Loading...
HomeMy Public PortalAbout08 August 22, 2011 Western Riverside County Programs & Projects1'Y1iY1- u._)(?... c — GUp() / RECORDS RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE MEETING AGENDA TIME: 1:30 p.m. DATE: Monday, August 22, 2011 LOCATION: BOARD ROOM County of Riverside Administrative Center 4080 Lemon Street, First Floor, Riverside COMMITTEE MEMBERS s Darcy Kuenzi, Chair / Wallace Edgerton, City of Menifee Adam Rush, Vice Chair / Ike Bootsma, City of Eastvale Bob Botts / Don Robinson, City of Banning Karen Spiegel / Steve Nolan, City of Corona Frank Johnston / Micheal Goodland, City of Jurupa Valley Marcelo Co / Richard Stewart, City of Moreno Valley Berwin Hanna / Kathy Azevedo, City of Norco Daryl Busch / Al Landers, City of Perris Scott Miller / Andrew Kotyuk, City of San Jacinto Ben Benoit / Timothy Walker, City of Wildomar Bob Buster, County of Riverside, District I Marion Ashley, County of Riverside, District V 1/4P. STAFF Anne Mayer, Executive Director John Standiford, Deputy Executive Director AREAS OF RESPONSIBILITY a1 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. Comments are welcomed by the Committee. If you wish to provide comments to the Committee, please complete and submit a Speaker Card to the Clerk of the Board. RIVERSIDE COUNTY TRANSPORTA TION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE www.rctc.org AGENDA* *Actions may be taken on any item listed on the agenda 1:30 p.m. Monday, August 22, 2011 BOARD ROOM County Administrative Center 4080 Lemon Street, First Floor Riverside, California In compliance with the Brown Act and Government Code Section 54957.5, agenda materials distributed 72 hours prior to the meeting, which are public records relating to open session agenda items, will be available for inspection by members of the public prior to the meeting at the Commission office, 4080 Lemon Street, Third Floor, Riverside, CA, and on the Commission's website, www.rctc.org. In compliance with the Americans with Disabilities Act and Government Code Section 549542, if you need special assistance to participate in a Committee meeting, please contact the Clerk of the Board at (951) 787-7141. Notification of at least 48 hours prior to meeting time will assist staff in assuring that reasonable arrangements can be made to provide accessibility at the meeting. 1. CALL TO ORDER 2. PLEDGE OF ALLEGIANCE 3. ROLL CALL 4. PUBLIC COMMENTS - Each individual speaker is limited to speak three (3) continuous minutes or less. The Committee may, either at the direction of the Chair or by majority vote of the Committee, waive this three minute time limitation. Depending on the number of items on the Agenda and the number of speakers, the Chair may, at his/her discretion, reduce the time of each speaker to two (2) continuous minutes. Also, the Committee may terminate public comments if such comments become repetitious. In addition, the maximum time for public comment for any individual item or topic is thirty (30) minutes. Speakers may not yield their time to others without the consent of the Chair. Any written documents to be distributed or presented to the Committee shall be submitted to the Clerk of the Board. This policy applies to Public Comments and comments on Agenda Items. Western Riverside County Programs and Projects Committee August 22, 2011 Page 2 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. 5. APPROVAL OF MINUTES - JUNE 27, 2011 6. 7. 8. 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.) CONSIDERATION OF TRANSPORTATION ENHANCEMENT FUNDS FOR THE B CANYON WILDLIFE CROSSING Overview This item is for the Committee to: 1) Approve $3.1 million of regional Transportation Enhancement (TE) funds for the B Canyon wildlife crossing project, and 2) Forward to the Commission for final action. EXTENSION OF TASK ORDERS ISSUED TO ON -CALL RIGHT OF WAY CONSULTANTS Overview This item is for the Committee to: 1) Approve Agreement No. 07-72-026-40, Amendment No. 3 to Agreement No. 07-72-026-00, with Overland Pacific and Cutler, Inc. (OPC) and Agreement No. 07-72-027-26, Amendment No. 3 to Agreement No. 07-72-027-00, with Epic Land Solutions, Inc. (Epic) to extend the term of the agreements to enable the consultants to complete the right of way components of certain highway and rail projects assigned to them, as identified in the attachment; 2) Authorize staff to extend the term of current task orders for OPC and Epic and to issue the pending task orders for OPC, as identified in the attachment, for the additional amount of $751,600, plus a 10 percent cost contingency of $75,160, for a total additional cost of $826,760; Western Riverside County Programs and Projects Committee August 22, 2011 Page 3 3) Authorize the Executive Director to further extend the term of the agreements and related task orders as the corresponding future project schedule revisions may require; and 4) Forward to the Commission for final action. 9. ADVANCE AGREEMENTS WITH SOUTHERN CALIFORNIA EDISON, AT&T, SOUTHERN CALIFORNIA GAS CO., AND QUESTAR FOR ADVANCED ENGINEERING AND MATERIAL PROCUREMENT FOR SCHEDULE CRITICAL UTILITY RELOCATIONS FOR THE STATE ROUTE 91 CORRIDOR IMPROVEMENT PROJECT Overview This item is for the Committee to: 1) Authorize the Executive Director to execute advance agreements with Southern California Edison (SCE), AT&T, Southern California Gas Co. (SoCalGas), and Questar, pursuant to legal counsel review, for advanced engineering and material procurement for utility relocations for the State Route 91 Corridor Improvement Project (SR -91 CIP) for a combined amount of $2,070,000, plus a contingency amount of $330,000, for a total not to exceed amount of $2.4 million; 2) Authorize the Executive Director to approve contingency work up to the total not to exceed amount as may be required for these future utility relocation agreements for advanced engineering and material procurement; and 3) Forward to the Commission for final action. 10. SURPLUS OF REAL PROPERTY LOCATED AT LA SIERRA AVENUE AND INDIANA AVENUE IN THE CITY OF RIVERSIDE Overview This item is for the Committee to: 1) Declare the real property located at La Sierra Avenue and Indiana Avenue as surplus; 2) Authorize staff to initiate the 60 -day public agency notification period and, if no interest is expressed, authorize the Executive Director to offer the surplus property for sale; and 3) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee August 22, 2011 Page 4 11. AMENDMENT TO COMMISSION'S RAIL PROGRAM SHORT RANGE TRANSIT PLANS Overview This item is for the Committee to: 1) Amend the Commission's Commuter Rail Program's FY 2009/10, FY 2010/11, and FY 2011/12 Short Range Transit Plans (SRTPs) to reflect the allocation of $5.2 million in Federal Transit Administration (FTA) Section 5309 program funds to the Southern California Regional Rail Authority's (SCRRA) Rehabilitation and Renovation project and deobligation of $3,877,300 in FTA Section 5307 program funds from the SCRRA Rehabilitation and Renovation project; 2) Amend the Commission's Commuter Rail Program's FY 2008/09 and FY 2009/10 SRTPs to reflect deobligation of $216,000 in Local Transportation Fund (LTF) funds and $279,000 in State Transit Assistance (STA) funds for the Station Rehabilitation and Preventative Maintenance Plan (Station Plan) and reallocation of $100,000 in STA funds from the Station Plan to the Perris Multimodal Facility construction project; 3) Amend the Commission's Commuter Rail Program's FY 2004/2005, FY 2008/09 and FY 2010/11 SRTPs to reflect deobligation of $1,575,000 in LTF funds from the SCRRA rolling stock purchase and reallocation of $1,575,000 in Proposition 1B Public Transportation Modernization, Improvement, and Service Enhancement Account (PTMISEA) funds from the Station Plan, Operations Control Center, and La Sierra Parking Lot Expansion projects to the SCRRA rolling stock purchase; 4) Amend the Commission's Commuter Rail Program's FY 2008/09, FY 2009/10, FY 2010/11, and FY 2011/12 SRTPs to reflect the reallocation of PTMISEA funds of $724,268 from the La Sierra Station Parking Lot Expansion project and $635,847 from the Station Plan to the Perris Valley Line CCTV and Operations Control Center projects; 5) Approve budget adjustments to increase revenues for FY 2010/11 and FY 2011/12 in the amount of $1,490,476 and $100,000, respectively; and 6) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee August 22, 2011 Page 5 12. AGREEMENT WITH UNIVERSAL PROTECTION SERVICE TO PROVIDE SECURITY GUARD SERVICES FOR FIVE COMMISSION -OWNED COMMUTER RAIL STATIONS Overview This item is for the Committee to: 1) Award Agreement No. 11-24-057-00 to Universal Protection Service for security guard services at the five Commission -owned commuter rail stations for a three-year term, and two one-year options in the amount of $5,367,382, plus a contingency amount of $536,718, for a total amount not to exceed $5,904,100; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement, including option years, on behalf of the Commission; and 3) Forward to the Commission for final action. 13. AMENDMENT TO AGREEMENT WITH OWEN DESIGN GROUP, INC. TO PROVIDE CONSTRUCTION MANAGEMENT SERVICES FOR THE PERRIS MULTIMODAL FACILITY Overview This item is for the Committee to: 1) Approve Agreement No. 08-33-011-04, Amendment No. 4 to Agreement No. 08-33-01 1-00, with Owen Design Group, Inc. (Owen Group) for construction management services for the Perris Multimodal (PMM) Facility in an amount not to exceed $100,000; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; 3) Approve a FY 2011/12 expenditure budget increase of $100,000 related to the PMM Facility construction management; and 4) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee August 22, 2011 Page 6 14. AGREEMENT WITH SUNESYS, LLC TO PROVIDE FIBER OPTIC CONNECTIONS AND/OR INFRASTRUCTURE TO LINK THE PEDLEY STATION TO THE - DOWNTOWN RIVERSIDE STATION Overview This item is for the Committee to: 1) Award Agreement No. 11-25-132-00 to Sunesys, LLC for fiber optic connections to link the Pedley Station to the Downtown Riverside Station for a five-year term for an amount not to exceed $72,000; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. 15. TIGER DISCRETIONARY GRANTS: STATE ROUTE 91 CORRIDOR IMPROVEMENT PROJECT Overview This item is for the Committee to: 1) Direct staff to prepare a grant and Transportation Infrastructure Finance and Innovation ACT (TIFIA) letter of interest (LOI) submittal package to U.S. Department of Transportation (U.S. DOT) for the SR -91 Corridor Improvement Project (SR -91 CIP); 2) Authorize the Executive Director to submit the grant application and TIFIA LOI; and 3) Forward to the Commission for final action. 16. IOWA AVENUE GRADE SEPARATION PROJECT Overview This item is for the Committee to: 1) Allocate $6 million in federal Congestion Mitigation Air Quality (CMAQ) and/or Surface Transportation Program (STP) funds to the city of Riverside (Riverside) in support of the Iowa Avenue grade separation project to front Proposition 1B Trade Corridor Improvement Fund (TCIF) funds; 2) Approve Agreement No. 12-67-009-00 with Riverside for reimbursement of TCIF/CMAQ/STP funds; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 4) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee August 22, 2011 Page 7 17. COMMISSIONERS / STAFF REPORT Overview This item provides the opportunity for the Commissioners and staff to report on attended and upcoming meeting/conferences and issues related to Commission activities. 18. ADJOURNMENT AND NEXT MEETING The next Western Riverside County Programs and Projects Committee meeting is scheduled to be held at 1:30 p.m., Monday, September 26, 2011, Board Chambers, First Floor, County Administrative Center, 4080 Lemon Street, Riverside. AGENDA ITEM 5 MINUTES RIVERSIDE COUNTY TRANSPORTA TION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE Monday, June 27, 2011 MINUTES 1. CALL TO ORDER The meeting of the Western Riverside County Programs and Projects Committee was called to order by Chair Darcy Kuenzi at 1:31 p.m., in the Board Room at the County of Riverside Administrative Center, 4080 Lemon Street, First Floor, Riverside, California, 92501. 2. PLEDGE OF ALLEGIANCE At this time, Commissioner Bob Botts led the Western Riverside County Programs and Projects Committee in a flag salute. 3. ROLL CALL Members/Alternates Present Members Absent Marion Ashley Ben Benoit Bob Botts Daryl Busch Bob Buster Marcelo Co Berwin Hanna Andrew Kotyuk Darcy Kuenzi Adam Rush Karen Spiegel* *Arrived after the meeting was called to order 4. PUBLIC COMMENTS There were no requests to speak from the public. 5. APPROVAL OF MINUTES - APRIL 25 AND MAY 23, 2011 M/S/C (Busch/Hanna) to approve the minutes as submitted. RCTC WRC Programs and Projects Committee Minutes June 27, 2011 Page 2 6. ADDITIONS/REVISIONS Chair Darcy Kuenzi noted that there was a revision to Agenda Item No. 8, "Agreement with Vendsight, Inc. to Provide a Station Advertising Revenue Program". 7. AMENDMENT TO AGREEMENT WITH CALLAN MANAGEMENT COMPANY DBA WESTERN AREA SECURITY SERVICES Greg Moore, Procurement and Assets Manager, presented an overview of the terms of the amendment to the agreement with Callan Management Company dba Western Area Security Services. M/S/C (Botts/Benoit) to: 1) Approve Agreement No. 06-25-071-05, Amendment No. 5 to Agreement No. 06-25-071-00, with Callan Management Company dba Western Area Security Services (WASS) to provide security guard services at the five Commission -owned commuter rail stations in an amount not to exceed $ 150,000; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. At this time, Commissioner Karen Spiegel arrived at the meeting. 8. AGREEMENT WITH VENDSIGHT, INC. TO PROVIDE A STATION ADVERTISING REVENUE PROGRAM Sheldon Peterson, Rail Manager, presented an overview of the terms of the agreement with Vendsight, Inc. to provide a station advertising revenue program, noting the Commission has final approval of all advertisements placed at the stations. In response to Chair Kuenzi's question regarding graffiti removal, Sheldon Peterson stated graffiti removal is fully addressed in the advertising policy. M/S/C (Busch/Ashley) to: 1) Award Agreement No. 11-24-029-00 to Vendsight, Inc. to provide services associated with the development, management, and maintenance of a station advertising revenue program for a five-year term, and one five-year option to extend the agreement; RCTC WRC Programs and Projects Committee Minutes June 27, 2011 Page 3 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement, including the option term, on behalf of the Commission; and 3) Forward to the Commission for final action. 9. PROPOSITION 1B PUBLIC TRANSPORTATION MODERNIZATION, IMPROVEMENT, AND SERVICE ENHANCEMENT ACCOUNT SUPPORTING RESOLUTION FOR THE COMMISSION'S COMMUTER RAIL PROGRAM Sheldon Peterson presented a brief overview of Proposition 1B Public Transportation Modernization, Improvement, and Service Enhancement Account supporting resolution for the Commission's Commuter Rail Program. M/S/C (Kotyuk/Botts) to: 1) Adopt Resolution No. 11-012, "Resolution of the Riverside County Transportation Commission Authorizing the Execution of the Certifications and Assurances for the Public Transportation Modernization, Improvement, and Service Enhancement Account Bond Program"; and 2) Forward to the Commission for final action. 10. FISCAL YEAR 2011/12 MEASURE A COMMUTER ASSISTANCE BUSPOOL SUBSIDY FUNDING CONTINUATION REQUESTS Jillian Edmiston, Staff Analyst, presented a brief overview of the details of the fiscal year 2011/12 Measure A commuter assistance buspool subsidy funding continuation requests. M/S/C (Hanna/Benoit) to: 1► Authorize payment of $1,645/month maximum subsidy per buspool for the period July 1, 2011 to June 30, 2012 to the existing Corona, Mira Loma, and Riverside buspools; 2) Require subsidy recipients to meet monthly buspool reporting requirements as supporting documentation to receive payments; and 3) Forward to the Commission for final action. RCTC WRC Programs and Projects Committee Minutes June 27, 2011 Page 4 11. FISCAL YEAR 2011/12 AGREEMENTS FOR REGIONAL RIDESHARE SERVICES Brian Cunanan, Commuter Assistance Manager, presented an overview of the terms of the fiscal year 2011/12 agreements for regional rideshare services. M/S/C (Busch/Kotyuk) to: 1) Approve Agreement No. 11-41-140-00 with the San Bernardino Associated Governments (SANBAG) as part of the Commission's continuing bi-county partnership with SANBAG to deliver commuter/employer rideshare services, regional ridematching services, and operation of an Inland Empire 511 (1E511) system for FY 2011/12; 2) Approve Agreement No. 10-41-029-02, Amendment No. 2 to Agreement No. 10-41-029-00, with SANBAG to clarify the reimbursement relationship regarding the FY 2010/11 rideshare/IE511 agreement; 3) Approve the following agreements for regional ridematching services: • Agreement No. 09-41-075-02, Amendment No. 2 to Agreement No. 09-41-075-00, with the Los Angeles County Metropolitan Transportation Authority (Metro); • Agreement No. 11-41-139-00 with the Orange County Transportation Authority (OCTA); and • Agreement No. 06-41-082-06, Amendment No. 6 to Agreement No. 06-41-082-00, with the Ventura County Transportation Commission (VCTC); 4) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 5) Forward to the Commission for final action. 12. AMENDMENTS TO FREEWAY SERVICE PATROL AGREEMENTS Brian Cunanan presented an overview of the terms of the amendments to freeway service patrol agreements. M/S/C (Busch/Kotyuk) to: 1) Approve Amendment No. 07-45-134-03, Amendment No. 3 to Agreement No. 07-45-134-00, with Pepe's Towing to provide freeway service patrol (FSP) services on Beat No. 4 in the amount of $ 180,000; RCTC WRC Programs and Projects Committee Minutes June 27, 2011 Page 5 2) Approve Amendment No. 06-45-046-04, Amendment No. 4 to Agreement No. 06-45-046-00, with Tri-City Towing to provide FSP services for Beat No. 8 in the amount of $ 100,000 and to increase the term of the agreement through December 31, 2011; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; and 4) Forward to the Commission for final action. Abstain: Ashley 13. COMMISSIONERS / STAFF REPORT 13A. Anne Mayer announced Greg Moore will be leaving the Commission to pursue a career at the University of California, Santa Barbara. 13B. Anne Mayer announced the final Perris Valley Line environmental impact report will be presented for certification and project approval at the July Commission meeting. 13C. Anne Mayer announced the Committee meetings in July may be cancelled. The Clerk of the Board will keep the Commissioners posted as to the status of the meetings. 14. ADJOURNMENT There being no further business for consideration by the Western Riverside County Programs and Projects Committee, the meeting was adjourned at 1:58 p.m. The next meeting of the Western Riverside County Programs and Projects Committee is scheduled for July 25, 2011 at 1:30 p.m. Respectfully submitted, Jennifer Harmon Clerk of the Board AGENDA ITEM 7 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: August 22, 2011 TO: Western Riverside County Programs and Projects Committee FROM: Cathy Bechtel, Project Development Director THROUGH: John Standiford, Deputy Executive Director SUBJECT: Consideration of Transportation Enhancement Funds for the Canyon Wildlife Crossing B TECHNICAL ADVISORY COMMITTEE AND STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve $3.1 million of regional Transportation Enhancement (TE) funds for the B Canyon wildlife crossing project, and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: The Commission has been working closely with Caltrans, the Western Riverside County Regional Conservation Authority, local agencies and wildlife agencies to develop a project to address the need for an improved wildlife crossing in the Corona area. Past and present transportation improvements on State Route 91 have incrementally degraded opportunities for north -south wildlife movement in the area and piecemeal mitigation on a project -by -project basis has not adequately addressed the cumulative impacts that have resulted. Additionally, it is not reasonable for any one project to carry the burden for these cumulative impacts. The proposed B Canyon wildlife crossing project is a holistic approach toward mitigating the cumulative impacts of these projects within this environmentally sensitive area. Improvements to an existing culvert under SR -91 east of the Green River Road interchange will allow connection between the Cleveland National Forest with the Santa Ana River, Chino Hills State Park, and Prado Basin and allow for a critical wildlife crossing in the area. The TE program provides Federal Highway Administration funds to projects that strengthen the cultural, aesthetic, or environmental value of our transportation system. The intent of the program is to fund special or additional activities not normally required on a transportation project. TE delivery has been problematic statewide and locally due to many factors such as: Agenda Item 7 1 • Difficulty completing the environmental process in a timely manner; • Request for Authorization (RFA) or obligation process; • Requirement for California Conservation Corps involvement, if feasible; and • Allocation and award deadlines. The anticipated cost of the total project is approximately $8.1 million. Caltrans District 8 has submitted an application for $5 million of Interregional Transportation Improvement Program (ITIP) TE funds for this project, which is the maximum amount that Caltrans can apply for through the ITIP TE program. The $5 million will cover all of the support costs associated with the project and a portion of the construction capital. Construction of this project is proposed to be programmed in FY 2016/17 and will be closely coordinated with the Commission's SR -91 Corridor Improvement Project. California Transportation Commission staff has indicated that TE programming in the 2012 STIP will be more restrictive in an effort to ensure projects are programmed and delivered so that amendments and extensions are minimized. Since many TE projects tend to be in environmental sensitive areas or impact historical areas/buildings, project sponsors need to spend more resources developing the environmental document and technical studies. Caltrans is willing to be the lead agency and will have a better advantage at delivering this wildlife crossing project. Staff recommends that the remaining balance of $3.1 million for the project be funded with regional TE funds. There is no fiscal impact as these funds will not pass through the Commission but to Caltrans as the lead agency. Agenda Item 7 2 AGENDA ITEM 8 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: August 22, 2011 TO: Western Riverside County Programs and Projects Committee FROM: Min Saysay, Right of Way Manager THROUGH: Marlin Feenstra, Project Delivery Director SUBJECT: Extension of Task Orders Issued to On -Call Right of Way Consultants STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve Agreement No. 07-72-026-40, Amendment No. 3 to Agreement No. 07-72-026-00, with Overland Pacific and Cutler, Inc. (OPC) and Agreement No. 07-72-027-26, Amendment No. 3 to Agreement No. 07-72-027-00, with Epic Land Solutions, Inc. (Epic) to extend the term of the agreements to enable the consultants to complete the right of way components of certain highway and rail projects assigned to them, as identified in the attachment; 2) Authorize staff to extend the term of current task orders for OPC and Epic and to issue the pending task orders for OPC, as identified in the attachment, for the additional amount of $751,600, plus a 10 percent cost contingency of $75,160, for a total additional cost of $826,760; 3) Authorize the Executive Director to further extend the term of the agreements and related task orders as the corresponding future project schedule revisions may require; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: On September 14, 2006, the Commission authorized the award of Agreement No. 07-72-026-00 to OPC and Agreement No. 07-72-027-00 to Epic to perform right of way acquisition, relocation, and related services on an on -call basis. Previously selected on the basis of responses to a competitive request for proposals issued on June 13, 2006, OPC and Epic were awarded these agreements for an initial period of three years with two one-year extension options. Both agreements will expire on September 15, 201 1 . Task orders have been issued to OPC and Epic under the terms of both agreements for the performance of critical right of way components of various highway and rail projects. Agenda Item 8 3 The work covered by the majority of these task orders has been completed satisfactorily prior to agreement expiration. A request for proposals is expected to be issued on or before September 6, 2011, to secure new right of way services agreements competitively under an independent procurement process. However, as summarized on the attachment, several existing as well as pending task orders aggregating $1,254,420 and $826,760, respectively, for certain projects are anticipated to be completed after the term of the existing agreements. These projects are far enough along that a change in consultants at this point would result in substantial extra costs. Amounts for these task orders have been included in the FY 2011/12 budget. Both consultants have agreed to (1) reduce the profit component of their hourly billings by 30 percent and (2) waive their contractual right under the existing agreements to increase their hourly rates on an annual basis for work billed under these task orders. Staff recommends the approval of the term extensions of the agreements in order to complete existing and to issue pending task orders as listed in the attachment. Additionally, staff recommends that the Executive Director be authorized to approve further term extensions to the agreements as future project schedule revisions may require. Financial Information Yes FY 2011/12 $592,680 In Fiscal Year Budget: N/A Year: FY 2012/13 + Amount: 234,080 1989 Measure A Highway and Rail Source of Funds: 2009 Measure A Highway Budget Adjustment: No TUMF, TCRP, STIP-RIP 003005 81403 00013 222 31 81401 003009 81403 00013 222 31 81401 GL/Project Accounting No.: 003015 81403 00013 222 31 81401 003023 81403 00013 262 31 81401 003824 81403 00073 221 33 81401 Fiscal Procedures Approved: a4i-dat Date: 08/16/1 1 Attachment: List summarizing existing and pending task orders Agenda Item 8 4 Project Name Scope of Work Unexpended Amount on Existing Task Orders Additional Amount For Pending Task Orders Needed to Close Out Projects Expected Completion Date Overland, Pacific and Cutler, Inc. SR -91 HOV Construction Coordination, Closeout $270,183 $112,500 4/31/2014 SR -74/I-215 Interchange Reconstruct Lake Perris Village sign, remediate soundwall, utility coordination, ROW Services 876 62,600 6/30/2012 SR -74 Curve Realignment ROW Acquisition Services 8,980 49,100 4/31/2013 1-215 Central ROW and Utility Coordination Services 69,390 227,400 4/31/2016 BNSF 4th Main Acquisition and Relocation Services 109,579 300,000 12/31/2012 Total OPC $459,008 $751,600 Epic Land Solutions, Inc. (term extensions only) Rail Property Management MWD Negotiations $1,716 12/31/2011 Perris Valley Line Utility and Outdoor Sign Relocation 320,044 12/31/2012 Perris Valley Line Acquisition and Relocation 340,108 12/31/2012 Perris MMF Acquisition and Relocation 13,591 12/31/2011 Perris Valley Line Perris Valley Line Potholing 47,313 12/31/2011 3/31/2012 Easement to Fee Conversion in Perris 11,024 Perris Valley Line 5th/ 6th Street Vacation in Perris 36,400 12/31/2012 Rail Property Management 9th Street Vacation in Downtown Riverside 23,500 12/31/2011 Total Epic $795,412 Grand Total $1,254,420 $751,600 10% Contingency 75,160 Grand Total with Contingency $826,760 5 AGENDA ITEM 9 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: August 22, 2011 TO: Western Riverside County Programs and Projects Committee FROM: Michael Blomquist, Toll Program Director THROUGH: Anne Mayer, Executive Director SUBJECT: Advance Agreements with Southern California Edison, AT&T, Southern California Gas Co., and Questar for Advanced Engineering and Material Procurement for Schedule Critical Utility Relocations for the State Route 91 Corridor Improvement Project STAFF RECOMMENDATION: This item is for the Committee to: 1) Authorize the Executive Director to execute advance agreements with Southern California Edison (SCE), AT&T, Southern California Gas Co. (SoCalGas), and Questar, pursuant to legal counsel review, for advanced engineering and material procurement for utility relocations for the State Route 91 Corridor Improvement Project (SR -91 CIP) for a combined amount of $2,070,000, plus a contingency amount of $330,000, for a total not to exceed amount of $2.4 million; 2) Authorize the Executive Director to approve contingency work up to the total not to exceed amount as may be required for these future utility relocation agreements for advanced engineering and material procurement; and 3) Forward to the Commission for final action. BACKGROUND INFORMATION: Staff continues to work toward timely completion of the SR -91 CIP to widen the SR -91 freeway through Corona and extend the 91 Express Lanes by advancing several work phases concurrently. These concurrent work phases include preliminary engineering, environmental permitting, right-of-way acquisition, and design -build (final design, construction, and utility relocation). To maintain the project's construction schedule, staff and its design build project and construction manager (PCM) have identified certain schedule -critical activities related to right-of-way acquisition, railroad coordination, procurement of a design - build contractor, and the relocation of utilities impacted by the SR -91 CIP. Staff continues to actively advance each of these schedule -critical activities. Agenda Item 9 6 Environmental permitting is planned to be completed by the summer of 2012. Construction, including utility relocations, can begin only after the environmental permitting and state and federal project approvals are in place. However, utility relocation work that is not actual construction, such as advanced engineering and material procurement, can proceed in advance of obtaining environmental permits. Staff, through its PCM, has identified 74 utility locations potentially impacted by the SR -91 CIP owned by five utility companies: SCE, AT&T, SoCalGas, Time Warner, and Questar. Staff has developed an action plan to minimize the risk of cost and schedule delay due to these utility relocations. Staff has coordinated with each of the utility companies to verify utility locations within the project area. Further, staff and its PCM located each potential utility conflict in the field (pothole) and developed a utility conflict matrix including an estimated cost to relocate each utility. Additionally, staff and its PCM continue to work with each utility company to develop a project utility agreement to detail the roles and responsibilities of each party, and the cost and schedule to relocate each utility impacted by the SR -91 CIP, and other items. Through discussions with the utility companies it was determined that if certain schedule -critical activities, such as advanced engineering and material procurement, could start prior to obtaining environmental permits, it would reduce the risk of a future construction schedule delay. By executing advance agreements with each utility company, other than Time Warner, for advanced engineering and material procurement, each utility company could start advanced engineering and material procurement of long lead time items (e.g. large, steel electrical poles). The estimated costs for utility relocations, and advanced engineering and procurement are shown in Table 1. TABLE 1 - Advanced Engineering and Material Procurement Costs Utility Estimated Relocation Advanced Engineering (10%) Advanced Material Procurement Total Advanced Agreement SCE $3,000,000 $300,000 $750,000 $1,050,000 AT&T 2,500,000 250,000 400,000 650,000 SoCalGas 1,100,000 110,000 150,000 260,000 Questar 1,100,000 110,000 0 110,000 TOTAL $7,700,000 $770,000 $1,300,000 $2,070,000 Benefits and/or justifications of advancing the detailed engineering and the procurement of long -lead time materials through advanced agreements include: Agenda Item 9 7 • The technical documents developed with the utility companies will provide design build contractors bidding with additional information for all the utility conflicts which reduces cost risk to the Commission and the design build contractor. • Early communication with utility companies to accomplish advanced design and material procurement will foster mutual cooperation and conflict coordination which will reduce schedule risk to the project. Some examples include: 1. SCE structures at Sherman and Lincoln may require FAA approval due to the FAA height limitation requirements to span the widened SR -91. Engaging SCE earlier will provide time for FAA approvals, if required; 2. Relocation of the SCE distribution line at the SR -91/I-15 interchange is complex, requires agreements with BNSF Railroad and the Riverside County Flood Control and Water Conservation District, and would benefit from advance agreement; and 3. SCE steel structures, SoCalGas regulator vault, and AT&T communications cabinets have a procurement lead time of 12 to 18 months which could be started earlier with advanced engineering and material procurement. • Reaching earlier agreement with utility companies on relocation plans, technical information, and advanced procurement can reduce bid costs by reducing the perceived overall utility risk by a design build contractor. Staff is seeking to execute advance agreements with the four utility companies in Table 1 which would be limited in scope to payment of funds to the utility company for advanced engineering and material procurement. Separately, a more comprehensive project utility agreement is being negotiated with each utility company to address all issues related to utility relocations between the utility company and the Commission. Staff will return to the Commission requesting approval of each of these project utility agreements. The cost of these advance utility agreements is included in the current FY 2011/12 budget. Staff recommends the Commission authorize the Executive Director to: • Execute advance agreements with SCE, AT&T, SoCalGas, and Questar, pursuant to legal counsel review, for utility relocation advanced engineering and material procurement for the SR -91 CIP for a combined amount of $2,070,000, plus a contingency amount of $330,000 for a total not to exceed amount of $2.4 million. • Approve contingency work up to the total not to exceed amount as may be required for these advance utility relocation agreements for advanced engineering and material procurement. Agenda Item 9 8 Financial Information In Fiscal Year Budget: Yes Year: FY 2011/12 Amount: $2,400,000 Source of Funds: 2009 Measure A Western County Highway, 2010 Bond Proceeds Budget Adjustment: No GLA No.: 003028 81603 00000 0000 262 31 81603 Fiscal Procedures Approved: •`, Date: 08/16/11 Agenda Item 9 9 AGENDA ITEM 10 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: August 22, 2011 TO: Western Riverside County Programs and Projects Committee FROM: Min Saysay, Right of Way Manager THROUGH: Marlin Feenstra, Project Delivery Director SUBJECT: Surplus of Real Property Located at La Sierra Avenue and Indiana Avenue in the City of Riverside STAFF RECOMMENDATION: This item is for the Committee to: 1) Declare the real property located at La Sierra Avenue and Indiana Avenue as surplus, 2) Authorize staff to initiate the 60 -day public agency notification period and, if no interest is expressed, authorize the Executive Director to offer the surplus property for sale; and 3) Forward to the Commission for final action. BACKGROUND INFORMATION: Staff is in the process of identifying Commission -owned real estate that is not needed for future projects and is not income generating. Such real estate assets may be declared surplus and sold in accordance with state regulations and the Commission's policies and procedures. One such asset is a portion of the real property located at the intersection of La Sierra Avenue and Indiana Avenue in the city of Riverside and depicted in the attachment. This property was acquired in its entirety from Riverside Community College in February 2003. Previously, the Commission leased a portion of the property to construct and operate the La Sierra Station. The property consists of four assessor parcel numbers (APNs) with a total area of approximately 21 acres. The station improvements are located on 11 of those acres. The Commission has a proposed project to add 500 parking spaces, comprising an additional 5 acres. The remaining areas total approximately 5 acres and are the portions of the property that staff recommends to be declared surplus. These remaining two areas are five to ten feet below street grade. One of the areas is currently used as a detention basin. In order to bring these sites to a Agenda Item 10 10 developable condition, a large quantity of dirt would need to be imported and subsurface drainage would need to be installed. In compliance with state regulations and the Commission's policies and procedures, staff has secured an appraisal of the proposed surplus property, based on its highest and best use. Staff will initiate the 60 -day public agency notification period required by state regulations, which require that public agencies notify the city and county of jurisdiction, and other named public entities, when a property has been declared surplus and may be purchased. If no interest is expressed, the Commission may offer the surplus property for sale in the open market. The fiscal impact will be determined upon disposition of the surplus property. Financial Information In Fiscal Year Budget: No Year: FY 2011/12 Amount: $0 Source of Funds: Sale Proceeds Budget Ad ustment: No GLA No.: 334003-416-41608-0000 221-33-42003 Fiscal Procedures Approved: \ ?<,r,a4 Date: 08/15/11 Attachment: Map Depicting Proposed Surplus Property Agenda Item 10 11 Proposed Surplus Parcels at La Sierra Station AGENDA ITEM 11 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: August 22, 2011 TO: Western Riverside County Programs and Projects Committee FROM: Henry Nickel, Staff Analyst Sheldon Peterson, Rail Manager THROUGH: Robert Yates, Multimodal Services Director SUBJECT: Amendment to Commission's Rail Program Short Range Transit Plans STAFF RECOMMENDATION: This item is for the Committee to: 1) Amend the Commission's Commuter Rail Program's FY 2009/10, FY 2010/11, and FY 2011/12 Short Range Transit Plans (SRTPs) to reflect the allocation of $5.2 million in Federal Transit Administration (FTA) Section 5309 program funds to the Southern California Regional Rail Authority's (SCRRA) Rehabilitation and Renovation project and deobligation of $3,877,300 in FTA Section 5307 program funds from the SCRRA Rehabilitation and Renovation project; 2) Amend the Commission's Commuter Rail Program's FY 2008/09 and FY 2009/10 SRTPs to reflect deobligation of $216,000 in Local Transportation Fund (LTF) funds and $279,000 in State Transit Assistance (STA) funds for the Station Rehabilitation and Preventative Maintenance Plan (Station Plan) and reallocation of $100,000 in STA funds from the Station Plan to the Perris Multimodal Facility construction project; 3) Amend the Commission's Commuter Rail Program's FY 2004/2005, FY 2008/09 and FY 2010/11 SRTPs to reflect deobligation of $1,575,000 in LTF funds from the SCRRA rolling stock purchase and reallocation of $1,575,000 in Proposition 1B Public Transportation Modernization, Improvement, and Service Enhancement Account (PTMISEA) funds from the Station Plan, Operations Control Center, and La Sierra Parking Lot Expansion projects to the SCRRA rolling stock purchase; 4) Amend the Commission's Commuter Rail Program's FY 2008/09, FY 2009/10, FY 2010/11, and FY 2011/12 SRTPs to reflect the reallocation of PTMISEA funds of $724,268 from the La Sierra Station Parking Lot Expansion project and $635,847 from the Station Plan to the Perris Valley Line CCTV and Operations Control Center projects; 5) Approve budget adjustments to increase revenues for FY 2010/11 and FY 2011/12 in the amount of $1,490,476 and $100,000, respectively; and 6) Forward to the Commission for final action. Agenda Item 11 13 BACKGROUND INFORMATION: The SRTPs include plans for the Commission's Regional Commuter Rail Program and provide detailed information about existing services and facilities, financial forecasts and plans, as well as planned and proposed improvements to be implemented. The Commission oversees transit service in Riverside County primarily through the approval of SRTPs that detail the operating and capital costs planned for transit services. Each operator adopts such a plan and then provides data to the Commission on performance. As SRTPs are based upon estimates of future projects, it is necessary to subsequently amend these documents upon completion or changes to specified projects and circumstances. The Rail Program is thus requesting amendments to its FY 2004/05, FY 2008/09, FY 2009/10, FY 2010/11, and FY 2011/12 Commuter Rail SRTPs in order to: • Cleanup unused funds through reallocation and deobligation; • Use federal and state grant funds to preserve local funds; and • Protect lapsing grant funds. FY 2009/10, FY 2010/11, and FY 2011/12 SRTP Proposed Amendment At its September 8, 2010 meeting, the Commission amended the FY 2009/10 SRTP to reflect the substitution of $9.975 million in Measure A funds for FTA 5309 funds applied to the balance of the SCRRA Metrolink rail car option #3 purchase of seven cars. The approved FY 2009/10, FY 2010/11, and FY 2011/12 SRTPs included allocation of a total of $3,877,300 in FTA Section 5307 program funds to the SCRRA Rehabilitation and Renovation project. Due in part to the September 8, 2010 amendment, SCRRA maintains unexpended federal Section 5309 funds of the Commission totaling $5.2 million. The Rail Program is now requesting approva► to substitute the Section 5307 portion of the funding on SCRRA project with the unexpended Section 5309 funds scheduled to lapse unless programmed within a grant by September 30, 2011. The balance of Section 5309 funds will be applied to future capital obligations under the corresponding grant application. As these FTA funds are claimed and managed directly by SCRRA there is no fiscal impact to the Commission budget. Funding Year From To Amount SCRRA Rehabilitation: FTA 5309 Multiple Unobligated Current $3,877,300 Future $1,322,700 FY2009/10 $1,396,600 FTA 5307 FY2010/11 SCRRA Rehabilitation Deobligation for future use $1,224,700 FY201 1 /12 $1,256,000 Agenda Item 11 14 FY 2008/09 and FY 2009/10 SRTP Proposed Amendment The approved FY2008/09 and FY 2009/10 SRTPs included allocation of a total of $216,000 in LTF funds and $379,000 in STA funds for the Station Plan that have not been expended. This project has now concluded. The Rail Program is now requesting approval to reallocate $100,000 in STA funds to the Perris Multimodal Facility construction project. The LTF balance and the $279,000 STA balance will be deobligated from the Station Plan so they may be used elsewhere in the Rail Program at a future date. A FY 2011/12 budget adjustment to increase revenues $100,000 is required. Funding Year From To Amount LTF FY2009/10 Station Rehabilitation Plan Deobligation for future use $216,000 STA FY2008/09 $279,000 STA Perris Multimodal Facility $100,000 FY 2004/05, FY 2008/09, and FY 2010/11 SRTP Proposed Amendment At its April 13, 2005 meeting, the Commission approved an expanded base order of four train cars or one locomotive and two train cars for an additional amount of $7,875,000 for the 91 Line/IEOC Line/Perris Valley Line for delivery within three years. Staff requested $6.3 million in Commuter Rail FTA Section 5309 funding and $1,575,000 in LTF funds. The procurement is now complete. The Rail Program is requesting approval to substitute the LTF portion of the funding with existing PTMISEA funds of $84,524 from the La Sierra Station Parking Lot Expansion project, anticipated PTMISEA funds of $200,000 from the Operations Control Center project, and anticipated PTMISEA funds of $1,290,476 from the Station Plan that will not be used as those project phases are complete. The anticipated PTMISEA funds relate to Proposition 1B allocations that have been approved but are pending funding through the state's bond sale anticipated for this fall. A corresponding FY 2010/11 budget adjustment to increase revenues $1,490,476 is required. Payment for the rail cars will occur upon receipt of the PTMISEA funds. Funding Year From To Amount Prop 1B FY2010/11 Station Rehabilitation Plan Rail Car Procurement $1,290,476 Prop 1B FY2010/1 1 Operations Control Center $200,000 Prop 1B FY2008/09 La Sierra Parking Expansion $84,524 LTF FY2004/05 Rail Car Procurement Deobligation for future use $1,575,000 Agenda Item 11 15 FY 2008/09, FY 2009/10, FY 2010/11, and FY 2011/12 SRTP Proposed Amendment The approved FY 2008/09 and 2009/10 SRTPs included allocations of $870,637 in PTMISEA funds to the La Sierra Station Parking Lot Expansion project and $684,000 in PTMISEA funds to the Station Plan. The current phases of these projects are now complete. The Rail Program is requesting approval to reallocate the remaining balances of these funds for use on the FY 2011/12 Perris Valley Line CCTV and FY 2010/11 Operations Control Center projects. No budget adjustments are necessary, as the project expenditures will be incurred subsequent to FY 2011/12. Funding Year From To Amount Prop 1B FY2008/09 La Sierra Parking Expansion Perris Valley Line CCTV & Operations Control Center $724,268 Prop 1B FY2009/10 Station Rehabilitation Plan $635,847 Financial Information No FY 2010/11 $1,490,476 Yes FY 2010/11 $ 84,524 In Fiscal Year Budget: No Years: FY 2011/12 Amount: $ 100,000 N/A FY 2012/13+ $1,360,115 Yes (*) Source of Funds: Prop 1B, LTF, STA, and FTA Budget Adjustment: No Yes (* * ) N/A FY 2010/11 254199 415 41507 103 25 41502 $1,490,476* (Rail Prop 1B revenues) GLA No.: FY 2011/12 002204 97001 241 62 97001 $100,000** (STA transfer out) 003816 59001 221 33 59001 $100,000** (Rail capital transfer in) Fiscal Procedures Approved: ,,✓vA Date: 08/17/11 Agenda Item 11 16 AGENDA ITEM 12 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: August 22, 2011 TO: Western Riverside County Programs and Projects Committee FROM: Sheldon Peterson, Rail Manager THROUGH: Robert Yates, Multimodal Services Director SUBJECT: Agreement with Universal Protection Service to Provide Security Guard Services for Five Commission -Owned Commuter Rail Stations STAFF RECOMMENDATION: This item is for the Committee to: 1) Award Agreement No. 11-24-057-00 to Universal Protection Service for security guard services at the five Commission -owned commuter rail stations for a three-year term, and two one-year options in the amount of $5,367,382, plus a contingency amount of $536,718, for a total amount not to exceed $5,904,100; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement, including option years, on behalf of the Commission; and 3) Forward to the Commission for final action. BACKGROUND INFORMATION: Since the Commission first opened the commuter rail stations, it has provided 24 -hour security guard services to protect life and property. The security guards are required to serve a number of roles in the field and the quality, dependability, and effectiveness of the security guards are a direct reflection on the Commission. The guard force is often the only representative of both the Commission and Metrolink at the stations on a regular basis. In that role they are expected to be alert and aware of all safety and security concerns, and also by default, to be good ambassadors at the stations. On a daily basis, the guards assist riders with ticketing, determining schedules, directing riders to the appropriate trains, platforms, and buses as necessary. In addition, they protect the Commission's property as well as keep an eye on the hundreds of parked cars at the stations. Transportation security is a national top priority and the security guard force is the most direct means for the Commission to secure the stations. Several significant improvements have been made to the security process at the stations based on a detailed security assessment that was completed in 2010. Some of the Agenda Item 12 17 improvements include expanded staffing for observing the security cameras, additional afternoon/late night supervision, increased reporting, an electronic tour of duty monitoring system, security carts, and expanded tracking and database system. The contract with Western Area Security Services (WASS) has been in place for 10 years. Recently the contract was amended for a six-month period in order for staff to undertake a competitive procurement of a new contract for security services. Procurement Process The Commission generally utilizes the low -bid methodology for scopes of services that are complete and clearly delineated, where price is the only relevant factor that could distinguish qualified firms. The low -bid procurement precludes Commission staff from discussing a vendor's approach to performing the required services with any potential bidder. When the Commission must rely on a vendor to provide safety related services, factors other than price must be considered. For these types of services, a firm's capacity, performance history, qualifications, experience, and approach are relevant considerations in the procurement process. A negotiated procurement, or request for proposals (RFP), affords staff the opportunity to evaluate and discuss price and other technical factors with proposers. Accordingly, staff issued RFP No. 11-24-057-00 to secure services from a qualified firm to provide security guard services for the five Commission - owned commuter rail stations — Downtown Riverside, La Sierra, North Main Corona, Pedley, and West Corona. The RFP was released by staff and advertised on March 1, 2011. The weighted factor method of source selection was determined by staff to be the most appropriate for this procurement, as it allows the Commission to identify the most advantageous proposal with price and other technical factors considered. Non - price factors used to evaluate the proposers under this RFP included elements such as experience, qualifications of the firms and personnel, and the firms' relative ability to respond to the requirements set forth under the terms of the RFP. Price comprised 40% of the maximum possible points under the evaluation criteria. A pre -proposal conference was held at the Commission's office on March 10 and twelve firms attended. Commission staff responded to all questions submitted by potential proposers prior to the March 17 deadline. Twenty-three firms submitted responsible and responsive proposals prior to the April 4 submittal deadline. Utilizing the evaluation criteria set forth in the RFP, the twenty-three firms were evaluated and scored by an evaluation committee comprised of Commission staff, Bechtel staff, and a representative from the Los Angeles County Sheriff's Department who serves as Metrolink's police force. Scoring was based entirely upon the evaluation criteria set forth in the RFP. Agenda Item 12 18 Based on the evaluation committee's assessment of the written proposals, and pursuant to the terms of the RFP, the evaluation committee shortlisted and invited five firms to the interview phase of the evaluation and selection process. The shortlisted firms included: • All Nation Security Services, Inc. (All Nation) • American Guard Services, Inc. • Contact Security, Inc. • Universal Protection Service (Universal) • Western Area Security Services (WASS) Interviews with the above referenced firms were conducted on May 17, and, as a result, the evaluation committee proceeded to invite All Nation, Universal, and WASS to a best and final offer phase to achieve the most competitive pricing from each firm. A subsequent teleconference was held with each of the three firms to clarify remaining concerns. Based on the foregoing procurement process, the respective evaluation ranking, inclusive of pricing, is as follows: Firm Overall Rank Price Price Rank Universal Protection Service 1 $5,367,381 2 Western Area Security Services 2 $5,642,366 3 All Nation Security Services, Inc. 3 $4,306,677 1 Universal offered the most advantageous combination of relevant qualifications, experience, approach, understanding, and pricing. The technical, non -price factors that earned Universal the highest score were related to its past performance based on reference checks, experience, and qualifications, including its experience in providing security to Metrolink at Union Station. Pricing was evaluated based upon the firms' fixed labor rates for security guard services. Universal ranked second of the three firms as to price. Based on the stated criteria, Universal earned the highest evaluation score. Accordingly, the evaluation committee recommends the award of Agreement No. 11-24-057-00 to Universal for security guard services at the Commission - owned commuter rail stations for a three-year term and two one-year options. The contract amount is $5,367,382, plus a contingency amount of $536,718 for a total contract value of $5,904,100. The contingency amount shall be used for additional service locations assigned to Universal, if necessary, and for the Commission's special events held at the commuter rail stations. Agenda Item 12 19 Universal's rates are considered fair and reasonable based upon adequate price competition and the historical cost paid for comparable services by the Commission. It should be noted that All Nation has submitted a protest of the recommended action using price as its justification. Commission policy is that price is not a valid category in which to protest an award and as such, the protest was denied. The Commission's standard form professional services agreement will be entered into with Universal subject to any changes approved by the Executive Director, and pursuant to legal counsel review. Financial Information In Fiscal Year Budget: Yes N/A Year: FY 2011/12 FY 2012/13+ Amount: $766,134 $5,137,966 Source of Funds: Local Transportation Fund (LTF) funds Budget Adjustment: No N/A GL/Project Accounting No.: 244001-81006-00000-0000 103-24-81006 244002-81006-00000-0000 103-24-81006 244003-81006-00000-0000 103-24-81006 244004-81006-00000-0000 103-24-81006 244006-81006-00000-0000 103-24-81006 Fiscal Procedures Approved: N„ia�ua .;�Aa Date: 08/15/11 Attachment: Agreement with Universal Protection Service for Guard Services at the Commission -Owned Stations. Agenda Item 12 20 Agreement No. 11-24-057-00 RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT FOR SECURITY GUARD SERVICES WITH UNIVERSAL PROTECTION SERVICE 1. PARTIES AND DATE. This Agreement is made and entered into this _ day of , 2011, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("the Commission") and UNIVERSAL PROTECTION SERVICE ("Contractor"), a [ LEGAL STATUS OF CONTRACTOR e.g., CORPORATION ]. 2. RECITALS. 2.1 Contractor desires to perform and assume responsibility for the provision of certain professional consulting services required by Commission on the terms and conditions set forth in this Agreement. Contractor represents that it is a professional Contractor, experienced in providing security guard services to public clients and is familiar with the scope of services of Commission. 2.2 Commission desires to engage Contractor to render certain consulting services for the conduct of Security Guard Services ("Project") as set forth herein. 3. TERMS. 3.1 General Scope of Services. Contractor promises and agrees to furnish to Commission all labor materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately provide professional consulting services and advice on various issues affecting the decisions of Commission regarding the Project and on other programs and matters affecting Commission, hereinafter referred to as "Services". The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state, and federal laws, rules and regulations. 3.2 Term. The term of this Agreement shall commence on the date first specified above and shall continue in effect for three (3) years, unless earlier terminated as provided herein. Commission shall have the option, in its sole discretion, to extend the term of this Agreement for up to two (2) consecutive one (1) year periods. Consultant shall complete the Services within the term of this Agreement and shall meet any other established schedules and deadlines. 3.3 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services. Contractor represents that it has the professional and technical personnel required to perform the Services 21 in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, the Commission shall respond to Contractor's submittals in a timely manner. Upon request of the Commission, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.4 Independent Contractor; Control and Payment of Subordinates. The Services shall be performed by Contractor under its supervision. Contractor will determine the means, method and details of performing the Services subject to the requirements of this Agreement. Commission retains Contractor on an independent contractor basis and Contractor is not an employee of Commission. 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 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, and workers' compensation insurance. 3.5 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of Commission. 3.6 Substitution of Key Personnel or Sub -Contractors. Contractor has represented to Commission that certain key personnel and sub -Contractors will perform and coordinate the Services under this Agreement. Should one or more of such personnel or sub - Contractors become unavailable, Contractor may substitute other personnel or sub -Contractors of at least equal competence and experience upon written approval of Commission. In the event that Commission and Contractor cannot agree as to the substitution of key personnel or sub -Contractors, Commission shall be entitled to terminate this Agreement for cause, pursuant to provisions of Section 3.16 of this Agreement. The key personnel and sub -Contractors for performance of this Agreement are as follows: Roger Langer, Paul Strankowski, Steven Merkler, Mark Sullivan, Robert Ryan. 3.7 Commission's Representative. Commission hereby designates 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 Commission for all purposes under this Agreement. Contractor shall not accept direction from any person other than Commission's Representative or his or her designee. 3.8 Contractor's Representative. Contractor hereby designates Robert Ryan, 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 or her 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. 3.9 Coordination of Services. Contractor agrees to work closely with Commission staff in the performance of Services and shall be available to Commission's staff, 22 Contractors and other staff at all reasonable times. 3.10 Standard of Care; Licenses. Contractor shall perform the Services under this Agreement in a skillful and competent manner, consistent with the standard 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. Contractor shall perform, at its own cost and expense and without reimbursement from 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, and shall be fully responsible to the Commission for all damages and other liabilities provided for in the indemnification provisions of this Agreement arising from the Contractor's errors and omissions. 3.11 Laws and Regulations. 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 Commission, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold Commission, its officials, directors, 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. 3.12 Insurance. 3.12.1 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 addition, Contractor shall not allow any subcontractor to commence work on any subcontract until it has secured all insurance required under this section. 3.12.2 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); (2) Automobile Liability: Insurance Services Office Business Auto Coverage form number CA 0001, code 1 (any auto); and (3) Workers' Compensation and Employer's Liability: Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 23 (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. 3.12.3 Professional Liability. Contractor shall procure and maintain, and require its sub -Contractors to procure and maintain, for a period of five (5) years following completion of the Project, errors and omissions liability insurance appropriate to their profession. Such insurance shall be in an amount not less than $1,000,000 per claim. 3.12.4 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. The general 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 Services or operations performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work; 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. (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. 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. Each insurance policy required by this Agreement shall be endorsed to state that: (A) coverage shall not be suspended, voided or canceled except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the Commission; and, (B) any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage 24 provided to the Commission, its directors, officials, officers, employees and agents. 3.12.5 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. 3.12.6 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. 3.12.7 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. 3.13 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 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. 3.14 Fees and Payment. 3.14.1 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. The total compensation shall not exceed Three Million One Hundred Forty One Thousand One Hundred Thirty Three Dollars ($3,141,133]) without written approval of Commission's Executive Director ("Total Compensation"). Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.14.2 Payment of Compensation. Contractor shall submit to Commission a monthly 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 25 receiving such statement, review the statement and pay all approved charges thereon. 3.14.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by Commission. 3.14.4 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 Executive Director. 3.15 Accounting Records. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred and fees charged 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. 3.16 Termination of Agreement. 3.16.1 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. Upon termination, Contractor shall be compensated only for those services which have been fully and adequately rendered to Commission through the effective date of the termination, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause. 3.16.2 Effect of Termination. If this Agreement is terminated as provided herein, Commission may require Contractor to provide all finished or unfinished Documents and Data, as defined below, 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. 3.16.3 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. 3.17 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: CONTRACTOR: COMMISSION: Universal Protection Service Riverside County 1551 North Tustin Avenue, 6'h Floor Transportation Commission rd Santa Ana, CA 92705 4080 Lemon Street, 3 Floor 26 Riverside, CA 92501 Attn: Robert Ryan 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. 3.18 Ownership of Materials/Confidentiality. 3.18.1 Documents & Data. This Agreement creates an exclusive and perpetual license for Commission to copy, use, modify, reuse, or sub -license any and all copyrights and designs embodied in plans, specifications, studies, drawings, estimates, materials, data and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Contractor under this Agreement ("Documents & Data"). Contractor shall require all subcontractors to agree in writing that Commission is granted an exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Contractor represents and warrants that Contractor has the legal right to grant the exclusive and perpetual license for all such Documents & Data. Contractor makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Contractor or provided to Contractor by the Commission. Commission shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at Commission's sole risk. 3.18.2 Intellectual Property. In addition, Commission shall have and retain all right, title and interest (including copyright, patent, trade secret and other proprietary rights) in all plans, specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, enhancements, documents, and any and all works of authorship fixed in any tangible medium or expression, including but not limited to, physical drawings or other data magnetically or otherwise recorded on computer media ("Intellectual Property") prepared or developed by or on behalf of Contractor under this Agreement as well as any other such Intellectual Property prepared or developed by or on behalf of Contractor under this Agreement. The Commission shall have and retain all right, title and interest in Intellectual Property developed or modified under this Agreement whether or not paid for wholly or in part by Commission, whether or not developed in conjunction with Contractor, and whether or not developed by Contractor. Contractor will execute separate written assignments of any and all rights to the above referenced Intellectual Property upon request of Commission. Contractor shall also be responsible to obtain in writing separate written assignments from any subcontractors or agents of Contractor of any and all right to the above 27 referenced Intellectual Property. Should Contractor, either during or following termination of this Agreement, desire to use any of the above -referenced Intellectual Property, it shall first obtain the written approval of the Commission. All materials and documents which were developed or prepared by the Contractor for general use prior to the execution of this Agreement and which are not the copyright of any other party or publicly available and any other computer applications, shall continue to be the property of the Contractor. However, unless otherwise identified and stated prior to execution of this Agreement, Contractor represents and warrants that it has the right to grant the exclusive and perpetual license for all such Intellectual Property as provided herein. Commission further is granted by Contractor a non-exclusive and perpetual license to copy, use, modify or sub -license any and all Intellectual Property otherwise owned by Contractor which is the basis or foundation for any derivative, collective, insurrectional, or supplemental work created under this Agreement. 3.18.3 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Contractor in connection with the performance of this Agreement shall be held confidential by Contractor. Such materials shall not, without the prior written consent of Commission, be used by Contractor for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Contractor which is otherwise known to Contractor or is generally known, or has become known, to the related industry shall be deemed confidential. Contractor shall not use Commission's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of Commission. 3.19 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. 3.20 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and costs of such actions. 3.21 Indemnification. Contractor shall defend, indemnify and hold Commission, its directors, officials, officers, employees, Contractors, agents and volunteers free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged negligent acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, Contractors and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorney's fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against Commission or its directors, officials, officers, employees, Contractors, agents and volunteers. Contractor shall pay and satisfy any judgment, award or 28 decree that may be rendered against Commission or its directors, officials, officers, employees, Contractors, agents and volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse Commission and its directors, officials, officers, employees, Contractors, 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 not be restricted to insurance proceeds, if any, received by Commission or its directors, officials, officers, employees, Contractors, agents and volunteers. The indemnification language above shall apply except as to design professional services, as defined in Civil Code section 2782.8, including any architect, landscape architect, engineer or land surveyor services, provided pursuant to this Agreement. As to such Services, to the fullest extent permitted by law, Contractor shall defend, indemnify and hold Commission, its directors, officials, officers, employees, Contractors, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged negligence, recklessness, or willful misconduct of Contractor, its officials, officers, employees, agents, Contractors, and contractors arising out of or in connection with the performance of the Services, including without limitation the payment of all consequential damages, expert witness fees, and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against the Commission, its directors, officials, officers, agents, Contractors, employees and volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against the Commission or its directors, officials, officers, agents, Contractors, employees and volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse the Commission and its directors, officials, officers, agents, Contractors, employees and volunteers, for any and all legal expenses and costs, including reasonable attorney's fees, incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnity shall not be restricted to insurance proceeds, if any, received by the Commission or its directors, officials, officers, agents, Contractors, employees and volunteers. 3.22 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. 3.23 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Riverside County. 3.24 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.25 Commission's Right to Employ Other Contractors. The Commission reserves the right to employ other Contractors in connection with this Project. 3.26 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties, and shall not be assigned by Contractor without the prior written consent of Commission. 3.27 Prohibited Interests. 29 3.27.1 Solicitation. 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 contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, Commission shall have the right to rescind this Agreement without liability. 3.27.2 Conflict of Interest. 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. 3.28 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any employee or applicant for employment because of race, religion, color, national origin, 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 Commission programs or guidelines currently in effect or hereinafter enacted. 3.29 Subcontracting. Contractor shall not subcontract any portion of the work or Services required by this Agreement, except as expressly stated herein, without prior written approval of the Commission. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. 3.30 Prevailing Wages. By its execution of this Agreement, Contractor certified that it is aware of the requirements of California Labor Code Sections 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 certain "public works" and "maintenance" projects. If 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 $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. The Commission shall provide Contractor with a copy of the prevailing rate 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 elected officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.31 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 30 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. 3.32 No Waiver. Failure of Commission to insist on any one occasion upon strict compliance with any of the terms, covenants or conditions hereof shall not be deemed a waiver of such term, covenant or condition, nor shall any waiver or relinquishment of any rights or powers hereunder at any one time or more times be deemed a waiver or relinquishment of such other right or power at any other time or times. 3.33 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 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. [signatures on following page] 31 SIGNATURE PAGE TO RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT FOR SECURITY GUARD WITH UNIVERSAL PROTECTION SERVICE IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY UNIVERSAL PROTECTION SERVICE TRANSPORTATION COMMISSION By: Gregory S. Pettis, Chairman Signature Name Title APPROVED AS TO FORM: By: Best, Best & Krieger LLP General Counsel 32 EXHIBIT A STATEMENT OF WORK STATION LOCATIONS A. Contractor shall provide security services for the Riverside County Transportation Commission (hereinafter "ROTC" or "Commission") at each of the following Metrolink commuter rail stations in the County of Riverside. 1. Riverside Downtown Station — 4066 Vine Street, Riverside, CA 92507 2. Pedley Station — 6001 Pedley Road, Riverside, CA 92509 3. La Sierra Station — 10901 Indiana Avenue, Riverside, CA 92503 4. West Corona Station — 155 S. Auto Center Drive, Corona, CA 92880 5. North Main Corona Station (including Parking Structure) — 250 East Blaine, Corona, CA 92879 II. SCOPE OF SERVICES The successful Contractor will provide the following: A. General Requirements 1. Monitor commuter rail stations by walking each facility, riding a golf cart and/or whatever other means the Commission considers best for each facility and/or station location. 2. Provide security for patrons, buildings, vehicles and personnel at the commuter rail stations identified herein. This will include, but not be limited to, making rounds and clock rounds of assigned areas and key locations, responding to alarms, and assuring locks of gates and doors. 3. Respond to alarms, suspicious activities, fires, injuries, security incidences, or any emergency situation. 4. Write reports to document incidents, as required. 5. Follow guidelines and requirements set forth in the Post Orders (see paragraph 1 11 below) developed by the Successful Contractor. 6. Communicate with a broad diversity of persons, including the communication of information to station patrons in a courteous and professional manner. 7. Take photographs and document violations and incidents, as required. 33 8. Perform any other duties or functions not specifically outlined or set forth above but which are reasonably identified as falling within the scope and realm of a security officer's duties and responsibilities. B. Work Force and Assignments 1. Contractor shall station a minimum of one Security Officer at each commuter rail station at all times. a. The Riverside Downtown Station is an exception due to the equipment layover at night - requiring a second guard equipped with pepper spray for the night shift and weekends. b. The night and weekend shift guards at the Riverside Downtown Station are required to work a total of eighty-eight hours per week. 2. A guard is required to operate the Closed Circuit Television (CCTV) System located at the Riverside Downtown Station at all times. 3. All Security Officers, except for the Downtown guards working nights and weekends, shall be unarmed. 4. Security Guards will be required to wear appropriate security uniforms. Officers shall conduct high visibility security of platforms and parking areas and shall patrol these areas hourly throughout the shift. 5. The Contractor will provide an adequate supply of flashlights and batteries, raingear, uniforms, clipboards and any other personnel equipment reasonably necessary for each guard to perform their duties. All equipment utilized by the Contractor in the execution of the agreement shall be maintained by the contractor. 6. The schedule of the guard shifts will be based on the commuter rail train schedule. Security Officers will be required assist train riders with ticket purchases and schedules. C. Communications and Records 1. Officers shall be in communication with Contractor headquarters and shall have mobile communication capability to contact police, if necessary. 2. Contractor shall be required to utilize the existing Deggy electronic guard tour system at each commuter rail station location. 3. Contractor shall provide accurate, legible, detailed reports of daily activity (DARs) and submit to the Commission using the Commission's Rail Station Security Application Database. a. The DARs should include but not be limited to all unsafe equipment or conditions of site, any accidents or injuries occurring on property, all equipment failure, schedule of services providers and a count of vehicles remaining in parking lots after hours. 34 4. In the event of emergency, incidents shall be reported to the designated Commission representative immediately. D. Minimum Qualifications for Prospective Security Officers 1. Must be a graduate of a state certified security officer/guard training program and possess current, valid Consumer Affairs guard cards, certification to carry mace (a chemical agent), and handcuffs. All Contractors and Security Guards shall possess all necessary certificates and permits required by state and any local jurisdiction. 2. Must possess current First Aid and CPR (Cardiopulmonary Resuscitation) certification cards. Certification as an Emergency Medical Technician level (EMT -1) may substitute for the first aid requirement. 3. May not be employed under this contract if he or she currently or in the past has been involved in: a. Any felony conviction; b. Military conduct resulting in dishonorable or undesirable discharge; c. Any pattern of irresponsible behavior, including but not limited to unreasonable driving, theft, or a problem employee record. 4. Must be fully literate in the English language (i.e., able to read, write, speak) and understand clearly. All personnel shall be capable of properly writing reports and maintaining a daily activity log. 5. Must meet the following requirements regarding personal behavior and ability: a. Ability to meet and deal tactfully with government personnel, facility employees and the general public; b. Ability to understand, explain, interpret and apply rules, regulations, directives and procedures; c. Possess poise, self-confidence and an ability to make sound decisions and react quickly under stressful conditions; d. Ability to prepare clear and concise reports; e. Ability to learn and adapt to changing situations; f. Ability to accept and respond to instructions and direction. 6. Must meet the physical demands. The work requires frequent and prolonged walking, standing, sitting and some running. It is possible the guards may encounter smoke and/or chemicals. Occasionally, security personnel may be required to subdue violent 35 or potentially violent people. Accordingly, physical stamina in all its forms (mental, climate -related, etc.) is a basic physical requirement of this position. E. Supervision and Training Contractor's supervisory duties shall include, but not be limited to: 1. Provide an adequate, appropriate level of field supervision for security officers working the fixed posts. 2. Provide security guard training, at no cost to the Commission, at least twice a year for each guard. 3. Ensure that relevant contractor personnel obtains applicable Verint certification within the first six months of the contract. 4. Coordinate all security operations and services for regular and event assignments with the Commission to ensure that all are properly staffed. III. POST ORDERS The SUCCESSFUL security Contractor shall provide "post orders" to guide the performance of its security personnel on Commuter Rail facilities. Contractor shall submit a complete, final copy of the post orders for RCTC review and approval by no more than six months from the issuance of the Notice to Proceed. These post orders shall be prepared in consultation with the RCTC and shall be subject to regular update and inspection by RCTC. RCTC shall provide interested parties, upon request and adequate notice, access to the existing post orders. The existing post orders will be made available for review at the RCTC offices, located at 4080 Lemon St., 3`d Floor, Riverside, CA 92501. Please contact Matt Wallace at (951) 787-7141 to schedule a review of the documents. Post orders shall be written and contain complete duty instructions for staffing each individual post, including provisions for handling critical incidents (emergency procedures). All contact security personnel shall have access to these post orders at all times while on duty. All contract security personnel are responsible for knowing the locations of these written post orders and shall be familiar with their contents. RCTC shall have a comprehensive set of all post orders in their possession. Post orders define the basic work to be performed by contract security personnel at a specific site. Post orders shall include, but are not limited to: 1. Facility information (e.g. schedule of train operations, passenger information, bus schedules and service provider information) 2. Facility rules and regulations 3. Operation of equipment (e.g. ticket vending and validator machines) 36 4. Vehicular traffic control 5. Access control procedures 6. Emergency and critical incident response procedures 7. Security and communication control systems 8. Rail safety procedures 9. Response to injury and illness 10. Safeguarding property 11. Interaction with vendors End of Statement of Work 37 AGENDA ITEM 13 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: August 22, 2011 TO: Western Riverside County Programs and Projects Committee FROM: Edda Rosso, Capital Projects Manager Richard Bryan, Bechtel Rail Projects Manager Stephen Bennett, Bechtel Construction Manager THROUGH: Marlin Feenstra, Project Delivery Director SUBJECT: Amendment to Agreement with Owen Design Group, Inc. to Provide Construction Management Services for the Perris Multimodal Facility STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve Agreement No. 08-33-011-04, Amendment No. 4 to Agreement No. 08-33-01 1-00, with Owen Design Group, Inc. (Owen Group) for construction management services for the Perris Multimodal (PMM) Facility in an amount not to exceed $100,000; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; 3) Approve a FY 2011/12 expenditure budget increase of $100,000 related to the PMM Facility construction management; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: At its September 2007 meeting, the Commission awarded Owen Group an agreement to perform construction management services to support pre -bid and bid phases and to manage construction of the North Main Corona Station (NMC) parking structure and PMM facility projects. The agreement was executed and work started on October 1 5, 2007. The contract for the construction of the NMC Station parking structure was awarded to McCarthy Building Companies on November 14, 2007, with an authorized amount of $21.1 million. Work started on January 7, 2008, and was substantially completed on June 29, 2009. The facility opened to the public on July 20, 2009. The project has been completed below the authorized amount with $132,256 remaining. The design engineer for the NMC Station parking structure was Stantec Architects, and at this time staff is assessing opportunities under the Agenda Item 13 38 errors and omissions (E&O) clauses of the design agreement and is working with legal counsel to evaluate a basis for recovery. The contract for construction of the PMM Facility was awarded to LA Engineering on November 12, 2008, with an authorized amount of $5.4 million. Work started on January 5, 2009, and was substantially completed by January 10, 2010. Close out activities, including change order and claims negotiations, are underway. Psomas was the design engineer for the PMM Facility. Numerous changes and the delayed start of construction work on the PMM Facility increased the effort required by the construction manager (CM) and Amendment Nos. 1, 2 and 3 have addressed those issues. Additional Services For Amendment No. 4 Additional construction management support efforts and additional scope beyond what was originally anticipated in Amendment Nos. 1, 2 and 3 have occurred thereby requiring Amendment No. 4 in the not to exceed amount of $100,000. The reasons for this increase are itemized below: Perris Multimodal Facility 1) Prepare as -built drawings for the project; 2) Complete negotiations with the contractor for remaining contract change orders and claims to the extent possible; and 3) Prepare documents for discussion of E&O review with the designer for the PMM Facility project. Time Adjustment The time set forth in the original agreement was insufficient due to the later than anticipated start of the PMM Facility project. The original completion date of CM services of August 31, 2009, was revised to March 31, 2010, by Amendment No. 1. As CCTV configuration and traffic signal interface issues remained at PMM Facility, Amendment No. 2 extended time to June 30, 2010 to complete this work. Protracted discussion of change orders and claims has occurred on PMM Facility, and Amendment No. 4 extends the period to December 31, 2011 to complete this work. Recovery of Costs As discussed at the April 14, 2010 Commission meeting, much of the CM's work at NMC Station and PMM Facility has been involved in completing missing design details or correcting design errors. The Commission has now entered into tolling Agenda Item 13 39 agreements with the designers, Stantec and Psomas respectively, to discuss these matters. Staff has reviewed the changes at NMC Station with legal counsel that it believes warrant rebated cost from the designer and discussion with Stantec will be underway shortly. A similar discussion with Psomas awaits the resolution of change orders/claims at PMM Facility. SUMMARY: The additional work and additional scope items required by the CM team have resulted in the depletion of the original agreement and amendment's funding earlier than expected. The original agreement and the cost estimate provided by Owen Group anticipated a project completion date of August 31, 2009. Due to the late start of the PMM Facility, the extended change order negotiations, the additional work, the negotiations on claims, the preparation of as-builts, and the preparation of documents for the E&0, this proposed amendment will extend the agreement term to December 31, 201 1 . The item previously presented under Agenda Item No. 11 provided for the reallocation of $100,000 in State Transit Assistance funds to the PMM Facility project. A budget adjustment to increase FY 2011/12 expenditures $100,000 is required. Financial Information In Fiscal Year Budget: No Year: FY 2011/12 Amount: $100,000 Source of Funds: State Transit Assistance Budget Adjustment: Yes GLA No.: 003816 81302 221 33 81302 $100,000 Fiscal Procedures Approved: \Pii,u_da, Date: 08/17/11 Agenda Item 13 40 AGENDA ITEM 14 RIVERS/DE COUNTY TRANSPORTA TION COMMISS/ON DATE: August 22, 2011 TO: Western Riverside County Programs and Projects Committee FROM: Sheldon Peterson, Rail Manager THROUGH: Robert Yates, Multimodal Services Director SUBJECT: Agreement with Sunesys, LLC to Provide Fiber Optic Connections and/or Infrastructure to Link the Pedley Station to the Downtown Riverside Station STAFF RECOMMENDATION: This item is for the Committee to: 1) Award Agreement No. 11-25-132-00 to Sunesys, LLC for fiber optic connections to link the Pedley Station to the Downtown Riverside Station for a five-year term for an amount not to exceed $72,000; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. BACKGROUND INFORMATION: The Commission has invested in a network of security cameras at all of the Riverside County commuter rail stations. These cameras supplement the security guards at the site and are useful as both a deterrent to prevent crimes and as a forensics tool to investigate events and activities. All 95 cameras in the network are connected to a central operations center at the Downtown Riverside Station and observed 24 hours a day. The cameras are connected to Downtown Riverside Station via fiber optic lines (primarily through Caltrans), except the Pedley Station cameras. This agreement would establish a new fiber optic connection with Sunesys to improve reliability and capacity for the Pedley station. The current connection is a T1 line that has limited capacity and cannot be expanded beyond the current four cameras at the station. Based on efforts to improve security at the stations, it is important that an expanded communications network be developed. The proposed dark fiber installation and license agreement, Agreement No. 11-25-132-00, with Sunesys is for a license to the Commission for use of Sunesys' fiber optic connections and/or infrastructure (dark fiber) to link the Pedley Station to the Downtown Riverside Station. The agreement will allow the Commission to transfer information between the stations including, but not limited Agenda Item 14 41 to, security camera and video feed, voice lines and data. A number of alternatives were evaluated and it was determined that the Sunesys option provide the best service at the best price. While there is some installation work to be completed by Sunesys under the agreement, per section 3.1 of the agreement, this work will be completed at Sunesys' sole cost and expense. The current Commission Procurement Manual, adopted in 2007, provides that a competitive procurement should be used for contracts over $50,000 as a matter of policy, unless non-competitive procurement is in the best interests of the Commission. In this case, staff believes that it is in the Commission's best interest to enter into the agreement with Sunesys without competitive procurement. The Commission has an existing dark fiber license agreement with Sunesys for the Perris Station. That agreement is at no cost to the Commission, as the license was provided in exchange for granting Sunesys a license over certain other Commission property. It would be in the Commission's best interest to utilize the same dark fiber provider for its commuter rail stations in order to achieve optimal connectivity, interoperability, and ease of use and maintenance. Further, Sunesys is a well - qualified provider of dark fiber, and the Commission has had success in working with Sunesys at its Perris Station. Finally, Commission staff has determined that Sunesys' license fee is at a commercially reasonable rate. Government Code section 4525 et seq. establishes procurement procedures for architectural, landscape architectural, engineering, environmental, land surveying, and construction project management selection. These provisions are sometimes referred to as the Mini -Brooks Act. Procurement under the Mini -Brooks Act is to be made based on demonstrated competence and professional qualifications. The Mini -Brooks Act is generally regarded as requiring a two-step request for proposal (RFP) process for services that fall under this Act. Federal funding rules also require a similar competitive procurement for these types of services. The proposed agreement with Sunesys does not fall under the Mini -Brooks Act and is not federally funded. Therefore an RFP process is not required, and the Commission may enter into the proposed agreement with Sunesys based on the findings above. The competitive bid requirements applicable to the Commission are set forth in Public Utilities Code section 130232. This section requires contracts to be awarded on a low -bid basis for "purchase of all supplies, equipment, and materials, and the construction of all facilities and works" when the cost exceeds $25,000. Since the proposed agreement with Sunesys does not involve the purchase of supplies, equipment, materials, or construction in excess of $25,000, it is not a low -bid contract under the Public Utilities Code, and the Commission may award the agreement based on the findings required under the procurement manual as stated above. Agenda Item 14 42 Financial Information In Fiscal Year Budget: Yes N/A Year: FY 2011/12 FY 2012/13+ Amount: $ 10,800 $61,200 Source of Funds: Local Transportation Fund (LTF) funds Budget Adjustment: No N/A GL/Project Accounting No.: 244002-73201-00000-0000 103-24-73003 Fiscal Procedures Approved: Q Date: 08/16/11 Attachment: Dark Fiber Installation and License Agreement Agenda Item 14 43 s Agreement No. 11-25-132-00 DARK FIBER INSTALLATION AND LICENSE AGREEMENT THIS DARK FIBER INSTALLATION AND LICENSE AGREEMENT ("Agreement") is made as of , 2011 between Sunesys, LLC, having a place of business at 185 Titus Avenue, Warrington, PA 18976 ("SUNESYS") and RIVERSIDE COUNTY TRANSPORTATION COMMISSION, having a place of business at 4080 Lemon Road, 3rd Floor P.O. Box 12008, Riverside, CA 92502-2208 ("Licensee"), who are sometimes hereinafter collectively referred to as the "Parties" or individually as a "Party." RECITALS A. WHEREAS, Licensee has existing underground conduit (the "RCTC Conduit") located on, under and through certain real property owned by Licensee in the unincorporated area of Pedley, County of Riverside, State of California, also known as the "Pedley Metrolink Station", and in the City of Riverside downtown area, County of Riverside, State of California, also known as the "Downtown Riverside Metrolink Station", both Stations are referenced in Exhibit "A" as the "hub site" and further described therein (the "Property"). B. WHEREAS, the Pedley Metrolink Station and the Downtown Riverside Metrolink Station are sometimes referred to herein collectively, as the "Metrolink Stations" or "Stations" and individually, as the "Metrolink Station" or "Station". C. WHEREAS, SUNESYS is a telecommunications services and dark fiber provider and proposes to use its fiber optic connections and/or infrastructure to link the Metrolink Stations in order to allow transfer by Licensee of information including, but not limited to, camera and video feed, voice lines and data. D. WHEREAS, SUNESYS shall install or run two (2) fiber optic strands from the adjacent telephone pole through the RCTC Conduit to Licensee's communications room at each Station, and shall run the two (2) fiber optic strands from the RCTC Conduit at each Station through SUNESYS' fiber optic connections and/or infrastructure in order to connect the Pedley Metrolink Station to the Downtown Riverside Metrolink Station, as further described and depicted in Exhibit "B". The two (2) fiber optic strands as described in this paragraph are referred to in this Agreement as the "Licensed Fiber Optic Strands" and shall be provided and maintained by SUNESYS for Licensee's exclusive use. E. WHEREAS, SUNESYS agrees to install and grant Licensee an exclusive license to use the Licensed Fiber Optic Strands subject to the terms and conditions set forth in this Agreement. NOW, THEREFORE, the Parties agree as follows: TERMS 1. DEFINITIONS As used in this Agreement: 1.1 "Authorized Use" means the intended business use of Licensed Fiber Optic Strands by Licensee or its employees, officers or agents for telecommunication traffic purposes. 1.2 "Dark Fiber" means one or more fiber optic strands subject to this Agreement through which an associated light, signal or light communication transmission must be provided to furnish service. 17336.00603\6034229.1 44 1.3 "Licensed Fiber Optic Strands" means the two (2) Strands of Dark Fiber to be installed and used to connect the Pedley Metrolink Station to the Downtown Riverside Metrolink Station, as further described in Recitals C and D above, and as described and depicted in Exhibit "B", attached hereto and incorporated herein by reference. 1.4 "Services" means the provision, installation and maintenance of the Licensed Fiber Optic Strands by SUNESYS including, but not limited to, the "Work" as described in Section 3 of this Agreement and the "Maintenance and Operation" as described in Sections 7.1-7.3 and 7.8 of this Agreement. 1.5 "Strands" means individual fiber optic strands. 1.6 "Taxes" means all sales, use, gross receipts, excise, access, bypass and other local, state and federal taxes, charges, fees and surcharges (including, without limitation, telecommunications taxes, universal service fees and other similar charges), however designated, imposed on or based upon the provision, lease, license, sale or use of the Licensed Fiber Optic Strands, but excluding any taxes assessed upon the net income or imposed upon the capital of SUNESYS. 2. GRANT OF LICENSE SUNESYS grants to Licensee and Licensee accepts from SUNESYS an exclusive and indefeasible license solely for Authorized Use of the Licensed Fiber Optic Strands (the "License"), as provided in this Agreement. Licensee shall have no further right, title or other interest in the Licensed Fiber Optic Strands or any other property of SUNESYS. During the term of this Agreement, SUNESYS shall have no right to grant or renew any rights to use the Licensed Fiber Optic Strands other than to Licensee. 3. WORK 3.1 SUNESYS shall, at its sole cost and expense, install the Licensed Fiber Optic Strands as described herein on or before One Hundred Twenty (120) days following the execution of this Agreement (the "Completion Date"). SUNESYS covenants that the Licensed Fiber Optic Strands shall be installed in a good and workmanlike manner, and substantially and in all material respects in accordance with standard fiber optic specifications. SUNESYS shall conduct all activities on the Property so as not to damage or harm the RCTC Conduit, or any other person or property located on the Property. SUNESYS shall be responsible for any repair, maintenance or cleanup required as a result of SUNESYS' entry onto or use of the Property under this Agreement. 3.2 SUNESYS shall, at its sole cost and expense, test the Licensed Fiber Optic Strands to verify that the Licensed Fiber Optic Strands are installed and operational in accordance with standard fiber optic specifications. When SUNESYS has determined that the results of the testing with respect to the entire span show that the Licensed Fiber Optic Strands so tested are installed and operating in accordance with such specifications, SUNESYS shall promptly notify Licensee in writing. 3.3 If and when SUNESYS gives written notice to Licensee that the Licensed Fiber Optic Strands are installed and operational, Licensee shall provide SUNESYS with written notice accepting (or rejecting by specifying the defect or failure in the testing that is the basis for such rejection) the Licensed Fiber Optic Strands. If Licensee fails to notify SUNESYS of its acceptance or rejection of the final test results with respect to the Licensed Fiber Optic Strands within thirty (30) days after Licensee's receipt of notice from SUNESYS of such test results, Licensee shall be deemed to have accepted the Licensed Fiber Optic Strands. If, during the course of such installation and testing, any material deviation from standard specifications is discovered, the installation of the affected portion of the Licensed Fiber Optic Strands shall be repaired to such specification by SUNESYS. The date of such notice of acceptance (or deemed acceptance) of all the Licensed Fiber Optic Strands on the Property shall be the "Acceptance Date." 2 45 4. CONSIDERATION 4.1 Licensee shall pay to SUNESYS a monthly license fee of One Thousand Two Hundred Dollars ($1,200.00) per month beginning on the Acceptance Date and continuing on the monthly anniversary of the Acceptance Date. 4.2 Except as otherwise specifically provided, Licensee shall pay all applicable fees and charges associated with the Licensed Fiber Optic Strands provided for in this Agreement within thirty (30) days after receipt of invoice. 5. TAXES AND FEES Licensee shall pay all Taxes, if any, associated with the Licensed Fiber Optic Strands. Such Taxes may be separately stated on an applicable invoice. 6. LICENSE TERM The term of this Agreement shall commence on the date first specified above and shall continue in effect for an initial term of five (5) years ("Term"), unless earlier terminated as set forth herein. 7. MAINTENANCE AND OPERATION 7.1 SUNESYS shall, at its sole cost and expense, maintain the Licensed Fiber Optic Strands at all times in good working condition and repair, consistent with Licensee's performance needs and with the standards for similar systems located in the State of California. Licensee shall cooperate with, as may be reasonably required, SUNESYS in performing said maintenance. In the event of service outages or other maintenance request, SUNESYS agrees to use best efforts to respond within two (2) hours of time of notice. 7.2 SUNESYS shall, at its sole cost and expense, be responsible for all necessary splicing, including any splicing required to connect the Licensed Fiber Optic Strands to the RCTC Conduit and/or to any other fiber serving Licensee. SUNESYS shall, at its sole cost and expense, install, maintain and repair any laterals required to connect the Licensed Fiber Optic Strands provided under this Agreement to any termination point outside the portion of the Property shown on Exhibit "B", attached hereto. 7.3 SUNESYS shall, at its sole cost and expense, be responsible for obtaining and maintaining from the appropriate public or private authority any pole attachment agreements, franchises, licenses, state, local or right-of-way permits or other authorizations required to enter upon the Property to install the Licensed Fiber Optic Strands, and to operate and maintain the Licensed Fiber Optic Strands as required under this Agreement. 7.4 Licensee's use of the Licensed Fiber Optic Strands shall be at Licensee's sole cost and expense. Any work conducted by Licensee in or around the Licensed Fiber Optic Strands shall be conducted in a safe manner so as not to physically, electronically or inductively conflict or interfere or otherwise adversely affect the Licensed Fiber Optic Strands. 7.5 In the event Licensee receives information that the Licensed Fiber Optic Strands are damaged, it shall notify SUNESYS of said damage by phone at (800) 286-6664. In the event SUNESYS receives information that the Licensed Fiber Optic Strands are damaged, SUNESYS will notify Licensee of said damage by phone at: (951) 453-5037. In each case, the caller shall provide the following information: (a) Name of entity making report. (b) Location reporting problem. (c) Name of contact person reporting problem. 3 46 (d) Description of the problem in as much detail as possible. (e) Time and date the problem occurred or began. (f) State whether or not the problem presents a jeopardy situation to the Licensed Fiber Optic Strands. 7.6 Should Licensee require any additional services of SUNESYS not covered under this Agreement related to the Licensed Fiber Optic Strands, such work shall be pursuant to an amendment to this Agreement, or to a separate written agreement between the Parties, and shall be conducted at SUNESYS' then current rates for such work. 7.7 Except to respond to a service outage or a maintenance request as set forth in Section 7.1, or in the case of an emergency, SUNESYS shall provide no less than twenty-four (24) hours advance written notice to the following Licensee contact person: prior to entering onto the Property, and shall only enter the Property during normal business hours. In all cases, SUNESYS shall provide written notice of any entry onto the Property to the foregoing referenced contact person, which notice shall include, if known to SUNESYS, the identity of the entity and/or individuals who will enter the Property. Licensee shall have the right, but not the obligation, to accompany, at all times, any person entering onto the Property on behalf of SUNESYS, and to reasonably delay the entry of any such person(s) in order to protect Licensee's confidential information. Further, SUNESYS shall exercise its entry rights under this License in a manner that will not unreasonably interfere with or unreasonably interrupt Licensee's ordinary business activities on the Property. 8. OWNERSHIP The Licensed Fiber Optic Strands shall at all times remain the sole and exclusive property of SUNESYS and legal title shall be held by SUNESYS. Neither the grant of this License nor Licensee's use of the Licensed Fiber Optic Strands as contemplated herein, shall create or vest in Licensee any easement, interest, or any other ownership or property right of any nature in the Licensed Fiber Optic Strands or Strands, except that SUNESYS agrees to Licensee's right to use the Licensed Fiber Optic Strands for Authorized Use during the term of this Agreement. Licensee shall not grant any security interest in the Licensed Fiber Optic Strands or any part or component thereof. 9. INDEMNIFICATION 9.1 To the fullest extent permitted by law, SUNESYS shall indemnify, defend and hold harmless Licensee, its officials, officers, directors, agents, volunteers and employees from and against any claims, damages, costs, expenses, or liabilities (collectively, "Claims") arising out of or in any way connected with any negligent act, omission or willful misconduct of SUNESYS, its officials, officers, directors, agents, contractors and employees in any way related to or arising out of this Agreement and/or the installation and maintenance of the Licensed Fiber Optic Strands. Such obligation shall include, without limitation, Claims for loss or damage to any property or for death or injury to any person or persons, mechanics' or other liens of any character, taxes or assessments of any kind, or interference with the use of the Licensed Fiber Optic Strands except that SUNESYS shall not be obligated to indemnify, defend or hold harmless Licensee, its officials, officers, directors, agents, volunteers and employees for Claims caused by the sole negligence of Licensee. 9.2 To the fullest extent permitted by law, Licensee shall indemnify, defend and hold harmless SUNESYS, its officials, officers, directors and employees from and against any claims, damages, costs, expenses, or liabilities (collectively, "Claims") arising out of or in any way connected with any negligent act, omission or willful misconduct of Licensee, its officials, officers, directors, agents and employees in any way arising out of Licensee's use of the Licensed Fiber Optic Strands under this Agreement. Such obligation shall include, without limitation, Claims for loss or damage to any property or for death or injury to any person or persons, mechanics' or other liens of any character, taxes or assessments of any kind, except that Licensee shall not be obligated to indemnify, defend or hold harmless SUNESYS, its officials, officers, directors, agents and employees for Claims caused by the sole negligence of SUNESYS. 4 47 9.3 Except as otherwise set forth in this Agreement, nothing contained herein will operate as a limitation on the right of either Party to bring action for damages against any third party based on any act or omission of such third party as such act or omission may affect the installation, operation, or use of the Licensed Fiber Optic Strands. Each Party agrees to execute such documents and provide such commercially reasonable assistance, at the claiming Party's sole expense, as may be reasonably necessary to enable the claiming Party to pursue any such action against such third party. 10. STANDARD OF CARE; PERFORMANCE OF EMPLOYEES SUNESYS 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. SUNESYS represents and maintains that it is skilled in the professional calling necessary to perform the Services. SUNESYS warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, SUNESYS 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, SUNESYS shall perform, at its own cost and expense and without reimbursement from Licensee, any Services necessary to correct errors or omissions which are caused by SUNESYS' failure to comply with the standard of care provided for herein. Any employee of SUNESYS or its subcontractors who is determined by Licensee 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 consistent with the standard of care set forth herein, shall be promptly removed from the project by SUNESYS and shall not be re-employed to perform any of the Services or to work on the project. 11. LAWS AND REGULATIONS SUNESYS shall keep itself fully informed of and in compliance with all applicable local, state and federal laws, rules and regulations in force at the time the Services are performed by SUNESYS and in any manner affecting the performance of the work or the Services, including all applicable Cal/OSHA requirements, and shall give all notices required by law. SUNESYS shall be liable for all violations of such laws and regulations in connection with the Services. If SUNESYS performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to Licensee, SUNESYS shall be solely responsible for all costs arising therefrom. SUNESYS shall defend, indemnify and hold Licensee, its officials, directors, 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. SUNESYS' violation of such laws, rules and regulations shall also constitute a material breach of this Agreement. 12. INSURANCE 12.1 Time for Compliance. SUNESYS shall not commence the Services under this Agreement until it has provided evidence satisfactory to Licensee that it has secured all insurance required under this section. In addition, SUNESYS shall not allow any subcontractor to commence work on any subcontract until it has provided evidence satisfactory to Licensee that the subcontractor has secured all insurance required under this section. 12.2 Minimum Requirements. SUNESYS 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 SUNESYS, its agents, representatives, employees or subcontractors. SUNESYS 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: 12.2.1 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 5 48 coverage (occurrence form CG 0001); (2) Automobile Liability: Insurance Services Office Business Auto Coverage form number CA 0001, code 1 (any auto); and (3) Workers' Compensation and Employer's Liability: Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 12.2.2 Minimum Limits of Insurance. SUNESYS shall maintain limits no less than: (1) General Liability: $1,000,000 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) Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the Labor Code of the State of California. Employer's Liability limits of $1,000,000 per accident for bodily injury or disease. 12.2.3 Insurance Endorsements. The insurance policies shall contain the following provisions, or SUNESYS shall provide endorsements on forms supplied or approved by Licensee to add the following provisions to the insurance policies: (a) General Liability. The general liability policy shall be endorsed to state that: (1) Licensee, its directors, officials, officers, employees, agents and volunteers shall be covered as additional insureds with respect to the Services or operations performed by or on behalf of SUNESYS, including materials, parts or equipment furnished in connection with such work; and (2) the insurance coverage shall be primary insurance as respects Licensee, its directors, officials, officers, employees, agents and volunteers, or if excess, shall stand in an unbroken chain of coverage excess of SUNESYS' scheduled underlying coverage. Any insurance or self-insurance maintained by Licensee, its directors, officials, officers, employees, agents and volunteers shall be excess of SUNESYS' insurance and shall not be called upon to contribute with it in any way. (b) Automobile Liability. The automobile liability policy shall be endorsed to state that: (1) Licensee, its directors, officials, officers, employees, agents and volunteers 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 SUNESYS or for which SUNESYS is responsible; and (2) the insurance coverage shall be primary insurance as respects Licensee, its directors, officials, officers, employees, agents and volunteers, or if excess, shall stand in an unbroken chain of coverage excess of SUNESYS' scheduled underlying coverage. Any insurance or self-insurance maintained by Licensee, its directors, officials, officers, employees, agents and volunteers shall be excess of SUNESYS' insurance and shall not be called upon to contribute with it in any way. (c) Workers' Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against Licensee, its directors, officials, officers, employees, agents and volunteers for losses paid under the terms of the insurance policy which arise from work performed by SUNESYS. (d) All Coverages. Each insurance policy required by this Agreement shall be endorsed to state that: (A) coverage shall not be suspended, voided, reduced or canceled except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to Licensee; and (B) any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to Licensee, its directors, officials, officers, employees, agents and volunteers. 12.2.4 Separation of Insureds; No Special Limitations. All insurance required by this Section shall contain standard separation of insureds provisions. In addition, such insurance shall not contain any special limitations on the scope of protection afforded to Licensee, its directors, officials, officers, employees, agents and volunteers. 12.2.5 Deductibles and Self -Insurance Retentions. Any deductibles or self -insured retentions must be declared to and approved by Licensee. SUNESYS shall guarantee that, at the option of Licensee, either: (1) the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects 6 49 Licensee, its directors, officials, officers, employees, agents and volunteers; or (2) SUNESYS shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense expenses. 12.2.6 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating no less than A:VII, licensed to do business in California, and satisfactory to Licensee. 12.2.7 Verification of Coverage. SUNESYS shall furnish Licensee with original certificates of insurance and endorsements effecting coverage required by this Agreement on forms satisfactory to Licensee. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf, and shall be on forms provided by Licensee if requested. All certificates and endorsements must be received and approved by Licensee before work commences. Licensee reserves the right to require complete, certified copies of all required insurance policies, at any time. 12.2.8 SUNESYS shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, SUNESYS 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 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. 13. SUNESYS' SALES OR DISPOSITIONS In the event of a sale or other disposition, SUNESYS shall condition such sale or other disposition subject to the rights of Licensee under this Agreement. SUNESYS shall promptly notify Licensee of the proposed disposition of the Licensed Fiber Optic Strands. 14. LIENS Licensee shall keep the Licensed Fiber Optic Strands free from all mechanic's, artisans, materialman's, architect's, or similar services' liens which arise in any way from or as a result of Licensee's activities and cause any such liens which may arise to be discharged or released immediately upon notification that any such lien has attached to the Licensed Fiber Optic Strands. 15. TERMINATION 15.1 Upon the termination, revocation or cessation of this Agreement in any manner provided in this Agreement, SUNESYS shall restore the Property including, but not limited to the RCTC Conduit, to the same condition prior to the installation of the Licensed Fiber Optic Strands, reasonable wear and tear excepted. 16. DEFAULT PROVISIONS AND REMEDIES 16.1 Each of the following shall be deemed a material breach by Licensee under this Agreement: (a) Failure by Licensee to perform or observe any term, covenant, agreement or condition of this Agreement on the part of Licensee to be performed and such default continues for a period of thirty (30) days after written notice thereof from SUNESYS (provided that if such default cannot be cured within such thirty (30) day period, this period will be extended if Licensee commences to cure such default within such thirty (30) day period and proceeds diligently thereafter to effect such cure); 7 50 (b) The filing of a tax or mechanic's lien against the Licensed Fiber Optic Strands which is not bonded or discharged within thirty (30) days of the date Licensee receives notice that such lien is filed; (c) An event of Licensee's bankruptcy (whether voluntary or involuntary) or the finding that Licensee is insolvent or unable to pay its debts as they come due or the appointment of a receiver for Licensee's properties, if such bankruptcy, finding or appointment is not dismissed or resolved within sixty (60) days of any official filing of bankruptcy, insolvency or appointment in a court of competent jurisdiction; (d) If Licensee knowingly uses the Licensed Fiber Optic Strands in violation of any law or in aid of any unlawful act or undertaking;. 16.2 The following events or occurrences shall constitute a material breach by SUNESYS under this Agreement: (a) Any material noncompliance by SUNESYS with the terms of this Agreement; (b) Any material breach by SUNESYS of a representation or warranty under this Agreement. (c) In the event of a material breach of this Agreement, the aggrieved Party must give written notice to the breaching Party which shall specify the nature of such breach, and shall further state that the breaching Party shall have ten (10) days from the effective date of such notice to cure such breach, or if such cure cannot be completed within such period, such additional time as is reasonably determined by the aggrieved Party to be necessary for the breaching Party to complete such cure, at which time, if the breach is not cured, this Agreement shall be terminated immediately. The aggrieved party may also exercise any other legal or equitable right to remedy that it may have. All rights and remedies of the aggrieved party shall be cumulative and none shall exclude any other right or remedy, now or hereafter allowed by or available under any statute, ordinance, rule of court, or the common law, either at law or in equity, or both. 16.3 The prevailing Party in any lawsuit or action based upon this Agreement shall, in addition to any other relief granted therein, be entitled to its reasonable attorneys' fees and costs. 17. FORCE MAJEURE Neither Party shall have any liability for its delays or its failure to perform due to: fire, explosion, pest damage, power failures, strikes or labor disputes, acts of God, the elements, war, civil disturbances, acts of civil or military authorities or the public enemy, inability to secure raw materials, transportation facilities, fuel or energy shortages, or other causes beyond its control, whether or not similar to the foregoing. 18. SUCCESSION, ASSIGNABILITY 18.1 This Agreement shall be binding upon and inure to the benefit of the Parties hereto and their respective permitted successors or assigns. 18.2 Neither SUNESYS nor Licensee shall assign, transfer, or dispose of this Agreement or any of its rights or obligations hereunder without the prior written consent of the other Party which consent shall not be unreasonably withheld; provided, however, that either Party may assign or transfer this Agreement to a controlling or controlled affiliate or to a successor in the event of reorganization, including a merger or sale of substantially all its assets (an "Affiliate"), without the consent of the other Party. An assignment, transfer or disposition of this Agreement by either Party shall not relieve that Party of any of its obligations under this Agreement. Notwithstanding the foregoing, Licensee shall not have the right to sub -license to any third party the right to use or the use of the Licensed Fiber Optic Strands. 18.3 Neither this Agreement, nor any term or provision hereof, nor any inclusion by reference shall be construed as being for the benefit of any person or entity not a signatory hereto. 8 51 19. NOTICES Any demand, notice or other communication to be given to a Party in connection with this Agreement shall be given in writing and shall be given by personal delivery by registered or certified mail, return receipt requested, by telecopy or commercial overnight delivery service addressed to the recipient as set forth as follows or to such other address, individual or telecopy number as may be designated by notice given by the Party to the other: SUNESYS: Sunesys, LLC 185 Titus Avenue Warrington, PA 18976 Attention: Senior Counsel Telecopier Number: (267) 927-2099 LICENSEE: Riverside County Transportation Commission 4080 Lemon Road, 3rd Floor P.O. Box 12008 Riverside, CA 92502-2208 Attn: Executive Director Telecopier Number: (951) 787-7920 Any demand, notice or other communication given by personal delivery shall be conclusively deemed to have been given on the day of actual delivery thereof and, if given by registered or certified mail return receipt requested on the date of receipt thereof and, if given by telecopy, the day of transmittal thereof if given during the normal business hours of the recipient and on the next business day if not given during normal business hours. 20. NON -WAIVER No course of dealing, course of performance or failure of either Party strictly to enforce any term, right or condition of this Agreement shall be construed as a waiver of any term, right or condition. 21. CHOICE OF LAW The construction, interpretation and performance of this Agreement shall be governed by the law of the State of California without regard to its conflicts of laws provisions. Venue shall be in Riverside County. SUNESYS stipulates to continually maintain an agent for service of process whose information will be made known to the California Secretary of State throughout the term of this Agreement. 22. HEADINGS All headings contained in this Agreement are inserted for convenience only and are not intended to affect the meaning or interpretation of this Agreement or any clause. 23. CONFIDENTIALITY AND PROPRIETARY INFORMATION 23.1 In connection with this Agreement, either Party may furnish to the other certain information that is marked or otherwise specifically identified as proprietary or confidential ("Confidential Information"). This Confidential Information may include, among other things, private easements, licenses, utility agreements, permits, other right-of-way granting documents, specifications, designs, plans, drawings, data, prototypes, and other technical and/or business information. For purposes of this Section 23, the Party that discloses confidential Information is referred to as the "Disclosing Party," and the Party that receives Information is referred to as the "Receiving Party". 9 52 23.2 When Confidential Information is furnished in tangible form, the Disclosing Party shall mark it as proprietary or confidential. When Confidential Information is provided orally, the disclosing Party shall, at the time of disclosure or promptly thereafter, identify the Confidential Information as being proprietary or confidential. 23.3 With respect to Confidential Information disclosed under this Agreement, the Receiving Party and its employees shall: (a) to the extent that disclosure is not required by state or federal law or compelled by a court of competent jurisdiction, hold the Confidential Information in confidence, exercising a degree of care not less than the care used by the Receiving Party to protect its own proprietary or confidential information that it does not wish to disclose; (b) restrict disclosure of the Confidential Information solely to those of its employees and such Receiving Party's counsel and outside auditors who (1) have a need to know in connection with the performance of this Agreement, and (ii) agree to be bound by the confidentiality obligations set forth herein; and not disclose the Confidential Information to any other person or entity without the prior written consent of the Disclosing Party; (c) advise those employees of their obligations with respect to the Confidential Information; (d) use the Confidential Information only in connection with the performance of this Agreement, except as the Disclosing Party may otherwise agree in writing. 23.4 Confidential Information shall be deemed the property of the Disclosing Party. Upon written request of the Disclosing Party, the Receiving Party shall return all Confidential Information received in tangible form, except that each Party's legal counsel may retain one copy in its files solely to provide a record of such Confidential Information for archival purposes. If the Receiving Party loses or makes an unauthorized disclosure of Confidential Information it shall notify the Disclosing Party and use reasonable efforts to retrieve the Confidential Information. 23.5 The Receiving Party shall have no obligation to preserve the proprietary nature of Confidential Information which: (a) was previously known to the Receiving Party free of any obligation to keep it confidential; or (b) is or becomes publicly available by means other than unauthorized disclosure; or (c) is developed by or on behalf of the Receiving Party independently of any Confidential Information furnished under this Agreement; or (d) is received from a third party whose disclosure does not violate any confidentiality obligation to the knowledge of the Receiving Party. 23.6 If the Receiving Party is required to disclose the Disclosing Party's Confidential Information by an order or a lawful process of a court or governmental body, the Receiving Party shall promptly notify the disclosing Party, and shall cooperate with the Disclosing Party in seeking reasonable protective arrangements before the Confidential Information is produced. 23.7 Each Party agrees that the Disclosing Party would be irreparably injured by a breach of this Section 23 by the Receiving Party or its representatives and that the Disclosing Party may be entitled to equitable relief, including injunctive relief and specified performance, in the event of any breach of the provisions of this 10 53 Section 23. Such remedies shall not be deemed to be the exclusive remedies for a breach of this Section 23, but shall be in addition to all other remedies available at law or in equity. 24. REQUIRED RIGHTS SUNESYS covenants that it will, to the best of its knowledge, have obtained by the time the Licensed Fiber Optic Strands are made available to Licensee (and will use commercially reasonable efforts to cause to remain in effect during the term of this Agreement) easement, leases, licenses, fee interests, rights of -way, permits, authorizations and other rights necessary and requisite to enable SUNESYS to grant the License to Licensee ("Required Rights"). Subject to the foregoing obligations of SUNESYS, Licensee is receiving its interests in Licensed Fiber Optic Strands only to the extent such interests are held by SUNESYS. 25. REPRESENTATIONS AND WARRANTIES Each Party represents and warrants that: (i) it has full right and authority to enter into, execute, deliver and perform its obligations under this Agreement; (ii) this Agreement constitutes a legal, valid and binding obligation enforceable against such Party in accordance with its terms, subject to bankruptcy, insolvency, creditors' rights and general equitable principles; and (iii) its execution of and performance under this Agreement shall not violate any applicable existing regulations, rules, statutes or court orders of any local, state or federal government agency, court, or body. 26. ENTIRE AGREEMENT The terms and conditions contained in this Agreement supersede all prior oral or written understandings between the Parties and constitute the entire agreement between them concerning the subject matter of this Agreement. There are no understandings or representations, express or implied, not expressly set forth in this Agreement. This Agreement shall not be modified or amended except by a writing signed by both Parties. 27. CALIFORNIA PUBLIC UTILITY COMMISSION REVIEW This Agreement shall not become finally effective until it has been submitted to the California Public Utility Commission for review and the time for such review has expired. Should the California Public Utility Commission fail to timely grant any approval that may be required for this Agreement, either SUNESYS or Licensee shall have the right to terminate this Agreement. 28. INCORPORATION OF RECITALS The Recitals set forth above are true and correct and are incorporated into this Agreement by reference as though fully set forth herein. IN WITNESS WHEREOF, the Parties have caused this Agreement to be signed by their duly authorized representatives. !Signatures on following page) 11 54 SIGNATURE PAGE TO DARK FIBER INSTALLATION AND LICENSE AGREEMENT (Agreement No. 11-25-132-00) SUNESYS, LLC By: Name: Title: Date: RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: Name: Title: Date: EXHIBIT A DESCRIPTION OF THE SERVICE Description of Service PTP Dark Fiber between the following locations: Hub Site Site Name: Street: City: State: Zip: Site 2 Riverside Metrolink Station 4066 Vine Street Riverside CA 92507 Site Name: Street: City: State: Zip: Pedley Metrolink Station 6001 Pedley Road Riverside CA 92509 **Sunesys shall utilize Licensee provided conduit (from riser pole at the street) to enter the facility. I 56 EXHIBIT B DEPICTION OF LOCATION OF LICENSED FIBER OPTIC STRANDS TO BE PROVIDED BY SUNESYS TO CONNECT THE METROLINK STATIONS * Red line shows the location of SUNESYS' fiber optic connections/infrastructure through which SUNESYS shall provide the Licensed Fiber Optic Strands to connect the Pedley Metrolink Station to the Downtown Riverside Metrolink Station. RCTC - Pedley Station - Preliminary Fiber Optic Map Estimated Distance - 11.28 mi / 18.15 km Estimated Loss @ 1550- 4.54 db CID Riverside UNIESYS 14 57 AGENDA ITEM 15 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: August 22, 2011 TO: Western Riverside County Programs and Projects Committee FROM: Tanya Love, Goods Movement Manager Michael B►omquist, Toll Program Director THROUGH: John Standiford, Deputy Executive Director SUBJECT: TIGER Discretionary Grants: State Route 91 Corridor Improvement Project STAFF RECOMMENDATION: This item is for the Committee to: 1) Direct staff to prepare a grant and Transportation Infrastructure Finance and Innovation ACT (TIFIA) letter of interest (L01) submittal package to U.S. Department of Transportation (U.S. DOT) for the SR -91 Corridor Improvement Project (SR -91 CIP); 2) Authorize the Executive Director to submit the grant application and TIFIA L01; and 3) Forward to Commission for final action. BACKGROUND INFORMATION: The FY 2010/11 Appropriations Act appropriated $526,940,000 for national infrastructure investments. This appropriation is similar, but not identical to the appropriation for the Transportation Investment Generating Economic Recovery (TIGER) program authorized and implemented pursuant to the American Recovery and Reinvestment Act of 2009 and the national infrastructure investments or TIGER II program under the FY 2009/10 Appropriations Act. Given that funds have now been appropriated for these similar programs in three separate statutes, U.S. DOT is referring to the grants for national infrastructure investments under the FY 2010/11 Continuing Appropriations Act simply as TIGER Discretionary Grants. Funding for the TIGER Discretionary Grants program will be allocated on a competitive basis by U.S. DOT. The process will be highly competitive with no more than 25% of funds (approximately $131 million) awarded to projects in a single state. Grants for urbanized areas must be a minimum of $10 million but no more than $200 million. This year's grant process allows for up to $150 million of the $526,940,000 to be used to pay the subsidy and administrative costs of TIFIA, a federal credit assistance program. U.S. DOT has estimated that the $150 million Agenda Item 15 58 of TIGER TIFIA payments can support approximately $1.5 billion in TIFIA credit assistance. The interim notice of funding availability (NOFA) was released by U.S. DOT on July 1, 2011; it is anticipated that the final NOFA should be released by mid August. While the guidelines allow almost any kind of eligible applicants (state and local governments, tribal governments, transit and port authorities, etc.,) and the project eligibility list covers a broad range of project types and modes, it is clear in the guidelines that U.S. DOT officials are looking to award funds for projects that will have a significant impact on the nation, a metropolitan area, or a region. Additionally, U.S. DOT will consider the extent that projects are ready to proceed with obligation of grant funds when evaluating applications. U.S. DOT Application Process As highlighted in the attached TIGER fact sheet, final applications are due no later than October 31, 2011. Projects that are eligible for TIGER discretionary grants include capital investments in: 1. Highway or bridge projects; 2. Public transportation projects; 3. Passenger and freight rail projects; and 4. Port infrastructure investments. U.S. DOT will establish a pre -application screening process based on the following threshold requirements: 1. Project is an eligible project; 2. NEPA (National Environmental Policy Act) is completed or has been initiated; 3. Project is included in the relevant state, metropolitan, and local planning documents, if applicable; 4. Project is able to obligate funds by September 30, 2013 (Note: U.S. DOT prefers June 30, 2013); and 5. For urbanized areas, a 20% local match must be identified and committed; there is no match requirement for rural areas. Projects can increase their competitiveness by demonstrating significant non-federal contributions in excess of the required local match. Additionally, U.S. DOT will give priority to projects for which federal funding is required to complete an overall financing package. SR -91 CIP The SR -91 CIP, the extension of the 91 Express Lanes and freeway widening of the general purpose lanes, requires significant funding that is anticipated to come from the sale of toll revenue bonds and Measure A funds. To supplement this Agenda Item 15 59 planned funding, staff is seeking a loan through the federal TIFIA program. Staff is seeking Commission approval to submit the SR -91 CIP for FY 2010/11 TIGER Discretionary Grant and TIFIA 1_01 consideration. Attachment: TIGER Fact Sheet Agenda Item 15 60 FACT SHEET The TIGER Grant program gives state and local governments a rare opportunity to nominate road, rail, transit and port projects in a multi -modal, multi -jurisdictional competition. 'The TIGER program uses a rigorous process to select projects with exceptional benefits, explore ways to deliver projects faster and save on construction costs, and make investments in our Nation's infrastructure to build more livable and sustainable communities. PROGRAM DETAILS $526.94 million total funds available $140 million tninimuin in rural areas $150 million maximum for TIFIA subsidy No funds for planning or NEPA STATUTORY REQUIREMENTS: • Grants for Urbanized Areas can be no less than $10M, no more than $200M, require a 20 % march minimum • Rural project minimum is $1N4, and march requirement can be waived ® No more than 25 % of funcls (approximately $131M) may be awarded to projects in a single stare • Awards must be balanced both geographic and modally IMPORTANT DATES July 18, 2011 August 22, 2011 October 3, 2011 October 4, 2011 October 31, 2011 "How to Compete Seminar" at USDOT Headquarters Pre -Application Registration Open Pre -Applications Due Final Applications Open Final Applications Due SPECIAL TOPICS WEBINARS July 27, 2011 August 17, 20 ] 1 August 22, 2011 August 24, 2011 August 24, 2011 August 30, 2011 "Talking Freight" Benefit Cost Analysis Project Readiness/NEPA Public Private Partnerships & TIFIA Challenge Rural and Tribal Applications MARAD Port Outreach TIGER Information and assistance can be found at `V w.dt)t.'flov tiae1 U �, r t t , , iuc1 t> For questions contact � 1� 3 i.,�..ai':11.t;i' Ot.. C)_ AGENDA ITEM 16 RIVERS/DE COUNTY TRANSPORTA TION COMMISSION DATE: August 22, 2011 TO: Western Riverside County Programs and Projects Committee FROM: Tanya Love, Goods Movement Manager THROUGH: John Standiford, Deputy Executive Director SUBJECT: Iowa Avenue Grade Separation Project STAFF RECOMMENDATION: This item is for the Committee to: 1) Allocate $6 million in federal Congestion Mitigation Air Quality (CMAQ) and/or Surface Transportation Program (STP) funds to the city of Riverside (Riverside) in support of the Iowa Avenue grade separation project to front Proposition 1B Trade Corridor Improvement Fund (TCIF) funds; 2) Approve Agreement No. 12-67-009-00 with Riverside for reimbursement of TGIF/CMAQ/STP funds; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: In April 2008, the California Transportation Commission (CTC) allocated $13 million in Proposition 1B TCIF funds to the Iowa Avenue grade separation project. The Iowa Avenue project will grade separate the Burlington Northern Santa Fe Railway at an estimated cost of $32 million. The right of way phase is complete and, depending on available funding, construction is scheduled to begin in winter 2012. Proposed Iowa Avenue Grade Separation Agenda Item 16 62 Unfortunately, the Proposition 1B bond sale that was scheduled for earlier in the year did not commence as planned. Availability of TCIF funding is dependent on such bond sales, and as a result, Riverside is unable to proceed with the construction phase of the project unless alternative funding is available. Pursuant to AB 672, effective January 1, 2010, and the CTC Proposition 1B letter of no prejudice (LONP) guidelines, Riverside can request CTC authorization to proceed with the project by using local and federal funds in place of the TCIF funding. At this time, Riverside has $7 million in local funding available and has requested Commission assistance in fronting $6 million of the TCIF funding. There is adequate CMAQ and/or STP funding available to allocate to the project. It should be noted that there is no guarantee that the $6 million will be reimbursed. CTC has indicated that all LONP requests to date have been approved and payments are being made, and there is a high likelihood that LONP repayments will continue to be made. The CTC recommends that local agencies request an allocation when their project is ready to begin construction as that reinforces the need for a bond sale. The next bond sale is scheduled for fall 2011. The LONP guidelines allow for the conversion of LONP's once bonds are sold. For example, if bonds are sold in fall 2011, CTC can allocate approved LONP's thereby replacing the LONP funds with the allocated TCIF funds. This would result in the LONP funds (CMAQ and/or STP) reverting back to the local agency (RCTC). If approved to advance the $6 million in CMAQ and/or STP funding, staff will assist Riverside in deobligating the funds through Caltrans Local Assistance if the TCIF funds become available. Once federal funds are deobligated by Caltrans and the Federal Highway Administration, the funds automatically revert back to the County in which they originated. However, in the event TCIF bond funds are not available to convert and CMAQ or STP funds are not deobligated, staff is seeking approval to enter into Agreement No. 12-67-009-00 with Riverside for reimbursement of the funding. There is no financial impact to the Commission, as CMAQ and STP funds do not flow directly through the Commission. Riverside will be the direct recipient of such funds. Agenda Item 16 63 Alexandra Rackerby From: Alexandra Rackerby Sent: Thursday, August 18, 2011 9:07 AM To: Alexandra Rackerby Subject: RCTC Western Riverside County Programs and Projects Committee - Ipad Compatible Users Attachments: Conflict of Interest Form.pdf; Conflict of Interest Memo.pdf Importance: High Good Morning Commissioners, The Western Riverside County Programs and Projects Committee agenda for Monday August 22, 2011 is posted on our Website at http://www.rctc.org/downloads/WRC/ipad wrc.pdf Also, attached is the Conflict of Interest Memo and Form for your information. Let me know if you have any questions or concerns. Thank you. Respectfully, Allie Rackerby Riverside County Transportation Commission (951) 787-7141 1 RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS SIGN -IN SHEET AUGUST 22, 2011 N E (� AGENCY "agA-e44. av E MAIL ADDRESS off54s2er --' c -;7„ , rJ Caen /' ,l Z1 Pisolc- " teC RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE ROLL CALL August 22, 2011 Pre County of Riverside, District I County of Riverside, District V City of Banning City of Corona City of Eastvale City of Jurupa Valley City of Menifee City of Moreno Valley City of Norco City of Perris City of San Jacinto City of Wildomar Absent 0 0 0 0 0 Riverside County Transportation Commission TO: Riverside County Transportation Commission FROM: Jennifer Harmon, Office and Board Services Manager DATE: August 22, 2011 SUBJECT: Possible Conflicts of Interest Issues - Western Riverside County Programs and Projects Committee Agenda of August 22, 2011 The August 22, 2011 agenda of the Western Riverside County Programs and Projects Committee includes items which may raise possible conflicts of interest. A RCTC member 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 any entity or individual listed. Agenda Item No. 8 - Extension of Task Orders Issued to On -Call Right of Way Consultants Consultant(s): Epic Land Solutions 2601 Airport Drive #115 Torrance, CA 90505 Holly Rockwell, President Overland Pacific Cutler, Inc. (OPC) 3750 Schaufele Avenue, #150 Long Beach, CA 90808 Amber Costello, Corporate Counsel Agenda Item No. 12 - Agreement with Universal Protection Service to Provide Security Guard Services for Five Commission -Owned Commuter Rail Stations Consultant(s): Universal Protection Service 1551 North Tustin Ave, Sixth Floor Santa Ana, CA 92705 Robert Ryan, Vice President of Sales Agenda Item No. 13 - Agreement with Sunesys, LLC to Provide Fiber Optic Connections and/or Infrastructure to Link the Pedley Station to the Downtown Riverside Station Consultant(s): Sunesys 1325 Pico Street, Suite 106 Corona, CA 92881 Stephen A. DeFranco, Director of Sales