HomeMy Public PortalAbout10 October 25, 2021 Western Riverside County Programs & Projects
MEETING AGENDA
Western Riverside County Programs and
Projects Committee
Time: 1:30 p.m.
Date: October 25, 2021
Location: This meeting is being conducted virtually in accordance with AB 361 due to state or local
officials recommending measures to promote social distancing.
COMMITTEE MEMBERS
Clint Lorimore, Chair/Todd Rigby, City of Eastvale
Ben J. Benoit, Vice Chair/Joseph Morabito, City of Wildomar
Wes Speake/Jim Steiner, City of Corona
Linda Krupa/Russ Brown, City of Hemet
Brian Berkson/Guillermo Silva, City of Jurupa Valley
Bill Zimmerman/Dean Deines, City of Menifee
Yxstian Gutierrez/To Be Appointed, City of Moreno Valley
Scott Vinton/Lisa DeForest, City of Murrieta
Ted Hoffman/Katherine Aleman, City of Norco
Michael Vargas/Rita Rogers, City of Perris
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, October 25, 2021
This meeting is being conducted virtually in accordance with AB 361 due to state or local officials
recommending measures to promote social distancing.
INSTRUCTIONS FOR ELECTRONIC PARTICIPATION
Join Zoom Meeting
https://rctc.zoom.us/j/89941206953
Meeting ID: 899 4120 6953
One tap mobile
+16699006833,,89941206953# US (San Jose)
Dial by your location
+1 669 900 6833 US (San Jose)
For members of the public wishing to submit comment in connection with the Western Riverside
County Programs and Projects Committee Meeting please email written comments to the Clerk of
the Board at lmobley@rctc.org and your comments will be made part of the official record of the
proceedings as long as the comment is received before the end of the meeting’s public comment
period. Members of the public may also make public comments through their telephone or Zoom
connection when recognized by the Chair.
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 on the
Commission’s website, www.rctc.org.
In compliance with the Americans with Disabilities Act, Government Code Section 54954.2, Executive
Order N-29-20, 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 Committee 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
Western Riverside County Programs and Projects Committee
October 25, 2021
Page 2
3. PLEDGE OF ALLEGIANCE
4. PUBLIC COMMENTS – 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. Each individual speaker is limited to speak
three (3) continuous minutes or less.
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. CONSENT CALENDAR - All matters on the Consent Calendar will be approved in a single motion
unless a Commissioner(s) requests separate action on specific item(s). Items pulled from the
Consent Calendar will be placed for discussion at the end of the agenda.
6A. APPROVAL OF MINUTES – SEPTEMBER 27, 2021
Page 1
7. CHANGE ORDER TO AMEND THE INTERSTATE 15 EXPRESS LANES PROJECT TOLL SERVICES
AGREEMENT WITH KAPSCH TRAFFICCOM USA TO PROVIDE MAINTENANCE SERVICES AND
IMAGE REVIEW SERVICES FOR THE 91 EXPRESS LANES ROADSIDE SYSTEM
Page 7
Overview
This item is for the Committee to:
1) Approve Change Order No. 23 to Agreement No. 16-31-043-00 for the Interstate 15
Express Lanes Project (I-15 ELP) with Kapsch TrafficCom USA Inc. (Kapsch) to provide
five years of maintenance services for the 91 Express Lanes Roadside System and
Image Review Services in an amount not to exceed $3,021,143;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the change order on behalf of the Commission; and
3) Forward to the Commission for final action.
Western Riverside County Programs and Projects Committee
October 25, 2021
Page 3
8. AMENDMENT TO THE 91 EXPRESS LANES OPERATOR AGREEMENT
Page 40
Overview
This item is for the Committee to:
1) Approve Agreement No. 13-31-105-06, Amendment No. 6 to the 91 Express Lanes
Operator Agreement No. 13-31-105-00 (commonly referred to as the ORCOA), among
the Orange County Transportation Authority (OCTA), the Commission, and Cofiroute
USA, LLC (Cofiroute), for up to three one-month optional extension periods for an
additional amount of $500,000, and a total amount not to exceed $36,507,044;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the amendment on behalf of the Commission; and
3) Forward to the Commission for final action.
9. AGREEMENT FOR LANDSCAPE MAINTENANCE SERVICES FOR THE COMMISSION-OWNED
COMMUTER RAIL STATIONS AND TOLL FACILITIES
Page 49
Overview
This item is for the Committee to:
1) Award Agreement No. 22-24-007-00 with Tropical Plaza Nursery Inc. (Tropical) for
monthly routine and on-call landscape maintenance services for the Commission-
owned commuter rail stations and toll facilities for a five-year term in an amount not
to exceed of $3,759,000;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to finalize
and execute the agreement on behalf of the Commission;
3) Authorize the Executive Director, or designee, to execute task orders awarded to the
contractor under the terms of the agreement; and
4) Forward to the Commission for final action.
10. EXECUTIVE DIRECTOR REPORT
11. COMMISSIONER COMMENTS
Overview
This item provides the opportunity for brief announcements or comments on items or matters
of general interest.
12. ADJOURNMENT
The next Western Riverside County Programs and Projects Committee meeting is scheduled
to be held at 1:30 p.m., Monday, November 22, 2021.
AGENDA ITEM 6A
MINUTES
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE
Monday, September 27, 2021
MINUTES
1. CALL TO ORDER
The meeting of the Western Riverside County Programs and Projects Committee was
called to order by Chair Clint Lorimore at 1:30 p.m. via Zoom Meeting ID: 857 7020 8286.
Pursuant to Governor Newsom’s Executive Order N-29-20.
2. PLEDGE OF ALLEGIANCE
Commissioner Ted Hoffman led the Western Riverside County Programs and Projects
Committee in a flag salute.
3. ROLL CALL
Members/Alternates Present Members Absent
Ben Benoit Brian Berkson
Jeff Hewitt Yxstian Gutierrez
Ted Hoffman
Kevin Jeffries
Linda Krupa
Clint Lorimore
Wes Speake*
Michael Vargas
Scott Vinton
Bill Zimmerman
*Arrived after the meeting was called to order.
4. PUBLIC COMMENTS
There were no requests to speak from the public.
5. ADDITIONS/REVISIONS
There were no additions or revisions to the agenda.
1
RCTC WRC Programs and Projects Committee Minutes
September 27, 2021
Page 2
6. APPROVAL OF MINUTES – JUNE 28, 2021
M/S/C (Krupa/Vinton) to approve the minutes as submitted.
7. AGREEMENTS FOR ON-CALL DESIGN ENGINEERING AND ENVIRONMENTAL SERVICES
FOR COMMUTER RAIL AND STATION CAPITAL IMPROVEMENT PROJECTS
David Lewis, Capital Projects Manager, presented the on-call design engineering and
environmental services agreements for rail projects including background information,
the procurement process and task order process
In response to Commissioner Scott Vinton’s clarification that the proposed compensation
the firms will receive is $10 million total for their on-call services, David Lewis replied
correct, it is a total of $10 million that would be distributed between the four firms. RCTC
is only authorized for the $10 million.
Commissioner Vinton asked if that amount is included in the option years; Mr. Lewis
replied yes.
In response to Commissioner Vinton’s inquiry in terms of compensation, each of these
firms have subconsultants and if there is a minimum percentage that each of those
consultants have to receive of those dollars as he thought the minimum shown was at
52 percent, David Lewis referred to Alicia Johnson, Senior Procurement Analyst, or Jose
Mendoza, Procurement Manager, to respond.
Jose Mendoza replied there is no minimum for the subconsultants, it depends on who is
awarded the task order and they get that total dollar amount for that scope.
Commissioner Vinton clarified he is not asking about the minimum for the subconsultants
he is asking about the minimum for the prime.
Jose Mendoza replied there is no minimum for the prime. Each task order is going to be
awarded on qualifications and whatever that dollar amount is for that scope is what they
will receive.
At this time, Commissioner Wes Speake joined the meeting.
M/S/C (Hewitt/Benoit) to:
1) Award the following agreements to provide on-call design engineering
and environmental services for the construction of commuter rail and
station capital improvement projects for a three-year term, and one,
two-year option to extend the agreements, in an amount not to exceed
an aggregate value of $10 million;
a) Agreement No. 21-33-127-00 to HDR Engineering, Inc.;
2
RCTC WRC Programs and Projects Committee Minutes
September 27, 2021
Page 3
b) Agreement No. 21-33-128-00 to Moffatt and Nichol;
c) Agreement No. 21-33-129-00 to RailPros, Inc.; and
d) Agreement No. 21-33-064-00 to STV Incorporated;
2) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreements, including option years, on behalf of
the Commission;
3) Authorize the Executive Director, or designee, to execute task orders
awarded to the consultants under the terms of the agreements; and
4) Forward to the Commission for final action.
At this time, Chair Lorimore asked if there were any public comments that is not on the
agenda from the members of the public.
There were no requests to speak from the public.
8. CITY OF LAKE ELSINORE REQUEST FOR ADDITIONAL FUNDS FOR CONSTRUCTION OF
INTERSTATE 15/MAIN STREET INTERCHANGE IMPROVEMENT PROJECT
Jenny Chan, Planning and Programming Manager, provided a detailed overview for the
city of Lake Elsinore’s request for additional funds for the I-15/Main Street Interchange
Improvement Project. When describing the project area, the project map was displayed,
which is Attachment 2.
Commissioner Scott Vinton clarified if there was no $7 million savings on the I-15/Railroad
Canyon Interchange, would this project have been funded by the city.
Anne Mayer clarified possibly is the answer. The I-15/Main Street Interchange
Improvement Project is eligible for Measure A County Regional Arterial (MARA) funds, so
if they would not of had the saving from the I-15/Railroad Canyon Interchange Project the
city could have still made a request to RCTC to fund it out of or portions of it out of the
MARA funds. She stated it is eligible for multiple sources of funding that RCTC has so it
could have received RCTC money regardless of whether I-15/Railroad Canyon Interchange
came in under or not.
In response to Commissioner Vinton’s question if this project was on the project priority’s
list, Anne Mayer replied in the MARA Program because RCTC has not done a call for
projects in a number of years, so she does not think that it was on the last call for projects.
She explained RCTC told their member agencies in between calls for projects if there is a
project that is ready to go to construction and they need funding to make the request and
if RCTC can identify available sources of funding for which they are eligible, then staff
would bring items to the Commission for consideration. Anne Mayer stated it is not
uncommon in between calls for projects where RCTC establishes priority lists for
jurisdictions to come forward and ask for money.
3
RCTC WRC Programs and Projects Committee Minutes
September 27, 2021
Page 4
In response to Commissioner Linda Krupa’s inquiry these are surplus funds that are
available to jurisdictions, and this is not being taken away from any other project that
maybe waiting in the line for the accumulation funds to get done, Jenny Chan replied no.
Commissioner Ted Hoffman asked the city of Lake Elsinore’s Engineer Remon Habib if this
project will help out the SR-74 connection via Dexter, which is the frontage road along
the freeway.
Mr. Remon Habib referred to the project map that was displayed earlier and stated the
Main Street Interchange works in unison with the Railroad Canyon Road. He discussed
how the Railroad Canyon Road and Main Street interchanges are now connected through
the Camino Del Norte Extension that is a project the city took on a couple of years ago
that extended Camino Del Norte about a mile and it was about a $3.8 million project the
city funded. This provided connectivity between Railroad Canyon Road and Main Street
Interchange, and it helped during the construction phase of Railroad Canyon Road. Mr.
Habib stated this also provides options whenever there is heavy traffic on Railroad Canyon
Road as it moves as far back as Menifee and other cities such as Canyon Lake. He
explained the city is confident with the Main Street improvements they are able to move
a much higher volume, and these are mostly operational improvements, and the purpose
is to improve operational capacity there. The direct impact is mostly the Railroad Canyon
Road Interchange and not so much on Central Avenue Interchange. The city is currently
working on the Central Avenue Interchange and in the environmental phase and hoping
to be in the final design phase within the next year.
Commissioner Hoffman expressed appreciation to Mr. Habib for his comments as he
travels that, and it does backup at Central Avenue and SR-74 and asked in the long run if
it will help that area or not.
Mr. Habib replied it depends for the folks that live locally maybe in Rosetta Hills and those
areas are probably more refined to facilitate the Central Avenue Interchange. If they are
a little further out closer to the Main Street area, they could choose to come down the
local roads, which could be some help provided there for the folks that live on the
westside of the freeway. He stated directly to help the circulation of Central Avenue itself
especially the business area frequently those areas are probably going to take Central
Avenue and reiterated the final design will start next year.
In response to Chair Lorimore’s question if these monies were not approved for this
project would they be available to other projects, Anne Mayer replied if this money is not
authorized for this project today those funds will stay in the MARA account until another
agency asks for funding for a project that is short of funds and or until RCTC does another
call for projects where they put an invitation out to all the Western Riverside County
member agencies to submit their projects for funding.
Chair Lorimore clarified in terms of the way RCTC arrived at this request, he is unaware of
seeing something like this done before and asked if this is standard practice.
4
RCTC WRC Programs and Projects Committee Minutes
September 27, 2021
Page 5
Anne Mayer replied it is. She stated probably one of the biggest requests RCTC received
was when the city of Corona advertised the Foothill Parkway Project several years ago
and it came up $12 or $13 million short and they came to the Commission to request to
fill that gap. The County has some projects where they needed a gap filled and they have
come to the Commission and a couple of other jurisdictions and overall, the Commission’s
member agencies do a really good job at estimating their projects. She explained this
does not happen often and when they start seeing some instability in the contracting
world with bid price fluctuation, they do see some requests. Anne Mayer stated there is
a jurisdiction currently with bid prices that came in over and they are getting close to
sending a letter asking the Commission to provide some funding, but they are trying to
value engineer their project to reduce the scope and their request of the Commission.
Anne Mayer explained she views this as relatively infrequent though relatively routine,
and the goal is that if a member agency can get a project all the way through the
environmental and the design phases out to construction to open bids that generally
takes several years. RCTC has encouraged their members of the Technical Advisory
Committee and the member agencies if they are at this point in a project to come and ask
so they can continue to get projects out the door in support of their member agencies.
Chair Lorimore expressed appreciation to Anne Mayer for the explanation.
M/S/C (Benoit/Hoffman) to:
1) Approve additional programming of $2,463,000 of 2009 Measure A
Western County Regional Arterial (MARA) funds for the city of Lake
Elsinore’s (Lake Elsinore) Interstate 15 (I-15)/Main Street Interchange
Improvement Project (Main Street IC);
2) Approve Agreement No. 20-72-089-01, Amendment No. 1 to Agreement
No. 20-72-089-00, between the Commission and Lake Elsinore for the
additional programming of $2,463,000 of MARA for the construction
phase of Main Street IC and a total amount not to exceed $7,946,000;
3) Approve an adjustment to the Fiscal Year (FY) 2021/22 budget to increase
construction expenditures in the amount of $2,463,000;
4) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreement; and
5) Forward to the Commission for final action.
9. EXECUTIVE DIRECTOR REPORT
9A. Anne Mayer provided an update on the Commission approved Plan of Refinance
for the 91 Express Lanes Toll debt and as soon as there are results, she will update
the Commissioners.
5
RCTC WRC Programs and Projects Committee Minutes
September 27, 2021
Page 6
10. COMMISSIONER COMMENTS
10A. Commissioner Vinton announced he is resigning from his city council position as
of December 21, 2021, and moving to Tennessee at that point. He will be at the
December 8 Commission meeting and work with the city of Murrieta’s
Commission Alternate Lisa DeForest to get her updated. He expressed it has been
a pleasure to work with everyone.
Chair Lorimore expressed that he will be missed but is excited for Commissioner
Vinton. Chair Lorimore asked if there was any additional business before the
committee adjourns.
There was no additional business.
11. ADJOURNMENT
There being no further business for consideration by the Western Riverside County
Programs and Projects Committee, the meeting was adjourned at 2:01 p.m.
Respectfully submitted,
Lisa Mobley
Administrative Services Manager/
Clerk of the Board
6
AGENDA ITEM 7
Agenda Item 7
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
DATE: October 25, 2021
TO: Western Riverside County Programs and Projects and Committee
FROM: Reinland Jones, Toll Technology Manager
THROUGH: Jennifer Crosson, Toll Operations Director
SUBJECT:
Change Order to Amend the Interstate 15 Express Lanes Project Toll Services
Agreement with Kapsch TrafficCom USA to Provide Maintenance Services and
Image Review Services for the 91 Express Lanes Roadside System
STAFF RECOMMENDATION:
This item is for the Committee to:
1) Approve Change Order No. 23 to Agreement No. 16-31-043-00 for the Interstate 15
Express Lanes Project (I-15 ELP) with Kapsch TrafficCom USA Inc. (Kapsch) to provide five
years of maintenance services for the 91 Express Lanes Roadside System and Image
Review Services in an amount not to exceed $3,021,143;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the change order on behalf of the Commission; and
3) 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 I-15/SR-91 Express Lane Connector (15/91 ELC). The 15/91 ELC 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).
7
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.
With the addition of the 15/91 ELC, a customer travelling between the 91 Express Lanes and the
15 Express Lanes will be required to use tolled segments from both express lanes. In order to
provide a seamless customer experience, staff recommended that the same roadside tolling
system be used for the 91 Express Lanes, the 15 Express Lanes and the 15/91 ELC. At its July 2018
meeting, the Commission approved Change Order No. 5 to the I-15 ELP Agreement
No. 16-31-043-00 for Kapsch to replace the roadside tolling system on the 91 Express Lanes which
had been installed and operated by Cofiroute USA LLC (Cofiroute).
8
Agenda Item 7
At its February 2021 meeting, the Commission approved Change Order No. 7B to allow for Kapsch
to provide maintenance of the 91 Express Lanes roadside tolling system for five years through
February 2026, which was anticipated to be the end date for the Kapsch 15 Express Lanes
maintenance period. The 15 Express Lanes maintenance period began April 14, 2021, with the
opening of the 15 Express Lanes, and is for five years ending April 12, 2026. The delay in the
opening of the 15 Express Lanes created a one and one-half month gap in maintenance for the
91 Express Lanes roadside tolling system.
Change Order No. 7B did not include maintenance for minor roadside equipment currently
maintained by Cofiroute USA (Cofiroute), as the contracted operator for the 91 Express Lanes,
under the OCTA/RCTC/Cofiroute Operating Agreement No. 13-31-105-00. Cofiroute will continue
to provide services for the minor 91 Express Lanes roadside equipment until the termination of
Agreement No. 13-31-105-00 anticipated to be December 31, 2021.
Change Order No. 7B also did not include image processing services for the 91 Express Lanes
which Kapsch has been providing since the roadside tolling system transition from Cofiroute to
Kapsch.
DISCUSSION:
The proposed Change Order No. 23 to the agreement with Kapsch includes the following:
1. One and one-half additional months of roadside tolling system maintenance;
2. Four years and four months of maintenance of additional roadside equipment; and
3. Image processing services for the 91 Express Lanes through April 14, 2026.
One and One-Half Additional Months of Roadside Tolling System Maintenance
The additional one and one-half months of roadside tolling system maintenance will provide for
continued maintenance of the 91 Express Lanes roadside tolling system through the end of the
base operations and maintenance period with Kapsch. The additional period is needed to provide
for operations and maintenance of the 91 Express Lanes and 15 Express Lanes roadside tolling
system through the same period. The cost of the additional one and one-half months is at the
same rate approved by the Commission in Change Order No. 7B and totals $111,392.
Four Years and Four Months of Maintenance of Additional Roadside Equipment
Cofiroute’s initial contract to operate the 91 Express Lanes (the OCTA/RCTC/Cofiroute Operating
Agreement or ORCOA No. 13-31-105-00) requires Cofiroute to provide maintenance of roadside
equipment which was not replaced by Kapsch under Change Order No. 5 through the end of the
ORCOA. The ORCOA will terminate with the transition to the new Cofiroute agreement for
development and installation of a new back office system and provision of express lanes operator
services. The Commission awarded the new agreement to Cofiroute in November 2019. The end
date of the ORCOA is anticipated to occur by December 31, 2021. At that time, the new Cofiroute
9
Agenda Item 7
agreement does not provide for maintenance of the on-road closed circuit television cameras,
changeable message signs, the communication network, or the toll utility building operations.
As the operator of the roadside tolling system, Kapsch is better suited to provide the
maintenance of these additional items. Kapsch will update the equipment to ensure compatibility
with the roadside tolling system. The Kapsch agreement provides a pre-negotiated hourly rate
for maintenance personnel on which this change order is based. Staff worked with Kapsch to
determine the hours required to perform this additional maintenance and believes the agreed-
upon hours and pre-negotiated rate results in a fair and reasonable price. The costs to update
the equipment is $242,351 and four years and four months of maintenance services is
$1,490,231, for a total amount of $1,732,582.
Two Image Processors
Until the transition of the roadside toll system from Cofiroute to Kapsch, Cofiroute performed
manual image review of the 91 Express Lanes transactions. Kapsch has been performing image
review of the 91 Express Lanes transactions since April 14, 2021. The toll system generates an
image for each transaction on the 91 Express Lanes. Kapsch uses optical character recognition
software to review over 75 percent of the image transactions. The remaining 25 percent are
reviewed by human reviewers employed by Kapsch. The 91 Express Lanes images require two full
time employees to review the images in a timely and accurate manner. Staff evaluated the
number of historical images and the current image processors rate of processing to arrive at the
need for two additional image reviewers. The cost of the two additional image reviewers for the
duration of the operations and maintenance period is $1,177,169.
Summary
In order to provide for complete maintenance of the 91 Express Lanes roadside system and
process image transactions, Change Order No. 23 includes the items listed in the table below.
The amounts listed include the overhead burden and profit mark-up according to the Kapsch
Agreement.
Item Amount
1 ½ months roadside toll system maintenance $ 111,392
4 years and 4 months additional roadside maintenance 1,732,582
2 image processors 1,177,169
Total $ 3,021,143
RECOMMENDATION:
Staff recommends approval of Change Order No. 23 to amend the Toll Services Agreement
between the Commission and Kapsch in an amount not to exceed $3,021,143. Further,
10
Agenda Item 7
authorization is requested for the Chair or Executive Director to execute the amendment on
behalf of the Commission.
Financial Information
In Fiscal Year Budget: Yes
N/A Year: FY 2021/22
FY 2022/23+ Amount: $ 657,023
$ 2,364,120
Source of Funds: 91 Express Lanes toll revenues Budget Adjustment: No
N/A
GL/Project Accounting No.: 009199 81041 00000 0000 591 31 81002
Fiscal Procedures Approved: Date: 10/14/2021
Attachment: Draft Change Order No. 23 with Kapsch
11
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
1
Sensitive
Change Response / TSP Change Request
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
I-15 Toll Services Provider Contract
Change Order No. 23
Pursuant to: (check appropriate box)
Written Change Notice No. 8 (RCTC-Kapsch-LTR-0120), dated 6 August 2021,
submitted by RCTC to TSP pursuant to Section 20.4.1 of the Contract
TSP Change Request No._______, dated __________, submitted by TSP to RCTC
pursuant to Section 20.6 of the Contract
Directive Letter No. ________, dated __________, submitted by RCTC to TSP pursuant
to Section 20.3 of the Contract
Reference is made to that certain Toll Services Contract (Contract No. 16-31-043-00) dated 26
January 2017, as amended, by and between Riverside County Transportation Commission
(“RCTC”), a public entity of the State of California (“RCTC”), and Kapsch TrafficCom USA, Inc., a
corporation organized under the laws of Delaware (“TSP”), as amended, together with all Exhibits
and prior amendments (the “Contract”).
This Change Order amends the Contract.
Capitalized terms used, but not defined, in this Change Order have the meanings given in, and
all Section and Exhibit references shall be to the Contract.
12
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
2
Sensitive
SECTION I – Narrative, Discussion of Additions, Deletions, Modifications to the Requirements
of the Toll Services Contract
A. Evaluation of Change including whether TSP considers any RCTC-Initiated
Change to constitute a Change and the specific provision(s) of this Contract
which permit a Change Order (Section 20.4.3(a)(i)):
N/A – RCTC Initiated Change Order
B. Overview of scope of Change (Section 20.4.3(a)(iii)). For detailed scope of Change,
please complete the Change Response Price Form:
All capitalized terms used in this Change Order #7B and not defined herein have the meanings given to
such terms in the Toll Services Contract dated January 26, 2017 (as amended by this Change Order and
the previous Change Orders), between the Riverside County Transportation Commission (RCTC) and
Kapsch TrafficCom USA, Inc. (TSP) (together the Contract).
Part 1: Work under this Change Order
A. SR-91 Additional 1 ½ months of O & M
1) Due to the delay in the opening of the 15 Express Lanes the O &M period for the 91 Express
Lanes currently ends 1 ½ months before the 15 Express Lanes O & M. To provide for O & M
through April 14, 2026 for both express lanes an additional 1 ½ months of O & M for the 91
Express Lanes is needed. The cost of this additional O & M is as the same rate approved in
change order 7B.
B. Additional Personnel to Support the Addition of the SR-91 Toll Processing into the I-15 Back Office
1) Due to the addition of transactions and images, from the SR-91 RCTC Toll locations, into the
processing flow of the I-15 Host, Image Review, and Back Office Systems additional personnel are
required to handle images review.
2) The Contract originally specified staffing to handle the workload for the I-15 system and did not
anticipate the additional workload generated by the SR-91 Toll locations (created through Change
Orders 5 and 6) being added to the RCTC tolling network.
3) This change order adds 2 Image Reviewers to the Customer Service Center staffing, for the
duration of the ELP O&M period.
B. SR-91 O&M Work
1) This change order no. 23 adds maintenance support for the existing equipment on the SR-91
Express Lanes that was previously under maintenance by Cofiroute USA, Inc.
2) Initial update work will be required on the equipment to be taken into maintenance, and the
initial update will be performed per the schedule in Attachment 4.
13
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
3
Sensitive
3) The items being added for maintenance as indicated as “NEW” in Change #1 in Attachment 2
(Redlined Technical Provisions).
During the SR-91 O&M Term, TSP will perform the following O&M Work (collectively, the SR-91 O&M
Work):
(a) Maintenance Services to support the RCTC SR-91 Tolling in accordance with
Technical Provisions (TP), Section 16 (the “SR-91 Maintenance Work”).
(b) All other provisions of the Contract apply to this SR-91 O&M Work.
Part 3: Other Material Terms
1) Bonding Requirements
a. As a condition of performing the O&M work on the SR-91, TSP shall provide
and maintain the SR-91 Maintenance Performance Bond (Attachment 3-A)
and the SR-91 Maintenance Payment Bond (Attachment 3-B). RCTC will
release the SR-91 Maintenance Performance Bond upon expiry of the SR-91
O&M Term, provided that no outstanding claims are then pending or
threatened against TSP under the Contract in connection with the SR-91
O&M Work. RCTC will release the SR-91 Maintenance Payment Bond (i) upon
receipt of (A) evidence satisfactory to RCTC that all Persons eligible to file a
claim against the bond have been fully paid and (B) unconditional releases of
Liens and stop notices from all Subcontractors who filed preliminary notice
of a claim against the Bond, or (ii) upon expiration of the statutory period for
Subcontractors to file a claim against the Bond if no Claims have been filed.
Part 4: SR-91 ROW Access
RCTC will provide TSP with access to the SR-91 ROW for the purposes of performing the SR-91 O&M Work,
provided that (i) TSP shall obtain a rider to the existing RCTC encroachment permit providing TSP with
access to the SR-91 Site prior to commencing work on the site and shall comply with the requirements of
such permit, and (ii) TSP shall comply at all times with TSP’s safety and security procedures and all
applicable requirements of this Contract and Technical Provisions.
Part 5: Additional Definitions (Exhibit 1 to the Contract)
All definitions from Change Order 7B still apply.
Part 6: Impacts on Existing Definitions and Contract Provisions
The definition of “Indemnified Parties” is revised to add Orange County Transportation Authority and its
officers, directors, board members, employees, consultants, representatives and agents.
For purposes of the SR-91, the Setting Date, the Effective Date and similar reference dates under the
Contract will be the date of issuance of this Change Order.
14
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
4
Sensitive
Except as specifically provided otherwise in this Change Order:
1) Defined terms previously applying generally to the ELP Project (such as “Project,” “D&D
Work,” “Toll Services,” “Work,” “Completion Deadlines,” “Total Capital Cost,” etc.): (a) will
retain the same names and the definitions will be revised to include SR-91 (Phase 1, 2, 3, and
4) and ELC; but (b) corresponding ELP Project-specific defined terms will also be created so as
to distinguish from SR-91 and ELC as needed.
2) Provisions in the Contract of general application to the ELP Project (such as TSP’s indemnities,
events of default) will also apply to SR-91 and ELC.
C. Analysis of (impact of the Change on the performance of other aspects of the D&D
Work, O&M Work, RCTC or RCTC’s toll operations (as applicable); (Section
20.4.3(a)(v)):
All impacts of the Change are reflected in Change Order #7B, and this Change Order #23, and
there are no other impacts of the Change on the performance of other aspects of the D&D
Work, O&M Work, RCTC or RCTC’s toll operations.
D. Proposed plan for mitigating impacts of the Change (Section 20.4.2(a)(x)):
N/A
E. Additions / deletions / modifications to the requirements of the Contract including
KPIs (if any) (Section 20.4.3(a)(viii)):
See Redlined Technical Provisions in Attachment 2.
15
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
5
Sensitive
SECTION II – Cost Impact(s)
A. Summary
Compensation under this Change Order is to be paid (check the applicable boxes below):
n/a 1 $0.00 (“no cost”) Change Order.
as a lump sum payment in the accordance with Attachment 1B – Initial Update to
Support Equipment Maintenance, at the completion of the events shown in the schedule in
Attachment 4
as a series of monthly payments in accordance with Attachment 1A (for the Image
Reviewers) and 1C through 1G – SR-91 O&M – Price Sheet – Monthly Payments in addition
to those shown in Change Order #7B,
as an adjustment to Total O&M Years 1 and 2 Cost or Total O&M Years 3, 4 and 5 Cost
as a Unit Price Change Order for increases or decreases in the Contract Price [not to
exceed] / [in the amount of] __________ dollars ($ __________))
as a Time and Materials Change Order, [not to exceed __________ dollars ($
__________)]
as is set forth below, under Section II(B)([2] / [3]).[select the proper reference]
If more than one box has been checked, also check this box and summarize terms here:
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
Documentation supporting the Change Order is attached as Annex[es] __________ [through
__________].
B. Special Considerations
1. Delay and disruption damages for Excusable Delay (Section 20.10). n/a
Compensation available for Change Orders are (only) extra Work Costs and delay Costs directly
attributable to the proposed Change and exclude certain costs and expenses.
• Total extra Work Costs: $__________
• Total delay and disruption damages: $ __________
1 If $0 (i.e., a “no cost” Change Order), leave remainder of Section II blank.
16
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
6
Sensitive
Discussion (if any):
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
2. Deductive RCTC Changes. n/a
If this Change Order is a deductive change
Net Cost 2 Savings attributable to the deductive change $ __________
Amount due to RCTC attributable to the deductive Change (or which can be used by RCTC,
in its sole discretion, to offset payment to TSP) $ __________
Discussion (if any):
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
2 When both additions and reductions are involved in any one Change Order, the adjustment shall be
determined on the basis of net increase or decrease. TSP Margin will be allowed only for the net increase in labor
Cost in order to establish the amount to be added to the Contract Price. In determining a deductive change order, any
deduction will include the amount of TSP Margin and Audited Overhead which would have been payable on such
amounts by RCTC in accordance with Section 20.
17
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
7
Sensitive
SECTION III – Completion Deadline Impacts (Applicable to All Change Orders)
The status of the CSC Commencement Deadline is as follows:
Unaffected by this Change Order
Affected by [extending] / [accelerating] the date of the CSC Commencement
Deadline by _________calendar days to __________ calendar days prior to Revenue
Service Commencement.
The status of the Revenue Service Commencement Deadline is as follows:
Unaffected by this Change Order
Affected by [extending] / [accelerating] the date of the Revenue Service Deadline
by _________calendar days to __________ Days after the Package 4 Turnover Date.
The status of the total Float is as follows:
Unaffected by this Change Order
Affected by this Change Order as follows:
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
If this Change Order is issued as a result of, or relating to, an Excusable Delay or a shortening
time, TSP’s Critical Path time impact delay analysis is attached as Annex _____ (Section
20.4.3(a)(vi)). n/a
18
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
8
Sensitive
SECTION IV - (Reviewed and recommended agreed by TSP’s [Project Manager-D&D Work]
or [Project Manager-O&M Work])
By: ___________________________________________
Name: Jim Kirwin
Title: Project Manager
Date: ___________________
Comments:
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
19
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
9
Sensitive
SECTION V - (Reviewed and agreed by TSP)
The undersigned Authorized Representative of TSP hereby certifies, under penalty of perjury, as
follows:
1. Sections I, II and III of this Change Order, including all Worksheets and Annexes, collectively
represent a true, accurate and complete summary of all aspects of this Change Order.
2. The amounts of time and/or compensation set forth in this Change Order (a) are, in each case,
justified as to entitlement and amount, (b) reflect all changes to compensation for and scheduling
of the Project (inclusive of all Subcontractor and Supplier amounts, impacts), (c) is complete,
accurate and current and (d), in each case, the amounts of time, if any, and/or compensation, if
any, agreeable to, and is hereby agreed by, TSP.
3. This Change Order includes all known and anticipated impacts or amounts, direct, indirect and
consequential, which have been and may be incurred, as a result of the event, occurrence or
matter giving rise to this Change Order. This Change Order constitutes a full and complete
settlement of all Losses, Claims, matters, issues and disputes existing as of the effective date of
this Change Order, of whatever nature, kind or character relating to the event, occurrence or
matter giving rise to this Change Order and the performance of any extra Work that this Change
Order documents or relates, including all direct and indirect costs for services, equipment,
manpower, materials, overhead, profit, financing, delay and disruption arising out of, or relating
to, the issues set forth herein. TSP acknowledges that it shall not be entitled to assert any Claim
for relief under the Contract for delay, disruption costs or any other adverse financial or Project
Schedule impacts existing as of the effective date of this Change Order and arising out of, or
relating to, the event, occurrence or matter giving rise to this Change Order or such extra Work.
4. If the foregoing Change Order includes claims of Subcontractors or Suppliers, TSP represents
that authorized representatives of each Subcontractor and Supplier, if any, reviewed such claims,
this Change Order and accept this Change Order as dispositive on the same, subject to separate
Contract between TSP and each such Subcontractor and Supplier, as applicable. Furthermore,
TSP has determined in good faith that such claims are justified as to both entitlement and amount.
5. The cost and pricing data forming the basis for the Change Order is complete, accurate
and current, with specific reference to the California False Claims Act (Government Code section
12650 et. seq.) and the U.S. False Claims Act (31 USC § 3729 et seq.)
6. It is understood and agreed that this Change Order shall not alter or change, in any way,
the force and effect of the Contract, including any previous amendment(s) thereto, except insofar
as the same is expressly altered and amended by this Change Order.
7. This Change Order supersedes all prior commitments, negotiations, correspondence,
conversations, Contracts or understanding applicable to the issues addressed herein. No
deviation from the terms hereof shall be predicated upon any prior representations or Contracts,
whether oral or written, other than the Contract, as amended in accordance with its terms.
20
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
10
Sensitive
8. This Change Order is binding upon, and shall insure to the benefit of, each of the parties and
their respective heirs, personal representatives, successors and assigns.
IN WITNESS, WHEREOF, TSP, intending to be legally bound, has executed this Change
Order as of the date below.
TSP:
Kapsch TrafficCom USA, Inc.
Date: ___________________
By:
Name: Ray Cooper
Title: Vice President and General Manager,
Western Region Delivery and Operations
The undersigned Guarantor hereby (i) acknowledges and consents to this CHANGE ORDER
NUMBER 5; (ii) reaffirms that certain Guaranty dated as of _25 August, 2020 (the “Guaranty”),
executed by the undersigned; and (iii) agrees that the Guaranty remains in full force and effect
and binding upon the undersigned as of the date hereof.
TSP:
Kapsch TrafficCom AG
Date: ___________________
By: ___________________________
Name: JB Kendrick
Title: President
21
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
11
Sensitive
SECTION VI - (Reviewed and recommended by RCTC)
By:_______________________________________________
Name: David Thomas
Title: Toll Project Delivery Director
Date: ___________________
Comments:
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
22
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
12
Sensitive
SECTION VII - (Agreed by RCTC’s Authorized Representative)
IN WITNESS WHEREOF, RCTC, intending to be legally bound, has executed this Change
Order as of the date first written above.
Date: ___________________
(the effective date of this Change Order)
RCTC
RIVERSIDE COUNTY TRANSPORTATION
COMMISSION
By: ______________________________
Name: Anne Mayer
Title: Executive Director
23
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
13
Sensitive
ATTACHMENT 1A
PRICE SHEET – SR-91 ADDITIONAL O & M
YEAR 5 – MARCH 2026 THROUGH APRIL 14, 2026
# Item Description Unit Qty Unit Price Total
1 Labor – Kapsch SR 91 Year 5 –
O&M work
Month 1 $90,649.39 $90,649.39
2 Subcontractors Maintenance
Service
Contracts, Lane
Closures,
Security Services
Lot 1
$9,894.02 $9,894
3 ODCs Technician ODCs
– Vehicle Lease,
Fuel,
Maintenance,
tolls, etc.
Lot 1
$3,912.00 $3,912
4 Materials Spares,
Consumables,
RMA and Repair
Lot 1
$6,936.41 $6,936
Total Additional SR-91 Additional Maintenance Costs $111,391.82
Monthly Cost $74,261.21
24
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
14
Sensitive
ATTACHMENT 1B
PRICE SHEET – ADDITIONAL IMAGE REVIEWERS
MONTHLY PRICING
# Item Description Unit Qty Unit Price Total
1 Labor –
Kapsch
Year 1 (ELP) - 2
Image Reviewers
Month 12 $19,120.14 $229,441.68
2 Labor –
Kapsch
Year 2 (ELP) - 2
Image Reviewers
Month 12 $19,031.71 $228,380.52
3 Labor –
Kapsch
Year 3 (ELP) – 2
Image Reviewers
Month 12 $19,503.63 $234,043.56
4 Labor –
Kapsch
Year 4 (ELP) – 2
Image Reviewers
Month 12 $19,975.57 $239,706.84
5 Labor –
Kapsch
Year 5 (ELP - 2
Image Reviewers
Month 12 $20,466.38 $245,596.56
Total Additional Image Reviewer Costs $1,177,169.16
25
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
15
Sensitive
ATTACHMENT 1C
SR-91 O&M – PRICE SHEET
INITIAL UPDATES TO SUPPORT EQUIPMENT MAINTENANCE
NOVEMBER 2021 THROUGH DECEMBER 2021
# Item Description Unit Qty Unit Price Total
1 Labor – Kapsch SR-91 O&M
Work
Lot 1 $172,206 $172,206
2 Subcontractors Maintenance
Service
Contracts, Lane
Closures,
Security Services
Lot 1 $0 $0
3 ODCs Technician ODCs
– Vehicle Lease,
Fuel,
Maintenance,
tolls, etc.
Lot 1 $30,642 $30,642
4 Materials Spares,
Consumables,
RMA and Repair
Lot 1 $39,503 $39,503
Total Initial Update Costs $242,351
26
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
16
Sensitive
ATTACHMENT 1D
SR-91 O&M – PRICE SHEET – MONTHLY PAYMENTS
JANUARY 2022 THROUGH DECEMBER 2022
# Item Description Unit Qty Unit Price Total
1 Labor – Kapsch SR-91 O&M
Work
Lot 1 $238,227 $238,227
2 Subcontractors Maintenance
Service
Contracts, Lane
Closures,
Security Services
Lot 1 $0 $0
3 ODCs Technician ODCs
– Vehicle Lease,
Fuel,
Maintenance,
tolls, etc.
Lot 1 $104,543 $104,543
4 Materials Spares,
Consumables,
RMA and Repair
Lot 1 $5,549 $5,549
Total O&M Costs – Year 1 $348,319
12 months @ per month $29,026.58
NOTE: MOT Support based on 4 closures per year (outside of Caltrans closures).
27
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
17
Sensitive
ATTACHMENT 1E
SR-91 O&M – PRICE SHEET – MONTHLY PAYMENTS
JANUARY 2023 THROUGH DECEMBER 2023
# Item Description Unit Qty Unit Price Total
1 Labor – Kapsch SR-91 O&M
Work
Lot 1 $244.164 $244,164
2 Subcontractors Maintenance
Service
Contracts, Lane
Closures,
Security Services
Lot 1 $0 $0
3 ODCs Technician ODCs
– Vehicle Lease,
Fuel,
Maintenance,
tolls, etc.
Lot 1 $103,622 $103,622
4 Materials Spares,
Consumables,
RMA and Repair
Lot 1 $5,549 $5,549
Total O&M Costs – Year 2 $353,335
12 months @ per month $29,444.59
NOTE: MOT Support based on 4 closures per year (outside of Caltrans closures).
28
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
18
Sensitive
ATTACHMENT 1F
SR-91 O&M – PRICE SHEET – MONTHLY PAYMENTS
JANUARY 2024 THROUGH DECEMBER 2024
# Item Description Unit Qty Unit Price Total
1 Labor – Kapsch SR-91 O&M
Work
Lot 1 $250,267 $250,267
2 Subcontractors Maintenance
Service
Contracts, Lane
Closures,
Security Services
Lot 1 $0 $0
3 ODCs Technician ODCs
– Vehicle Lease,
Fuel,
Maintenance,
tolls, etc.
Lot 1 $76,982 $76,982
4 Materials Spares,
Consumables,
RMA and Repair
Lot 1 $5,549 $5,549
Total O&M Costs – Year 3 $332,798
12 months @ per month $27,733.17
NOTE: MOT Support based on 4 closures per year (outside of Caltrans closures).
29
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
19
Sensitive
ATTACHMENT 1G
SR-91 O&M – PRICE SHEET – MONTHLY PAYMENTS
JANUARY 2025 THROUGH DECEMBER 2025
# Item Description Unit Qty Unit Price Total
1 Labor – Kapsch SR-91 O&M
Work
Lot 1 $256,542 $256,542
2 Subcontractors Maintenance
Service
Contracts, Lane
Closures,
Security Services
Lot 1 $4,326 $4,326
3 ODCs Technician ODCs
– Vehicle Lease,
Fuel,
Maintenance,
tolls, etc.
Lot 1 $64,059 $64,059
4 Materials Spares,
Consumables,
RMA and Repair
Lot 1 $5,549 $5,549
Total O&M Costs – Year 4 $330,476
12 months @ per month $27,539.67
NOTE: MOT Support based on 4 closures per year (outside of Caltrans closures).
30
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
20
Sensitive
ATTACHMENT 1H
SR-91 O&M – PRICE SHEET – MONTHLY PAYMENTS
JANUARY 2026 THROUGH APRIL 2026
# Item Description Unit Qty Unit Price Total
1 Labor – Kapsch SR-91 O&M
Work
Lot 1 $98,662 $98,662
2 Subcontractors Maintenance
Service
Contracts, Lane
Closures,
Security Services
Lot 1 $0 $0
3 ODCs Technician ODCs
– Vehicle Lease,
Fuel,
Maintenance,
tolls, etc.
Lot 1 $21,092 $21,092
4 Materials Spares,
Consumables,
RMA and Repair
Lot 1 $5,549 $5,549
Total O&M Costs – Year 5 $125,303
12 months @ per month $31,325.75
NOTE: MOT Support based on 4 closures per year (outside of Caltrans closures).
31
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
21
Sensitive
ATTACHMENT 1I
SR-91 O&M – SUMMARY
# Item Description Unit Qty Total
1 SR-91 Additional 1 ½
months of O & M
5 years in line with
ELP O&M Contract
Lot 1 $111,392.10
2 Additional Image
Reviewers
5 years in line with
ELP O&M Contract
Lot 1 $1,177,169.16
3 SR91 Initial Update to
Additional Equipment
November 2021 –
January 2022
Lot 1 $242,351
4 SR91 Additional O&M Year 1 Lot 1 $348,319
5 SR91 Additional O&M Year 2 Lot 1 $353,335
6 SR91 Additional O&M Year 3 Lot 1 $332,798
7 SR91 Additional O&M Year 4 Lot 1 $330,476
8 SR91 Additional O&M Year 5 Lot 1 $125,303
TOTAL $3,021,143.26
32
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
22
Sensitive
ATTACHMENT 2
ADDITIONAL AND REVISED TECHNICAL PROVISIONS
CHANGE #1 – The following provisions are modified in the new Subsection
2.13.7 (originally added in Change Order #5):
“2.13.7 Coordination with SR-91 Operator
RCTC is currently under contract with the SR-91 Operator for the operations and maintenance of the toll
system on SR-91. TSP shall coordinate with the SR-91 Operator in the deployment and transitions of the
ETC on SR91. The TSP shall be responsible for the implementation, operations, coordination and
maintenance of SR-91 ETC per Table 1.
No. Express Lanes TSP SR 91 Operator RCTC NOTE
Toll Collection System
1 Toll Utility Buildings (TUB) X
2 A/C TUB
(See NOTE 1 below)
X
3 Fire Suppression System
(See NOTE 2 below)
X
4 Phone Communications X
5 CCTV TUB Security X
6 Security Access X
7 TUB Cleaning X
8 Toll Gantry Structure
(See NOTE 1 below)
X
9 Equipment Cabinet X
10 Generator & ATS X NEW
11 Septic Tank
(See NOTE 3 below)
X
12 Plumbing and water system
(See NOTE 3 below)
X
13 Utility – power
(See NOTE 1 below)
X
14 Server Racks & Equipment X X (TBD)
15 Pass through communications
(CCTV) – See item 17, 18, and 19 –
see Note 5 below
X NEW
16 High Mast Lighting (within Toll
Zone)
(See NOTE 2 below)
X
33
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
23
Sensitive
Communication Network
17 Conduit X NEW
18 Fiber X NEW
19 Roadway CCTV X NEW
20 Existing CMS
(See NOTE 4 below)
X NEW
21 Utility connection to CCTV – see
item 17,18, and 19 – see NOTE 5
below
X NEW
Coordination
22 CHP X
23 Freeway Service Patrol X
24 Caltrans Maintenance X
25 Other Agencies X
Table 1 – SR-91 Roles and Responsibilities
NOTE 1: TSP shall be responsible for oversight of the repair of damage, regardless of cause. If required
and upon approval of RCTC, TSP shall be responsible for acquiring and overseeing any third-party
repair. The costs of the third-party repair shall be the responsibility of RCTC. The acquisition of a third-
party and oversight of the repair shall be the responsibility of the TSP at no additional cost to RCTC.
NOTE 2: TSP shall provide oversight when third-party contractors are providing service for RCTC items, in
order to ensure that there will be no damage to the tolling equipment.
NOTE 3: TSP to notify RCTC immediately if an issue has been seen, detected, or reported.
NOTE 4: RCTC currently maintains the maintenance contract with Daktronics that expires in January
2025. TSP is responsible to manage coordination of activities related to this maintenance contract. TSP
shall take over this subcontract upon expiration of the current subcontract period.
NOTE 5: The responsibility split for the network is at the punch panel in the Anaheim Data Center (ADC).
TSP is responsible for the roadway elements from the patch panel. SR-91 Operator is responsible for
the ADC elements from the patch panel.
CHANGE #2 – The following paragraph is added to Subsection 16.6.1:
“16.6.1 Permitted Lane Closures of 91 Express Lanes
Add the following paragraph:
TSP is allowed six (6) off peak Lane Closure hours for the SR-91 Express Lanes per month. The closures
are subject to approval by RCTC and will fall within the off-peak windows set forth in Section 4.7.3, Table
4-1. Closure restrictions for designated holidays and special days are also included in Section 4.7.3. TSP
34
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
24
Sensitive
shall pay to RCTC Lane Closure Charges for Permitted Lane Closures of SR-91 Express Lanes outside the 6
hours per month as set forth in Exhibit 22 of the Contract.
35
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
25
Sensitive
ATTACHMENT 3-A
SR-91 MAINTENANCE PERFORMANCE BOND
ALREADY PROVIDED IN THE EXECUTED CHANGE ORDER 7B.
36
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
26
Sensitive
ATTACHMENT 3-B
SR-91 MAINTENANCE PAYMENT BOND
Already provided in the executed change order 7b.
37
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
27
Sensitive
ATTACHMENT 4
EQUIPMENT UPDATE SCHEDULE
38
Riverside County Transportation Commission
I-15 Express Lanes Project – Toll Services
28
Sensitive
ATTACHMENT 5
EQUIPMENT LIST AND KPI PRIORITY
39
I-15 EXPRESS LANES CONTRACT KAPSCH -CHANGE ORDER 23
MAINTENANCE SERVICES AND IMAGE REVIEW SERVICES FOR THE 91 EXPRESS
LANES ROADSIDE SYSTEM
Reinland Jones
Toll Technology Manager 1
Background
2
-Senate Bill 132 –Funded 15/91 Express Lanes Connector
-Change Order 5 –Replacement of 91 Express Lanes
Roadside Toll System
-Change Order 7B –Maintenance of 91 Express Lanes
Roadside Toll System
Equipment
3
Roadside Tolling System
-Toll Gantry
-Automatic License Plate
Reader
-Transponder Reader
Roadside Tolling System
-Toll Gantry
-Automatic License Plate
Reader
-Transponder Reader
4
Roadside Equipment
-CCTV
-Changeable Message Sign
-Communication Network
-Toll Utility Building
Operations
Change Order 23
5
Item Amount
1 ½months roadside toll system maintenance $111,392
4 years and 4 months additional roadside maintenance 1,732,582
2 image processors 1,177,169
Total $3,021,143
6
1)Approve Change Order No. 23 to Agreement No. 16-31-043-00 for
the Interstate 15 Express Lanes Project (I-15 ELP) with Kapsch
TrafficCom USA Inc. (Kapsch) to provide five years of maintenance
services for the 91 Express Lanes Roadside System and Image
Review Services in an amount not to exceed $3,021,143;
2)Authorize the Chair or Executive Director, pursuant to legal
counsel review, to execute the change order on behalf of the
Commission; and
3)Forward to the Commission for final action.
AGENDA ITEM 8
Agenda Item 8
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
DATE: October 25, 2021
TO: Western Riverside County Programs and Projects and Committee
FROM: Silva Mardrussian, Toll Customer Service Manager
THROUGH: Jennifer Crosson, Toll Operations Director
SUBJECT: Amendment to the 91 Express Lanes Operator Agreement
STAFF RECOMMENDATION:
This item is for the Committee to:
1) Approve Agreement No. 13-31-105-06, Amendment No. 6 to the 91 Express Lanes
Operator Agreement No. 13-31-105-00 (commonly referred to as the ORCOA), among the
Orange County Transportation Authority (OCTA), the Commission, and Cofiroute USA, LLC
(Cofiroute), for up to three one-month optional extension periods for an additional
amount of $500,000, and a total amount not to exceed $36,507,044;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the amendment on behalf of the Commission; and
3) Forward to the Commission for final action.
BACKGROUND INFORMATION:
In May 2013, the Commission approved the ORCOA to facilitate the joint operation of the
91 Express Lanes between the Commission and OCTA using the existing contractor, Cofiroute.
The ORCOA expiration date was June 30, 2021.
On September 11, 2019, the Commission approved Amendment 4 to the ORCOA for six
one-month optional extensions to allow for the implementation of a new back-office system, if
needed. To date, the Commission has exercised five of the one-month options. The ORCOA is set
to expire on December 31, 2021, and has no available extension options.
On November 13, 2019, the Commission approved the award of Agreement No. 19-31-059-00
among OCTA, RCTC and Cofiroute USA, LLC. for Back Office System and Customer Service Center
Operations for the 91 Express Lanes to replace the existing ORCOA.
OCTA, RCTC and Cofiroute have been working on the design and implementation of the new
back-office system since January 2020. Cofiroute provided a schedule with its proposal that
indicated it could complete the work by June 30, 2021. On February 16, 2021, Cofiroute
requested an extension of the guaranteed completion date due to delays caused by the
40
Agenda Item 8
COVID-19 pandemic. OCTA and RCTC reviewed the delay claim, according to the available terms
in the Agreement, and awarded Cofiroute the requested extension to September 29, 2021.
Cofiroute’s current schedule reflects an implementation date of mid-December 2021, which
surpasses the contractual completion date. As a part of the transition to the new back-office
system, OCTA is required to change the format of its roadside transactions, which OCTA expects
to be completed in mid-December. In anticipation that the transition to the new Cofiroute
agreement may not occur before the expiration date of the ORCOA on
December 31, 2021, both OCTA and the Commission are seeking to amend the agreement to
allow for three one-month extension periods to the ORCOA to prevent a lapse in services.
Cofiroute provides all the systems, staffing and services required to operate the 91 Express Lanes
except for the in-lane systems. The work provided under this agreement is necessary to manage
the customer accounts, provide transponders, process toll transactions, process toll evasion
violations, manage the traffic operations center and answer customer calls and inquiries. Without
an extension of the ORCOA, the agencies could put the operation of the 91 Express Lanes at risk.
Cofiroute has agreed to continue performing the work described in the agreement for the same
monthly rate provided for in the ORCOA. To date, this agreement has $921,811 available
contingency to offset the cost of this amendment. A total of $500,000 is being requested should
the full, three-month extension be authorized. Table 1 below provides the monthly calculation
for the maximum amount. Staff determined the amount is fair and reasonable.
Table 1 – Maximum Amount
Month Monthly Payment
January 2022 $ 473,937
February 2022 473,937
March 2022 473,937
Total Amendment Amount 1,421,811
Available Contingency (921,811)
Amendment No. 6 Additional Authorization Amount $ 500,000
A summary of the ORCOA and related amendments is as follows:
Table 2 – ORCOA Amendments
Initial Agreement Authorization $ 34,097,946
Amendment No. 1 – Approved Nov. 2016 (2,900,947)
Amendment No. 2 – Approved Jan. 2017 -
Amendment No. 3 – Approved Mar. 2017 1,629,194
Amendment No. 4 – Approved Sept. 2019 3,180,851
41
Agenda Item 8
Amendment No. 5 – OCTA only -
Amendment No. 6 – Pending Commission Approval 500,000
Total Proposed Agreement Authorization $ 36,507,044
To ensure there is no gap in services for the 91 Express Lanes, staff requests approval of
Amendment No. 6 to extend the agreement for up to three additional months to allow for a
successful transition to the new back-office system for an additional amount of $500,000, and a
total amount not to exceed $36,507,044. The extended agreement cost is included in the FY
2021/22 budget; therefore, a budget adjustment is not required.
Financial Information
In Fiscal Year Budget: Yes Year: FY 2021/22 Amount: $500,000
Source of Funds: Toll Revenues Budget Adjustment: No
GL/Project Accounting No.: 009199 81041 00000 0000 591 31 81002
Fiscal Procedures Approved: Date: 10/15/2021
Attachments: Draft Agreement No. 13-31-105-06
42
17336.02109\34451752.1
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
AMENDMENT NO. 6
OCTA AGREEMENT NO. C-3-1529
RCTC AGREEMENT NO. 13-31-105-06
AMONG
ORANGE COUNTY TRANSPORTATION AUTHORITY,
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
AND
COFIROUTE USA, LLC
THIS AMENDMENT NO. 6 TO AGREEMENT is entered into this _____ day
of _____________, 2021, by and among the Orange County Transportation Authority,
a public corporation of the State of California (the “AUTHORITY”); the Riverside
County Transportation Commission, a public agency (the “COMMISSION”); and
Cofiroute USA, LLC, a Delaware limited liability company (“CONTRACTOR”). The
AUTHORITY, the COMMISSION and CONTRACTOR are sometimes individually
referred to herein as a “Party” and collectively as the “Parties.” The AUTHORITY
and the COMMISSION are sometimes individually referred to herein as an “Agency”
and collectively as the “Agencies.”
RECITALS
A. The Parties have entered into that certain three party operating
agreement, OCTA Agreement No. C-3-1529, RCTC Agreement No. 13-31-105-00,
dated as of May 24, 2013 (the “Original Agreement”), pursuant to which
AUTHORITY and COMMISSION engaged CONTRACTOR to provide management
and operational services for the 91 Express Lanes, with the mutual intent of the
Agencies of operating said lanes as a single, seamless toll facility from the customer’s
perspective, which Original Agreement was amended on five (5) prior occasions. The
Original Agreement, as previously amended, is referred to herein as the “Operating
Agreement”.
B. As of June 30, 2021, the Agencies had an option to extend the Operating
43
17336.02109\34451752.1
2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Agreement on a monthly basis, for a period of up to six (6) months. The final option
ends on December 31, 2021 (“Expiration Date”).
C. The Parties now desire to amend the Operating Agreement and provide
Agencies with the option to extend the Expiration Date for an additional (3) months,
based on the terms and conditions set forth herein.
NOW THEREFORE, it is mutually understood and agreed by the
AUTHORITY, COMMISSION and CONTRACTOR as follows:
1) The Agencies shall have the option to extend the Expiration Date for
three (3) one (1) month periods (each such monthly extension is referred to
individually as the “Extension Period” and the three (3) one (1) month options are
collectively referred to as the “Extension Periods”).
2) The Agencies may exercise the Extension Periods by providing
CONTRACTOR ten (10) days written notice prior to the end of each such Extension
Period.
3) The monthly fee payable to CONTRACTOR by COMMISSION during
the Extension Periods shall be Four Hundred Seventy Three Thousand, Nine Hundred
Thirty Seven Dollars ($473,937). The monthly fee payable to CONTRACTOR by
AUTHORITY during the Extension Periods shall be Four Hundred Seventy Three
Thousand, Nine Hundred Thirty Seven Dollars ($473,937).
4) The Monthly Fee during the Extension Period(s) includes, without
limitation, full and complete payment for (i) performance of all services and
obligations set forth in the Operating Agreement and all exhibits attached thereto; (ii)
all extended software, license, maintenance and escrow agreements and performance
of all services thereunder including, without limitation, all software updates and
upgrades and the replacement of hardware based on the historical replacement
schedule for such hardware; and (iii) the work detailed in the Operating Agreement
Transition Plan, to be developed in accordance with Section I-6 of Exhibit A to the
Operating Agreement.
44
17336.02109\34451752.1
3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
5) CONTRACTOR shall be solely responsible for, and shall pay in full
when due, all subcontractors, vendors, suppliers and all other costs incurred by or at
the direction of CONTRACTOR in the performance of CONTRACTOR’s obligations
under this Amendment No. 6, unless expressly stated otherwise in the Operating
Agreement.
6) During the Extension Periods, for CONTRACTOR’s full and complete
performance of its obligations under this Amendment No. 6, CONTRACTOR shall
invoice Agencies and Agencies shall make payment for approved invoices in
accordance with the following provisions. On January 1, 2022, and on January 15,
2022, and on the first and 15th day of each succeeding Extension Period,
CONTRACTOR shall submit separate invoices to the AUTHORITY and the
COMMISSION for the services performed pursuant to this Amendment No. 6. Each
invoice shall include the amount due to CONTRACTOR pursuant to paragraph 3
hereof and shall be in the form set forth in the Operating Agreement. AUTHORITY
and COMMISSION shall pay the amount set forth in their respective invoices
pursuant to the terms of the Operating Agreement.
7) Article 7, Payment, subsection J(7) shall be added to the Operating
Agreement to read as follows:
J(7)(a) AUTHORITY’s maximum cumulative payment obligation,
hereunder, for the Extension Periods, for the period commencing on
January 1, 2022 through March 31, 2022, shall not exceed the amount of
One Million, Four Hundred Twenty One Thousand, Eight Hundred
Eleven Dollars ($1,421,811), which shall include all amounts payable to
CONTRACTOR for the services contained in Section 7 of this
amendment for the Extension Periods.
J(7)(b) COMMISION’s maximum cumulative payment obligation,
hereunder, for the Extension Periods, for the period commencing on
January 1, 2022 through March 31, 2022, shall not exceed the amount of
45
17336.02109\34451752.1
4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
One Million, Four Hundred Twenty One Thousand, Eight Hundred
Eleven Dollars ($1,421,811), which shall include all amounts payable to
CONTRACTOR for the services contained in Section 7 of this
amendment for the Extension Periods.
8) All notices hereunder and communications regarding the interpretation of
the terms of this Amendment, or changes thereto, shall be affected by delivery of said
notices in person or by delivering said notices by recognized overnight mail or courier
service, with delivery receipt requested or by depositing said notices in the U.S. mail,
registered or certified mail, returned receipt requested, postage prepaid and addressed
as follows:
To CONTRACTOR: To AUTHORITY:
Cofiroute USA, LLC Orange County Transportation
Authority
200 Spectrum Center Dr., Suite 1650 550 South Main St.
Irvine, CA 92618 P.O. Box 14184
Orange, CA 92863-1584
ATTN: Richard A. Arcé, CPM,
President and Chief Executive Officer
ATTN: Manager, Contracts and
Procurement
To COMMISSION:
Riverside County Transportation
Commission
4080 Lemon St., 3rd Floor
P.O. Box 12008
Riverside, CA 92502-2208
ATTN: Anne Mayer, Executive
Director
Notices shall be deemed received when actually received in the office of the
46
17336.02109\34451752.1
5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
addressee (or by the addressee if personally delivered) or when delivery is refused, as
shown on the receipt of the U.S. Postal Service, private carrier or other person making
the delivery.
9) This instrument may be executed in two or more counterparts, each of
which shall be deemed an original, but all of which together shall constitute one and
the same instrument.
10) A manually signed copy of this Amendment No. 6 which is transmitted
by facsimile, email or other means of electronic transmission shall be deemed to have
the same legal effect as delivery of an original executed copy of this Amendment No.
6 for all purposes. This Amendment No. 6 may be signed using an electronic
signature.
11) Except as modified and amended herein, the Operating Agreement shall
remain unchanged and in full force and effect.
[Signatures on following page]
47
17336.02109\34451752.1
6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
SIGNATURE PAGE TO AMENDMENT NO. 6 TO
OCTA AGREEMENT NO. C-3-1529
RCTC AGREEMENT NO. 13-31-105-06
AMONG
ORANGE COUNTY TRANSPORTATION AUTHORITY,
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
AND COFIROUTE USA, LLC.
RIVERSIDE COUNTY
TRANSPORTATION COMMISSION
ORANGE COUNTY
TRANSPORTATION AUTHORITY
By: ____________________________
By: ____________________________
Its: ____________________________ Its: ____________________________
APPROVED AS TO FORM:
BEST BEST & KRIEGER LLP
By: ____________________________
APPROVED AS TO FORM:
By: ____________________________
Counsel to the Riverside County
Transportation Commission
General Counsel to Orange County
Transportation Authority
COFIROUTE USA, LLC
By: ____________________________
Richard A. Arcé, CPM
President and Chief Executive Officer,
VINCI Highways Mobility Solution, Inc.
48
AGENDA ITEM 9
Agenda Item 9
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
DATE: October 25, 2021
TO: Western Riverside County Programs and Projects Committee
FROM: Gary Ratliff, Facilities Administrator
THROUGH: Marlin Feenstra, Project Delivery Director
SUBJECT: Agreement for Landscape Maintenance Services for the Commission-Owned
Commuter Rail Stations and Toll Facilities
STAFF RECOMMENDATION:
This item is for the Committee to:
1) Award Agreement No. 22-24-007-00 with Tropical Plaza Nursery Inc. (Tropical) for
monthly routine and on-call landscape maintenance services for the Commission-owned
commuter rail stations and toll facilities for a five-year term in an amount not to exceed
of $3,759,000;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to finalize and
execute the agreement on behalf of the Commission;
3) Authorize the Executive Director, or designee, to execute task orders awarded to the
contractor under the terms of the agreement; and
4) Forward to the Commission for final action.
BACKGROUND INFORMATION:
The Commission owns and operates nine commuter rail stations (Riverside-Downtown, Jurupa
Valley-Pedley, Riverside-La Sierra, Corona-West, Corona-North Main, Riverside-Hunter Park,
Moreno Valley-March Field, Perris-Downtown, and Perris-South). Station landscape maintenance
services include routine pruning, weeding, planting, mowing turf, ground cover management,
irrigation repair, and other aesthetic activities. Excellent landscape standards and horticultural
health practices are achieved by the Commission’s continual dedication and support of landscape
maintenance services.
As an established toll operator for the RCTC 91 Express Lanes and the 15 Express Lanes, the
Commission owns three toll facilities, consisting of a storage and maintenance building and two
adjacent office buildings for toll business operations. Of these, the storage and maintenance
building at 120 North Joy Street in Corona requires routine landscape maintenance services and
irrigation repair.
Since 2016, staff has used state grant funds whenever possible to upgrade aging irrigation
systems and landscape infrastructure. The integration of drought tolerant native plantings and
49
Agenda Item 9
efficient irrigation systems have reduced water usage and maintenance costs. Station landscape
beautification, maintenance and water conservation improvement efforts reflect the
Commission’s commitment to the patrons, environment, and sustainability practices.
In December 2016, the Commission awarded an agreement to Tropical for monthly routine and
on-call landscape maintenance services for a seven-year term. With the implementation of new
landscape infrastructure over the past five years which staff anticipates will lower maintenance
costs, staff pursued a new Request for Proposal (RFP) rather than a contract extension.
Procurement Process
Staff determined the weighted factor method of source selection to be the most appropriate for
this procurement, as it allows the Commission to identify the most advantageous proposal with
price and other factors considered. Non-price factors include elements such as qualifications of
firm and personnel and understanding and approach for landscape maintenance services as set
forth under the terms of RFP No. 22-24-007-00.
RFP No. 22-24-007-00 for landscape maintenance services was released by staff on
August 12, 2021. The RFP was posted on the Commission’s PlanetBids website, which is
accessible through the Commission’s website. Utilizing PlanetBids, emails were sent to 77 firms,
20 of which are located in Riverside County. Through the PlanetBids site, 20 firms downloaded
the RFP, and 2 of these firms are located in Riverside County. Staff responded to all questions
submitted by potential proposers prior to the August 26, 2021 clarification deadline date.
Two firms – Mariposa Landscapes Inc. (Irwindale), and Tropical (Villa Park) – submitted
responsive proposals prior to the 2:00 p.m. submittal deadline on September 23, 2021. Utilizing
the evaluation criteria set forth in the RFP, all firms were evaluated and scored by an evaluation
committee comprised of Commission and Bechtel staff.
As a result of the evaluation committee’s assessment of the written proposals, the evaluation
committee recommends contract award to Tropical to provide monthly routine and on-call
landscape maintenance services for a five-year term, as this firm earned the highest total
evaluation score.
Below is a summary of the total price for the proposed monthly routine maintenance bids
submitted with the written proposals, and the total evaluation score rankings following the final
evaluation:
Firm Price Overall Ranking
Tropical Plaza Nursery Inc. $2,641,792 1
Mariposa Landscapes Inc. $2,608,348 2
Although Tropical’s pricing for the routine maintenance services is slightly higher, Tropical
provided a superior approach and understanding to address the aesthetic and horticultural
health of the Commission’s landscape investment and demonstrated greater relevant
50
Agenda Item 9
experience. As a result of readvertising for these services, the Commission will save 15 percent
per month for routine landscape services compared to the current monthly rate. The routine
maintenance services for the toll facility and all nine stations will be funded by toll revenues and
Measure A, respectively. Coronavirus Aid, Relief, and Economic Security (CARES) Act and Federal
Emergency Management Agency (FEMA) funds will be applied when available.
In addition to the routine monthly maintenance, the bid also includes hourly rates for on-call
landscape maintenance services. The recommended agreement authorization includes
$1,117,208 for on-call landscape maintenance services. This will provide about $223,000
annually for landscape rehabilitation and efficiency projects (drought tolerant plantings and
material, irrigation systems to reduce water usage, and other landscape improvements) following
the Commission’s FY 2021 Short Range Transit Plan Five-Year Station Improvement Plan and
funded by available state and federal grants. Task orders will be issued for these projects on an
as-needed basis and per the contracted rates provided in the proposal. This on-call task order
portion of the agreement does not guarantee work to the contractor.
The Commission’s model on-call professional services agreement will be entered into with the
contractor, pursuant to legal counsel review. Staff oversight of the contract and task orders will
maximize the effectiveness of the contractor and minimize costs to the Commission. Staff
recommends authorization for the Chair or Executive Director to finalize and execute the
agreement on behalf of the Commission and for the Executive Director, or designee, to execute
task orders awarded to the contractor under the terms of the agreement.
Financial Information
In Fiscal Year Budget: Yes
N/A Year: FY 2021/22
FY 2022/23+ Amount: $444,000
$3,315,000
Source of Funds:
2009 Measure A Western County Rail,
Toll Revenues, State of Good Repair,
Federal Transit Administration Section
5307 grant, CARES Act, and FEMA funds
Budget Adjustment: No
N/A
GL/Project Accounting No.:
244001-73312-00000-0000 265-24-73301
244002-73312-00000-0000 265-24-73301
244003-73312-00000-0000 265-24-73301
244004-73312-00000-0000 265-24-73301
244006-73312-00000-0000 265-24-73301
244010-73312-00000-0000 265-24-73301
244020-73312-00000-0000 265-24-73301
244021-73312-00000-0000 265-24-73301
244022-73312-00000-0000 265-24-73301
244024-73312-00000-0000 265-24-73301
004011-90701-0XXXX-4XXX 265-33-90501
001599-73312-00000-0000 515-31-73301
009199-73312-00000-0000 591-31-73301
Fiscal Procedures Approved: Date: 10/15/2021
51
Agenda Item 9
Attachment: Draft Agreement No. 22-24-007-00 with Tropical Plaza Nursery, Inc.
52
17336.00600\29268990.1
Agreement 22-24-007-00
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
ROUTINE AND ON-CALL
LANDSCAPE MAINTENANCE SERVICES AGREEMENT
1. PARTIES AND DATE.
This Agreement is made and entered into this ___ day of _______, _______ by and
between the Riverside County Transportation Commission (“Commission”) and Tropical Plaza
Nursery, Inc., a Corporation, with its principal place of business at 9642 Santiago Blvd., Villa
Park, CA 92861 (“Contractor”). Commission and Contractor are sometimes individually referred
to as “Party” and collectively as “Parties” in this Agreement.
2. RECITALS.
2.1 Commission is the Transportation Commission for the County of Riverside
and organized under the laws of the State of California with the power to contract for services
necessary to achieve its purpose.
2.2 Commission owns and operates nine (9) commuter rail stations, one transit
center, and one toll facility serving Riverside County, the addresses and descriptions of which are
set forth in Exhibit “A”, attached hereto and incorporated herein by reference (“Commuter Rail
Stations and Toll Facility”).
2.3 On or about August 12, 2021, Commission issued a Request for Proposals
No. 22-24-007-00 (“RFP”), pursuant to which Commission sought proposals from contractors to
provide routine and on-call landscape maintenance services for the Commuter Rail Stations and
Toll Facility.
2.4 Contractor desires to perform and assume responsibility for the provision of
certain routine and on-call landscape maintenance services required by Commission on the terms
and conditions set forth in this Agreement and, for the on-call portions of the services, in the task
order(s) to be issued pursuant to this Agreement and executed by the Commission and Contractor
("Task Order").
2.5 The work generally includes the complete landscape maintenance of the
Commuter Rail Stations and Toll Facility including, but not limited to, controlling plant, disease
and pests, irrigation material, maintaining and repairing irrigation systems, removing trash and
debris, and other maintenance required to maintain the Commuter Rail Stations and Toll Facility
in a safe attractive and useable condition. Contractor represents that it is a professional Contractor,
experienced in providing routine and on-call landscape maintenance services to public clients, and
is familiar with the plans of Commission.
1
DR
A
F
T
53
17336.00600\29268990.1
2.6 Commission desires to engage Contractor to render routine and on-call
landscape maintenance services for the Commuter Rail Stations and Toll Facility. Routine
landscape maintenance services shall be as set forth in Exhibit “A”, attached hereto and
incorporated herein by reference. On-call landscape maintenance services shall be ordered by
Task Order(s) to be issued pursuant to this Agreement for future projects as set forth herein. The
routine services set forth in Exhibit “A” and each individual project ordered under a Task Order
shall be referred to, herein, collectively, as the “Project”.
3. TERMS.
3.1 Scope of Services and Term.
3.1.1 General Scope of Services. Contractor promises and agrees to furnish to
Commission all labor materials, tools, equipment, services, and incidental and customary work, as
necessary, to fully and adequately provide the routine landscape maintenance services for the
Commuter Rail Stations and Toll Facility as set forth in Exhibit “A” and any on-call landscape
maintenance services for the Commuter Rail Stations and Toll Facility required by Commission,
as shall be set forth in a Task Order, collectively referred to herein as the "Services". On-call
Services shall be more particularly described in the individual Task Orders issued by the
Commission’s Executive Director or designee. No on-call Services shall be performed unless
authorized by a fully executed Task Order. All Services shall be subject to, and performed in
accordance with this Agreement, the relevant Task Order, the exhibits attached hereto and
incorporated herein by reference, and all applicable local, state and federal laws, rules and
regulations.
3.1.2 Term. The term of this Agreement shall be from January 1, 2022 to
December 31, 2026, unless earlier terminated as provided herein. Contractor shall complete the
Services within the term of this Agreement, and shall meet any other established schedules and
deadlines. The Parties may, by mutual, written consent, extend the term of this Agreement if
necessary to complete the Services.
3.2 Responsibilities of Contractor.
3.2.1 Control and Payment of Subordinates; Independent Contractor. The
Services shall be performed by Contractor or under its supervision. Contractor will determine the
means, methods and details of performing the Services subject to the requirements of this
Agreement. Commission retains Contractor on an independent contractor basis and not as an
employee. Contractor retains the right to perform similar or different services for others during
the term of this Agreement. Any additional personnel performing the Services under this
Agreement on behalf of Contractor shall also not be employees of Commission and shall at all
times be under Contractor’s exclusive direction and control. Contractor shall pay all wages,
salaries, and other amounts due such personnel in connection with their performance of Services
under this Agreement and as required by law. Contractor shall be responsible for all reports and
obligations respecting such additional personnel, including, but not limited to: social security
taxes, income tax withholding, unemployment insurance, disability insurance, and workers’
compensation insurance.
2
DR
A
F
T
54
17336.00600\29268990.1
3.2.2 Schedule of Services. Contractor shall perform the routine landscape
maintenance Services expeditiously, within the term of this Agreement, and in accordance with
the schedule set forth in Exhibit “B” attached hereto and incorporated herein by reference.
Contractor shall perform any on-call Services in accordance with the schedule that shall be set
forth in the Task Order (collectively, "Schedule of Services"). Contractor shall be required to
commence work on a Task Order within five (5) days of receiving a fully executed Task
Order. Contractor represents that it has the professional and technical personnel required to
perform the Services in conformance with such conditions. In order to facilitate Contractor’s
conformance with each Schedule, the Commission shall respond to Contractor’s submittals in a
timely manner. Upon the Commission’s request, Contractor shall provide a more detailed schedule
of anticipated performance to meet the relevant Schedule of Services.
3.2.3 Conformance to Applicable Requirements. All work prepared by
Contractor shall be subject to the approval of Commission.
3.2.4 Commission’s Representative. The Commission hereby designates the
Executive Director or his or her designee, to act as its representative for the performance of this
Agreement (“Commission’s Representative”). Commission’s Representative shall have the power
to act on behalf of the Commission for all purposes under this Agreement. Contractor shall not
accept direction or orders from any person other than the Commission’s Representative or his or
her designee.
3.2.5 Contractor’s Representative. Contractor hereby designates Leslie T. Fields,
or his or her designee, to act as its representative for the performance of this Agreement
(“Contractor’s Representative”). Contractor’s Representative shall have full authority to represent
and act on behalf of the Contractor for all purposes under this Agreement. The Contractor’s
Representative shall supervise and direct the Services, using his best skill and attention, and shall
be responsible for all means, methods, techniques, sequences and procedures and for the
satisfactory coordination of all portions of the Services under this Agreement.
3.2.6 Coordination of Services. Contractor agrees to work closely with
Commission staff in the performance of Services and shall be available to Commission’s staff,
consultants and other staff at all reasonable times.
3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all
Services under this Agreement in a skillful and competent manner, consistent with the standards
generally recognized as being employed by professionals in the same discipline in the State of
California. Contractor represents and maintains that it is skilled in the professional calling
necessary to perform the Services. Contractor warrants that all employees and subcontractors shall
have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor
represents that it, its employees and subcontractors have all licenses, permits, qualifications and
approvals of whatever nature that are legally required to perform the Services, and that such
licenses and approvals shall be maintained throughout the term of this Agreement. As provided
for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost
and expense and without reimbursement from the Commission, any services necessary to correct
errors or omissions which are caused by the Contractor’s failure to comply with the standard of
care provided for herein. Any employee of the Contractor or its sub-contractors who is determined
3
DR
A
F
T
55
17336.00600\29268990.1
by the Commission to be uncooperative, incompetent, a threat to the adequate or timely completion
of the Project, a threat to the safety of persons or property, or any employee who fails or refuses
to perform the Services in a manner acceptable to the Commission, shall be promptly removed
from the Project by the Contractor and shall not be re-employed to perform any of the Services or
to work on the Project.
3.2.8 Period of Performance. Contractor shall perform and complete all Services
under this Agreement within the term set forth in Section 3.1.2 above (“Performance Time”).
Contractor shall perform the Services in strict accordance with any completion schedule or Project
milestones described in Exhibits “A” or “B” attached hereto, or which may be provided separately
in writing to the Contractor. Contractor agrees that if the Services are not completed within the
aforementioned Performance Time and/or pursuant to any such completion schedule or Project
milestones developed pursuant to provisions of this Agreement, it is understood, acknowledged
and agreed that the Commission will suffer damage.
3.2.9 Disputes. Should any dispute arise respecting the true value of any work
done, of any work omitted, or of any extra work which Contractor may be required to do, or
respecting the size of any payment to Contractor during the performance of this Contract,
Contractor shall continue to perform the Work while said dispute is decided by the Commission.
If Contractor disputes the Commission’s decision, Contractor shall have such remedies as may be
provided by law.
3.2.10 Laws and Regulations; Employee/Labor Certifications. Contractor shall
keep itself fully informed of and in compliance with all local, state and federal laws, rules and
regulations in any manner affecting the performance of the Project or the Services, including all
Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for
all violations of such laws and regulations in connection with Services. If the Contractor performs
any work knowing it to be contrary to such laws, rules and regulations and without giving written
notice to the Commission, Contractor shall be solely responsible for all costs arising therefrom.
Commission is a public entity of the State of California subject to, among other rules and
regulations, the Public Utilities Code, Public Contract Code, and Labor Code of the State. It is
stipulated and agreed that all provisions of the law applicable to the public contracts of a county
transportation commissions are a part of this Agreement to the same extent as though set forth
herein and will be complied with. These include but are not limited to the payment of prevailing
wages, the stipulation that eight (8) hours' labor shall constitute a legal day's work and that no
worker shall be permitted to work in excess of eight (8) hours during any one calendar day except
as permitted by law. Contractor shall defend, indemnify and hold Commission, its officials,
officers, employees and agents free and harmless, pursuant to the indemnification provisions of
this Agreement, from any claim or liability arising out of any failure or alleged failure to comply
with such laws, rules or regulations.
3.2.10.1 Employment Eligibility; Contractor. By executing this
Agreement, Contractor verifies that it fully complies with all requirements and restrictions of state
and federal law respecting the employment of undocumented aliens, including, but not limited to,
the Immigration Reform and Control Act of 1986, as may be amended from time to time. Such
requirements and restrictions include, but are not limited to, examination and retention of
documentation confirming the identity and immigration status of each employee of the Contractor.
4
DR
A
F
T
56
17336.00600\29268990.1
Contractor also verifies that it has not committed a violation of any such law within the five (5)
years immediately preceding the date of execution of this Agreement, and shall not violate any
such law at any time during the term of the Agreement. Contractor shall avoid any violation of
any such law during the term of this Agreement by participating in an electronic verification of
work authorization program operated by the United States Department of Homeland Security, by
participating in an equivalent federal work authorization program operated by the United States
Department of Homeland Security to verify information of newly hired employees, or by some
other legally acceptable method. Contractor shall maintain records of each such verification, and
shall make them available to the Commission or its representatives for inspection and copy at any
time during normal business hours. The Commission shall not be responsible for any costs or
expenses related to Contractor’s compliance with the requirements provided for in Section 3.2.10
or any of its sub-sections.
3.2.10.2 Employment Eligibility; Subcontractors, Sub-
subcontractors and consultants. To the same extent and under the same conditions as Contractor,
Contractor shall require all of its subcontractors, sub-subcontractors and consultants performing
any work relating to the Project or this Agreement to make the same verifications and comply with
all requirements and restrictions provided for in Section 3.2.10.1.
3.2.10.3 Employment Eligibility; Failure to Comply. Each person
executing this Agreement on behalf of Contractor verifies that they are a duly authorized officer
of Contractor, and understands that any of the following shall be grounds for the Commission to
terminate the Agreement for cause: (1) failure of Contractor or its subcontractors, sub-
subcontractors or consultants to meet any of the requirements provided for in Sections 3.2.10.1 or
3.2.10.2; (2) any misrepresentation or material omission concerning compliance with such
requirements (including in those verifications provided to the Contractor under Section 3.2.10.2);
or (3) failure to immediately remove from the Project any person found not to be in compliance
with such requirements.
3.2.10.4 Labor Certification. By its signature hereunder, Contractor
certifies that it is aware of the provisions of Section 3700 of the California Labor Code which
require every employer to be insured against liability for Workers’ Compensation or to undertake
self-insurance in accordance with the provisions of that Code, and agrees to comply with such
provisions before commencing the performance of the Services.
3.2.10.5 Equal Opportunity Employment. Contractor represents that
it is an equal opportunity employer and it shall not discriminate against any subcontractor,
employee or applicant for employment because of race, religion, color, national origin, handicap,
ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities
related to initial employment, upgrading, demotion, transfer, recruitment or recruitment
advertising, layoff or termination. Contractor shall also comply with all relevant provisions of
Commission’s Disadvantaged Business Enterprise program, Affirmative Action Plan or other
related programs or guidelines currently in effect or hereinafter enacted.
3.2.10.6 Air Quality. Contractor must fully comply with
all applicable laws, rules and regulations in furnishing or using equipment and/or providing
services, including, but not limited to, emissions limits and permitting requirements imposed by
5
DR
A
F
T
57
17336.00600\29268990.1
the California Air Resources Board (CARB). Contractor shall specifically be aware of the CARB
limits and requirements’ application to "portable equipment", which definition is considered by
CARB to include any item of equipment with a fuel-powered engine. Contractor shall indemnify
Commission against any fines or penalties imposed by CARB or any other governmental or
regulatory agency for violations of applicable laws, rules and/or regulations by Contractor, its
subcontractors, or others for whom Contractor is responsible under its indemnity obligations
provided for in this Agreement.
3.2.10.7 Water Quality.
(A) Management and Compliance. To the extent applicable,
Contractor’s Services must account for, and fully comply with, all local, state and federal laws,
rules and regulations that may impact water quality compliance, including, without limitation, all
applicable provisions of the Federal Water Pollution Control Act (33 U.S.C. §§ 1300); the
California Porter-Cologne Water Quality Control Act (Cal Water Code §§ 13000-14950); laws,
rules and regulations of the Environmental Protection Agency and the State Water Resources
Control Board; the Commission’s rules regarding discharges of storm water; and any and all
regulations, policies, or permits issued pursuant to any such authority regulating the discharge of
pollutants, as that term is used in the Porter-Cologne Water Quality Control Act, to any ground or
surface water in the State.
(B) Liability for Non-Compliance. Failure to comply with the
laws, regulations and policies described in this Section is a violation of law that may subject
Contractor or Commission to penalties, fines, or additional regulatory requirements. Contractor
shall defend, indemnify and hold the Commission, its officials, officers, employees, volunteers
and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from
and against any and all fines, penalties, claims or other regulatory requirements imposed as a result
of Contractor’s non-compliance with the laws, regulations and policies described in this Section,
unless such non-compliance is the result of the sole established negligence, willful misconduct or
active negligence of the Commission, its officials, officers, agents, employees or authorized
volunteers.
(C) Training. In addition to any other standard of care
requirements set forth in this Agreement, Contractor warrants that all employees and
subcontractors shall have sufficient skill and experience to perform the Services assigned to them
without impacting water quality in violation of the laws, regulations and policies described in this
Section. Contractor further warrants that it, its employees and subcontractors will receive adequate
training, as determined by Commission, regarding the requirements of the laws, regulations and
policies described in this Section as they may relate to the Services provided under this Agreement.
Upon request, Commission will provide Contractor with a list of training programs that meet the
requirements of this paragraph.
6
DR
A
F
T
58
17336.00600\29268990.1
3.2.11 Insurance.
3.2.11.1 Time for Compliance. Contractor shall not commence work
under this Agreement until it has provided evidence satisfactory to the Commission that it has
secured all insurance required under this section, in a form and with insurance companies
acceptable to the Commission. In addition, Contractor shall not allow any subcontractor to
commence work on any subcontract until it has secured all insurance required under this section.
3.2.11.2 Minimum Requirements. Contractor shall, at its expense,
procure and maintain for the duration of the Agreement insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the performance of
the Agreement by the Contractor, its agents, representatives, employees or subcontractors.
Contractor shall also require all of its subcontractors to procure and maintain the same insurance
for the duration of the Agreement. Such insurance shall meet at least the following minimum levels
of coverage:
(A) Minimum Scope of Insurance. Coverage shall be at least as
broad as the latest version of the following: (1) General Liability: Insurance Services Office
Commercial General Liability coverage (occurrence form CG 0001 or exact equivalent); (2)
Automobile Liability: Insurance Services Office Business Auto Coverage (form CA 0001, code 1
(any auto) or exact equivalent); and (3) Workers’ Compensation and Employer’s Liability:
Workers’ Compensation insurance as required by the State of California and Employer’s Liability
Insurance.
(B) Minimum Limits of Insurance. Contractor shall maintain
limits no less than: (1) General Liability: $2,000,000 per occurrence for bodily injury, personal
injury and property damage. If Commercial General Liability Insurance or other form with general
aggregate limit is used, either the general aggregate limit shall apply separately to this
Agreement/location or the general aggregate limit shall be twice the required occurrence limit; (2)
Automobile Liability: $1,000,000 per accident for bodily injury and property damage; and (3) if
Contractor has an employees, Workers’ Compensation and Employer’s Liability: Workers’
Compensation limits as required by the Labor Code of the State of California. Employer’s
Practices Liability limits of $1,000,000 per accident.
3.2.11.3 Insurance Endorsements. The insurance policies shall
contain the following provisions, or Contractor shall provide endorsements on forms approved by
the Commission to add the following provisions to the insurance policies:
(A) General Liability.
(i) Commercial General Liability Insurance must
include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury;
(3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits
that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7)
contractual liability with respect to this Agreement; (8) broad form property damage; and (9)
independent contractors coverage.
7
DR
A
F
T
59
17336.00600\29268990.1
(ii) The policy shall contain no endorsements or
provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or
suits by one insured against another; or (3) contain any other exclusion contrary to this Agreement.
(iii) The policy shall give the Commission, its directors,
officials, officers, employees, and agents insured status using ISO endorsement forms 20 10 10 01
and 20 37 10 01, or endorsements providing the exact same coverage.
(iv) The additional insured coverage under the policy
shall be “primary and non-contributory” and will not seek contribution from the Commission’s
insurance or self-insurance and shall be at least as broad as CG 20 01 04 13, or endorsements
providing the exact same coverage.
(B) Automobile Liability. The automobile liability policy shall
be endorsed to state that: (1) the Commission, its directors, officials, officers, employees and
agents shall be covered as additional insureds with respect to the ownership, operation,
maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the
Contractor or for which the Contractor is responsible; and (2) the insurance coverage shall be
primary insurance as respects the Commission, its directors, officials, officers, employees and
agents, or if excess, shall stand in an unbroken chain of coverage excess of the Contractor’s
scheduled underlying coverage. Any insurance or self-insurance maintained by the Commission,
its directors, officials, officers, employees and agents shall be excess of the Contractor’s insurance
and shall not be called upon to contribute with it in any way.
(C) Workers’ Compensation and Employers Liability Coverage.
(i) Contractor certifies that he/she is aware of the
provisions of Section 3700 of the California Labor Code which requires every employer to be
insured against liability for workers’ compensation or to undertake self-insurance in accordance
with the provisions of that code, and he/she will comply with such provisions before commencing
work under this Agreement.
(ii) The insurer shall agree to waive all rights of
subrogation against the Commission, its directors, officials, officers, employees and agents for
losses paid under the terms of the insurance policy which arise from work performed by the
Contractor.
(D) All Coverages.
(i) Defense costs shall be payable in addition to the
limits set forth hereunder.
(ii) Requirements of specific coverage or limits
contained in this section are not intended as a limitation on coverage, limits, or other requirement,
or a waiver of any coverage normally provided by any insurance. It shall be a requirement under
this Agreement that any available insurance proceeds broader than or in excess of the specified
8
DR
A
F
T
60
17336.00600\29268990.1
minimum insurance coverage requirements and/or limits set forth herein shall be available to the
Commission, its directors, officials, officers, employees and agents as additional insureds under
said policies. Furthermore, the requirements for coverage and limits shall be (1) the minimum
coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits
of coverage of any insurance policy or proceeds available to the named insured; whichever is
greater.
(iii) The limits of insurance required in this Agreement
may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or
excess insurance shall contain or be endorsed to contain a provision that such coverage shall also
apply on a primary and non-contributory basis for the benefit of the Commission (if agreed to in a
written contract or agreement) before the Commission’s own insurance or self-insurance shall be
called upon to protect it as a named insured. The umbrella/excess policy shall be provided on a
“following form” basis with coverage at least as broad as provided on the underlying policy(ies).
(iv) Contractor shall provide the Commission at least
thirty (30) days prior written notice of cancellation of any policy required by this Agreement,
except that the Contractor shall provide at least ten (10) days prior written notice of cancellation
of any such policy due to non-payment of premium. If any of the required coverage is cancelled
or expires during the term of this Agreement, the Contractor shall deliver renewal certificate(s)
including the General Liability Additional Insured Endorsement to the Commission at least ten
(10) days prior to the effective date of cancellation or expiration.
(v) The retroactive date (if any) of each policy is to be
no later than the effective date of this Agreement. Contractor shall maintain such coverage
continuously for a period of at least three years after the completion of the work under this
Agreement. Contractor shall purchase a one (1) year extended reporting period A) if the retroactive
date is advanced past the effective date of this Agreement; B) if the policy is cancelled or not
renewed; or C) if the policy is replaced by another claims-made policy with a retroactive date
subsequent to the effective date of this Agreement.
(vi) The foregoing requirements as to the types and limits
of insurance coverage to be maintained by Contractor, and any approval of said insurance by the
Commission, is not intended to and shall not in any manner limit or qualify the liabilities and
obligations otherwise assumed by the Contractor pursuant to this Agreement, including but not
limited to, the provisions concerning indemnification.
(vii) If at any time during the life of the Agreement, any
policy of insurance required under this Agreement does not comply with these specifications or is
canceled and not replaced, Commission has the right but not the duty to obtain the insurance it
deems necessary and any premium paid by Commission will be promptly reimbursed by
Contractor or Commission will withhold amounts sufficient to pay premium from Contractor
payments. In the alternative, Commission may cancel this Agreement. The Commission may
require the Contractor to provide complete copies of all insurance policies in effect for the duration
of the Project.
9
DR
A
F
T
61
17336.00600\29268990.1
(viii) Neither the Commission nor any of its directors,
officials, officers, employees or agents shall be personally responsible for any liability arising
under or by virtue of this Agreement.
Each insurance policy required by this Agreement shall be
endorsed to state that:
3.2.11.4 Deductibles and Self-Insurance Retentions. Any deductibles
or self-insured retentions must be declared to and approved by the Commission. If the Commission
does not approve the deductibles or self-insured retentions as presented, Contractor shall guarantee
that, at the option of the Commission, either: (1) the insurer shall reduce or eliminate such
deductibles or self-insured retentions as respects the Commission, its directors, officials, officers,
employees and agents; or, (2) the Contractor shall procure a bond guaranteeing payment of losses
and related investigation costs, claims and administrative and defense expenses.
3.2.11.5 Acceptability of Insurers. Insurance is to be placed with
insurers with a current A.M. Best’s rating no less than A:VIII, licensed to do business in California,
and satisfactory to the Commission.
3.2.11.6 Verification of Coverage. Contractor shall furnish
Commission with original certificates of insurance and endorsements effecting coverage required
by this Agreement on forms satisfactory to the Commission. The certificates and endorsements
for each insurance policy shall be signed by a person authorized by that insurer to bind coverage
on its behalf. All certificates and endorsements must be received and approved by the Commission
before work commences. The Commission reserves the right to require complete, certified copies
of all required insurance policies, at any time.
3.2.11.7 Subcontractor Insurance Requirements. Contractor shall not allow
any subcontractors or subcontractors to commence work on any subcontract until they have
provided evidence satisfactory to the Commission that they have secured all insurance required
under this section. Policies of commercial general liability insurance provided by such
subcontractors or subcontractors shall be endorsed to name the Commission as an additional
insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. If
requested by Contractor, the Commission may approve different scopes or minimum limits of
insurance for particular subcontractors or subcontractors.
3.2.12 Safety. Contractor shall execute and maintain its work so as to avoid
injury or damage to any person or property. In carrying out its Services, the Contractor shall at all
times be in compliance with all applicable local, state and federal laws, rules and regulations, and
shall exercise all necessary precautions for the safety of employees appropriate to the nature of the
work and the conditions under which the work is to be performed. Safety precautions as applicable
shall include, but shall not be limited to: (A) adequate life protection and life saving equipment
and procedures; (B) instructions in accident prevention for all employees and subcontractors, such
as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space
procedures, trenching and shoring, equipment and other safety devices, equipment and wearing
10
DR
A
F
T
62
17336.00600\29268990.1
apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate
facilities for the proper inspection and maintenance of all safety measures.
3.2.13 Accounting Records. Contractor shall maintain complete and accurate
records with respect to all costs and expenses incurred under this Agreement. All such records
shall be clearly identifiable. Contractor shall allow a representative of Commission during normal
business hours to examine, audit, and make transcripts or copies of such records and any other
documents created pursuant to this Agreement. Contractor shall allow inspection of all work, data,
documents, proceedings, and activities related to the Agreement for a period of three (3) years
from the date of final payment under this Agreement.
3.3 Fees and Payments; Labor Code Requirements.
3.3.1 Compensation. Contractor shall receive compensation, including
authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in
Exhibit "C" attached hereto and incorporated herein by reference. The total compensation to be
provided under this Agreement, including all Task Orders issued pursuant to this Agreement shall
not exceed Three Million Seven Hundred Fifty-Nine Thousand Dollars ($3,759,000). The total
compensation per Task Order shall be set forth in the relevant Task Order, and shall not exceed
said amount without the written approval of the Commissioner’s Executive Director. Extra Work
may be authorized, as described below, and if authorized, will be compensated at the rates and
manner set forth in this Agreement.
3.3.2 Payment of Compensation. Contractor shall submit to Commission a
monthly itemized statement which indicates work completed and hours of Services rendered by
Contractor. The statement shall describe the amount of Services and supplies provided since the
initial commencement date, or since the start of the subsequent billing periods, as appropriate,
through the date of the statement. Commission shall, within 45 days of receiving such statement,
review the statement and pay all approved charges thereon.
3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any
expenses unless authorized in writing by Commission.
3.3.4 Extra Work. At any time during the term of this Agreement, Commission
may request that Contractor perform Extra Work. As used herein, “Extra Work” means any work
which is determined by Commission to be necessary for the proper completion of the Project, but
which the parties did not reasonably anticipate would be necessary at the execution of this
Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written
authorization from Commission’s Representative.
3.3.5 Prevailing Wages. Contractor is aware of the requirements of California
Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations,
Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the payment of prevailing
wage rates and the performance of other requirements on “public works” and “maintenance”
projects. Since the Services are being performed as part of an applicable “public works” or
“maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is
$15,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws.
11
DR
A
F
T
63
17336.00600\29268990.1
Commission shall provide Contractor with a copy of the prevailing rates of per diem wages in
effect at the commencement of this Agreement. Contractor shall make copies of the prevailing
rates of per diem wages for each craft, classification or type of worker needed to execute the
Services available to interested parties upon request, and shall post copies at the Contractor’s
principal place of business and at the project site. Contractor shall defend, indemnify and hold the
Commission, its officials, officers, employees and agents free and harmless from any claim or
liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws.
3.3.6 Payroll Records. In accordance with the requirements of California Labor
Code Section 1776, Contractor shall keep accurate payroll records which are either on forms
provided by the Division of Labor Standards Enforcement or which contain the same information
required by such forms. Responsibility for compliance with California Labor Code Section 1776
shall rest solely with Contractor, and Contractor shall make all such records available for
inspection at all reasonable hours.
3.3.7 Registration. Since the Services are being performed as part of an
applicable “public works” or “maintenance” project, then pursuant to Labor Code Sections 1725.5
and 1771.1, the Contractor and all subcontractors must be registered with the Department of
Industrial Relations. Contractor shall maintain registration for the duration of the Project and
require the same of any subcontractor. This Project may also be subject to compliance monitoring
and enforcement by the Department of Industrial Relations. It shall be Contractor’s sole
responsibility to comply with all applicable registration and labor compliance requirements.
3.3.8 Employment of Apprentices. This Agreement shall not prevent the
employment of properly indentured apprentices in accordance with the California Labor Code, and
no employer or labor union shall refuse to accept otherwise qualified employees as indentured
apprentices on the work performed hereunder solely on the ground of race, creed, national origin,
ancestry, color or sex. Every qualified apprentice shall be paid the standard wage paid to
apprentices under the regulations of the craft or trade in which he or she is employed and shall be
employed only in the craft or trade to which he or she is registered.
If California Labor Code Section 1777.5 applies to the Services, Contractor and
any subcontractor hereunder who employs workers in any apprenticeable craft or trade shall apply
to the joint apprenticeship council administering applicable standards for a certificate approving
Contractor or any sub-contractor for the employment and training of apprentices. Upon issuance
of this certificate, Contractor and any sub-contractor shall employ the number of apprentices
provided for therein, as well as contribute to the fund to administer the apprenticeship program in
each craft or trade in the area of the work hereunder.
The parties expressly understand that the responsibility for compliance with
provisions of this Section and with Sections 1777.5, 1777.6 and 1777.7 of the California Labor
Code in regard to all apprenticeable occupations lies with Contractor.
3.3.9 Eight-Hour Law. Pursuant to the provisions of the California Labor Code,
eight hours of labor shall constitute a legal day's work, and the time of service of any worker
employed on the work shall be limited and restricted to eight hours during any one calendar day,
and forty hours in any one calendar week, except when payment for overtime is made at not less
12
DR
A
F
T
64
17336.00600\29268990.1
than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight-
Hour Law"), unless Contractor or the Services are not subject to the Eight-Hour Law. Contractor
shall forfeit to Commission as a penalty, $50.00 for each worker employed in the execution of this
Agreement by him, or by any sub-contractor under him, for each calendar day during which such
workman is required or permitted to work more than eight hours in any calendar day and forty
hours in any one calendar week without such compensation for overtime violation of the provisions
of the California Labor Code, unless Contractor or the Services are not subject to the Eight-Hour
Law.
3.4 Termination of Agreement.
3.4.1 Grounds for Termination. Commission may, by written notice to
Contractor, terminate the whole or any part of this Agreement at any time and without cause by
giving written notice to Contractor of such termination, and specifying the effective date thereof,
at least seven (7) days before the effective date of such termination. Upon termination, Contractor
shall be compensated only for those services which have been adequately rendered to Commission,
and Contractor shall be entitled to no further compensation. Contractor may not terminate this
Agreement except for cause.
3.4.2 Effect of Termination. If this Agreement is terminated as provided herein,
Commission may require Contractor to provide all finished or unfinished Documents and Data and
other information of any kind prepared by Contractor in connection with the performance of
Services under this Agreement. Contractor shall be required to provide such document and other
information within fifteen (15) days of the request.
3.4.3 Additional Services. In the event this Agreement is terminated in whole or
in part as provided herein, Commission may procure, upon such terms and in such manner as it
may determine appropriate, services similar to those terminated.
3.5 General Provisions.
3.5.1 Delivery of Notices. All notices permitted or required under this Agreement
shall be given to the respective parties at the following address, or at such other address as the
respective parties may provide in writing for this purpose:
CONSULTANT: COMMISSION:
Tropical Plaza Nursery, Inc. Riverside County
9642 Santiago Blvd Transportation Commission
Villa Park, CA 92861 4080 Lemon Street, 3rd Floor
Riverside, CA 92501
Attn: Leslie T. Fields Attn: Executive Director
Such notice shall be deemed made when personally delivered or when mailed,
forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to
the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual
notice occurred, regardless of the method of service.
13
DR
A
F
T
65
17336.00600\29268990.1
3.5.2 Indemnification.
3.5.2.1 Scope of Indemnity. To the fullest extent permitted by law,
Contractor shall defend, indemnify and hold the Commission, its officials, officers, employees,
volunteers and agents free and harmless from any and all claims, demands, causes of action, costs,
expenses, liability, loss, damage or injury of any kind, in law or equity, to property or persons,
including wrongful death, in any manner arising out of, pertaining to, or incident to any alleged
acts, errors or omissions of Contractor, its officials, officers, employees, subcontractors,
contractors or agents in connection with the performance of the Services, the Project, this
Agreement or any Task Order, including without limitation the payment of all consequential
damages, expert witness fees and attorneys’ fees and other related costs and expenses.
Notwithstanding the foregoing, to the extent Contractor's Services are subject to Civil Code
Section 2782.8, the above indemnity shall be limited, to the extent required by Civil Code Section
2782.8, to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful
misconduct of the Contractor.
3.5.2.2 Additional Indemnity Obligations. Contractor shall defend, with
Counsel of Commission's choosing and at Contractor’s own cost, expense and risk, any and all
claims, suits, actions or other proceedings of every kind covered by Section 3.5.2.1 that may be
brought or instituted against Commission or its officials, officers, employees, volunteers and
agents. Contractor shall pay and satisfy any judgment, award or decree that may be rendered
against Commission or its officials, officers, employees, volunteers and agents as part of any such
claim, suit, action or other proceeding. Contractor shall also reimburse Commission for the cost
of any settlement paid by Commission or its officials, officers, employees, agents or volunteers as
part of any such claim, suit, action or other proceeding. Such reimbursement shall include payment
for Commission’s attorneys’ fees and costs, including expert witness fees. Contractor shall
reimburse Commission and its officials, officers, employees, agents, and/or volunteers, for any
and all legal expenses and costs incurred by each of them in connection therewith or in enforcing
the indemnity herein provided. Contractor’s obligation to indemnify shall survive expiration or
termination of this Agreement, and shall not be restricted to insurance proceeds, if any, received
by the Commission, its officials officers, employees, agents, or volunteers.
3.5.3 Governing Law; Government Code Claim Compliance. This Agreement
shall be governed by the laws of the State of California. Venue shall be in Riverside County. In
addition to any and all contract requirements pertaining to notices of and requests for compensation
or payment for extra work, disputed work, claims and/or changed conditions, Contractor must
comply with the claim procedures set forth in Government Code sections 900 et seq. prior to filing
any lawsuit against the Commission. Such Government Code claims and any subsequent lawsuit
based upon the Government Code claims shall be limited to those matters that remain unresolved
after all procedures pertaining to extra work, disputed work, claims, and/or changed conditions
have been followed by Contractor. If no such Government Code claim is submitted, or if any
prerequisite contractual requirements are not otherwise satisfied as specified herein, Contractor
shall be barred from bringing and maintaining a valid lawsuit against the Commission.
14
DR
A
F
T
66
17336.00600\29268990.1
3.5.4 Time of Essence. Time is of the essence for each and every provision of
this Agreement.
3.5.5 Commission’s Right to Employ Other Contractors. Commission reserves
right to employ other contractors in connection with this Project.
3.5.6 Successors and Assigns. This Agreement shall be binding on the successors
and assigns of the parties.
3.5.7 Assignment or Transfer. Contractor shall not assign, hypothecate or
transfer, either directly or by operation of law, this Agreement or any interest herein without the
prior written consent of the Commission. Any attempt to do so shall be null and void, and any
assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted
assignment, hypothecation or transfer. Subcontracts, if any, shall contain a provision making them
subject to all provisions stipulated in this Agreement.
3.5.8 Construction; References; Captions. Since the Parties or their agents have
participated fully in the preparation of this Agreement, the language of this Agreement shall be
construed simply, according to its fair meaning, and not strictly for or against any Party. Any term
referencing time, days or period for performance shall be deemed calendar days and not work days.
All references to Contractor include all personnel, employees, agents, and subcontractors of
Contractor, except as otherwise specified in this Agreement. All references to Commission include
its officials, officers, employees, agents, and volunteers except as otherwise specified in this
Agreement. The captions of the various articles and paragraphs are for convenience and ease of
reference only, and do not define, limit, augment, or describe the scope, content or intent of this
Agreement.
3.5.9 Amendment; Modification. No supplement, modification or amendment of
this Agreement shall be binding unless executed in writing and signed by both Parties.
3.5.10 Waiver. No waiver of any default shall constitute a waiver of any other
default or breach, whether of the same or other covenant or condition. No waiver, benefit,
privilege, or service voluntarily given or performed by a Party shall give the other Party any
contractual rights by custom, estoppel or otherwise.
3.5.11 No Third Party Beneficiaries. Except to the extent expressly provided for
in Section 3.5.7, there are no intended third party beneficiaries of any right or obligation assumed
by the Parties.
3.5.12 Invalidity; Severability. If any portion of this Agreement is declared
invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions shall continue in full force and effect.
3.5.13 Prohibited Interests. Contractor maintains and warrants that it has not
employed nor retained any company or person, other than a bona fide employee working solely
for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not
paid nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration
15
DR
A
F
T
67
17336.00600\29268990.1
contingent upon or resulting from the award or making of this Agreement. Contractor further
agrees to file, or shall cause its employees or subcontractors to file, a Statement of Economic
Interest with the Commission’s Filing Officer as required under state law in the performance of
the Services. For breach or violation of this warranty, Commission shall have the right to rescind
this Agreement without liability. For the term of this Agreement, no member, officer or employee
of Commission, during the term of his or her service with Commission, shall have any direct
interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom.
3.5.14 Cooperation; Further Acts. The Parties shall fully cooperate with one
another, and shall take any additional acts or sign any additional documents as may be necessary,
appropriate or convenient to attain the purposes of this Agreement.
3.5.15 Authority to Enter Agreement. Contractor has all requisite power and
authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party
warrants that the individuals who have signed this Agreement have the legal power, right, and
authority to make this Agreement and bind each respective Party.
3.5.16 Counterparts. This Agreement may be signed in counterparts, each of
which shall constitute an original.
3.5.17 Entire Agreement. This Agreement contains the entire Agreement of the
parties with respect to the subject matter hereof, and supersedes all prior negotiations,
understandings or agreements. This Agreement may only be modified by a writing signed by both
parties.
3.5.18 Federal Provisions. Funding for the Services is provided, in whole or in
part, by the Federal Transportation Administration (“FTA”). Contractor shall also fully and
adequately comply with the provisions included in Exhibit “D” (Federal Requirements) attached
hereto and incorporated herein by reference (“Federal Requirements”). With respect to any
conflict between such Federal Requirements and the terms of this Agreement and/or the provisions
of state law, the more stringent requirement shall control.
[SIGNATURES ON NEXT PAGE]
16
DR
A
F
T
68
17336.00600\29268990.1
SIGNATURE PAGE FOR ROUTINE AND ON-CALL LANDSCAPE MAINTENANCE
SERVICES AGREEMENT
BETWEEN THE RIVERSIDE COUNTY TRANSPORTATION COMMISSION
AND TROPICAL PLAZA NURSERY, INC.
IN WITNESS WHEREOF, the Parties have entered into this Agreement as of the date first
set forth above.
RIVERSIDE COUNTY
TRANSPORTATION COMMISSION
Anne Mayer
Executive Director
Approved as to form:
Best Best & Krieger LLP
General Counsel
CONTRACTOR
Signature
Name
Title
ATTEST:
Signature
Name
Title
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 referenced persons are not the intended signators, evidence of signature authority shall
be provided to RCTC.
17
DR
A
F
T
69
17336.00600\29268990.1
EXHIBIT “A”
SCOPE OF SERVICES
DR
A
F
T
70
EXHIBIT A - 1
SCOPE OF SERVICES
I. BACKGROUND
A. Introduction
The Contractor shall provide at his own risk and cost all labor, materials, tools,
equipment, transportation, hauling, dumping, fertilizers, insecticides, chemicals and
incidentals necessary to perform landscape maintenance work as directed herein.
The Contractor shall provide complete landscape maintenance to the below listed
Commission owned properties. The landscape maintenance work shall also include
controlling plant, weed abatement, disease and pests, irrigation material, maintaining
and repairing irrigation systems; removing trash and debris; and other maintenance
required to maintain the work sites in a safe attractive and useable condition. The
Contractor shall maintain all plant material in a safe, attractive and useable
condition.
B. Locations
Location In Service Date Size
Riverside Downtown
4066 Vine Street, Riverside
Pedley/Jurupa Valley
6001 Pedley Road, Jurupa Valley
June 1993 26.5 acres
June 1993 4.5 acres
DR
A
F
T
71
EXHIBIT A - 2
Location In Service Date Size
La Sierra
10901 Indiana Avenue, Riverside
West Corona
155 South Auto Center Drive, Corona
North Main Corona
250 East Blaine Street, Corona
Perris‐Downtown
121 South C Street, Perris
Riverside ‐Hunter Park/UCR
1101 Marlborough Avenue, Riverside
June 2016 (bus transit
center opened 2010)
5.5 acres
June 2016 9.35 acres
October 1995 24.69 acres
October 1995 5.49 acres
November 2002 6.72 acres
DR
A
F
T
72
EXHIBIT A - 3
Location In Service Date Size
Moreno Valley/March Field
14160 Meridian Parkway, Riverside
Perris‐South
1304 Case Road, Perris
Riverside Downtown Operations Control Center
4344 Vine Street, Riverside
June 2016 14.47 acres
June 2016 40.57 acres
April 2016 3,000 square feet
La Sierra
1091B Indiana Avenue, Riverside
Facility and Maintenance FAM
120 N Joy, Corona, CA 92879
February 2018 5 acres
1 acre
DR
A
F
T
73
EXHIBIT A - 4
C. General Description of Work
The maintenance shall include, but not be limited to, the following:
• Pruning shrubbery;
• Mowing and trimming;
• Shaping and training of trees;
• Tree pruning;
• Shrubs and ground cover - Maintenance and Replacement of dead/dying
plants;
• Removing and controlling weeds;
• Controlling plant diseases and pests;
• Irrigation materials;
• Maintaining and repairing irrigation systems;
• Removing trash and debris from planter areas and parking lot;
• Placement and maintenance of Mulch and weed barrier;
• Rodent Control;
• Miscellaneous light construction in landscaping areas (sawcuts, concrete,
removal and/or installation of signage/fencing/railings);
• Other maintenance required to maintain the work sites in a safe, attractive
and useable condition;
• Trash and debris disposal/hauling away.
The Contractor shall maintain all plant material in good condition within accepted
horticultural standards for growth, color, and appearance. A detail description of the
maintenance required is included in the following pages.
II. SCHEDULING OF WORK
A. The Contractor shall accomplish all routine landscape maintenance required under
this Agreement between the hours of 6:00 a.m. and 6:00 p.m. Monday through
Friday. The Facilities Administrator may grant, on an individual basis, permission to
perform maintenance at other hours. No maintenance functions that generate
excess noise, which would cause annoyance to residents of any area, shall be
commenced before 8:00 a.m. The Contractor shall establish a schedule of routine
work to be followed in the performance of this Agreement. A copy of this schedule
shall be provided to and approved by the Commission prior to the performance of
any work required by these specifications, and any changes in scheduling shall be
reported in writing, to the Facilities Administrator.
B. The Contractor shall conduct the work at all times in a manner so as not to interfere
with pedestrian traffic on adjacent sidewalks or vehicular traffic on adjacent streets.
In addition, a special notification listing exact starting dates for renovation, pruning
and other infrequent operations shall be furnished to the Facilities Administrator at
least five (5) working days in advance of performing these activities.
DR
A
F
T
74
EXHIBIT A - 5
C. Contractor shall notify the onsite station security when they arrive at the site to start
work and when they finish work.
D. Contractor's Maintenance Supervisor shall meet once a month with the Facilities
Administrator or his/her designated representative to discuss the maintenance
activities, contract status, condition of the Stations, reoccurring maintenance
problems, problem areas, recommendations to minimize maintenance activities,
recommendations to reduce water usage, project costs, and schedule.
E. The Contractor shall provide, on an annual basis, a written schedule detailing the
fertilization periods and dates as required by the routine maintenance for ground
cover, shrub and tree care. Routine Maintenance Sections A, B, and C of this
Scope.
III. WORK FORCE
A. The Contractor is expected to improve upon the appearance of the landscaped
areas.
B. The Contractor shall insure that all work is supervised by Contractor employed
supervisory personnel who are technically qualified and possess management skills.
The supervisory personnel must be able to communicate clearly with the Facilities
Administrator and field staff. The supervisory personnel, who are listed by the
Contractor to accompany the field crews on a regular basis, are expected to perform
the necessary management duties along with various landscape maintenance
activities.
C. The Contractor shall identify an irrigation specialist who will be responsible for
identifying and making the necessary irrigation repairs. The individual proposed shall
be listed by their Prevailing Wage Rate Labor Classification.
D. The Contractor shall insure that all work is performed by fully qualified, experienced
personnel, directly employed by the Contractor.
E. The Contractor shall be responsible for the skills, methods, appearance and action
of Contractor's uniformed employees and for all work done. The Contractor's
employees shall be U.S. Citizens or legal residents.
F. The Contractor shall perform the work provided for in this Agreement under the
direction of the Facilities Administrator or his/her designated representative. The
Facilities Administrator or his/her representative may make inspections at any time
and may request that the Contractor perform additional work or services to bring
Contractor's performance to the level required by the Agreement.
DR
A
F
T
75
EXHIBIT A - 6
G. The Contractor shall correct discrepancies and deficiencies in the work as soon as
practical after being notified by the Facilities Administrator, and in accordance with
the terms and requirements of the Agreement.
H. Two (2) three-member mow crews.
I. One (1) full time qualified irrigation specialist that can alternatively function as a mow
crew member.
IV. MATERIALS
A. The Contractor shall submit a list to the Facilities Administrator of all materials that
the Contractor proposes to use in the execution of the Services including a Safety
Data Sheet (SDS). The list shall include the chemical analysis, recommended usage
and any other pertinent data by the manufacturer of the material. The Facilities
Administrator before use of any product shall approve such list. Contractor shall
provide records of all chemical applications and active ingredients used at all
locations.
B. The following shall apply to the material indicated:
1. Fertilizers shall be complete, furnishing the required percentage of nitrogen,
phosphoric acid and potash to keep lawns, trees, shrubs and other plants in a
healthy and vigorous growing condition.
2. Insecticides, fungicides, herbicides and rodenticides shall be of the best quality
obtainable, properly labeled with guaranteed analysis, and brought to the job site
in the manufacture's original container. Contractor shall comply and follow all
label instructions of each chemical.
3. Tree stakes, tree ties and guy wires shall be of materials matching those existing
in the work site or as specified by the Facilities Administrator.
4. Replacement trees, shrubs, ground cover and other plants shall be of a size,
condition and variety specified by the Facilities Administrator.
5. Prior to planting the Facilities Administrator shall review and approve
replacement plant materials.
V. ROUTINE MAINTENANCE
All routine maintenance shall be performed to the satisfaction of the Facilities
Administrator. Routine maintenance shall include but not be limited to the following
services.
DR
A
F
T
76
EXHIBIT A - 7
A. GROUND COVER CARE
1. Edging and detailing
a. Ground cover beds shall be maintained within their intended bounds, and
edged or detailed every two (2) weeks.
b. Ground cover shall not be permitted to encroach into lawns, shrubs, adjacent
desirable bare areas, wall fixtures, furniture, etc. All sites shall be cleaned
following each edging/detailing, including streets (when applicable).
2. Fertilization
All ground cover beds shall be fertilized using a complete or approved fertilizer
(such as, 16-6-8 Turf Supreme) four (4) times per year. The rate of application
shall be two (2) pounds of actual nitrogen per 1,000 square feet. The Facilities
Administrator may request proof of application in the form of empty fertilizer bags
at any time.
3. Renovation
All ground cover beds shall be thinned and pruned for the health of the planting
and the appearance of the site, and at such other times when directed by the
Facilities Administrator.
4. Cultivation or Mulch
All bare soil or open areas shall be covered by a minimum of two (2) inches of
mulch. Areas around plants shall be cultivated every two (2) weeks.
5. Replanting
The Contractor shall be responsible for the complete removal and replacement of
ground cover, at Contractor’s own expense, for any ground cover requiring
replacement through normal attrition or due to infestation or to negligence
resulting from Contractor’s failure to provide maintenance in accordance with the
provisions of this agreement.
6. Watering
All ground cover shall be properly irrigated to maintain a healthy condition as
determined by Facilities Administrator.
DR
A
F
T
77
EXHIBIT A - 8
B. SHRUB CARE
All shrubs growing in the work areas shall be pruned as required, to maintain
plants in a healthy growing condition and to maintain plant growth within
reasonable bounds to prevent encroachment of passageways, walks, streets,
view of signs or in any manner deemed objectionable by the Facilities
Administrator. Dead or damaged limbs or branches shall be made clean with
sharp pruning tools with no projections or stubs remaining. Pruning shall be
done in a manner to permit plants to grow naturally in accordance with their
normal growth characteristics except box hedging may be required on some
shrubs, as designated by the Facilities Administrator. Shear hedging or severe
pruning of plants, unless authorized by the Facilities Administrator, shall not be
permitted. Should the Contractor shear hedge or severely prune plants and
disfigure or damage the plants, the Contractor shall be responsible to replace
those plants with like kind and size as determined by the Facilities Administrator.
1. Fertilization
All shrubs shall be fertilized using a complete or approved fertilizer (such as, 16,
6, and 8) four (4) times per year. The rate of application shall be two (2) pounds
of actual nitrogen per 1,000 square feet.
2. Watering
All shrubs shall be properly irrigated to maintain a healthy condition.
3. Replanting
The Contractor shall be responsible for the complete removal and replacement of
shrubs, at Contractor’s own expense, for any shrubs requiring replacement
through normal attrition or due to infestation or to negligence resulting from
Contractor’s failure to provide maintenance in accordance with the provisions of
this agreement.
C. TREE CARE
All trees located on the station grounds are included in routine maintenance and
are part of this Agreement.
1. Pruning
a. All trees within the scope of work shall be maintained to keep the natural
integrity and shapes of the trees. This work shall be accomplished in a
manner, which will ensure that each individual tree is pruned.
DR
A
F
T
78
EXHIBIT A - 9
b. Regarding Rail Stations all trees should be pruned clear of the Rail right-of-
way.
c. The Contractor shall remove or prevent encroachment where it blocks vision,
CCTV camera view or is considered undesirable by the Facilities
Administrator. Low branches overhanging sidewalks, driveway lanes and
parking areas shall be removed to a height of nine (9) feet above grade.
Young trees needing pruning, training, and shaping to develop caliper and a
strong structural framework shall allow low branching laterals and or
appropriate sucker growth to remain on a continuing basis as needed
according to the Facilities Administrator.
d. Provide palm tree trimming in rail stations on an annual basis.
2. Staking, Tying and Guying
All trees requiring staking shall be securely staked at all times with approved
stakes and rubber cinch ties. Rubber hoses and wire will not be permitted. All
stakes shall be set perpendicular to prevailing winds unless designated otherwise
by the Facilities Administrator. Tree stakes shall also be set a consistent
distance away from the trunk of the tree (minimum six (6) inches) to reduce
abrasion and cell elongation. The tops of all tree stakes shall be removed
approximately three (3) inches above the highest tie to reduce abrasion of main
or lateral branches of the tree.
3. Fertilization
All trees shall be fertilized using a complete or approved fertilizer a minimum of
one (1) time per year.
4. Watering
All trees shall be properly irrigated to maintain a healthy condition as determined
by the Facilities Administrator.
5. Safety Hazard
The Contractor shall bring to the attention of the Facilities Administrator within
twenty-four (24) hours any tree displaying, root heaving or girdling (either by
roots or a foreign material), leaning, broken or hanging limbs, or any other reason
posing a potential safety hazard.
6. Replanting
DR
A
F
T
79
EXHIBIT A - 10
The Contractor shall be responsible for the complete removal and replacement of
any and all trees as necessary, as determined by the Facilities Administrator,
including but not limited to, girdling trees with string trimmers or tree ties,
improper planting of new trees, improper pruning techniques which disfigure or
destroy the trees’ natural integrity and shape, or failure to detect and prevent
treatable diseases and insect infestations. Replacement shall be made by the
Contractor in the kind and size of trees determined by the Facilities
Administrator.
D. WEEDS, DISEASE AND PEST CONTROL
1. Weed Control
All areas, including landscaped and hardscape, within the specified scope of
work (including, but not limited to, shrub and ground cover, planters, tree wells,
ornamental bark or rock areas, asphalt or concrete areas) shall be kept free of
weeds at all times. The complete removal of all weed growth shall be
accomplished on a continuing basis. Weeds shall be controlled by hand, weed
barrier, and approved chemical methods. Weeds shall be hauled away.
2. Disease and Pest Control
a. The Contractor shall regularly inspect all landscaped areas for presence of
disease, insect or rodent infestation. The Contractor shall advise the
Facilities Administrator within four (4) days after detection of disease, insect
or rodent infestation, and the action to be taken. Upon approval of the
Facilities Administrator, the Contractor shall implement approved control
measures, following all federal, state, county, and municipal laws, regulations
and ordinances required for the approved work.
b. Approved control measures shall be continued until the disease, insect or
rodent is controlled to the satisfaction of the Facilities Administrator. The
Contractor shall utilize all safeguards necessary during disease, insect or
rodent control operations to ensure safety of the public and the employees of
the Contractor.
E. GENERAL MAINTENANCE AND CLEAN-UP
1. The Contractor shall collect all clippings, trimmings, cuttings, rubbish and debris
at all work sites and dispose of same in a lawful manner at the Contractor’s
expense.
2. All trash and debris shall be removed from all work sites as work is being
performed.
DR
A
F
T
80
EXHIBIT A - 11
3. The Contractor shall rake, hand remove, or vacuum leaves that are not absorbed
by planting. This shall be done as often as required to maintain a neat
appearance, or prevent plants from being smothered by seasonal leaf drop.
4. After heavy windstorms, the entire area shall be cleaned of litter, fallen branches,
etc., which are in excess of normal amounts.
5. The Contractor shall keep sidewalks and paved areas in the medians swept and
cleaned of any dirt or soil that might be washed from adjacent slopes or planted
areas.
6. The Contractor shall provide limited construction services necessary to fully
perform necessary landscape related work (sawcuts, concrete, signage, railings,
etc.)
7. The Contractor shall provide limited design oversight and consultation services
as needed and subject to assent by the contractor.
8. The Contractor shall update all as-built drawing and electronic files at least
annually to reflect all new and relocated landscape-related facilities.
9. The Contractor shall remove all leaves that have fallen and or accumulated in the
parking lot curb corners and in the parking lot drain inlets.
F. OTHER REQUIREMENTS
1. Replacement of Plant Material
a. The Contractor shall notify the Facilities Administrator within five (5) business
days of the loss of plant material due to any cause.
b. The Contractor shall remove shrub or ground cover, which is damaged or lost
due to any cause at no cost.
c. The Contractor shall replace, at Contractor’s own expense, any ground cover,
trees, shrubs, or other plant material requiring replacement through normal
attrition or due to infestation or to negligence resulting from Contractor’s
failure to provide maintenance in accordance with the provisions of this
agreement. The size and species of replacement shrubs or ground cover
plants shall be consistent with the original landscape plan. The Facilities
Administrator shall approve any exceptions.
d. It is the intention of the Facilities Administrator to require a high level of
quality in landscape maintenance compatible with standard practice.
DR
A
F
T
81
EXHIBIT A - 12
e. In order to ensure maximum healthy growth and overall aesthetic appearance
of planting in the work area, it may be desirable to replace certain plants. The
Facilities Administrator shall determine the necessity or desirability of such
plant replacement.
2. Inspection
The Facilities Administrator or his or her designee shall inspect the work area to
ensure adequacy of maintenance and that methods of performing the work are in
compliance with the contract. However, this shall not be construed to relieve the
Contractor of the duty to provide continuous inspection of the work area. The
Contractor shall correct discrepancies and deficiencies in the work immediately
as determined by the Facilities Administrator.
Contractor shall work with the Facilities Administrator to develop an Inspection
Checklist that will be used by the Facilities Administrator to document
conformance or non-conformance of the Contractors work. This checklist will be
provided to the Contractor to identify areas requiring corrective action.
3. Emergency Service
Twenty-four (24) hours per day, seven (7) days per week, the Contractor shall be
able to receive and respond to the Facilities Administrator or his or her
designee’s call for emergency service. Response time shall be less than two (2)
hours to remove or eliminate a public safety hazard. Contractor shall provide the
Facilities Administrator with a local telephone number where Contractor can be
contacted twenty-our (24) hours per day, seven (7) days per week.
4. New maintenance Areas
Additional routine maintenance may be required as set forth in the contract.
Payment for add-on maintenance shall be based on the square footage of added
area.
G. IRRIGATION SYSTEM MAINTENANCE
1. General Responsibilities
a. Irrigation shall be done by the use of automatic sprinkler systems where
available and operable; however, failure of the existing irrigation system to
provide full and proper coverage shall not relieve the Contractor of the
responsibility to provide adequate irrigation with full and proper coverage to
all areas in the work site.
b. Newly planted-trees, shrubs, and ground cover shall receive special attention
until these plants are established. Adequate water shall be applied to
DR
A
F
T
82
EXHIBIT A - 13
promote normal healthy growth. Proper berms or basins shall be maintained
during the establishment period.
c. Any damages to public or private property resulting from excessive irrigation
water or irrigation water runoff shall be charged against the Contractor’s
payment unless immediate repairs are made by the Contractor to the
satisfaction of the Facilities Administrator.
d. The Contractor shall make whatever adjustments necessary to prevent
excessive overspray/runoff into street right-of-ways or other areas not
intended to receive irrigation. If overspray/runoff cannot be controlled by
adjustments to the sprinklers, the contractor shall notify the Facilities
Administrator and recommend a replacement sprinkler which will reduce or
eliminate the overspray/runoff. The Contractor shall replace the sprinkler at
the direction of the Facilities Administrator.
2. Operation of Automatic Irrigation Controllers
Where the operation of automatic irrigation controllers is required, the Contractor
shall:
a. Not duplicate any code key furnished for access and operation of the
controller.
b. Surrender all keys at the end of the Contract period, or at any time deemed
necessary by the Facilities Administrator.
c. Protect the security of the property by keeping controller cabinet and building
doors locked at all times.
d. Not use premises behind locked areas for storage of materials, supplies or
tools, except as approved by the Facilities Administrator.
e. Program normal irrigation between the hours of 10:00 p.m. and 4:00 a.m.
3. Water Conservation
The Contractor shall turn off the irrigation system, if applicable, during periods of
rainfall and times when suspension of irrigation is desirable to conserve water
while remaining within the guidelines of good horticulturally acceptable
maintenance practices. When the Facilities Administrator acknowledges the
necessity to turn on the water once again, all controllers shall be activated within
twenty-four (24) hours. Contractor shall perform all services in a manner which
DR
A
F
T
83
EXHIBIT A - 14
conserves the use of water whenever possible to the extent that such
conservation does not interfere with the Contractor’s maintenance obligations.
4. Inspection and Reporting
a. The Contractor shall physically inspect (by manual or semi-automatically
running the Controller) the operation of all systems on a weekly basis. The
Contractor shall maintain all sprinkler systems in such a way as to guarantee
proper coverage and full working capability, and make whatever adjustments
necessary to prevent excessive overspray/runoff into street right-of-ways or
other areas not intended to receive irrigation overspray/runoff.
b. A visual inspection of all irrigated areas shall occur, more often, but not less
than one (1) time per week. All areas receiving marginal coverage shall be
irrigated by a portable irrigation method. The Contractor shall furnish all
hoses, nozzles, sprinklers, etc., necessary to accomplish this supplementary
irrigation. Care shall be exercised to prevent a waste of water, erosion,
and/or detrimental seepage into existing underground improvements or
structures.
c. Contractor shall clean and re-set any spray nozzles that have an erratic
spray. Any dirt/silt and debris shall be removed, cleaned & reset.
d. Any damage to irrigation system components listed below, resulting from
vandalism, vehicle damage, tree roots or old age shall be repaired or
replaced as part of irrigation system maintenance. The replacement irrigation
components shall be new and have the greatest durability and life span
available. If the Contractor is aware of a newer technology, which would result
in a benefit to the project i.e. longer life, increased durability, less overspray,
better coverage, reduced water usage, reduced maintenance, then it should
be proposed to the Facilities Administrator for review and approval prior to
installation:
Irrigation System Components
Sprinklers – all types, pop up, bubbler, impacts etc.
Sprinkler components
Riser Pipes – all components i.e. Elbows, Tees, Reducers, Marlex, Slip
Fix, Nipples, Couplers, adapters, etc.
Lateral Lines
Control wires
Valve Boxes
Hose bibs / quick connects
Controller/Clocks/Timers
Backflow preventer
Valves
DR
A
F
T
84
EXHIBIT A - 15
e. Contractor shall provide annual testing and certification for all backflow
preventers.
H. SAFETY
1. Contractor shall execute and maintain its work so as to avoid injury or damage to
any person or property.
2. Contractor shall submit to RCTC their company Safety Plan prior to work.
3. Contractor shall ensure that their employee are provided with and utilize the
proper Personal Protective Equipment (PPE) while performing the work.
4. Contractor shall designate at least one (1) Safety Representative acceptable to
RCTC, provided that acceptance may be withdrawn at any time, who shall be
responsible for ensuring that the Work is performed in accordance with the
requirements set forth in the Contract, the Contractor’s Safety Plan, and all
applicable laws and regulations.
5. Contractor shall have at least one individual on site who is First Aid and CPR
trained. The individual shall be identified and the contractor will provide copies of
their safety training certifications.
6. The Contractor shall post and ensure all employees are aware of the name,
location, phone numbers of local doctors, hospitals, ambulance services, and
emergency services that they contact in the event of an on-site emergency.
7. Contractor shall comply with the requirements of the specifications relating to
safety measures applicable in particular operations or kinds of work.
8. In carrying out its Work, the Contractor shall at all times be in compliance with all
applicable local, state and federal laws, rules and regulations, and shall exercise
all necessary precautions for the safety of employees appropriate to the nature of
the work and the conditions under which the work is to be perform.
I. STORM WATER POLLUTION PREVENTATION PROGRAM (SWPPP)
1. Contractor shall ensure that all employees are trained and are aware of the
following Site Specific Storm Water Pollution Prevention Requirements:
a. No discharge of fertilizers, pesticide, and wastes into street or storm drains;
b. No blowing or sweeping debris into street or storm drains;
c. No hosing down of the parking lot;
d. No vehicle washing or maintenance on site;
e. Close dumpster lids at all time;
DR
A
F
T
85
EXHIBIT A - 16
f. No disposing of wash water into street or storm drains;
g. Remove all foreign objects (leaves, cans, cigarette butts, paper etc.) from in
front of drainage inlets and gutter areas;
h. Properly dispose all chemical container per label of said chemical used.
2. The Contractor must provide annual refresher training at its own cost on the Site
Specific Storm Water Pollution Prevention Requirements.
3. The Contractor shall document the training on a Site Specific Storm Water
Pollution Prevention Training Log and provide it annually to RCTC.
J. CHEMICALS TO BE USED
1. Contractor shall provide a list of all chemicals that are proposed to be used on
the project for review and approval, prior to use of the chemicals.
2. Contractor shall provide Safety Data Sheets (SDS)/Label for all chemicals that
are to be used on the project.
3. Contractor shall ensure the field crews carry copies of the SDS/Label for all
chemicals they have while on-site.
4. Contractor is encouraged to use Bio-degradable or environmentally friendly
chemicals.
5. Contractor shall ensure that all employees are properly trained in the use and
handling of the approved cleaning products/chemicals.
6. Contractor shall ensure that all employees utilize the proper Personal Protective
Equipment (PPE) as specified by the chemical or the Contractor’s safety plan,
whichever is most stringent.
7. Contract shall follow all label requirements/instructions per chemical.
8. Contractor shall have a qualified person on staff with a Qualified Applicator
Certificate (QAC) in category Q or B applying any chemical.
9. Contractor shall follow all California Department of Pesticide Regulations and
possess a maintenance gardener pest control business license.
OTHER IRRIGATION REPAIRS - Task Order Based Work
Any damage to irrigation system components listed below, resulting from
vandalism, vehicle damage, tree roots or old age shall be brought to the attention
of the Facilities Administrator for disposition. Repair or replacement of these
DR
A
F
T
86
EXHIBIT A - 17
items will be based on the unit and labor costs consistent with this Agreement
and as approved through the issuance of a Task Order:
Irrigation System Components shall include:
Main Line
Backflow Preventer
Valves
Irrigation Controllers – Timers/Clocks
Irrigation Controller Cabinet
Electrical Power connection to Controller Cabinet
K. NEW LANDSCAPING-Task Order Based Work
1. Contractor shall replace existing landscaping with drought resistant vegetation
and features upon direction from RCTC.
2. Contractor shall implement all modified landscaping plans upon direction from
RCTC.
3. Contractor shall install modified irrigation systems upon direction from RCTC.
4. Contractor shall be able to modify planting areas and provide hardscape or safe
pedestrian access with sidewalks upon direction from RCTC.
End of Statement of Services
DR
A
F
T
87
17336.00600\29268990.1
EXHIBIT “B”
SCHEDULE OF SERVICES
DR
A
F
T
88
:HVW&RURQD'$<2)6(59,&(7,0(&5(:
0RQGD\$XWR&HQWHU'ULYH&RURQD&$
7DVN -$1 )(% 0$5 $35 0$< -81 -8/ $8* 6(3 2&7 129 '(&
/DZQ$UHDV
/DZQ$HUDWLRQ
/DZQ%URDG/HDI:HHG&RQWURO
'DWH3DOP7ULPPLQJ ;
7UHH7ULPPLQJ ;;
7UHH3UXQQLQJ ;
7UHH6WDNLQJFKHFNHGZHHNO\;;;;;;;;;;;;
7UHHDQG3DOP)HUWLOL]DWLRQ ;
*URXQG&RYHU'HWDLO ;;;;;;;;;;;;
:HHG&RQWURO ;;;;;;;;;;;;
3UXQLQJ6KUXEVDVQHHGHG ;;;;;;;;;;;;
6KUXE)HUWLOL]DWLRQ ;;;;
*URXQG&RYHU)HUWLOL]DWLRQ ;;;;
7XUI)HUWLOL]DWLRQ
6XSHUYLVRU,QVSHFWLRQ ;;;;;;;;;;;;
7UDVK3LFNXS ;;;;;;;;;;;;
&XOWLYDWHEDUHDUHDV ;;;;;;;;;;;;
0XOFK&RYHU%DUHDUHDV ;
5RGHQ&RQWURO ;;;;;;;;;;;;
PDQFUHZ;;;;;;;;;;;;
,UULJDWLRQ&KHFN ;;;;;;;;;;;;
6:3333UHYHQWLRQ5HTXLUPHQWV ;
0RQWK,QVSHFWLRQIRUSODQWGLVHDVH ;;;;;;;;;;;;
EXHIBIT B - 1
DR
A
F
T
89
1RUWK0DLQ&RURQD '$<2)6(59,&(7,0(&5(:
0RQGD\DPSP (%ODLQH6W&RURQD&$
7DVN -$1 )(% 0$5 $35 0$< -81 -8/ $8* 6(3 2&7 129 '(&
/DZQ$UHDV
/DZQ$HUDWLRQ
/DZQ%URDG/HDI:HHG&RQWURO
'DWH3DOP7ULPPLQJ ;
7UHH7ULPPLQJ ;;
7UHH3UXQQLQJ ;
7UHH6WDNLQJFKHFNHGZHHNO\;;;;;;;;;;;;
7UHHDQG3DOP)HUWLOL]DWLRQ ;
*URXQG&RYHU'HWDLO ;;;;;;;;;;;;
:HHG&RQWURO ;;;;;;;;;;;;
3UXQLQJ6KUXEVDVQHHGHG ;;;;;;;;;;;;
6KUXE)HUWLOL]DWLRQ ;;;;
*URXQG&RYHU)HUWLOL]DWLRQ ;;;;
7XUI)HUWLOL]DWLRQ
6XSHUYLVRU,QVSHFWLRQ ;;;;;;;;;;;;
7UDVK3LFNXS ;;;;;;;;;;;;
&XOWLYDWHEDUHDUHDV ;;;;;;;;;;;;
0XOFK&RYHU%DUHDUHDV ;
5RGHQ&RQWURO ;;;;;;;;;;;;
PDQFUHZ;;;;;;;;;;;;
,UULJDWLRQ&KHFN ;;;;;;;;;;;;
6:3333UHYHQWLRQ5HTXLUPHQWV ;
0RQWK,QVSHFWLRQIRUSODQWGLVHDVH ;;;;;;;;;;;;
EXHIBIT B - 2
DR
A
F
T
90
)DFLOLW\DQG0DLQWHQDQFH)$0'$<2)6(59,&(7,0(&5(:
)ULGD\DPSP 1-R\6W
7DVN -$1 )(% 0$5 $35 0$< -81 -8/ $8* 6(3 2&7 129 '(&
/DZQ$UHDV
/DZQ$HUDWLRQ
/DZQ%URDG/HDI:HHG&RQWURO
'DWH3DOP7ULPPLQJ ;
7UHH7ULPPLQJ ;;
7UHH3UXQQLQJ ;
7UHH6WDNLQJFKHFNHGZHHNO\;;;;;;;;;;;;
7UHHDQG3DOP)HUWLOL]DWLRQ ;
*URXQG&RYHU'HWDLO ;;;;;;;;;;;;
:HHG&RQWURO ;;;;;;;;;;;;
3UXQLQJ6KUXEVDVQHHGHG ;;;;;;;;;;;;
6KUXE)HUWLOL]DWLRQ ;;;;
*URXQG&RYHU)HUWLOL]DWLRQ ;;;;
7XUI)HUWLOL]DWLRQ
6XSHUYLVRU,QVSHFWLRQ ;;;;;;;;;;;;
7UDVK3LFNXS ;;;;;;;;;;;;
&XOWLYDWHEDUHDUHDV ;;;;;;;;;;;;
0XOFK&RYHU%DUHDUHDV ;
5RGHQ&RQWURO ;;;;;;;;;;;;
PDQFUHZ;;;;;;;;;;;;
,UULJDWLRQ&KHFN ;;;;;;;;;;;;
6:3333UHYHQWLRQ5HTXLUPHQWV ;
0RQWK,QVSHFWLRQIRUSODQWGLVHDVH ;;;;;;;;;;;;
EXHIBIT B - 3
DR
A
F
T
91
/D6LHUUD '$<2)6(59,&(7,0(&5(:
7XHVGD\ :HGQHVGD\DPSP
DPSP ,QGLDQD$YH5LYHUVLGH&$
7DVN -$1 )(% 0$5 $35 0$< -81 -8/ $8* 6(3 2&7 129 '(&
/DZQ$UHDV
/DZQ$HUDWLRQ
/DZQ%URDG/HDI:HHG&RQWURO
'DWH3DOP7ULPPLQJ ;
7UHH7ULPPLQJ ;;
7UHH3UXQQLQJ ;
7UHH6WDNLQJFKHFNHGZHHNO\;;;;;;;;;;;;
7UHHDQG3DOP)HUWLOL]DWLRQ ;
*URXQG&RYHU'HWDLO ;;;;;;;;;;;;
:HHG&RQWURO ;;;;;;;;;;;;
3UXQLQJ6KUXEVDVQHHGHG ;;;;;;;;;;;;
6KUXE)HUWLOL]DWLRQ ;;;;
*URXQG&RYHU)HUWLOL]DWLRQ ;;;;
7XUI)HUWLOL]DWLRQ
6XSHUYLVRU,QVSHFWLRQ ;;;;;;;;;;;;
7UDVK3LFNXS ;;;;;;;;;;;;
&XOWLYDWHEDUHDUHDV ;;;;;;;;;;;;
0XOFK&RYHU%DUHDUHDV ;
5RGHQ&RQWURO ;;;;;;;;;;;;
PDQFUHZ;;;;;;;;;;;;
,UULJDWLRQ&KHFN ;;;;;;;;;;;;
6:3333UHYHQWLRQ5HTXLUPHQWV ;
0RQWK,QVSHFWLRQIRUSODQWGLVHDVH ;;;;;;;;;;;;
EXHIBIT B - 4
DR
A
F
T
92
3HGOH\-XUXSD9DOOH\'$<2)6(59,&(7,0(&5(:
7XHVGD\DPSP 3HGOH\5RDG5LYHUVLGH&$
7DVN -$1 )(% 0$5 $35 0$< -81 -8/ $8* 6(3 2&7 129 '(&
/DZQ$UHDV
/DZQ$HUDWLRQ
/DZQ%URDG/HDI:HHG&RQWURO
'DWH3DOP7ULPPLQJ
7UHH7ULPPLQJ ;;
7UHH3UXQQLQJ ;
7UHH6WDNLQJFKHFNHGZHHNO\;;;;;;;;;;;;
7UHHDQG3DOP)HUWLOL]DWLRQ ;
*URXQG&RYHU'HWDLO ;;;;;;;;;;;;
:HHG&RQWURO ;;;;;;;;;;;;
3UXQLQJ6KUXEVDVQHHGHG ;;;;;;;;;;;;
6KUXE)HUWLOL]DWLRQ ;;;;
*URXQG&RYHU)HUWLOL]DWLRQ ;;;;
7XUI)HUWLOL]DWLRQ
6XSHUYLVRU,QVSHFWLRQ ;;;;;;;;;;;;
7UDVK3LFNXS ;;;;;;;;;;;;
&XOWLYDWHEDUHDUHDV ;;;;;;;;;;;;
0XOFK&RYHU%DUHDUHDV ;
5RGHQ&RQWURO ;;;;;;;;;;;;
PDQFUHZ;;;;;;;;;;;;
,UULJDWLRQ&KHFN ;;;;;;;;;;;;
6:3333UHYHQWLRQ5HTXLUPHQWV ;
0RQWK,QVSHFWLRQIRUSODQWGLVHDVH ;;;;;;;;;;;;
EXHIBIT B - 5
DR
A
F
T
93
5LYHUVLGH'RZQWRZQ '$<2)6(59,&(7,0(&5(:
7KXUVGD\ )ULGD\DPSP
DPSP 9LQH6WUHHW5LYHUVLGH&$
7DVN -$1 )(% 0$5 $35 0$< -81 -8/ $8* 6(3 2&7 129 '(&
/DZQ$UHDV
/DZQ$HUDWLRQ
/DZQ%URDG/HDI:HHG&RQWURO
'DWH3DOP7ULPPLQJ ;
7UHH7ULPPLQJ ;;
7UHH3UXQQLQJ ;
7UHH6WDNLQJFKHFNHGZHHNO\;;;;;;;;;;;;
7UHHDQG3DOP)HUWLOL]DWLRQ ;
*URXQG&RYHU'HWDLO ;;;;;;;;;;;;
:HHG&RQWURO ;;;;;;;;;;;;
3UXQLQJ6KUXEVDVQHHGHG ;;;;;;;;;;;;
6KUXE)HUWLOL]DWLRQ ;;;;
*URXQG&RYHU)HUWLOL]DWLRQ ;;;;
7XUI)HUWLOL]DWLRQ
6XSHUYLVRU,QVSHFWLRQ ;;;;;;;;;;;;
7UDVK3LFNXS ;;;;;;;;;;;;
&XOWLYDWHEDUHDUHDV ;;;;;;;;;;;;
0XOFK&RYHU%DUHDUHDV ;
5RGHQ&RQWURO ;;;;;;;;;;;;
PDQFUHZ ;;;;;;;;;;;;
,UULJDWLRQ&KHFN ;;;;;;;;;;;;
6:3333UHYHQWLRQ5HTXLUPHQWV ;
0RQWK,QVSHFWLRQIRUSODQWGLVHDVH ;;;;;;;;;;;;
EXHIBIT B - 6
DR
A
F
T
94
+XQWHU3DUN '$<2)6(59,&(7,0(&5(:
0RQGD\DPSP 0DUERURXJK$YH5LYHUVLGH&$
7DVN -$1 )(% 0$5 $35 0$< -81 -8/ $8* 6(3 2&7 129 '(&
/DZQ$UHDV ;;
/DZQ$HUDWLRQ
/DZQ%URDG/HDI:HHG&RQWURO ;
'DWH3DOP7ULPPLQJ ;
7UHH7ULPPLQJ ;;
7UHH3UXQQLQJ ;
7UHH6WDNLQJFKHFNHGZHHNO\;;;;;;;;;;;;
7UHHDQG3DOP)HUWLOL]DWLRQ ;
*URXQG&RYHU'HWDLO ;;;;;;;;;;;;
:HHG&RQWURO ;;;;;;;;;;;;
3UXQLQJ6KUXEVDVQHHGHG ;;;;;;;;;;;;
6KUXE)HUWLOL]DWLRQ ;;;;
*URXQG&RYHU)HUWLOL]DWLRQ ;;;;
7XUI)HUWLOL]DWLRQ ;;;
6XSHUYLVRU,QVSHFWLRQ ;;;;;;;;;;;;
7UDVK3LFNXS ;;;;;;;;;;;;
&XOWLYDWHEDUHDUHDV ;;;;;;;;;;;;
0XOFK&RYHU%DUHDUHDV ;
5RGHQ&RQWURO ;;;;;;;;;;;;
PDQFUHZ;;;;;;;;;;;;
,UULJDWLRQ&KHFN ;;;;;;;;;;;;
6:3333UHYHQWLRQ5HTXLUPHQWV ;
0RQWK,QVSHFWLRQIRUSODQWGLVHDVH ;;;;;;;;;;;;
EXHIBIT B - 7
DR
A
F
T
95
0RUHQR9DOOH\0DUFK)LHOG '$<2)6(59,&(7,0(&5(:
7XHVGD\DPSP 0HULGLDQ3NZ\5LYHUVLGH&$
7DVN -$1 )(% 0$5 $35 0$< -81 -8/ $8* 6(3 2&7 129 '(&
/DZQ$UHDV
/DZQ$HUDWLRQ
/DZQ%URDG/HDI:HHG&RQWURO
'DWH3DOP7ULPPLQJ
7UHH7ULPPLQJ ;;
7UHH3UXQQLQJ ;
7UHH6WDNLQJFKHFNHGZHHNO\;;;;;;;;;;;;
7UHHDQG3DOP)HUWLOL]DWLRQ ;
*URXQG&RYHU'HWDLO ;;;;;;;;;;;;
:HHG&RQWURO ;;;;;;;;;;;;
3UXQLQJ6KUXEVDVQHHGHG ;;;;;;;;;;;;
6KUXE)HUWLOL]DWLRQ ;;;;
*URXQG&RYHU)HUWLOL]DWLRQ ;;;;
7XUI)HUWLOL]DWLRQ ;;;
6XSHUYLVRU,QVSHFWLRQ ;;;;;;;;;;;;
7UDVK3LFNXS ;;;;;;;;;;;;
&XOWLYDWHEDUHDUHDV ;;;;;;;;;;;;
0XOFK&RYHU%DUHDUHDV ;
5RGHQ&RQWURO ;;;;;;;;;;;;
PDQFUHZ;;;;;;;;;;;;
,UULJDWLRQ&KHFN ;;;;;;;;;;;;
6:3333UHYHQWLRQ5HTXLUPHQWV ;
0RQWK,QVSHFWLRQIRUSODQWGLVHDVH ;;;;;;;;;;;;
EXHIBIT B - 8
DR
A
F
T
96
3HUULV'RZQWRZQ '$<2)6(59,&(7,0(&5(:
:HGQHVGD\DPSP &6WUHHW3HUULV&$
7DVN -$1 )(% 0$5 $35 0$< -81 -8/ $8* 6(3 2&7 129 '(&
/DZQ$UHDV
/DZQ$HUDWLRQ
/DZQ%URDG/HDI:HHG&RQWURO
'DWH3DOP7ULPPLQJ ;;
7UHH7ULPPLQJ ;;
7UHH3UXQQLQJ ;
7UHH6WDNLQJFKHFNHGZHHNO\;;;;;;;;;;;;
7UHHDQG3DOP)HUWLOL]DWLRQ ;
*URXQG&RYHU'HWDLO ;;;;;;;;;;;;
:HHG&RQWURO ;;;;;;;;;;;;
3UXQLQJ6KUXEVDVQHHGHG ;;;;;;;;;;;;
6KUXE)HUWLOL]DWLRQ ;;;;
*URXQG&RYHU)HUWLOL]DWLRQ ;;;;
7XUI)HUWLOL]DWLRQ
6XSHUYLVRU,QVSHFWLRQ ;;;;;;;;;;;;
7UDVK3LFNXS ;;;;;;;;;;;;
&XOWLYDWHEDUHDUHDV ;;;;;;;;;;;;
0XOFK&RYHU%DUHDUHDV ;
5RGHQ&RQWURO ;;;;;;;;;;;;
PDQFUHZ;;;;;;;;;;;;
,UULJDWLRQ&KHFN ;;;;;;;;;;;;
6:3333UHYHQWLRQ5HTXLUPHQWV ;
0RQWK,QVSHFWLRQIRUSODQWGLVHDVH ;;;;;;;;;;;;
EXHIBIT B - 9
DR
A
F
T
97
3HUULV6RXWK '$<2)6(59,&(7,0(&5(:
7KXUVGD\DPSP &DVH5RDG3HUULV&$
7DVN -$1 )(% 0$5 $35 0$< -81 -8/ $8* 6(3 2&7 129 '(&
/DZQ$UHDV
/DZQ$HUDWLRQ
/DZQ%URDG/HDI:HHG&RQWURO
'DWH3DOP7ULPPLQJ ;;
7UHH7ULPPLQJ ;;
7UHH3UXQQLQJ ;
7UHH6WDNLQJFKHFNHGZHHNO\;;;;;;;;;;;;
7UHHDQG3DOP)HUWLOL]DWLRQ ;
*URXQG&RYHU'HWDLO ;;;;;;;;;;;;
:HHG&RQWURO ;;;;;;;;;;;;
3UXQLQJ6KUXEVDVQHHGHG ;;;;;;;;;;;;
6KUXE)HUWLOL]DWLRQ ;;;;
*URXQG&RYHU)HUWLOL]DWLRQ ;;;;
7XUI)HUWLOL]DWLRQ
6XSHUYLVRU,QVSHFWLRQ ;;;;;;;;;;;;
7UDVK3LFNXS ;;;;;;;;;;;;
&XOWLYDWHEDUHDUHDV ;;;;;;;;;;;;
0XOFK&RYHU%DUHDUHDV ;
5RGHQ&RQWURO ;;;;;;;;;;;;
PDQFUHZ;;;;;;;;;;;;
,UULJDWLRQ&KHFN ;;;;;;;;;;;;
6:3333UHYHQWLRQ5HTXLUPHQWV ;
0RQWK,QVSHFWLRQIRUSODQWGLVHDVH ;;;;;;;;;;;;
EXHIBIT B - 10
DR
A
F
T
98
17336.00600\29268990.1
EXHIBIT “C”
COMPENSATION
DR
A
F
T
99
FISCAL YEAR PROJECT COST
FY 2021/22 Landscape Maintenance Services 444,000.00$
FY 2022/23 Landscape Maintenance Services 679,000.00
FY 2023/24 Landscape Maintenance Services 682,000.00
FY 2024/25 Landscape Maintenance Services 694,000.00
FY 2025/26 Landscape Maintenance Services 733,000.00
FY 2026/27 Landscape Maintenance Services 527,000.00
3,759,000.00$
EXHIBIT "C"
COMPENSATION SUMMARY
TOTAL COSTS
EXHIBIT C - 1
DR
A
F
T
100
17336.00600\29268990.1
EXHIBIT “D”
FEDERAL REQUIREMENTS
DR
A
F
T
101
SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT (SCAQMD)
AND
STATE (CALTRANS)
FUNDING REQUIREMENTS
The following additional funding requirements apply depending on the funding source
identified as applicable for a Task Order.
I. SCAQMD REQUIREMENTS
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 seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) 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 clause and shall include in each
such subcontract language similar to this clause.
II. CALTRANS REQUIREMENTS
*Section 2 below is also applicable to FTA Funded Task Orders.
1. Invoices & Payments.
Invoices shall be mailed to Commission’s Contract Administrator at the following address:
Riverside County Transportation Commission
Attention: Accounts Payable
P.O. 12008
Riverside, CA 92502
Payment shall be made for costs incurred by Contractor in performance of the Services. No
advance payment or payment for work not actually performed shall be made under this
Agreement or any Task Order.
2. Cost Principles and Administrative Requirements.
Contractor agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal
Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the
cost allowability of individual items.
Exhibit D - 1
DR
A
F
T
102
Contractor also agrees to comply with federal procedures in accordance with 2 CFR, Part 200,
Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal
Awards.
Any costs for which payment has been made to Contractor that are determined by subsequent
audit to be unallowable under 2 CFR, Part 200 and 48 CFR, Federal Acquisition Regulations
System, Chapter 1, Part 31.000 et seq., are subject to repayment by Contractor to Commission.
All subcontracts in excess of $25,000 shall contain the above provisions.
3. Retention of Records/Audit. For the purpose of determining compliance with Public Contract
Code 10115, et seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et
seq., when applicable and other matters connected with the performance of this Agreement
pursuant to Government Code 8546.7; Contractor, subcontractors, and Commission shall
maintain and make available for inspection all books, documents, papers, accounting records,
and other evidence pertaining to the performance of this Agreement, including but not limited to,
the costs of administering this Agreement. All parties shall make such materials available at their
respective offices at all reasonable times during the Agreement period and for three years from
the date of final payment under this Agreement. The State, State Auditor, Commission, or any
duly authorized representative of the State Government shall have access to any books, records,
and documents of Contractor and it’s certified public accountants (CPA) work papers that are
pertinent to this Agreement for audit, examinations, excerpts, and transactions, and copies
thereof shall be furnished if requested. Subcontracts in excess of $25,000 shall contain this
provision.
4. Accounting System. Contractor and its subcontractors shall establish and maintain an
accounting system and records that properly accumulate and segregate expenditures by line item
for the Services. The accounting system of Contractor and its subcontractors shall conform to
Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs
at interim points of completion, and provide support for reimbursement payment vouchers or
invoices.
5. Travel & Subsistence. Reimbursement for transportation and subsistence costs shall not
exceed the rates specified in the approved Task Order, as may be applicable. In addition, any
payments to Contractor for travel and subsistence expenses claimed for reimbursement or
applied as local match credit shall not exceed rates authorized to be paid exempt non-represented
State employees under current State Department of Personnel Administration (DPA) rules,
unless otherwise authorized by Commission. If the rates invoiced are in excess of those
authorized DPA rates, and Commission has not otherwise approved said rates, then Contractor is
responsible for the cost difference and any overpayments shall be reimbursed to the Commission
on demand.
Exhibit D - 2
DR
A
F
T
103
6. Equipment Purchase
Prior authorization, in writing, by Commission’s Contract Administrator shall be required
before Contractor enters into any unbudgeted purchase order, or subcontract for supplies,
equipment, or services. Contractor shall provide an evaluation of the necessity or desirability of
incurring such costs.
For purchase of any item, service or consulting work not covered in the Cost Proposal and
exceeding $5,000 prior authorization, in writing, by Commission’s Contract Administrator is
required. Three competitive quotations must be submitted with the request for such purchase,
or the absence of bidding must be adequately justified.
Any equipment purchased as a result of this Agreement is subject to the following: Contractor
shall maintain an inventory of all nonexpendable property. Nonexpendable property is defined
as having a useful life of at least two years and an acquisition cost of $5,000 or more. If the
purchased equipment needs replacement and is sold or traded in, Commission shall receive a
proper refund or credit at the conclusion of this Agreement, or if this Agreement is terminated,
Contractor may either keep the equipment and credit Commission in an amount equal to its fair
market value, or sell such equipment at the best price obtainable at a public or private sale, in
accordance with established Commission procedures; and credit Commission in an amount
equal to the sales price. If Contractor elects to keep the equipment, fair market value shall be
determined at Contractor’s expense, on the basis of a competent independent appraisal of such
equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by
Commission and Contractor. If Contractor determines to sell the equipment, the terms and
conditions of such sale must be approved in advance by Commission. 2 CFR, Part 200 requires
a credit to Federal funds when participating equipment with a fair market value greater than
$5,000 is credited to the Project.
All subcontracts in excess $25,000 shall contain the above provisions.
7. National Labor Relations Board Certification.
In accordance with Public Contract Code Section 10296, and by signing this Agreement,
Contractor certifies under penalty of perjury that no more than one final unappealable finding of
contempt of court by a federal court has been issued against Contractor within the immediately
preceding two-year period, because of Contractor’s failure to comply with an order of a federal
court that orders Contractor to comply with an order of the National Labor Relations Board.
8. Nondiscrimination; Statement of Compliance.
Contractor’s signature affixed herein shall constitute a certification under penalty of perjury
under the laws of the State of California that Contractor has, unless exempt, complied with, the
nondiscrimination program requirements of Government Code Section 12990 and Title 2,
California Administrative Code, Section 8103.
During the performance of this Agreement, Contractor and its subcontractors shall not
Exhibit D - 3
DR
A
F
T
104
unlawfully discriminate, harass, or allow harassment against any employee or applicant for
employment because of sex, race, color, ancestry, religious creed, national origin, physical
disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age
(over 40), marital status, and denial of family care leave. Contractor and subcontractors shall
insure that the evaluation and treatment of their employees and applicants for employment are
free from such discrimination and harassment. Contractor and subcontractors shall comply with
the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a-f) et seq.) and the
applicable regulations promulgated there under (California Code of Regulations, Title 2, Section
7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission
implementing Government Code Section 12990 (a-f), set forth in Chapter 5 of Division 4 of Title
2 of the California Code of Regulations, are incorporated into this Contract by reference and
made a part hereof as if set forth in full. Contractor and its subcontractors shall give written
notice of their obligations under this clause to labor organizations with which they have a
collective bargaining or other Agreement.
Exhibit D - 4
DR
A
F
T
105
FTA Requirements – Page 1
FTA FUNDING REQUIREMENTS
The following FTA terms will be incorporated into all Task Orders utilizing FTA funds, unless
otherwise determined in writing by RCTC. As used herein, “RCTC” shall have the same
meaning as the “Commission.” The term “contract” or “Contract” shall have the same meaning
as the “Agreement.”
1. No Obligation by the Federal Government
a. RCTC and Contractor acknowledge and agree that, notwithstanding any concurrence by
the Federal Government in or approval of the solicitation or award of the underlying contract,
absent the express written consent by the Federal Government, the Federal Government is not a
party to this contract and shall not be subject to any obligations or liabilities to the Purchaser,
Contractor, or any other party (whether or not a party to that contract) pertaining to any matter
resulting from the underlying contract.
b. The Contractor agrees to include the above clause in each subcontract financed in whole
or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not
be modified, except to identify the subcontractor who will be subject to its provisions.
2. Program Fraud and False or Fraudulent Statements or Related Acts
a. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies
Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud
Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon
execution of the underlying contract, the Contractor certifies or affirms the truthfulness and
accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to
the underlying contract or the FTA assisted project for which this contract work is being
performed. In addition to other penalties that may be applicable, the Contractor further
acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim,
statement, submission, or certification, the Federal Government reserves the right to impose the
penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the
Federal Government deems appropriate.
b. The Contractor also acknowledges that if it makes, or causes to be made, a false,
fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government
under a contract connected with a project that is financed in whole or in part with Federal
assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government
reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the
Contractor, to the extent the Federal Government deems appropriate.
c. The Contractor agrees to include the above two clauses in each subcontract financed in
whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses
shall not be modified, except to identify the subcontractor who will be subject to the provisions.
Exhibit D - 5
DR
A
F
T
106
FTA Requirements – Page 2
3. Access to Records
The Contractor agrees to the following access to records requirements:
a. To provide RCTC, the FTA Administrator, the Comptroller General of the United States
or any of their authorized representatives access to any books, documents, papers and records of
the Contractor which are directly pertinent to this contract for the purposes of making audits,
examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17
to provide the FTA Administrator or his authorized representatives including any PMO
Contractor access to Contractor's records and construction sites pertaining to a major capital
project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the
programs described at 49 U.S.C. 5307, 5309 or 5311.
b. To make available in the case of a contract for a capital project or improvement, as
defined above and awarded by other than competitive bidding in accordance with 49 U.S.C.
5325(a), records related to the contract to RCTC, the Secretary of Transportation and the
Comptroller General or any authorized officer or employee of any of them for the purposes of
conducting an audit and inspection.
c. To maintain all books, records, accounts and reports required under this contract for a
period of not less than three years after the date of termination or expiration of this contract,
except in the event of litigation or settlement of claims arising from the performance of this
contract, in which case Contractor agrees to maintain same until RCTC, the FTA Administrator,
the Comptroller General, or any of their duly authorized representatives, have disposed of all
such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11).
d. To permit any of the foregoing parties to reproduce by any means whatsoever or to copy
excerpts and transcriptions as reasonably needed.
4. Federal Changes
The Contractor shall at all times comply with all applicable FTA regulations, policies,
procedures and directives, including without limitation those listed directly or by reference in the
Master Agreement between RCTC and FTA, as they may be amended or promulgated from time
to time during the term of this contract. Contractor's failure to so comply shall constitute a
material breach of this contract.
5. Civil Rights
The following requirements apply to the underlying contract:
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42
U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. §
6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and
Federal transit law at 49 U.S.C. § 5332 and 49 CFR part 21, the Contractor agrees that it will not
discriminate against any employee or applicant for employment because of race, color, creed,
Exhibit D - 6
DR
A
F
T
107
FTA Requirements – Page 3
national origin, sex, age, or disability. In addition, the Contractor agrees to comply with
applicable Federal implementing regulations and other implementing requirements FTA may
issue.
(2) Equal Employment Opportunity - The following equal employment opportunity requirements
apply to the underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil
Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the
Contractor agrees to comply with all applicable equal employment opportunity requirements of
U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq .,
(which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended
by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal
Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes,
executive orders, regulations, and Federal policies that may in the future affect construction
activities undertaken in the course of the Project. The Contractor agrees to take affirmative
action to ensure that applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, national origin, sex, or age. Such action
shall include, but not be limited to, the following: employment, upgrading, demotion or transfer,
recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. In addition, the Contractor
agrees to comply with any implementing requirements FTA may issue.
(b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of
1967, as amended, 29 U.S.C. § § 623, Federal transit law at 49 U.S.C. § 5332, the Equal
Employment Opportunity Commission (U.S. EEOC) regulations, “Age Discrimination in
Employment Act,” 29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42
U.S.C. § 6101 et seq., U.S. Health and Human Services regulations, “Nondiscrimination on the
Basis of Age in Programs or Activities Receiving Federal Financial Assistance,” 45 C.F.R. part
90, the Contractor agrees to refrain from discrimination against present and prospective
employees for reason of age. In addition, the Contractor agrees to comply with any implementing
requirements FTA may issue.
(c) Disabilities - In accordance with section 504 of the Rehabilitation Act of 1973, as
amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C.
§ 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq.,
and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate
against individuals on the basis of disability, and that it will comply with the requirements of
U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal
Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining
to employment of persons with disabilities. In addition, the Contractor agrees to comply with any
implementing requirements FTA may issue.
Exhibit D - 7
DR
A
F
T
108
FTA Requirements – Page 4
(3) The Contractor also agrees to include these requirements in each subcontract financed in
whole or in part with Federal assistance provided by FTA, modified only if necessary to identify
the affected parties.
6. FTA Disadvantaged Business Enterprise (DBE) Requirements
A. General DBE Requirements: In accordance with Federal financial assistance agreements
with the U.S. Department of Transportation (U.S. DOT), Commission has adopted a
Disadvantaged Business Enterprise (DBE) Policy and Program, in conformance with Title 49
CFR Part 26, “Participation by Disadvantaged Business Enterprises in Department of
Transportation Programs” (the “Regulations”). This RFP is subject to these stipulated
regulations. In order to ensure that Commission achieves its overall DBE Program goals and
objectives, Commission encourages the participation of DBEs as defined in 49 CFR 26 in the
performance of contracts financed in whole or in part with U.S. DOT funds.
It is the policy of the Commission to:
1. Ensure nondiscrimination in the award and administration of DOT-assisted contracts;
2. Create a level playing field on which DBE’s can compete fairly for DOT-assisted contracts;
3. Ensure that the DBE program is narrowly tailored in accordance with applicable law;
4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted to
participate as DBE’s;
5. Help remove barriers to the participation of DBEs in DOT assisted contracts;
6. To promote the use of DBEs in all types of federally assisted contracts and procurement
activities; and
7. Assist in the development of firms that can compete successfully in the marketplace outside
the DBE program.
B. Discrimination: Consultant shall not discriminate on the basis of race, color, national
origin, or sex in the award and performance of subcontracts. Any terms used herein that are
defined in 49 CFR Part 26, or elsewhere in the Regulations, shall have the meaning set forth in
the Regulations.
C. Commission’s Race-Neutral DBE Program: A Race-Neutral DBE Program is one that,
while benefiting DBEs, is not solely focused on DBE firms. Therefore, under a Race-Neutral
DBE Program, Commission does not establish numeric race-conscious DBE participation goals
on its DOT-assisted contracts. There is no FTA DBE goal on this Project.
Consultant shall not be required to achieve a specific level of DBE participation as a condition of
contract compliance in the performance of this DOT-assisted contract. However, Consultant
Exhibit D - 8
DR
A
F
T
109
FTA Requirements – Page 5
shall adhere to race-neutral DBE participation commitment(s) made at the time of award of any
Task Order (as defined in the Model Contract).
D. Race-Neutral DBE Submissions and Ongoing Reporting Requirements (Post-Award):
For each Task Order proposal, the successful Consultant shall complete and submit to
Commission a “DBE Race-Neutral Participation Listing” in the form provided by Commission.
In the event DBE(s) are utilized in the performance of the Task Order, Consultant shall comply
with applicable reporting requirements.
E. Performance of DBE Subconsultants: DBE subconsultants listed by Consultant in its
“DBE Race-Neutral Participation Listing” submitted at the time of Task Order proposal shall
perform the work and supply the materials for which they are listed, unless Consultant has
received prior written authorization from Commission to perform the work with other forces or
to obtain the materials from other sources. Consultant shall provide written notification to
Commission in a timely manner of any changes to its anticipated DBE participation. This notice
should be provided prior to the commencement of that portion of the work.
F. DBE Certification Status: If a listed DBE subconsultant is decertified during the life of
any Task Order, the decertified subconsultant shall notify Consultant in writing with the date of
decertification. If a non-DBE subconsultant becomes a certified DBE during the life of the Task
Order, the DBE subconsultant shall notify Consultant in writing with the date of certification.
Consultant shall furnish the written documentation to Commission in a timely manner.
Consultant shall include this requirement in all subcontracts.
G. Consultant’s Assurance Clause Regarding Non-Discrimination: In compliance with State and
Federal anti-discrimination laws, Consultant shall affirm that it will not exclude or discriminate
on the basis of race, color, national origin, or sex in consideration of contract award
opportunities. Further, Consultant shall affirm that they will consider, and utilize subconsultants
and vendors, in a manner consistent with non-discrimination objectives.
H. Violations: Failure by the selected Consultant(s) to carry out these requirements shall be a
material breach of the contract to be awarded pursuant to this RFP, which may result in the
termination of the contract or such other remedy as the recipient deems appropriate, which may
include, but is not limited to:
(1) Withholding monthly progress payments;
(2) Assessing sanctions;
(3) Liquidated damages; and/or
(4) Disqualifying the Consultant from future bidding as non-responsible. 49 C.F.R. § 26.13(b).
I. Prompt Payment: Consultant shall pay its subconsultants for satisfactory performance of their
contracts no later than 30 days from receipt of each payment Commission makes to the
Consultant. 49 C.F.R. § 26.29(a), unless a shorter period is provided in the contract.
J. Compliance with DBE Requirements Contained in FTA Provisions: Consultant shall comply
with all DBE reporting and other requirements contained in this Agreement.
Exhibit D - 9
DR
A
F
T
110
FTA Requirements – Page 6
7. Incorporation of Federal Transit Administration (FTA) Terms
The preceding provisions include, in part, certain Standard Terms and Conditions required by
DOT, whether or not expressly set forth in the preceding contract provisions. All contractual
provisions required by DOT, as set forth in FTA Circular 4220.1F are hereby incorporated by
reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be
deemed to control in the event of a conflict with other provisions contained in this Agreement.
The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any
RCTC requests which would cause RCTC to be in violation of the FTA terms and conditions.
8. ADA Access Requirements
The Contractor shall comply with all applicable requirements of the Americans with Disabilities
Act of 1990 (ADA), 42 USC Section 12101 et seq; Section 504 of the Rehabilitation Act of
1973, as amended, 29 USC Section 794; 49 USC Section 5301(d).
9. Fly America
.
The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance
with the General Services Administration's regulations at 41 CFR Part 301-10, which provide
that recipients and sub recipients of Federal funds and their contractors are required to use U.S.
Flag air carriers for U.S. Government-financed international air travel and transportation of their
personal effects or property, to the extent such service is available, unless travel by foreign air
carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit,
if a foreign air carrier was used, an appropriate certification or memorandum adequately
explaining why service by a U.S. flag air carrier was not available or why it was necessary to use
a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly
America requirements. The Contractor agrees to include the requirements of this section in all
subcontracts that may involve international air transportation.
10. Cargo Preference - Use of United States-Flag Vessels
The Contractor agrees:
1. To use privately owned United States-Flag commercial vessels to ship at least 50
percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo
liners, and tankers) involved, whenever shipping any equipment, material, or
commodities pursuant to the underlying contract to the extent such vessels are
available at fair and reasonable rates for United States-Flag commercial vessels;
2. To furnish within 20 working days following the date of loading for shipments
originating within the United States or within 30 working days following the date of
leading for shipments originating outside the United States, a legible copy of a rated,
"on-board" commercial ocean bill-of -lading in English for each shipment of cargo
described in the preceding paragraph to the Division of National Cargo, Office of
Market Development, Maritime Administration, Washington, DC 20590 and to the
FTA recipient (through the Contractor in the case of a subcontractor's bill-of-lading.)
Exhibit D - 10
DR
A
F
T
111
FTA Requirements – Page 7
3. To include these requirements in all subcontracts issued pursuant to this contract
when the subcontract may involve the transport of equipment, material, or
commodities by ocean vessel.
11. Buy America
The following shall apply unless otherwise specified in a Task Order request.
The Contractor agrees to comply with 49 U.S.C. 5323(j) and 49 CFR Part 661, which provide
that Federal funds may not be obligated unless steel, iron, and manufactured products used in
FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA
or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7.
Separate requirements for rolling stock are set out at 5323(j)(2)(C) and 49 CFR 661.11. Rolling
stock not subject to a general waiver must be manufactured in the United States and have a 60
percent domestic content.
Contractor must submit to RCTC the appropriate Buy America certification with all bids on
FTA-funded contracts (including Task Orders), except those subject to a general waiver. Bids or
offers that are not accompanied by a completed Buy America certification must be rejected as
nonresponsive.
12. Employment Provisions
To the extent applicable to the Services, Consultant shall comply with the following:
A. Equal Employment Opportunity — Consultant must comply with Executive Order 11246 (3
CFR, 1964–1965 Comp., p. 339), “Equal Employment Opportunity,” as amended by Executive
Order 11375 (3 CFR, 1966–1970 Comp., p. 684), “Amending Executive Order 11246 Relating to
Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR chapter 60,
“Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department
of Labor.”
B. Copeland “Anti-Kickback” Act (18 U.S.C. 874 and 40 U.S.C. 276c) — Consultant must
comply with the Copeland “Anti-Kickback” Act (18 U.S.C. 874), as supplemented by
Department of Labor regulations (29 CFR Part 3, “Consultants and Subconsultants on Public
Building or Public Work Financed in Whole or in Part by Loans or Grants from the United
States”). The Act provides that each contractor or subrecipient must be prohibited from inducing,
by any means, any person employed in the construction, completion, or repair of public work, to
give up any part of the compensation to which he is otherwise entitled. The Commission shall
report all suspected or reported violations to the responsible DOE contracting officer.
C. Contact Work Hours and Safety Standards Act (40 U.S.C. 327–333) — Consultant must
comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40
U.S.C. 327–333), as supplemented by Department of Labor regulations (29 CFR Part 5). Under
Section 102 of the Act, each Consultant is required to compute the wages of every mechanic and
Exhibit D - 11
DR
A
F
T
112
FTA Requirements – Page 8
laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work
week is permissible provided that the worker is compensated at a rate of not less than 11/2 times
the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of
the Act is applicable to construction work and provides that no laborer or mechanic is required to
work in surroundings or under working conditions which are unsanitary, hazardous or dangerous.
These requirements do not apply to the purchases of supplies or materials or articles ordinarily
available on the open market, or contracts for transportation or transmission of intelligence.
D. Davis-Bacon Act (40 U.S.C. 276a) — Consultant shall comply with the Davis-Bacon Act (40
U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR Part 5).
13. Release of Retainage
No retainage will be withheld by the RCTC from progress payments due Contractor. Retainage
by Contractor or subconsultants is prohibited, and no retainage will be held by the prime
consultant from progress due subconsultants. Any violation of this provision shall subject the
violating Contractor or subconsultants to the penalties, sanctions, and other remedies specified in
Section 7108.5 of the California Business and Professions Code. This requirement shall not be
construed to limit or impair any contractual, administrative, or judicial remedies, otherwise
available to Contractor or subconsultant in the event of a dispute involving late payment or
nonpayment by Contractor or deficient subconsultant performance, or noncompliance by a
subconsultant.
14. Termination for Convenience
RCTC may terminate the Agreement for convenience in accordance with the terms of the
Agreement.
After such termination, the Contractor shall submit a final termination settlement proposal to
RCTC as directed. If the Contractor fails to submit a proposal within the time allowed, RCTC
may determine, on the basis of information available, the amount, if any due the Contractor
because of the termination and shall pay the amount determined. After the Contractor’s proposal
is received, RCTC and Contractor shall negotiate a fair and equitable settlement and the contract
will be modified to reflect the negotiated agreement. If agreement cannot be reached, RCTC
may issue a final determination and pay the amount determined. If the Contractor does not agree
with this final determination or the determination resulting from the lack of timely submission of
a proposal, the Contractor may appeal under the Disputes clause.
15. Administrative and Contractual Remedies on Breach; Termination for Cause
a. The Contractor may be declared in breach of this Agreement (“Breach”) if the Contractor
fails to make delivery of the supplies or to perform the services within the time specified herein
or any extension thereof; or if the Contractor fails to perform any of the other provisions of the
contract, or so fails to make progress as to endanger performance of this contract in accordance
with its terms. In case of any of the foregoing, RCTC shall notify the Contractor of the Breach,
and the Contractor shall have a period of ten (10) days (or such longer period as RCTC may
authorize in writing) after receipt of notice from RCTC to cure the Breach.
Exhibit D - 12
DR
A
F
T
113
FTA Requirements – Page 9
b. RCTC may, by written notice of termination to the Contractor specifying the effective
date thereof, terminate the whole or any part of this contract, in the case of a Breach that is not
cured within the timeframe set forth in (a) above (“Uncured Breach”).
c. If the contract is terminated in whole or in part for an Uncured Breach, RCTC may
procure upon such terms and in such manner as RCTC may deem appropriate, supplies or
services similar to those so terminated, or may complete the services with its own forces. The
Contractor shall be liable to RCTC for any excess costs for such similar supplies or services, and
for any other costs incurred by RCTC as a result of the Uncured Breach. The Contractor shall
continue the performance of this contract to the extent not terminated under the provisions of this
clause.
d. Except with respect to defaults of Subcontractors, the Contractor shall not be liable for
any excess costs if the failure to perform the contract arises out of causes beyond the control and
without the fault or negligence of the Contractor. If the failure to perform is caused by the
default of a Subcontractor, and if such default arises out of causes beyond the control of both the
Contractor and the Subcontractor, and without the fault or negligence of either of them, the
Contractor shall not be liable for any excess costs for failure to perform, unless the supplies or
services to be furnished by the Subcontractor were obtainable from other sources in sufficient
time to permit the Contractor to meet the required project completion schedule.
e. Payment for completed services or supplies delivered to and accepted by RCTC shall be
at the contract price. RCTC may withhold from amounts otherwise due the Contractor for such
completed services or supplies such sum as RCTC determines to be necessary to protect RCTC
against loss because of outstanding liens of claims of former lien holders, or to reimburse RCTC
for any other costs related to the Uncured Breach.
f. If, after notice of termination of this contract for cause, it is determined for any reason
that an Uncured Breach did not exist, the rights and obligations of the parties shall be the same as
if the notice of termination had been issued pursuant to the provisions for termination for
convenience of RCTC.
g. The rights and remedies of RCTC provided in this clause shall not be exclusive and are in
addition to any other rights and remedies provided by law, equity or under this contract
including, but not limited to, the right to specific performance.
h. Notwithstanding the above, RCTC may, without providing an opportunity to cure,
terminate the contract in accordance with the timeframe set forth in Section 3.4 of the contract, if
RCTC determines such action is in its best interest based on the nature of the Breach. Such
actions shall not limit any of RCTC’s remedies set forth above.
16.Disputes
a.Except as otherwise provided in this Agreement, any dispute concerning a question of
fact arising under this Agreement which is not disposed of by supplemental agreement shall be
Exhibit D - 13
DR
A
F
T
114
FTA Requirements – Page 10
decided by RCTC’s Deputy Executive Director, who shall reduce the decision to writing and
mail or otherwise furnish a copy thereof to the Contractor. The decision of the RCTC Deputy
Executive Director shall be final and conclusive unless, within thirty (30) days from the date of
receipt of such copy, Contractor mails or otherwise furnishes to the RCTC Deputy Executive
Director a written appeal addressed to RCTC's Executive Director. The decision of RCTC
Executive Director or duly authorized representative for the determination of such appeals shall
be final and conclusive.
b.The provisions of this Paragraph shall not be pleaded in any suit involving a question of
fact arising under this Agreement as limiting judicial review of any such decision to cases where
fraud by such official or his representative or board is alleged, provided, however, that any such
decision shall be final and conclusive unless the same is fraudulent or capricious or arbitrary or
so grossly erroneous as necessarily to imply bad faith or is not supported by substantial evidence.
In connection with any appeal proceeding under this Paragraph, the Contractor shall be afforded
an opportunity to be heard and to offer evidence in support of its appeal.
c.Pending final decision of a dispute hereunder, Contractor shall proceed diligently with
the performance of this Agreement and in accordance with the decision of RCTC's Deputy
Executive Director. This "Disputes" clause does not preclude consideration of questions of law
in connection with decisions provided for above. Nothing in this Agreement, however, shall be
construed as making final the decision of any RCTC official or representative on a question of
law, which questions shall be settled in accordance with the laws of the State of California.
17.Lobbying
See the Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying
Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors
who apply or bid for an award of $100,000 or more shall file the certification required by 49
CFR part 20, "New Restrictions on Lobbying.” Each tier certifies to the tier above that it will
not and has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a member of
Congress, officer or employee of Congress, or an employee of a member of Congress in
connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C.
1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act
of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to
that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded
from tier to tier up to the recipient. The Offeror shall complete and submit with its bid/proposal
the attached Certification Regarding Lobbying, and if applicable, the Standard Form-LLL,
“Disclosure Form to Report Lobbying.”
18.Energy Conservation
The Contractor agrees to comply with mandatory standards and policies relating to energy
efficiency which are contained in the state energy conservation plan issued in compliance with
the Energy Policy and Conservation Act.
Exhibit D - 14
DR
A
F
T
115
FTA Requirements – Page 11
19. Clean Water
a. The Contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The
Contractor agrees to report each violation to RCTC and understands and agrees that RCTC will,
in turn, report each violation as required to assure notification to FTA and the appropriate EPA
Regional Office.
b. The Contractor further agrees that:
(1) It will not use any violating facilities;
(2) It will report the use of facilities placed on or likely to be placed on the U.S. EPA “List of
Violating Facilities;”
(3) It will report violations of use of prohibited facilities to FTA; and
(4) It will comply with the inspection and other requirements of the Clean Air Act, as amended,
(42 U.S.C. §§ 7401 – 7671q); and the Federal Water Pollution Control Act as amended, (33
U.S.C. §§ 1251-1387).
The Contractor also agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in part with Federal assistance provided by FTA.
20. Clean Air
a. The Contractor agrees to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor
agrees to report each violation to RCTC and understands and agrees that RCTC will, in turn,
report each violation as required to assure notification to FTA and the appropriate EPA Regional
Office.
b. The Contractor further agrees that:
(1) It will not use any violating facilities;
(2) It will report the use of facilities placed on or likely to be placed on the U.S. EPA “List of
Violating Facilities;”
(3) It will report violations of use of prohibited facilities to FTA; and
(4) It will comply with the inspection and other requirements of the Clean Air Act, as amended,
(42 U.S.C. §§ 7401 – 7671q); and the Federal Water Pollution Control Act as amended, (33
U.S.C. §§ 1251-1387).
c. The Contractor also agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in part with Federal assistance provided by FTA.
21. Recycled Products
Recovered Materials - The Contractor agrees to comply with all the requirements of Section
6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962),
including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order
Exhibit D - 15
DR
A
F
T
116
FTA Requirements – Page 12
12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part
247.
21.Safe Operation of Motor Vehicles
Pursuant to Federal Executive Order No. 13043, “Increasing Seat Belt Use in the United States,”
April 16, 1997, 23 U.S.C. Section 402 note, FTA encourages each third party contractor to adopt
and promote on-the-job seat belt use policies and programs for its employees and other personnel
that operate company owned, rented, or personally operated vehicles, and to include this
provision in each third party subcontract involving the project.
a. The Contractor is encouraged to adopt and promote on-the-job seat belt use policies and
programs for its employees and other personnel that operate company-owned vehicles, company-
rented vehicles, or personally operated vehicles. The terms “company-owned” and “company-
leased” refer to vehicles owned or leased either by the Contractor or RCTC.
b. The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes
caused by distracted drivers, including policies to ban text messaging while using an electronic
device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle
Contactor owns, leases, or rents, or a privately-owned vehicle when on official business in
connection with the work performed under this contract.
Exhibit D - 16
DR
A
F
T
117
RCTC COMMUTER RAIL STATIONS AND FACILITIES
LANDSCAPE MAINTENANCE SERVICES AGREEMENT
TROPICAL PLAZA NURSERY INC.
GARY RATLIFF –Facilities Administrator
1
COMMISSION RAIL STATIONS AND FACILITIES
2
•RIVERSIDE DOWNTOWN
STATION
•PEDLEY/JURUPA VALLEY
•RIVERSIDE-LA SIERRA
•CORONA-WEST
•CORONA-NORTH MAIN
•OPERATIONS CONTROL CENTER
•RIVERSIDE-HUNTER PARK
•MORENO VALLEY/MARCH
FILED
•PERRIS-DOWNTOWN
•PERRIS-SOUTH
•RIVERSIDE-LA SIERRA
EXPANSION BUS DEPOT
•TOLL -FACILITY AND
MAINTENANCE BUILDING
(FAM)
LANDSCAPE MAINTENANCE SERVICES
3
•PRUNING
•WEEDING
•PLANTING
•MOWING TURF
•TREE TRIMMING
•IRRIGATION REPAIR
•AESTHETIC ACTIVITIES
RIVERSIDE DOWNTOWN
LANDSCAPE RENOVATION PROJECT –FALL 2021
WATER SAVINGS GALLONS
PER WEEK -2,006.40
PER MONTH -8,627.52
PER YEAR -24,076.80
ESTIMATED PERCENTAGE SAVINGS 61.62%
4
AFTER
BEFORE
PROCUREMENT PROCESS
5
•RFP released August 12, 2021
•Press Enterprise & Planetbids
•Emails to 77 Firms
•20 downloads, 2 Riverside Firms
•Received 2 proposals
STAFF RECOMMENDATION
01/21/2021
6
Recommend award of a 5-year contract to Tropical Plaza,
Inc. for $3,759,000 for Landscape Maintenance Services
•Includes $2,641,792 for routine landscape maintenance
services.
•Also includes $1,117,208 for Drought Tolerant landscaping
and Irrigation Improvement projects as grant funds are
available
Thank you
7
Questions?
TO: Riverside County Transportation Commission
FROM: Lisa Mobley, Clerk of the Board
DATE: October 20, 2021
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 the 91 Express Lanes Operator Agreement
Consultant(s): Cofiroute USA, LLC
Tawnya Freund, COO
200 Spectrum Center Drive, Suite 1650
Irvine, CA 92618
Agenda Item No. 9 - Agreement for Landscape Maintenance Services for the Commission-Owned
Commuter Rail Stations and Toll Facilities
Consultant(s): Tropical Plaza Nursery, Inc.
Leslie T. Fields, President
9642 Santiago Boulevard
Villa Park, CA 92861
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS
COMMITTEE
ROLL CALL
OCTOBER 25, 2021
Present Absent
County of Riverside, District I X
County of Riverside, District V X
City of Corona X
City of Eastvale X
City of Hemet X
City of Jurupa Valley X
City of Menifee X
City of Moreno Valley X
City of Murrieta X
City of Norco X
City of Perris X
City of Wildomar X