAG scheduled the development of the RTIP assuming that the RTP update would have been approved by now. Therefore, without an approved RTP in place, it has been extremely difficult to prepare a TIP based on unknown elements of the RTP, and now that the draft is out there are several issues that will not be resolved by the time the Financial Plan is due to SCAG on January 21, 1998. Another issue is with the impact from SB45 - STIP Reform Bill. Funding levels and fund sources have been significantly impacted and there are unresolved issues at this time that impact our ability to determine programming of state funds. In addition, the impact on the STIP program has caused a delay and will need to be reviewed for consistency with the (RTP). 000006 Development of the 1998 RTIP is nearing closure. The TCM Report was submitted in August 1998. The Local Highway, Transit, and State Highway sections, with exception to the STIP projects, were submitted to SCAG, as required, in October and November 1998. Upon the approval of the 1998 STIP for Riverside County, the STIP projects and Financial Plan will immediately be submitted to SCAG. SCAG will then conclude its analysis and immediately proceed with modeling to determine air quality conformity. The 1998 RTIP Financial Plan for Riverside County will be presented to the Commission at the February 1998 RCTC meeting. As mentioned above we will submit a draft financial plan to SCAG on January 21, 1998 which will list several caveats as needed in respect to the above mentioned problems. The final will then be submitted to SCAG after the February 1998 RCTC meeting. STAFF RECOMMENDATION: That the Commission authorize staff to proceed with the development and submittal of a "draft" 1999-2005 RTIP Financial Plan to SCAG, subject to final RCTC action which is scheduled for February 11, 1998. 000007 " AGENDA ITEM #5B " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: January 7, 1998 TO: Budget and Finance Committee FROM: Dean Martin, Chief Financial Officer SUBJECT: 90 Day Extension for TDA Recipient Audit Reports State law requires that audit reports for TDA funding recipients must be issued within 180 days of the fiscal year end and forwarded to the State Controllers Office. Since all of our recipients have a June 30 fiscal year end, all reports are due by December 31, 1997. Failure to meet this deadline may subject the Commission to a penalty. The law does allow the Commission to grant an extension of up to ninety days. Ernst & Young has either issued or expects to issue reports on most recipients by December 31st. However, E & Y has indicated that the following agencies will not be issued by that date, and they are therefore requesting a ninety day extension. City of Perris --Receipt of required documentation from City still pending. City of Beaumont and City of Moreno Valley --Awaiting responses from Cities to auditor questions and miscellaneous documentation issues. City of Indio --Awaiting resolution of potential Article 3(bicycle and pedestrian funding) non compliance issue, and various documentation and reconciliations. Riverside Transit Agency --Awaiting the Management Representation Letter which management has agreed to provide once they have received a draft of the management letter comments. STAFF RECOMMENDATION: That the Commission approve a ninety day extension for Ernst & Young to complete the TDA audit reports and forward to the State Controller's Office. 00vQ08 AGENDA ITEM #5C " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: January 7, 1998 TO: Budget and Finance Committee FROM: Dean Martin, Chief Financial Officer SUBJECT: Auditor Requirements for Funding Recipients The Commission at a special meeting in October 1997, elected to allow RTA to select its own auditor for fiscal year ending June 30, 1998. Staff has developed the attached requirements which must be met by any audit firm selected by RTA and any funding recipient. STAFF RECOMMENDATION: That the Commission approve the attached audit requirements for audit firms selected by RCTC funding recipients. Attachment 000009 " " " Riverside County Transportation Commission Auditor Qualification Criteria Effective February 1, 1998 1. Audit firm must possess sufficient staffing resources, commensurate with the size and scope of the audit, to perform the audit in a timely and efficient manner. 2. Firm must have been in existence for at least ten years. 3. Firm must have been through at least three peer reviews with satisfactory results. 4. The firm or any of its practitioners on the engagement cannot have been censured or received any form of disciplinary action from the State Board of Accountancy. 5. The firm must have a presence (office location in the Inland Empire). 6. All partners of the firm must be licensed as Certified Public Accountants. Any managers assigned to the engagement must be licensed as Certified Public Accountants. 7. The firm must have experience with transit and transportation issues and clients. 8. The firm must have a quality review program consistent with GAAS. 9. The firm must have experience auditing municipal clients and be fully familiar with the requirements of Government Auditing Standards issued by the Comptroller General of the United States (i.e., Yellow Book), OMB Circular A-133 and with GASB. 10. The firm nor any members of the engagement team may have any actual or perceived conflict of interest with agency being audited or with any of its principal officials or officers. Certifciation to that effect. 11. The firm and members on the engagement team must be independent of the auditee. 12. The firm must agree to allow RCTC and/or an auditor of its choice to have full access to all working papers and to the management letter process (i.e., keep RCTC informed of any verbal concerns noted and provide copy of all drafts as well as the final letter). 13. The firm must use the Measure A and TDA compliance requirements provided by RCTC. 14. The firm must certify compliance with all of the above requirements. 000010 " AGENDA ITEM #5D " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: January 7, 1998 TO: Budget and Finance Committee FROM: William Hughes, Measure A Project Manager Louis Martin, Project Controls Manager THROUGH: Jack Reagan, Executive Director SUBJECT: Monthly Cost and Schedule Reports The attached material depicts the current costs and schedule status of contracts reported by routes, commitments, and cooperative agreements executed by the Commission. For each contract and agreement, the report lists the authorized value approved by the Commission, percentage of contract amount expended to date, and the project expenditures by route with status for the month ending November 30,1997. Detailed supporting material for all schedules, contracts and cooperative agreements is available from Bechtel staff. STAFF RECOMMENDATION: That the Commission receive and file. Attachments 000011 " " PR OJECT DESCRIPTION ROUTE 60 PROJECTS Park 'n' Ride Lot Final Design (R09738) SUBTOTAL ROUTE 60 RO UTE 79 PROJECTS Engineering/Environ./ROW (R0 9111,9301,9302, 9306,9337,9735, 9329,9737) Lambs Canyon Proj. (R09423,9429,9730,9732) (Project co mplete - doing co ntract c loseouts) SUBTOTAL ROUTE 79' '! ROUTE 111 PRO JECTS (R09219, 9227,9234,9523,9525,9530,9537,9538) 9635 SUBTOTAL ROUTE 111 ROUTE 91 PROJECTS Soundwall design and construction (R09101, 9337,9828) Van Buren Blvd. Frwy Hook Ramp (R09535) Corona Bypass Study (R09736) SUBTOTAL ROUTE 91 1-215 PROJECTS Preliminary Engrg/Environ. (R09008, 9018) SUBTOTAL I -x15 RCTC MEASURE "A"HIGHWAY/RAIL PROJECTS BUDGET REPORT BY R OUTE CO MMISSI ON CONTR ACTURAL AUTHORIZED C OMMITMENTS ALLOCATION TO DATE % COMMITTED EXPENDITURE FOR % EXPENDITURES A GAINST AUTH . MONTH ENDED EXPENDITURES TO -DATE AGAINST ALLOCATION November 30,1997 TO DATE COMMIT MNTS TO DATE $39,697 $39,697 100.0% $4,175 $36,015 $39,697 339,697 100.0% 34,175 638,015 $9,696,360 $9,696,360 100 .0% $18,996 $9,501,935 $23,752,638 $23,280,390 98.0% $61,627 323,274,361 633,448,998 632976780 98: $% $80,623 432;774444 $6,700,115 $6,438,616 96.1% $6,700,116 116,439,616 96 .11$; 32,608,424 32,539,519 97 .4 % 32,300,000 32,300,000 100.0% $169,220 $8,0'77,644. 001 3169,220 $8,008,739,00 100 .0 % 986% $6,726,504 $5,878,173 87.4% $6,726,804 $5,878,173 87.4% 0 3149,150 $149,160 so $4,993,205 64,96305 $494,238 31,229,442 $57,392 61,781,01'3 35,693,040 55,693,040 90 .7 % 90,7% 98 .0% 100.0 % 99.4% 77 .6% 77.6% 19.5% 53.5% 33.9 % 35.61$ 96 .9% 98.9% RCTC MEASURE "A" HIGHWAY PROJECTS BUDGET REPORT BY ROUTE C OMMISSION C ONTRACTURAL % COMMITTED EXPENDITURE F OR % EXPEN DITURES PR OJECT AUTHORIZED COMMIT MENTS A GAINST AUTH. MONTH ENDED EXPENDITURES TO -DATE AGAINST DESCRIPTION ALLOCATI ON TO DATE ALLOCATION November 30,1997 TO DATE C OMM IT MNTS TO DATE INTERCHANGE IMPROV. PROGRAM Yuma IC Final Design (PS&E) (R09428) Yuma IC Constr. Mgmt (R09631) Yuma IC Construction (R09636) (Project is co mplete - do ing contract c lose-out) SUBTOTAL INTERC HANG E PROJECT & CO NSTR. MGMT SERV. (R09800) SUBTOTAL BECHTEL PROGRAM PLAN & SERVICES Special Study (ITS Plan - R09727) SUBTOTAL PROGRAM PLAN & SVCS. PARK-N-RIDE/INCENT. PROGRAM (RO 9801 thru 9812) (9701-9712) (9740-9742) SUBTOTAL PARK -N -RIDE COMM UTER RAIL Studies/Engineering (RO 9420,9731,9832,9833) Station/Site Acq/OP Costs/Maint. Costs (RO 0000, 9820,9843,9845) SUBTOTAL COMMUTER RAIL TOTALS $1,257,000 $1,023,500 $6,600,000 $8,880,500 $1,974,813 81,974,813 $450,000 .. .. .. .. . ..... . . .. . . . .. . . . ... .. .. .. . . ... $450,000 $1,683,280 31,683,280 $1,433,202 $9,207,502 510,640,704 $75,622,255 $1,257,000 $978,330 $6,289,810 8;525:140 $1,904,813 $1,804,813 $450,000 *450,000: $1,683,280 51;683,280 . $1,292,354 $8,226,000 $9,518,364 572,423,5621 100.0% 95.6 % 95 .3% 96.0%' 96 .5% 96.5% 100 .0% 100 .0% 100 .0 % 90.2% 89 .3% 89.5% sss% $9,979 $40,456 $182,058 8232,483 $51,758 . ..... .. .. ...... . .... ..... .... 551,758 $184,459 $184,459' $32,357 $110,417 8142,774 $845,432 $1,230,841 $961,288 $6,284,507 $8,476,638 $386,668 $$88,868 $294,302 ..... ... .......... ... . .. . .... .. . . ... ....... $284 393 $440,003 .. .. ... .. ........ ... .. 5440,003 $958,520 $299,828 51,258,348 $56,138,585 97.9% 98.3% 99.9% 99.4% 20.3% 65.4 % 65.4%. 74 .2 % 3 .6% 13 .2% 77:5%' • Page 2of3 • 411 CITY OF TEMECULA Local streets & road improvements TO TALS $5,000,000 $32,012,823 NOTE: (1) Loan against interchange improvement programs All values are for total Project/Contract and not related to fiscal year budgets. ' "" Total advances of $1. 377M represents the total Measure "A" previous advances under this agreement. This amt. was paid in full by City of Murrieta November 1995. $0 • CITY OF MURRIETA Loan Agreement 1-15/1-215 Interchange improvements (R09334) (Loa n Agreement is Terminated) RCTC MEASURE "A" HIGHWAY/L OCAL STREETS & ROADS PROJECTS BUDGET REPORT BY PROJECT EXPENDITURE FOR T OTAL OUTSTANDING % EXPENDITURES PROJECT APPROVED MONTH ENDED MEASURE "A " LOAN DESCRIPTION OUTSTANDING TO -DATE AGAINST C OMMITMENT November 30, 1997 ADVANCES BALANCE CO MMITMENT APPROVED COMMIT . SUBTOTAL MURRIETA LO AN CITY OF CANYON LAKE Final Design and Construction of Railroad Canyon Rd Improvements (R09422) SUBTOTAL CANYON LAKE LOAN CITY OF CORONA Smith, Maple & Lincoln Interchanges & Storm drainage structure SUBTOTAL CITY OF CORONA CITY OF PERRIS Local streets & road improvements CITY OF SAN JACINTO Local streets & road improvements (1) $17,000,000 $17,000,000 $1,600,000 $1;600,000 $5,212,623 $5,212,823' $1,900,000 $1,300,000 $0 so $1,377,000 $1;377,000 $1,600,000 51,000,000 $5,212,623 $6 212623 $1,900,000 $1,300,000 $0 SO $1,519,260 $1,619,60 $4,550,996 3+1{,550;998 $1,900,000 $1,300,000 $0 $0 $0 $o $0 8.1% 100.0% 100 .0%' 100.0% 100.O% 100.0% 100 .0 % $5,000,000 $16,389,823 $5,000,000 $14,270,256 so 100 .0 % 51.270 Page 3 of 3 Status Mo. Ending 11/30407 " " AGENDA ITEM #6A RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: January 7, 1998 TO: Budget and Finance Committee FROM: Cathy Bechtel, Program Manager THROUGH: Jack Reagan, Executive Director SUBJECT: FY 1997-98 State Transit Assistance Allocations In order for the public transit operators to claim State Transit Assistance (STA) funds for operating and capital purposes, the Commission must allocate funds to support the transit services and capital projects contained in the approved FY 1998-2004 Short Range Transit Plan (SRTP) identified for funding with State Transit Assistance funds. When the SRTP was prepared, the operators assumed for planning purposes that the State appropriation of funds would be the same as the previous year. According to the State Controller's Office, the amount of STA funds that are expected to be received in Riverside County for FY 1998 is $1,996,294 ($1,792,675 discretionary pot, $203,619 operator specific pot). The attached table outlines the specific operator allocations which need to be approved by the Commission. As you will recall, the Commission's policy is to allocate 90% of the STA funds based on population with 10% allocated on an incentive award basis. It appears that there will be $241,852 available for allocation on the incentive award basis (10% of the $1,792,675 discretionary pot allocation + $625,848 unreserved carryover from FY97). Last year this incentive award was allocated based on most improved performance by an operator. The details regarding how the incentive award will be allocated this year remains to be worked out. A meeting of all the transit operators in the County will be convened to develop a proposal for the Commission's consideration. Financial Assessment Project Cost 51,952,269 (also includes available prior year carryover $) Source of Funds State Transit Assistance alig .[ r � .L\n..:} ::4..rrhv'f•r:'v': }i'•'• {6• : •. C'....::iiii.,µ.•;.4: f. vi}.. :..•:.::: :: } :•'::•r rrti� . f..... ... 'v:{^}:•}: ... '::: ,•�',., k:: .. .. •r :}:i.: .}: :: ff..;:? :ti+ff } r... :• { ti•}r: / ••; •.:::i?}.\,;:::: p�-r?.::v .. f..,}::t f.{?{�:: .:• . •.`.. . .. .•r::;':?:i:::.};?•:' r" 4:,:.—: f r.,�. �'•'••!;•�.rfi•.�'�.• 'i:::: :::$r r.. ��{{: r::,r,..:. �v}} .. v ., }iY v}r. \f;:4. v ti'}ti '•}}�. ':•J •�;.;.v.��. :4 f{ ...%.;SF,. f::; }: IN }$(� .... r..•.•k"\v:,r. }., }:i 'i?i :y:}: �,5}•.•.., i': •r �••:: .: ::{{? •• •. �}s',�''{r$„{n+i?{};�:};•;,'.:�}•'��iv'�•�.',•?.}•v'.}�}}'ry}:h+i ..:.1 �i: ••-\'i{ti:: '.•:;>.{. y 4' ny{}} �+� . :•}.:v. Year Included in Fiscal Year Budget Y Included in Program Budget Y Year Programmed 98 Approved Allocation Year of Allocation 98 000015 Financial Assessment Budget Adjustment Required N Financial Impact Not Applicable STAFF RECOMMENDATION: That the Commission approve the FY 1997-98 State Transit Assistance Fund Allocations in Riverside County as presented in the attached table. • 000016 " State Transit Assistance Fiscal Year 1998 Allocation County Allocation Western County Bus Rail Coachella Valley Palo Verde Valley Current Year Allocation Requests per SRTP Banning $464,000 Beaumont $20,000 Corona $3,000 Riverside $139,569 Riverside Transit Agency Commuter Rail SunLine Transit Agency Palo Verde Valley Transit Agency $450,700 $365,000 $510,000 Total Current Year Funding Requests $1,952,269 $1,077,269 $365,000 $510,000 $0 " f:lusers\bechtelc\lotus\98staf.wk4 " 01:19 PM 29 -Dec -97 000017 AGENDA ITEM #6B • RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: January 7, 1998 TO: Budget and Finance Committee FROM: Cathy Bechtel, Program Manager THROUGH: Jack Reagan, Executive Director SUBJECT: Western County Measure A Specialized Transit Proposals A request for proposals was circulated to over 100 agencies informing them of the availability of a total of $100,000 to be used to support a number of one year "seed" programs to improve the mobility of seniors, persons with disabilities, or the truly needy in Western Riverside County. It was emphasized in the RFP that the Commission was interested in receiving proposals for new and creative specialized transit services which would complement existing services. We received a total of five proposals requesting a total of $126,503. A sub- committee of the Commission's Citizens Advisory Committee/Social Service Transportation Advisory Council met to review all the proposals. A summary of the proposals is provided below: ABILITY COUNTS: $24,100 To Recondition Two Vehicles Ability Counts is a non-profit organization based in Corona established to provide vocational training and employment for persons with severe developmental disabilities. They are proposing to furnish a mini shuttle service which would operate from the Tyler Mall and Downtown Terminal and bring employees to their work sites. The shuttle would provide a means to transition a number of riders off the dial -a -ride and on to fixed -route. Many of the current employees use dial -a -ride since they cannot negotiate multiple transfers on the bus. The shuttle would allow them to use the bus to reach the major bus terminal, then the shuttle driver would assist them in boarding the Ability Courts van to reach their job site. The operating cost for the shuttle would be provided by Inland Regional Center. The Evaluation Committee was fully supportive of this request since it will transition paratransit users on to more cost effective fixed -route service. BLINDNESS SUPPORT SERVICES: $35,603 To Implement A Travel Training Program Blindness Support Services (BSS) is requesting funds to support the training of 60 blind and/or visually impaired consumers to develop their skills and knowledge to use the fixed -route bus system independently and therefore decrease the demand placed on ADA Special Services. BSS is based in Riverside and will use the funds to support the cost of the Travel Trainer. BSS recently became vendorized by the Department of Rehabilitation to provide travel training for their clients and will supplement training 000018 services provided through the Measure A grant. This vendorization will support the continuation of the training program after its initial year. The Evaluation Committee was fully supportive of this request since it will provide an opportunity to transition paratransit users on to fixed -route services and increase the mobility of persons with disabilities. MEDITRANS: $11,800 To Develop/Administer NEWSLINK Special Transit Column Meditrans Services is requesting funds to develop and administer a NEWSLINK column with the goal of maximizing public awareness of, and access to, the existing network of available special needs transportation services. NEWSLINK is the Press - Enterprise's .voice -information system which provides information to callers free of charge via touch tone phone. Meditrans will develop a script regarding the specialized transit services available in each community and work with the Press - Enterprise staff to design the Special Transportation Section which will be published weekly within the full -page NEWSLINK bulletin. The Evaluation Committee was fully supportive of this request since it provides an economical way to educate the public about available services and will target those residents that are house bound and "outside the loop". CARE -A -VAN TRANSIT SYSTEM: $5,000 For Shopping Assistance Pilot Program Care -A -Van Transit provides specialized transit service in the Hemet/San Jacinto Valley. They are requesting funds to assist in the implementation of a Shopping Assistance program which will team volunteer youth from the California Family Life Center with seniors needing assistance with grocery shopping (reaching and choosing items and carrying bags to their door). The requested Measure A funds will support the cost of special market runs and special wire carts to safely hold the shopping bags in transit. The Evaluation Committee was fully supportive of this request since many seniors or persons with disabilities are forced to take private taxis home from the grocery store since they are unable to safely negotiate multiple shopping bags on a dial -a -ride van. The Committee also liked the teaming of youths and seniors. FAMILY SERVICE ASSOCIATION: $50,000 To Operate Paratransit Service To The Kay Ceniceros Senior Center and Mead Valley Community Center Family Service Association of Western Riverside County (FSAWRC) currently provides transit service in the Jurupa/Rubidoux area. They also operate Senior/Community centers in Sun City and Mead Valley and currently are working on expanding the types and scope of health and human services at these two sites. They are requesting funds to provide specialized transit service to these two centers since they contend that existing service is insufficient. The Evaluation Committee had a few questions/ concerns with this proposal and recommended that it be "rejected without prejudice". Specifically, the Committee had a concern about possible duplication of services since RTA currently serves both sites and has not identified capacity problems. Additionally, the Committee needed more information on the project's matching funds and service sustainability after the first year of service. The Committee's comments have been passed on to Family Service and they will address 00J019 " the Committee's concerns and resubmit their application for consideration next month. The CAC/SSTAC discussed the five proposals at their meeting of December 8, 1997 and concur with the sub -committee's recommendations. Financial Assessment Project Cost $76,503 Source of Funds Western County Measure A Specialized Transit Funds Included in Fiscal Year Budget Y Year Included in Program Budget Y Year Programmed 98 Approved Allocation Year of Allocation 98 Budget Adjustment Required N Financial Impact Not Applicable STAFF RECOMMENDATION: That the Commission: 1) Support the Measure A Specialized Transit Sub -Committee recommendations and allocate $24,100 to Ability Counts, $35,603 to Blindness Support Services, $5,000 to Care -A -Van Transit Service and $11,800 to Meditrans Services for the services outlined in their proposals; and, 2) direct the Executive Director to execute funding agreements with these agencies, pending Legal Counsel review. 000020 EXHIBIT "A" • Contract No. A82766/97042 SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT STANDARD CONTRACT 1. PARTIES - The parties to this Contract are the South Coast Air Quality Management District (hereinafter referred to as "AQMD") whose address is 21865 Copley Drive, Diamond Bar, California 91765, and Riverside County Transportation Commission (hereinafter referred to as "CONTRACTOR") whose address is 3560 University Avenue, Suite 100, Riverside, CA 92501. 2. RECITALS 1 A. AQMD is the local agency with primary responsibility for regulating stationary source air pollution in the South Coast Air Basin in the State of California (State). AQMD is authorized under State Health & Safety Code Section 44225 (Assembly Bill (AB) 2766) to levy a fee on motor vehicles for the purpose of reducing air pollution from such vehicles and to implement the Califomia Clean Air Act. B. Under AB 2766 the AQMD'S Goveming Board has authorized the imposition of the statutorily set motor vehicle fee. By taking such action the State's Department of Motor Vehicles (DMV) is required to collect such fee and remit it periodically to AQMD. C. AB 2766 further mandates that thirty (30) percent of such vehicle registration fees be placed by AQMD into a separate account for the sole purpose of implementing and monitoring programs to reduce air pollution from motor vehicles. D. AB 2766 creates a regional Mobile Source Air Pollution Reduction Review Committee (MSRC) to develop a work program to fund projects from the separate account. Pursuant to approval of the work program by AQMD'S 40 Governing Board, AQMD Board authorized a contract with CONTRACTOR for services described in Attachment 2 - Work Statement, expressly incorporated herein by this reference and made a part hereof of this Contract. CONTRACTOR warrants that it is well qualified, experienced, and has the expertise to provide such services on the terms set forth here. 3. TERMS AND CONDITIONS OF PERFORMANCE A. CONTRACTOR acknowledges that AQMD cannot guarantee the amount of fee to be collected under AB2766 will be sufficient to fund this Contract. CONTRACTOR further acknowledges that AQMD'S receipts of funds is contingent on the timely remittance by State's DMV. AQMD assumes no responsibility for the collection and remittance of motor vehicle registration fees by DMV to AQMD in a timely manner. B. CONTRACTOR shall submit all reports and deliverables listed in Attachment 2 - Work Statement and invoices for payment to AQMD. AQMD will coordinate any program review it performs through CONTRACTOR'S program staff. If an amount is found to be inappropriately expended as a result of any review by AQMD, AQMD may withhold revenue from CONTRACTOR in the amount equal to the amount which was inappropriately expended. Such withholding shall not be construed as AQMD'S sole remedy and shall not relieve CONTRACTOR of its obligation to perform under the terms of this Contract. C. Additionally, CONTRACTOR shall, at least once every two years, or within two years of the termination of the contract if the term is less than two years, be subject to an audit by AQMD or its authorized representative to determine if the revenues received by CONTRACTOR were spent for the reduction of pollution from Motor Vehicles pursuant to the Clean Air Act of 1988. AQMD shall coordinate such audit through CONTRACTOR'S audit staff. If an amount is found to be inappropriately expended, AQMD may withhold revenue from CONTRACTOR in the amount equal to the amount which was inappropriately expended. Such withholding shall not be construed as AQMD'S sole remedy and shall not relieve CONTRACTOR of its obligation to perform under the terms of this Contract. D. CONTRACTOR shall provide AQMD with CONTRACTOR'S bid process and documentation if a bid process is required to expend the funds provided to CONTRACTOR under the terms of this contract. SERVICES A. CONTRACTOR agrees to furnish all labor, materials, equipment, required licenses, permits, fees, and other appropriate legal authorization from all applicable federal, state, and local jurisdictions necessary to perform and complete, per schedule, in a professional manner, the services described herein. 000022 B. CONTRACTOR shall submit quarterly progress reports to AQMD within fifteen (15) days of the end of the reporting period. Such reports shall detail: 1) work performed during the current reporting period; 2) work planned for the next reporting period; 3) problems identified, solved, and/or unresolved; 4) the percentage of each task completed; 5) any slips in the project schedule should be explained and include a description of what steps will be taken to complete the project on time. Progress reports that do not comply will be retumed to CONTRACTOR as inadequate; and 6) a cost breakdown by cost category for each task showing both the amount of AB2766 funds expended and co -funding expended for the reporting period and the cumulative period to date.. C. CONTRACTOR shall provide AQMD with a comprehensive final report prior to end of contract term. The final report shall be subject to review by the MSRC and approval by AQMD. The final report shall be complete, on letter -size paper, and include illustrations and graphs, as appropriate, to document the work performed and the results thereof under this Contract. The final report will also contain, in detail, the reduction of mobile source air pollution emissions resulting from the project's implementation. 5. TERM - The term of this Contract is for eighteen (18) months from the date first entered hereon, unless terminated earlier as provided for in Paragraph 6 below entitled Termination, extended by amendment of this Contract in writing or unless a final report is submitted and approved by AQMD prior to the eighteen (18) month time period. No work shall commence prior to the Contract start date, except at CONTRACTOR'S cost and risk, and no charges are authorized until this Contract is fully executed. TERMINATION - In the event any party fails to comply with any term or condition of this Contract, or fails to provide the services in the manner agreed upon by the parties, including, but not limited to, the requirements of Attachment 2 - Work Statement, this shall constitute a material breach of the Contract. The nonbreaching party shall have the sole and exclusive option either to notify the breaching party that it must cure this breach within fifteen (15) days or provide written notification of its intention to terminate this Contract with thirty (30) day's written notice. Notification shall be provided in the manner set forth in Paragraph 14 below, entitled - Notices. Termination shall not be the exclusive remedy of the nonbreaching party. The nonbreaching party reserves the right to seek any and all remedies provided by law. AQMD reserves the right to terminate this Contract for nonbreach and will reimburse CONTRACTOR for actual costs incurred in performance of this Contract through the effective date of termination for nonbreach. 7. INSURANCE - Prior to the start of this Contract, CONTRACTOR shall furnish evidence of workers' compensation insurance in accordance with Califomia statutory requirements and liability insurance with a combined single limit (general and automotive) of One Million Dollars ($1,000,000). CONTRACTOR shall maintain such coverage during the term of this Contract and any extensions thereof. AQMD shall be named as an additional insured on such liability policy and thirty -(30) days written notice of modification of any such insurance shall be given by CONTRACTOR to AQMD. Such modification is subject to preapproval by AQMD. If CONTRACTOR fails to maintain the required insurance coverage, AQMD reserves the right to terminate the Contract or purchase such additional insurance and bill CONTRACTOR or deduct the cost thereof from any payments owed. to CONTRACTOR. 8. INDEMNIFICATION - CONTRACTOR agrees to hold harmless, defend, and indemnify AQMD, its officers, employees, agents, representatives, and successors -in -interest against any and alt loss, damage, cost, or expenses which AQMD, its officers, employees, agents, representatives, and successors -in -interest may incur or be required to pay by reason of any injury or property damage caused or incurred by CONTRACTOR, its employees, subcontractors, or agents in the performance of this Contract. 9. PAYMENT A. AQMD shall reimburse CONTRACTOR up to a total amount of Nine Thousand Five Hundred Fourteen Dollars ($9,514) in accordance with Attachment 3 - Cost Schedule, expressly incorporated herein by this reference and made a part hereof of this Contract. Any funds not expended upon early contract termination or contract completion shall revert to the AB2766 Discretionary Fund. Payment of charges shall be made by AQMD to CONTRACTOR within thirty (30) days after approval by AQMD of an itemized invoice prepared and fumished by CONTRACTOR, referencing the task completed or a percent of work accomplished and detailing line item expenditures as listed in Attachment 3, Costs by Category, and the amount of charge claimed. B. Total costs per task and costs by category, as listed in Attachment 3 - Cost Schedule, are estimates. Reallocation of costs between tasks and/or cost elements (cost by category) is permitted up to a total cumulative limit of Five Thousand Dollars ($5,000). Written notification of this reallocation must be submitted to AQMD. Amounts in excess of $5,000 require a Contract amendment in writing. • • 000023 " C. An invoice submitted to AQMD for payment must be prepared in duplicate, on company letterhead, and list AQMD'S contract number, period covered by invoice, and CONTRACTORS social security number or Employer Identification Number and submitted to: South Coast Air Quality Management District, 21865 East Copley Drive, Diamond Bar, CA 91765. Attn: Michele Stitzel. D. AQMD'S payment of invoices shall be subject to the following limitations and requirements: I) Charges for equipment, material, and supply costs, travel expenses, subcontractors, and other charges, as applicable, must be itemized by CONTRACTOR. Reimbursement for equipment, material, supplies, subcontractors, and other charges shall be made at actual cost. Supporting documentation must be provided for all individual charges (with the exception of direct labor charges provided by"CONTRACTOR) in excess of Two Hundred and Fifty Dollars ($250). li) CONTRACTOR'S failure to provide receipts shall be grounds for AQMD'S non -reimbursement of such charges. AQMD may reduce payments on invoices by those charges for which receipts were not provided. E. AQMD shall pay CONTRACTOR for travel -related expenses only if such travel is expressly set forth in Attachment 3 - Cost Schedule of this Contract or pre -authorized by AQMD in writing. F. An amount equal to ten percent (10%) shall be withheld from each invoice paid. Upon satisfactory completion and final acceptance of work and the final report by AQMD. CONTRACTOR'S invoice for the 10% withheld will be released. The total amount for which AQMD may be held liable for the performance of work specified herein, including any authorized travel -related expenses and other direct charges, shall not exceed Nine Thousand Five Hundred Fourteen Dollars ($9,514). 10. REPORT FORMAT - CONTRACTOR shall submit reports to AQMD as outlined in Attachment 2 - Work Statement and Attachment 4 - Project Timeline expressly incorporated herein by this reference and made a part hereof of this Contract. All reports shall be submitted in the following manner recycled paper, stapled, not bound; black and white, double -sided print; and no three-ring, spiral, or plastic binders or cardstock covers: AQMD reserves the right to review, comment, and request changes to any report produced as a result of this Contract. 11. MOBILE SOURCE EMISSION RED40 UCTION CREDITS (MSERCs) A. The MSRC has adopted a policy that no MSERCs resulting from AB 2766 Discretionary Funds may be generated and/or sold. B. CONTRACTOR has the opportunity to generate MSERCs as a by-product of the project if a portion of the air quality benefits attributable to the project resulted from other funding sources. These MSERCs, which are issued by AQMD, are based upon the quantified vehicle mites traveled (VMT) by project vehicles or other activity data as appropriate. Therefore, a portion of prospective MSERCs, generated as a result of AB 2766 Funds, must be retired. The portion of prospective credits funded by the AB 2766 program, and which are subject to retirement, shall be referred to as "AB 2766-MSERCs." C. The determination of AB 2766-MSERC's is to be prorated based upon the AB 2766 program's contribution to the cost associated with the air quality benefits. In the case where AB 2766 Discretionary Funds are used to pay for the full differential cost of a new alternative fuel vehicle or for the retrofitting or repowering of an existing vehicle, all MSERCs attributable to AB 2766 Discretinary Funds must be retired. The determination of AB 2766- MSERCs for infrastructure and other ancillary is to be ' items prorated based upon the AB 2766 program's contribution to the associated air quality benefits. Determination of the project's overall cost will be on a case -by - case basis at the time an MSERC application is submitted. AQMD staff, at the time an MSERC application is submitted, will calculate total MSERCs and retire the AB 2766-MSERCs. CONTRACTOR would then receive the balance of the MSERCs not associated with AB 2766 funding. 12. SCRAPPING OF OLD VEHICLES - Any AB 2766 Discretionary Fund project for the purchase of new clean fuel vehicles shall be required to scrap older, polluting vehicles which would be removed or retired from service. This clause is applicable only to AB 2766 projects which remove or retire a vehicle(s) from fleet service as a direct result of AB 2766 funding. 13. ADDITIONAL PROVISIONS - Attachment 1 - Contract Provisions (three pages) to this Contract contains additional provisions which are expressly incorporated herein by this reference and made a part hereof as though fully set forth at this point. " NOTICES - Any notices from either party to the other shall be given in writing to the attention of the persons listed below, or to other such addresses or addressees as may hereafter be designated in writing for notices by either 6'0'0024 party to the other. A notice shall be deemed received when delivered or three days after deposit in the U. S. Mail, postage prepaid, whichever is earlier. AQMD: South Coast Air Quality Management District 21865 Copley Drive Diamond Bar, CA 91765 Attn: Michele Stitzel CONTRACTOR: Riverside County Transportation Commission 3560 University Avenue, Suite 100 Riverside, CA 92501 Attn: Marilyn Williams IN WITNESS WHEREOF, the parties to this Contract have caused this Contract to be duly executed on their behalf by their authorized representatives. SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: Dr. William A. Burke, Chairman of the Board Date: ATTEST: Jackie Dix, Clerk of the Board By: APPROVED AS TO FORM: Peter Greenwald, General Counsel By: By: By: Date: 000025 " STANDARD CONTRACT ATTACHMENT 1 - Contract Provisions Contract No. AB2766/97042 1. CONTRACTOR'S REPRESENTATION - CONTRACTOR represents that CONTRACTOR has the expertise necessary to adequately perform the services specified in Attachment 2 - Work Statement, AQMD is entering into this Contract based on CONTRACTOR'S expertise. II. EMPLOYEES OF CONTRACTOR A. CONTRACTOR warrants that it will employ no subcontractor without written approval from AQMD. CONTRACTOR shalt be responsible for the cost of regular pay to its employees, as well as cost of vacation, vacation replacements, sick leave, severance and B. CONTRACTOR shall also pay pay for legal holidays. pay all federal and state payroll taxes for his employees and shall maintain workers' compensation and liability insurance for each of its employees. . C. CONTRACTOR, its officers, employees, agents, or representatives shall in no sense be considered em shall CONTRACTOR, its officers, em employees agents of AQMD, nor employees, agents, or representatives be entitled to or eligible to participate in any benefits, privileges, or plans, given or extended by AQMD to its employees. D. CONTRACTOR warrants that it has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Contract. CONTRACTOR further represents that in performance of this Contract, no person having any such interest shall be employed by CONTRACTOR or any subcontractor. III. CONFIDENTIALITY - It is expressly understood and agreed that the information which either CONTRACTOR or AQMD designates as confidential or proprietary Information must be clearly identified as such by means of restrictive stamp, legend, or marking. With respect to such designated information the parties agree to: A. Observe complete confidentiality with respect to such information, including without limitation, agreeing not to disclose or otherwise permit access to such information by any other person or entity in any manner whatsoever, except that such disclosure or access shall be permitted to employees and subcontractors of either party requiring access in fulfillment of the services provided under this Contract. Such Information may be used by either party as follows: I) only be used, duplicated and/or disclosed by the receiving party solely for the purposes of performance under this Contract and for no other purpose whatsoever; and li) not be used, duplicated and/or disclosed by the receiving party for any other purpose whatsoever, including, without Umitbig the generality of 11111 the foregoing, for manufacture or procurement except as may be specifically granted under Paragraph V, below entitled - Owrszrship; and iii) not be duplicated, reproduced or copied, in whole or In part, unless the sending party's restrictive legend or marking Is prominently displayed on said copy or reproduction. B. Oral or visual communications, Identified by either party at the time of disclosure as confidential or proprietary information, shall be protected by the receiving party according to the terms hereof, provided that the disclosing party confirms in writing to the receiving party the confidential or proprietary nature of said communication within ten (10) calendar days of said oral or visual disclosure. C. Neither party shall be liable to the other party in any manner whatsoever for the use, duplication and/or disclosure of any part of the confidential or proprietary information which is: i) not identified as confidential or proprietary information in accordance with paragraph III (basic) and subparagraph 8 hereof, (save and except for any claims arising through infringement of registered patents owned or controlled by the disclosing party), or u) now or hereinafter comes into the public domain without breach of this Contract, or iii) shown by the receiving party to be previously known to, or developed by it, to the information, or prior disclosure of said confidential or proprietary iv) shown by the receiving party to have been received from a third party without similar restrictions and without breach of this Contract, or v) disclosed without restrictions by the sending party to a third party, or vi) used, duplicated or disclosed by the receiving party five (5) years or more after the disclosure of such confidential or proprietary information. D. Both parties hereby covenant and agree to provide to each other thirty (30) calendar days prior written notice before use and/or disclosure is made of confidential or proprietary information, protected according to the terms hereof, based'upon the exceptions contained in Sections (i) through (vi) of subparagraph C. above and as may be specifically granted under Paragraph V, below entitled - Off. E. All confidential or proprietary information disclosed hereunder shall remain the property of the disclosing party and all originals and copies of sald confidential or proprietary information shall be returned promptly to the discbsing party upon the expiration or termination of this Contract, excepting any reports provided to AQMD by CONTRACTOR including the final report become the property of AQMD in perpetuity and after five (5) years time may be used, duplicated or disclosed without any restrictions. F. Other than those rights and privileges granted expressly herein, neither the confidential or proprietary execution and delivery of this Contract, nor the delivery of any information hereunder, shall be construed as granting either in or license under any present future confidential or expressly, or �� implication, estoppel orotherwise, any right in40 or hereafter owned or controlledpresent either proprietary information disclosed under this Contract, or under any invention of patent now by party except as maybe specifically granted under paragraph V, below entitled - Ownership. G. Each party shall notify promptly and In writing of the circumstances surrounding any possession, use, or any part thereof by any person or entity other than those authorized by this paragraph knowledge of such information or paragraph. 000026 H. Take at CONTRACTOR'S expense, but at AOMD'S option and in any event under AQMD'S control, any legal action necessary to prevent unauthorized use of such information by any third party or entity which has gained access to such Information at lit in part due to the fault of CONTRACTOR. I. Take et AQMD'S expense. but at CONTRACTOR'S option and in any event under CONTRACTOR'S control, any legal action necessary to prevent unauthorized use of such information by any third party or entity which has gained access to such information at least in part due to the fault of AQMD. J. Notwithstanding the above, nothing herein is intended to abrogate or modify the provisions of Government Code Section 6250 et.seq. (Public Records Act). IV. PUBLICATION A. Information, data, documents, or reports developed by CONTRACTOR for AQMD, pursuant to this Contract, shall be part of AQMD'S public record excepting data provided under Paragraph 111 above, entitled Confidentiality. CONTRACTOR may use or publish, at its own expense, such information provided to AQMD. The following acknowledgment of support and disclaimer must appear In each document disseminated, whether copyrighted or not, and based upon the work performed under this Contract. "This report was prepared as a result of work sponsored by the South Coast Air Quality Management AQMD (AQMD). The opinions, findings, conclusions, and recommendations are those of the author and do not necessarily represent the views of AQMD. AQMD, its officers, employees, contractors, and subcontractors make no warranty, expressed or implied. and assume no legal liability for the information in this report. AQMD has not approved or disapproved this report. nor has AQMD passed upon the accuracy or adequacy of the information contained herein." B. CONTRACTOR shall inform its officers, employees, and subcontractors involved in the performance of this Contract of the restrictions contained herein and require compliance with the above publication terms. C. AQMD shall have the right of prior written approval of any document which shall be disseminated to the public by CONTRACTOR in which CONTRACTOR utilized information obtained from AQMD in connection with performance under this Contract. V. OWNERSHIP - Title and full ownership rights to any products purchased or developed under this Contract shall at all times remain with CONTRACTOR. CONTRACTOR shall also retain title and full ownership rights to any documents or reports developed under this Contract All of the above shall be subject to the following limitations: A. PATENT RIGHTS - CONTRACTOR shall have patent rights, as well as title and full ownership rights, for invention(s) developed under this contract, subject to AQMD retaining a no -cost, nonexclusive. nontransferable. irrevocable license to use or test such invention(s) for ACMD purposes. CONTRACTOR must obtain agreements to effectuate this clause with all persons or entities obtaining an ownership interest in the patented subject invention(s). Previously documented (whether patented or unpatented under the patent laws of the United States, 35U.S.C. 1 et seq., or any foreign country) inventions are exempt from this provision. CONTRACTOR shall submit a written report to AQMD'S Agent disclosing each subject invention and specifying patents applied for. patents Issued, and patent application(s) abandoned and/or cosponsored participants on subject invention(s). B. RIGHTS OF TECHNICAL DATA - AQMD shall have uniknited right to use technical data resuking from performance of CONTRACTOR under this Contract. CONTRACTOR shall have the right to use data for its own benefit. C. COPYRIGHT - CONTRACTOR agrees to grant AQMD a royalty free, nonexclusive, irrevocable, nontransferable license to produce, translate, publish, use, and dispose of all copyrightable material first produced or composed in the performance of this Contract. D. SOFTWARE RIGHTS - CONTRACTOR agrees to grant AQMD a worldwide, royalty free, nonexclusive, irrevocable, nontransferable license in perpetuity to use any software developed by CONTRACTOR in performing its obligations under this Contract. CONTRACTOR further agrees to obtain the rights required from any third party for AQMD to have a worldwide, royalty free, nonexclusive, irrevocable license In perpetuity to use any other software essential to performance of CONTRACTOR'S obligations under this Contract or necessary to the operation of the software developed by CONTRACTOR. CONTRACTOR shall provide AQMD with documentation confirming CONTRACTOR'S right to assign the use of such software. CONTRACTOR shall also provide AQMD with all documentation and manuals required to operate the software developed by it or third parties. E. CONTRACTOR'S INSOLVENCY OR BANKRUPTCY, or PROJECTS DISCONTINUATION - CONTRACTOR agrees that in the event that CONTRACTOR becomes insolvent or files for bankruptcy during the term of the Contract or does not complete the intent of the project and maintain Its Intention for a minimum period of one year beyond the term of this Contract, title to goods, services software, and equipment purchased for the performance of this Contract with AB 2766 Discretionary Funds shall revert back to the AQMD for deposit into the AQMD'S separate account for the purpose of continuation of implementing and monitoring programs to reduce air pollution from motor vehicles. Public agency and schools are exempt from this clause with the following exception:11 any project discontinues or is not maintained for one year after the term of this Contract, assets purchased by AB 2766 Discretionary Funds shall revert to the AQMD for deposit into the AQMD'S separate account for the purpose of continuation of implementing and monitoring programs to reduce air pollution from motor vehicles. VI. NON-DISCRIMINATION - In the performance of this Contract, CONTRACTOR shall not discriminate in recruiting, hiring. promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et seg.), the Federal Civil Rights Act of 1964 (P.L. • 000027 68-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. CONTRACTOR shall likewise require each subcontractor to comply with this paragraph and shall include In 4111 each such subcontract language similar to this paragraph. VII. SOLICITATION OF EMPLOYEES - CONTRACTOR expressly agrees that CONTRACTOR shall not, during the term of this Contract, nor for a period of six months after termination, solicit for employment, whether as an employee or independent contractor, any person who is or has been employed by the AQMD during the term of this Contract without the consent of AQMD. VIII. PROPERTY AND SECURITY - Without limiting CONTRACTORS obligations with regard to security, CONTRACTOR shall comply with all the rules and regulations established by AQMD for access to and activity in and around AQMD'S premises. IX. ASSIGNMENT - The rights granted hereby may not be assigned, sold, licensed or otherwise transferred by either party without the written consent of the other, and any attempt by either party to do so shall be void upon inception X. NON -EFFECT OF WAIVER - CONTRACTOR'S or AQMD'S failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Contract, or failure to exercise any rights or remedies hereunder, shall not be future performance of any such terms, covenants, or conditions, or of the future exercise of suchrights � a waiver or relinquishmentwieprovided of the herein. remedies, unless otherwise provided for Xl. ATTORNEYS' FEES - In the event any action (including arbitration) is fled in connection with the enforcement or interpretation of this Contract, each party in said action shall pay its own attorneys' tees and costs. XII. FORCE MAJEURE - Neither AQMD nor CONTRACTOR shall be liable or deemed to be in default for any delay or failure in performance under this Contract or interruption of services resulting, directly or indirectly, from acts of God, civil or military authority, acts of public enemy, war, strikes, labor disputes, shortages of suitable parts, materials, labor or transportation, or any similar cause beyond the reasonable control of AQMD or XIII. SEVERABILITY - in the event that any one or more of the any respect provisions contained in this Contract shall for any reason be Mid to be unenforceable in • by a court o/ competent jurisdiction, such construed as if such -unenforceable holdinglmh shallreot. affect any ether provisions of this Contract, and the Contract shall then be provisions are notepad pram hereof. XIV. HEADINGS - Headings on the paragraphs of this Contract are for convenience and reference only, and the words contained be held to explain, modify, amplify, or aid in the interpretation, construction. or be shall In no way meaning of the provisions of this Contract. XV. pUPIlCATE Fn g TON - This Contract is executed in duplicate. Each signed copy shall have the force and effect of an original. XVI. GOVERNIN . j Avy - This Contract shall be construed and interpreted and the legal relations created t with the laws of the State of California. Venue for resolution of a dispute hereby shall determined in accordance any shall be Los Angeles County, California. • XVII, Malaya CAS - Any costs incurred by CONTRACTOR prior to AQMD receipt at the risk of the CONTRACTOR. In the event that a form ontract is not al C of a furry executed Contract shat) be Incurred solely amounts executed, neither the MSRC nor the AQMD shall be liable for any expended in anticipation of a formal Contract. If a formal Contract does result, precontract cost expenditures authorized by the Contract will be reimbursed in accordance with the cost schedule and payment provision of the Contract. XVIII. ENTIRE CONTRA T - This Contract represents the entire agreement between the AQMD and are n- understandings, re parties related to CONTRACTOR providing services to modification there of the Presentations, or warranties of any kind except as expressty set forth herein. No waiver, alteration, or any herein shall be binding on any party unless in writing and signed by the party against whom enforcement of such waiver, alteration, or modification is sought. 000028 Exhibit 2 - Statement of Work Riverside County Transportation Commission herein after referred to as CONTRACTOR Contract No. AB 2766/97042 Project Description Thc CONTRACTOR shall design and produce electric vehicle (EV) marketing materials which include: a) revised map of all EV charging station sites in Riverside County; b) model press releases; c) model newspaper ads; d) photocopiable clip artwork; e) digital slide products; and f) a revised large scale display board. CONTRACTOR will use these materials in a collaborative marketing effort with San Bernardino Association of Governments. Two groups will be targeted for marketing - entities who have installed EV charging stations in thc Inland Empirc and current and future electric vehicle owners within the Inland Empire. Marketing will take place concurrently with the Quick Chargc EV charging site demonstration. Thc following Statement of Work is provided by the CONTRACTOR and becomcs an integral part of the Contract. CONTRACTOR agrees to perform thc Statement of Work within the term of thc Contract and to expend funds as set forth in Exhibit 3 - Cost Schedule. Statement of Work The following Tasks will bc performed by the CONTRACTOR: Task 1. Map Brochure Revisions and Printing CONTRACTOR shall revise the current map prepared for the CONTRACTOR'S Clean Fuels Corridor Program to include the electric vehicle charging stations installed under the Mobile Source Air Pollution Reduction Review Committee's (MSRC) Quick Chargc program. Revisions include adding locations of new charging stations in Riverside County as well as the site hours of operation, types of charging available, and contact -phone numbers for cach site. Maps will bc distributed to electric vehicle owners, electric vehicle dealerships, thc Riverside County offices of thc Automobile Club of Southern California, and other appropriate advocates and industry groups. CONTRACTOR is sharing thc cost of' the map revision with San Bernardino Associated Governments. Sample map shall be provided to AQMD in quarterly progress report. Task 2. Site Photography CONTRACTOR shall photograph the Quick Charge sites for development into color slides, negatives, black and whitc or color photographs, and digital slides. Black and white photographs will be provided to site owncrs and other interested parties for use in press releases while color photographs will be used for the Display Boards created to market the program. Slides will also be madc available to site owners for presentations to interested groups and promotional events. • 000029 " Standard Contract Exhibit 2 - Statement of Work (continued) Contract No. AB 2766/97042 Task 3. Revise Large Scale Display Boards CONTRACTOR shall revise the Display Boards created for the Clean Fuels Corridor Program to include the additional Quick Charge sites. Display Boards will be redesigned to accommodate new site photographs and thc revised map. CONTRACTOR shall loan Display Boards for use at various promotional events such as charging station openings and Commission meetings. CONTRACTOR is sharing the cost of the Display Boards with San Bernardino Association of Governments. Task 4. Develop and Distribute Model Press Releases and Newspaper Ads CONTRACTOR shall prepare written materials which will assist Riverside County cities and private sites in communicating a consistent, casy to understand message on electric vehicles and infrastructure. Task 4.1. Develop Press Releases - CONTRACTOR shall develop a boilerplate newsletter article and press release for use by participating site owners. CONTRACTOR shall package a marketing kit containing a cover letter, news article and press releases as well as site photographs and map brochures. A sample press release and news ad will be provided to AQMD in quarterly progress report. Task 4.2. Research Contacts for Kit Distribution - CONTRACTOR shall research and develop a list of contacts including current and future electric vehicle sales points, electric vehicle user lists and electric vehicle user groups in thc Inland Empire. CONTRACTOR shall make as many personal visits as possible to sales points, charging station site owncrs and EV user groups. Packages will be mailed to other interested parties. In its quarterly reports, CONTRACTOR shall provide information on success of outreach program. 000630 Standard Contract Exhibit 3- Cost Schedule Contract No. AB 2766/97042 Project Costs by Task Task Costs Task 1. Map Brochure Revisions & Printing • Revisions to map = $240 • Color Computer Output = $48 • Reprint of Map = 5,000 @ $1,740 $2,028 Task 2. Photography and Products Cost Estimate: Photography at 13 new sites = $1,560 Film and Developing = $840 65 Black and White 8x10 prints = $845 65 Color 8x10 prints = $507 39 slides (3 of each sitc) = $55 Digital slide revisions = $240 11 copies of Digital Slides = $77 $4124 Task 3. Large Scale Display Boards $1,411 Sales Tax for Tasks 1, 2, and 3 $561 Task 4. Press Releases/Ads and Distribution Task 4.1. Production of Letter & Press Release 3hrs @$50,4hrs @$40 Task 4.2. Rcsearch/Sitc Visits/Distribution 20 hrs @ $40 Mailings 3 hrs @ $40, postage $40.00 Client Coordination 3 hrs @ $40 $310.00 $800.00 $160.00 S 120.00 Total $9,514 • 000031 " " Standard Contract Exhibit 4- Project Timeline Contract No. AB 2766/97042 The CONTRACTOR'S marketing efforts will coincide with the demonstration of the MSRC's Quick Chargc Electric Vehicle Infrastructure program. To ensure accuracy thc CONTRACTOR shall not begin revisions to map or display boards until all Riverside County Quick Chargc sites arc in and operational. Sites are scheduled to be complete by thc sixth month of this contract. Upon notification by Edison that all sites arc in, the CONTRACTOR shall begin the development of marketing materials. All materials shall be developed and distributed by thc cnd date of this contract. The term of this contract is eighteen months from the date of execution. Hardware: None Reports Quarterly - Month 3, 6, 9 12, 15, and 18 In thc event the CONTRACTOR files for bankruptcy or becomes insolvent or discontinues this project, the following items revert to the AQMD for disposition into the AB 2766 Discretionary Fund: None. 000032 AGENDA ITEM #6C RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: January 7, 1998 TO: Budget and Finance Committee FROM: Marilyn Williams, Program Manager THROUGH: Jack Reagan, Executive Director SUBJECT: Quick Charge Electric Vehicle Corridor Communities Program Marketing Contract for Western Riverside County Sites Pursuant to Commission direction, staff prepared and submitted a proposal on July 24, 1996 entitled "Western Riverside County Partnership Proposal" in response to the Mobile Source Air Pollution Reduction Review Committee's (MSRC) request for proposal #9596-48, Quick Charge Electric Vehicle Corridor Communities Program. The actual implementation of the Program was on hold for a number of months while the MSRC dealt with several complex issues not foreseen when its request for proposal was originally issued. Two major areas requiring resolution included obtaining approved: 1) ADA guidelines from the State Architect's Office for construction of accessible EV charging sites, and 2) sign standards from Caltrans for installation of freeway EV charging directional signs. As agreements have been concluded with the two state agencies, MSRC staff has been in the process of finalizing all contracts with original proposers for construction of sites and related services. Within western Riverside County, the MSRC is currently processing individual agreements with property owners including Inland Empire Foods, County of Riverside, and Cities of Canyon Lake, Corona, Hemet, Norco, Riverside and Temecula. The Commission's proposal also included coordinated efforts to assist property owners in the marketing of their new charging stations. To that end, Commission staff has prepared a scope of work in the amount of $9,514 to produce and provide various marketing materials and resources to the EV site owners including location maps, model press releases and newspapers ads, photocopiable clip artwork, digital slide products, and color/black and white photographs. The MSRC contract and scope of work is attached as Exhibit A. Staff seeks Commission approval to enter into the agreement. All marketing work will be performed by Geographics who is under annual contract to, the Commission to provide a wide range of design and marketing support services. The work under this contract is fully funded by the MSRC. Financial Assessment Project Cost $9,514 Source of Funds Mobile Source Air Pollution Reduction Review Funds STAFF RECOMMENDATION: That the Commission: 1) Approve the MSRC contract and its marketing scope of services in support of the construction of EV charging stations under the Quick Charge Program; and, 2) authorize the Executive Director to execute the contract on behalf of the Commission. • • AGENDA ITEM #6D RIVERSIDE COUNTY TRANSPORTATION COMMISSION • • DATE: January 7, 1998 TO: Budget and Finance Committee FROM: Jerry Rivera, Program Manager THROUGH: Jack Reagan, Executive Director SUBJECT: FY 1996-97 SB 821 Program Extension for the City of Temecula The City of Temecula was allocated $96,200 in FY 1996-97 SB 821 Bicycle and Pedestrian Facilities Program funds for the construction of sidewalk projects on Margarita Road, Cosmic Drive, and Agena Street. The sidewalk projects will provide much needed safety improvements around two elementary schools. At the June 11, 1997 Commission meeting, the City was granted a six-month extension to December 31, 1997 to complete the projects. The City is currently out to bid on one of the projects, Margarita Road, as part of a larger Margarita Community Park project. They anticipate awarding the contract in February, 1998, and completing the project in August of 1998. The plans for the other two projects have been completed and are in final plan check. They anticipate going out to bid in early January of 1998, awarding the contract in March, and completing the projects by May, 1998. Therefore, the City of Temecula is requesting another four -month extension to April 30, 1998 to award the construction contracts for the projects. Financial Assessment Project Cost $96,200 Source of Funds TDA Article 3 ::.:::::::::.:.•. �::::: n,:w:::;; ..........••w::::.::;::: }::•:4::h:-::: r.::.. rr: rr:.. .• .:.. i� . .. ....::...r ... ....: �: n: .....4.............. ... ..............v... Included in Fiscal Year Budget Y ...................................... Year Included in Program Budget Y Year Programmed 1996-97 Approved Allocation Y Year of Allocation 1996-97 Budget Adjustment Required N Financial Impact Not Applicable Y STAFF RECOMMENDATION: That the Commission grant the City of Temecula a four -month extension to April 30, 1998 to award the construction contracts for their FY 1996-97 SB 821 sidewalk projects as requested. 000033 " 039574 J43200 Business Pak Drive �% Temecula, CA 92590 " MaiiingAddress: P.O. Bar90331-1-eme Ala 92589-9033 (909) 694-6444 " Fax (909) 6941999 December 18, 1997 City of Temecula Mr. Jerry Rivera Riverside County Transportation Commission 3560 University Avenue, Suite 100 Riverside, CA 92501 Re: FY 1996-97 SB 821 Bicycle and Pedestrian Projects Program Request for Four Month Extension Dear Mr. Rivera: The City of Temecula hereby requests an additional extension of four months for the FY 1996-97 funding of our sidewalk projects at Margarita Road, Cosmic Drive and Agena Street. As you are aware, on June 11, 1997, the Riverside County Transportation Commission approved our first request for a time extension until December 31, 1997 to afford adequate time for the City to award contracts and apply for funding under the Commission's FY 1996-1997 SB 821 Program. To date the design for the sidewallc projects has been completed, however, we have not as yet awarded contracts for construction. Project status is as follows: a. Sidewalk on Margarita Road, west of Moraga Road - The project is presently out for public bidding as part of our Margarita Community Park Project. Award of contract is scheduled for February 10,1998. Construction is anticipated to begin in mid March and be completed in August of 1998. b. Sidewallc on Cosmic Drive and on Agena Street - The plans have been completed and are in final plan check. Award of contract is anticipated to occur February 24,1998. Construction would begin late March and be completed by May of 1998. As stated in our letter to RCTC dated May 1, 1997, we are anxious to move forward with the sidewalks, as they will provide much -needed safety improvements around two elementary schools. The sidewalks on Cosmic and Agena will complete missing portions of sidewallc in the "Starlight Ridge" neighborhood and the Margarita sidewalk will close a 400 foot gap just west of the Temecula Elementary School. An four -month extension will allow sufficient time for the City of Temecula to award contracts and to apply for funding. If you have_ any further questions, please contact Steve Charette, Assistant Engineer, at (909) 694-6411. Sincerely, oseph Kicak hector of Public Works/City Engineer JK/DS/sc Pnnted on Recycled Paper 000034 AGENDA ITEM #7A " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: January 7, 1998 TO: Budget and Finance Committee FROM: Jerry Rivera, Program Manager THROUGH: Paul Blackwelder, Deputy Executive Director SUBJECT: FY 1997-98 Local Transportation Funds Allocation for Local Streets and Roads for the Palo Verde Valley Apportionment Area The estimated FY 1997-98 apportionment of Local Transportation Funds (LTF) for the Palo Verde Valley area is $473,417. The Commission approved the Palo Verde Valley Transit Agency (PVVTA) Short Range Transit Plan on June 11, 1997, allocating $243,111 to PVVTA. Therefore, a balance of $230,307 is available for local streets and roads purposes in the Palo Verde Valley. The Palo Verde Valley apportionment area is the only area in the County in which LTF funds are still allocated for streets and roads purposes. The attached table shows the allocations for the City of Blythe and the County of Riverside based upon a formula previously approved by the Commission. Population figures are from the State Department of Finance E-5 report dated January 1, 1997 for fiscal year 1997-98, and have been adjusted to credit the prison population at Chuckawala to the County. Financial Assessment Project Cost $230, 306 Source of Funds TDA Included in Fiscal Year Budget Y Year Included in Program Budget Y Year Programmed 1997-98 Approved Allocation Year of Allocation 1997-98 Budget Adjustment Required N STAFF RECOMMENDATION: That the Commission approve the FY 1997-98 Local Transportation Fund (LTF) allocations for streets and roads purposes in the Palo Verde Valley area as shown on the attached table. 000035 " ALLOCATION OF LTF FUNDS FOR STREETS AND ROADS PALO VERDE VALLEY AREA FY 1997-98 AVAILABLE TOTAL LESS FOR STREETS AGENCY POPULATION PERCENTAGE SHARE PVVTA AND ROADS " " Blythe Riverside Co. 16,874 8.998 65.2% $308,768 $121,556 $187,212 34.8% $164.649 $121.556 $43.094 TOTAL 25,872 100.0% $473,417 $243,111 $230,306 NOTE: Population for City of Blythe excludes prison population of 3,560 for Chuckawala which is included in County population. Prison population obtained from State Dept. of Finance, Demographics Division. Approved by RCTC: JR: 12/15/97 000036 AGENDA ITEM #7B RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: January 7, 1998 TO: Budget and Finance Committee FROM: Bill Hughes, Bechtel Project Manager Karl Sauer, Bechtel Resident Engineer THROUGH: Paul Blackwelder, Deputy Executive Director SUBJECT: Direction to Advertise Landscaping Services for Sound Wall #35 on In October of 1997 RCTC opened the bids for construction of Sound Wall #35 between Van Buren and Tyler streets. During the bid review process, Staff noted that the cost for the landscaping portion of the contract was excessively high. It was recommended by Staff to remove this portion of the contract and to issue it for bid at a later date. Staff recommended the award of the contract to the lowest responsive bidder, R. Fox Construction, excluding the landscape portion. The Notice to Proceed was issued on November 20, 1997 and construction of Sound Wall #35 will begin in early January 1998 and is estimated to be completed by early March 1998. Subsequently, Staff has directed the Designer to repackage the Sound Wall #35 Landscape Bid package and is now ready to advertise. Therefore, staff is now seeking authorization to advertise the landscaping of Sound Wall #35 for construction. This project will take approximately 2 months to construct after notice to proceed and will have a three year plant establishment period. Staff will bring back the results of the bids for the Commission to review and award a contract to the lowest responsive bidder. Financial Assessment Project Cost 8150,000 Engineer's Estimate Source of Funds Measure A ::::::n• ;::.:'::::. .. }+S.v..:..... . ': ; • :.; •v ... .; .y:r:;::.•lq •:.:::..C• ;v, +i }y.,:r �r+t :f r : .f. : '.}.{ ..'\;tii''v-0 . •:•: ?L• . ..S%G.'k.•r•:,v: ...:{r ........:: x:::::::::::{•}Y. ; ......i r,.}:} :r :•rYr}r;•x.• .....:::.. 4 +f .... •.. \.: v.:...:t -::.}. f.. :: n:::v:: :.:.::.: ::r...:..::::.}:i:i:::::•... . .-... r;• :i+•.:: }., .}•:•} .....{.....:......�...v..i;:......+�n.}:::v C : ♦ ...h;:q .? .•: •� � v: r.{.:i.•i•,i.}, ..1....... : i:•'•\.:. r.�.i}\. +Fi}}:.:::.:::.•..; .f.Y ..i;.}:.ri}:p;Li{: C } ••Y+. : v: i.}:{'i'I'CSiF :••'•. �.:.•+ii•:I.{ \::::0::::::,0 .. ..:.:. ..........w:::::........ .\.: .:•. .. :(} . : 4'•. ........A..........................:: w....v::.•.vv Q4: f<.fi.;h� :.:::::....:..:.:.•:.; .........:.::.. r. ... ;:,ik\i::iiii:•'� ..; .. .v? +'. •.vti•}: • •v,.i N:rr.}. rr^.'. w::.::•fr'.:�.• Included in Fiscal Year Budget Y Year Included in Program Budget Y Year Programmed Approved Allocation Year of Allocation Budget Adjustment Required N Financial Impact Not Applicable 000037 STAFF RECOMMENDATION: That the Commission authorize staff to advertise Landscaping for Sound Wall #35 between Van Buren and Tyler on the northerly side of the freeway and to direct Staff to bring back the results of the bidding process for the Commission to award the project to the lowest responsive bidder. • • • 000038 AGENDA ITEM #7C " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: January 7, 1998 TO: Budget and Finance Committee FROM: Bill Hughes, Bechtel Project Manager Karl Sauer, Bechtel Resident Engineer THROUGH: Paul Blackwelder, Deputy Executive Director SUBJECT: Direction to Advertise Noise Walls on State Route 91 between In April and May of 1996, both the City of Riverside and RCTC agreed on the selection of the Phase 1 noise walls between Magnolia to Mary streets. At the September 1996 Commission meeting, the Commission approved Amendment 4 to agreement RO 9101 with URS Greiner to prepare the plans, specifications and construction estimate (PS&E) for the Phase 1 noise walls. The following Table lists the locations of each of the walls included in Phase I. Wall # General Location - for Specific Location see exhibit contained in Dec. 1995 Greiner report. Proposed Construction Height 35 N Side -- Tyler to Van Buren 12' 77 N Side -- Van Buren to Jackson 10' 78 S Side -- Van Buren to Jackson 10' 149 N Side -- Adams mid way to Jefferson 10'-12' 221 N Side -- Madison to Mary 14' 183 (Phase 11) N Side -- Madison to Jefferson (If Phase I funding permits) 10' At the May 21, 1997 (special meeting) of RCTC, the Commission and Caltrans agreed to advance the delivery of noise wall #35, between Van Buren and Tyler streets, which was included in the Phase 1 list. The contract has been issued for Sound Wall #35 and it will be under construction beginning January of 1998. The remaining walls require the acquisition of temporary construction easements and construction can not begin until all of the temporary construction easements are obtained. Acquisition of the temporary construction easements are progressing ahead of schedule enabling RCTC to proceed with construction for the remaining walls earlier than anticipated. At the September 1996 Commission meeting, the Commission directed Staff to include the design of Wall #183, a Phase II wall, with the Phase I wall design. This action was taken in response to public concern with delaying the construction of this wall. Staff has reviewed the rate of accruals for the Phase 11 wall project and have determined that there is sufficient funding to advance the funding for this wall so that it can be built with the Phase I walls. The estimated construction cost for this wall is $850,000. In addition to the construction of the sound walls, agreements with the City of Riverside to provide landscaping for the Phase I walls will cost an additional $750,000. Accounting for the above changes in the construction budget will bring the estimated construction and landscaping cost for the Phase I walls (including Wall 183) to $4,600,000. Pending receipt of the required encroachment permits from the City of Riverside and Caltrans, and the finalization of all of the temporary construction easements, Staff is now seeking the authorization to advertise this project for construction. This project will take approximately 6 months to construct after notice to proceed. Staff will bring back the results of the bids for the Commission to award the project to the lowest responsive bidder. Financial Assessment Project Cost $4,400,000 ($3,000,000 + S850,000 + $750,000) Construction and landscaping costs for Phase I walls + Wall 183 from Phase II Source of Funds Measure "A" ............................ :f ,r;} r i. {.:•:i.:::" :Y: b}.... .}'ry: ..,......}..... ?i•��+Cc::•}:•.4`i•••••••••::::•:•:.:.:.::::::•::: v• .}•.v :::. • ::::.; •:.:,............. G,.......,.... ..f v: • .i •:.{.:::?{{.}}:::::r. •, .{ •}:•:{•. :•: }:{{isr{:.iii:i:i:i:}::: .:rvv, •.•.•:.; ::v: .:v: r.:w:.:v:::::.,v::: w.v::: r:::.• .,..:r:. i.,,,, ; �\9' ¢h% {, `1+::.:.::•.{•}}:••....v................ •::::.:::::�.;•+`}.,,},Cr :r...., v'i•}::::::.•:.,:rr:l.• ::nrw.•:::: }:::x::.:...........:::..: x: }:::::::::: ::::s ::v v.ri.•.:. v: v: :.. ......: :...... { •.:::::.v :v.; .;; ... Included in Fiscal Year Budget Y Year Included in Program Budget Y Year Programmed Approved Allocation Year of Allocation Budget Adjustment Required Y To advance construction of Wall 183 + landscaping Financial Impact Not Applicable STAFF RECOMMENDATION: That the Commission: 1) Authorize an increase in the budget from$3,000,000 to $4,600,000 to cover construction costs and landscaping costs for the Phase 1 Walls and Wall #183 from Phase 11; and, 2) authorize staff to advertise noise walls on State Route 91 between Magnolia to Mary streets subject to obtaining encroachment permits from both the City of Riverside and Caltrans and to direct staff to bring back the results of the bidding process for the Commission to award the project to the lowest responsive bidder. 00'004f