Loading...
HomeMy Public PortalAbout11 November 27, 2000 Budget & Implementation052824 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION • • • BUDGET AND IMPLEMENTATION COMMITTEE MEETING AGENDA TIME: 2:30 p.m. DATE: Monday, November 27, 2000 RECORDS LOCATION: Riverside County Transportation Commission 3560 University Avenue, Suite 100 - Conference Room A Riverside, CA 92501 ...COMMITTEE MEMBERS... Ron Roberts, Chairman / Jeff Comerchero, City of Temecula John Hunt, Vice Chair / Michael Bracken, City of Banning Gregory S. Pettis / Sarah DeGrandi, City of Cathedral City Juan DeLara / Richard Macknicki, City of Coachella Jeffrey Bennett / Andrea Puga, City of Corona Mike Wilson / Marcos Lopez, City of Indio John Pena / Ron Perkins, City of La Quinta Kevin Pape / Robert Schiffner, City of Lake Elsinore Frank West / Bill Batey, City of Moreno Valley Phil Stack / Harvey Gerber, City of Rancho Mirage Ameal Moore % City of Riverside John Tavaglione / District Two i County of Riverside Jim Venable / District Three / County of Riverside Patrick Williams Chris Carlson-Buydos / Jim Ayres City of San Jacinto ... STAFF ... Eric•Haley, Executive Director Marilyn Williams, Director of Regional Issues and Communications ... AREAS OF RESPONSIBILITY... Annual Budget Development and Oversight Countywide Strategic Plan Legislation Measure "A" Implementation and Capital Programs Public Communications and Outreach Programs Competitive Grant Programs: TEA 21-CMAQ & STP, Transportation Enhancement and SB 821 -Bicycle & Pedestrian Property Management SAFE Freeway Service Patrol 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 Testimony Card to the Clerk of the Board. • • • RIVERSIDE COUNTY TRANSPORTATION COMMISSION BUDGET AND IMPLEMENTATION COMMITTEE http://www.rctc.org 3560 University Ave - Riverside, CA 92501 - Conference Room A PARK IN THE PARKING GARAGE ACROSS FROM THE POST OFFICE ON ORANGE STREET MONDAY, NOVEMBER 27, 2000 - 2:30 P.M. AGENDA. *Actions may be taken on any item listed on the agenda City of La Quinta City Hall (Video Conference Location) 78-495 Calle Tampico, La Quinta 92253 - Session Room 1. CALL TO ORDER 2. ROLL CALL 3. PUBLIC COMMENTS 4. APPROVAL OF MINUTES (October 23, 2000) 5. CONSENT CALENDAR - All matters on the Consent Calendar will be approved in a single motion unless a Commissioner(s) requests separate action on specific item(s). Items pulled from the Consent Calendar will be placed for discussion at the end of the agenda. 5A. CONTRACTS COST AND SCHEDULE REPORT - P. 01 Overview This item is to seek Committee approval to: 1) Receive and file the Contracts Cost and Schedule Report for the month ending October 31, 2000; and 2) Forward to the Commission for final action. • • • Budget and Implementation Committee November 27, 2000 Page 2 5B. SINGLE SIGNATURE AUTHORITY REPORT - P. 05 This item is to seek Committee approval to: 1) Receive and file the Single Signature Authority Report for the months of September and October 2000; and 2) Forward to the Commission for final action. 5C. QUARTERLY INVESTMENT REPORT - P. 07 This item is to seek Committee approval to: 1) Receive and file the Investment Report for the quarter ending September 30, 2000; and 2) Forward to the Commission for final approval. 5D. QUARTERLY FINANCIAL STATEMENTS - P. 19 This item is to seek Committee approval to: 1) Receive and file the Financial Statements for the quarter ending September 30, 2000; and 2) Forward to the Commission for final action. 5E. QUARTERLY CALL BOX UPDATE - P. 25 This item is to seek Committee approval to: 1) Receive and file the operational statistics for the Riverside County Motorist Aid CaII Box System for the quarter ending September 30, 2000; and 2) Forward to the Commission for final action. Budget and Implementation Committee November 27, 2000 Page 3 6 AUTHORIZE AMENDMENT NO. 2 TO CONTRACT NO. RO-9861 TO SUPPORT DESIGN AND CONSTRUCTION OF THE ROUTE 91, MAGNOLIA AVENUE TO MARY STREET AUXILIARY LANE PROJECT, AND PHASE II SOUND WALL #36 - P. 34 Overview This item is to seek Committee approval to: 1) Recommend the approval of Amendment No. 2 to Contract No. RO-9861, with URS Corporation, for additional engineering design services and construction support services required to support design and construction of the Route 91, Magnolia Avenue to Mary Street Auxiliary Lane Project, and the new Phase 11 Sound Wall #36, for an additional Base Work of $383,728 and additional Extra Work of $ 41,272 for a total Amendment value of $ 425,000; 2) Authorize the Chairman to execute the amendment on behalf of the Commission, pursuant to Legal Counsel review, using the standard amendment format; and 3) Forward to the Commission for final action. 7. APPROVE CALTRANS COOPERATIVE AGREEMENT FOR THE FINAL PS&E DESIGN OF THE ROUTE 91 AUXILIARY LANE PROJECT FROM TYLER STREET TO JANE STREET - P. 67 Overview This item is to seek Committee approval to: 1) Recommend the approval of Cooperative Agreement with Caltrans for RCTC to provide the final PS&E Design for the Route 91 Auxiliary Lane Project from Tyler Street to Jane Street in the City of Riverside; Budget and Implementation Committee November 27, 2000 Page 4 2) Authorize the Chairman, pursuant to Legal Counsel review, to execute the Cooperative Agreement on behalf of the Commission; and 3) Forward to the Commission for final action. 8. AUTHORIZATION TO BID LANDSCAPE CONSTRUCTION PACKAGE FOR SOUND WALLS NO. 110, 121, AND 161 - P. 85 Overview This item is to seek Committee approval to: 1) Authorize staff to advertise for construction bids for landscaping of Sound Walls No. 110, 1 21 , and 161 on Route 91 from Jackson Street to Jefferson Street in the City of Riverside; and 2) Forward to the Commission for final action. 9. AUTHORIZATION TO BID VEGETATION REMOVAL CONSTRUCTION PACKAGE FOR STATE ROUTE 74 REALIGNMENT - P. 87 Overview This item is to seek Committee approval to: 1) Authorize staff to advertise for construction bids to remove vegetation along State Route 74; and 2) Forward to the Commission for final approval. 10. APPROVE CALTRANS' PROGRAM SUPPLEMENTAL AGREEMENTS NO. M006 FOR THE PEDLEY METROLINK STATION CCTV SYSTEM AND M007 FOR THE SANTA FE DEPOT RESTORATION PROJECT - P. 89 Budget and Implementation Committee November 27, 2000 Page 5 Overview This item is to seek Committee approval to: 1) Approve Caltrans' Program Supplement No's. M006 for the Construction of Security Enhancements for the Pedley Station and M007 for the Santa Fe Depot Restoration Project to Agency -State Agreement No. 08-6054; and 2) Forward to the Commission for final action. 11. AMENDMENT #1 TO CONTRACT NO. RO-2027 FOR THE PROPOSED NEW METROLINK COMMUTER RAIL STATION IN DOWNTOWN CORONA NEAR MAIN STREET AND ROUTE 91 - P. 95 Overview This item is to seek Committee approval to: 1) Concur with the station concept and staging plan for the proposed new Metrolink Commuter Rail Station in Downtown Corona near Main Street and Route 91; 2) Recommend the approval of Amendment #1 to Contract No. RO-2027 to Daniel, Mann, Johnson, & Mendenhall (DMJM) to provide final Plans, Specifications, and Estimate (PS&E) Design Services, and environmental clearance for the proposed new Metrolink Commuter Rail Station, for a base amount of $625,000, with an extra work contingency of $75,000, for a total not to exceed Contract value of $700,000; 3) Authorize the Chairman, pursuant to Legal Counsel review, to execute the Contract on behalf of the Commission; and 4) Forward to the Commission for final action. Budget and Implementation Committee November 27, 2000 Page 6 12. APPROVE SELECTION PROCESS TO PROVIDE ENGINEERING SERVICES RELATED TO THE SAN JACINTO BRANCH LINE IN RIVERSIDE COUNTY BETWEEN THE CITIES OF RIVERSIDE AND PERRIS - P. 108 Overview This item is to seek Committee approval to: 1) Approve the results of the selection process to provide the Commission Engineering Services Related to the San Jacinto Branch Line between the Cities of Riverside and Perris; 2) Direct staff to negotiate the scope, schedule and cost with the top ranked firm to perform the required services (if negotiations fail with the top ranked firm, staff is authorized to go to the next firm on the list to negotiate a contract to perform the services); 3) Direct staff to bring back an authorization to award a contract to the firm with which negotiations are successful; and 4) Forward to the Commission for final approval. 13. CALL BOX UPGRADE AGREEMENT BETWEEN RIVERSIDE COUNTY TRANSPORTATION COMMISSION AND COMARCO WIRELESS TECHNOLOGIES - P. 110 Overview This item is to seek Committee approval to: 1) Enter into an agreement between the Riverside County Transportation Commission and Comarco Wireless Technologies to upgrade the call box system in Riverside County; • • • Budget and Implementation Committee November 27, 2000 Page 7 2) Authorize the Chairman, pursuant to Legal Counsel review, to execute the agreement on behalf of the Commission; 3) Accept Comarco's offer to reduce the first year maintenance costs by $30,341.25 and direct staff to incorporate the cost savings in the Comarco System Upgrade Agreement; and 4) Forward to the Commission for final action. 14. ADJOURNMENT - The next meeting is scheduled to be held at 2:30 p.m. on Monday, January 22, 2001 at the RCTC offices. MINUTES RIVERSIDE COUNTY TRANSPORTATION COMMISSION BUDGET AND IMPLEMENTATION COMMITTEE Monday, October 23, 2000 MINUTES 1. CALL TO ORDER The meeting of the Budget and Implementation Committee was called to order at 2:34 p.m., by Chairman Ron Roberts at the offices of the Riverside County Transportation Commission, 3560 University, Suite 100, Riverside, California, 92501 and at the video conference location at the City of La Quinta, 78-495 Calle Tampico, La Quinta 92253. 2. ROLL CALL Members Present: Members Absent: 411 Juan DeLara * John Hunt Ameal Moore Kevin Pape John Pena * Andrea Puga Ron Roberts Phil Stack John Tavaglione Jim Venable * * Patrick Williams * Mike Wilson * Frank West ** Attended meeting via video conference * Arrived after start of meeting 3. PUBLIC COMMENTS There were_no comments from the public. 4. APPROVAL OF MINUTES Gregory S. Pettis M/S/C (Puga/Stack) to approve the minutes of the September 25, 2000 meeting as presented. 5. CONSENT CALENDAR M/S/C (Stack/Puga) to approve the Consent Calendar as presented. 5A. CONTRACTS COST AND SCHEDULE REPORT Receive and file the Contracts Cost and Schedule Report for the month ending September 30, 2000. Budget and Implementation Committee Minutes October 23, 2000 Page 2 6. ACQUISITION AND TRANSFER OF LAND FOR THE CORONA MAIN STREET METROLINK STATION M/S/C (Puga/Tavaglione) that the Commission authorize staff to negotiate an agreement with the City of Corona for the transfer of land for the Corona Main Street Metrolink Station. 7. RCTC LICENSE AGREEMENTS POLICIES In response to Commissioner Ameal Moore's question when renovation on the Santa Fe Downtown Depot would begin, Eric Haley, Executive Director, replied that $500,000 has been committed to the project, and RCTC is about two to three months away from executing that contract. This would include roofing, some structural and plumbing, however, some of the cosmetic work would not be done. He has requested authorization from the Committee to fund immediate cosmetic work, boarding up windows, cleaning up debris and basic gardening for the building. Afterwards, the long term structural problems of the building would be addressed. M/S/C (Moore/Tavaglione) that the Commission: 1) Restructure lease agreements and enhancing lease revenues to fund the maintenance and support of Commission owned properties. 8. CITY OF HEMET PURCHASE AND SALE AGREEMENT Eric Haley advised the Committee that this is not an effort to increase the cost of the project, rather it is to accommodate Hemet's needs at this time. M/S/C (Tavaglione/Venable) recommend the Commission to: 1) Transfer the title of 2.3 acres in downtown Hemet in two parts: Phase 1 — 1.34 acres, valued at $ 175,000 and Phase II - .965 acres, valued at $ 125,000. 9. METROLINK STATIONS) ELEVATOR MAINTENANCE AGREEMENT M/S/C (Hunt/Tavaglione) recommend the Commission: 1) Select Otis Elevator Company to maintain the elevators at the Riverside -Downtown Metrolink Station and, once completed, the Riverside -La Sierra and West Corona Stations for a 3 -year period with two -one year extension options at an amount not to exceed $18,000/year; and 2) Authorize RCTC's Chairman to execute the agreement on behalf of the Commission, pursuant to Legal Counsel review. 10. CALL BOX UPGRADE AGREEMENT BETWEEN RIVERSIDE COUNTY TRANSPORTATION COMMISSION AND COMARCO WIRELESS TECHNOLOGIES Jerry Rivera, Program Manager informed the Committee that most of the call boxes in the system are over 10 years -old, and that when they were implemented in April 1990, it was estimated that the boxes would last approximately 10 years. The first maintenance agreement with GTE Net was set for that specific 10 -year period. In April 2000, when discussion began on the renewal of the maintenance contract with Comarco they in fact encouraged RCTC to upgrade the system as there are certain components that are obsolete and are no longer being manufactured. This proposal would do exactly that, and of the 1.149 boxes it is estimated that • • Budget and Implementation Committee Minutes October 23, 2000 Page 3 930 need to be upgraded at $850 each. Comarco estimates that this upgrade would extend the life of the system an additional 10 years. An estimated 157 boxes need to be replaced annually, and although there would be a large one-time cost if it were done all at once, it would save approximately $465,000. Realizing that Comarco is the only provider of this service in the state, RCTC had their consultant, Tele Tran Tek Services, independently review Comarco's proposal and their data. Tele Tran Tek found that their data appears to be correct and felt that the assumptions used in the proposal are reasonable. . Commissioner Jim Venable asked if the County had a current contract with Comarco, and if so what are they being paid and he stated his concerns about the cost of the overall program and asked if it would be less expensive to just re -negotiate the original contract.. Jerry Rivera replied that the County does have a current contract with Comarco for maintenance at $290 per box per year. In response to Commissioner Phil Stack's question where funds would be derived for this program came from. Eric Haley, responded that it comes from a fee paid yearly by licensed drivers. At this time there is enough money in the programs reserve to cover the costs of the current contract. Commissioner Stack requested that the financial aspect of this be studied and be brought back to the Committee. M/S/C (Hunt/Stack) to bring this item back, including a financial report, to the Committee in thirty days. 11. CALL BOX ANSWERING SERVICES Jerry Rivera said that due to recent legislation, SAFE's can now contract with private call answering centers. This has been handled by the California Highway Patrol in the past. San Diego and MTC have already done so, and as a result they are experiencing savings of 30% to 50%. This would equate in savings of $75,000 to $100,000 for Riverside County. Should Riverside County and San Bernardino County jointl-y contract a private call answering center the savings are estimated at $200,000 to $220,000. This was_approved by SanBAG's Plans & Programs Committee last week. M/S/C (Pena/Stack) that the Commission direct staff to develop a joint Riverside County Transportation Commission and San Bernardino Associated Governments (SanBAG) Request for Proposal for calf box answering services. 12. AMENDMENT TO CITY OF PALM DESERT'S FY 2001 MEASURE "A" CAPITAL IMPROVEMENT PLAN FOR LOCAL STREETS AND ROADS M/S/C (Stack/Pena) recommend the Commission approve the amendment to FY 2001 Measure "A" Capital Improvement Plans for Local Streets and Roads for the City of Palm Desert, as submitted. • Budget and Implementation Committee Minutes October 23, 2000 Page 4 Eric Haley stated that CETAP, Measure "A" Reauthorization Committee and the Toll Road Ad Hoc Committee are all moving forward. At 2:00 p.m. on November 1, 2000, the Riverside/San Bernardino, north/south corridor meeting will be held in San Bernardino. The second meeting for the Toll Road Ad Hoc Committee is scheduled for November 9, 2000 at 8:00 a.m., also held on that date, from 10:00 a.m. to 12:00 p.m. will be the Sales Tax Ad Hoc Committee. 13. ADJOURNMENT There being no further business for consideration by the Budget and Implementation Commission, the meeting was adjourned at 3:31 p.m. The next meeting is scheduled to be held on Monday, November 27, 2000 at 2:30 p.m. Respectfully submitted, Traci R. McGinley Deputy Clerk of the Board • AGENDA ITEM 5A • • • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Bill Hughes, Measure A Project Manager Louie Martin, Project Controls Manager THROUGH: Hideo Sugita, Deputy Executive Director _ SUBJECT: Contracts Cost and Schedule Report STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Receive and file the Contracts Cost and Schedule Report for the month ending October 31, 2000; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: The attached material depicts the current costs and schedule status of contracts reported by routes, commitments, and cooperative agreements executed by the Commission. For each contract and agreement, the report lists the authorized value approved by the Commission, percentage of contract amount expended to date, and the project expenditures by route with status for the month ending October 31, 2000. Attachments 000001 RCTC ME ASURE 'A" HIG1Tl�AY/RAIL PROJECTS BUDGET REPORT BY R OUTE C OMMISSION CONTRACTURAL % COMMITTED PR OJECT AUTHORIZED C OMMITMENTS AGAINST AUTH. DESCRIPTION ALL OCATION TO DATE ALLOCATION ROUTE 60 PR OJECTS Final Design HOV 60/215 to Redlands Blvd . (2042) SUBTO TAL ROUTE 60 ROUTE 74 PR OJECTS Engin ee ring/Env iron /ROW (R02041 9954,9966) SUBTOTAL ROUTE 74 ROUTE 79 PROJECTS Engineering/En viron. /ROW (R09961) Realignment study, Right tu rn lanes SUBTO TAL ROUTE 79 ROUTE 111 PROJECTS (R09219, 9227,9234,9523,9525,9530,9537,9538) 9635,9743,9849-9851,9857 SUB'1~i�'CAL RbiJ'1'S 111 . ROUTE 91 PROJECTS So undwall design and constructio n (R09101,9337,9847,9861,9848,9832,9969,2043) (2058) Van Buren Blvd. Frwy Hoo k Ramp (R09535) Sndwall Landscaping (R09933,9946,9945) SUBTOTAL ROUTE S3 I-215 PROJECTS Prelimina ry Engrg/Environ. (R09008, 9018) SUBTO TAL (215 $2 ,229,00( $7,958,900 $7,958 ,900 $ 740,000 $ 740,000 $ 15,933,909 $16,933,909 $10,632,800 $2,300,000 S883,450 $13,816.250 46,726,504 96.728 Rhd. S2 ,006,100 $7,563,700 $7,563,700 4630,000 $830,000 415,933,909 $15 ,933.909 89,872,324 $2, 300,000 $798,291 Si 2,970; 61 5' S5,878,173 35,8713;173; 90.0% 95.0% 9�: Q 7ix 85.1% 100 .0% 90 .4% 87.4% EXPENDITURE F OR MONTH ENDE D 10/31/00 $43,334 874,916 74.9:1 $13,802 $117,699 $17,923 • % EXPENDITURES EXPENDITURES TO -DATE AGAINST TO DATE COMMITMNTS TO DATE 583,318 52,199,646 #99: $42,560 $9,300,192 $6,490,332 $1,797,708 $ 634 ,048 $5,704,897 Page 1 of 3 $S: a4 89 4 .2% 92 .8% $321,041 65 .7% 78 .2% 79.4% 97.1 % RCTC MEASURE "A" HIGHW AY PROJECTS BUDGET REPORT BY ROUTE COMMISSI ON CONTRACTURAL % C OMMITTED EXPENDITURE FOR % EXPENDITURES PROJECT AUTHORIZED COMMITMENTS AGAINST AUTH. M ONTH EN DED EXPENDITURES TO -DATE AGAINST DES CRIPTION ALL OCATION TO DATE ALLOCATION 10/31/00 TO DATE COMMITMNTS TO DATE INTERCHANG E IMPROV . PR OGRAM Yuma IC Lan dscaping (R09926,9946) SUBTOTAL INTERCHANGE PROJECT & CO NSTR. MGMT SERV. (RO 2100) SUBTOTAL BECHTEL PRO GRA M PLA N & SERVICES No rth/South Corridor stu dy (R09936) SUBTO TAL PROG RAM PLAN & SVCS. PARK-N-RIDE/INCENT. PRO GRA M (R0 9859) (2101-2117) (9813) (2146) (99171 SUBTOTAL PARK -N -RIDE CO MMUTER RAIL Studies/Engineering (RO 9420,9731,9832,9833,9844,9854,9956,2028) R02031,2027,2120 Statio n/Site Acq/OP Costs/Maint. Co sts (0000,2026,2056,9929,9845,9953,9957,9932,9972) SUBTOTAL COMMUTER RAIL CD CD CD CD CA.) • T'OTALS„. 8440,000 $440,000 S1,750,000 41, 750,000 • $125 ,000 $126,000 $2,293,911 52,293,911 S2,688,600 S13,190,402 316,879,00 2: $68:663,476, $400,000 8400,000 51,715,104 $1 ,715,104 8125,000 $125,000 S2,293,911 $2,293,911 82,645,600 812, 810, 402 $18,4$6,002: 562, 960141.4::. Page 2 of 3 • 90 .9% ;S1i99f�: 98 .0% 90 .0% 100.0% 100.08 100.0% liprt# fl91xti 98 .4% 97 .1% 86,123 5186,316 823,999 8400,944 9424 .943 8312,481 $1 S1,332,778 866,260 51,515,140 $1,935,415 410,944,678 78.1% 77.7% 53 .0% 68 .1% 73,2% - 85.4% • RCTC ME ASURE "A" HIGHWAY/LOCAL STREETS & ROADS PR OJECTS BUDGET REPORT BY PROJECT PROJECT DESCRIPTIO N CITY OF CANYON LAKE Railroad Canyon Rd Improvements SUBTOTAL CANYON LA KE LOAN CITY OF CORONA Smith, Maple & Lincoln Inte rchanges & (1) Sto rm drainage structure SUBTOTAL CITY OF CORONA CITY OF PERRIS Loca l streets & road improvements CITY OF SAN JACINTO Local streets & road improvemen ts CITY OF TEM ECULA Local streets & road improv ements CITY OF N ORCO Yu ma I/C & Loca l stree ts and roa d Imprmts APPROVED COMMITMENT S 1,600,000 $1,600 ,000 S5,212,623 $5,212,623 $ 1,936,419 81,324,500 55,094,027 S2,139,067 EXPENDITURE FOR TOTAL MONTH ENDED MEASURE "A" 10/31/00 ADVANCES *0 $0 TOTALS $17,306,636 $0::; NOTE: (1) Loan against interchan ge improvement programs. All values are for total Project/Contract and not related to fiscal year budgets. $1 ,600,000 *1.60,000: $5,212,623 6,212 633; 81,936 ,419 81, 324, 500 55,094 ,027 $2,139,067 17.306,636 OUTSTANDING % LOAN BALANCE LOAN OUTSTANDING TO -DATE AGAINST BALANCE COMMIT MENT APPROVED CO MMIT. 81,184,485 81,1 84>485: 83 ,605,878 73,65878' S1,493,799 $ 1,021,750 $3,929,650 $1,650,126 $12+88L808 80 S0 $0 $0 80 74.0% 69 .2% 77 .1% 77 .1 % 77.1% 77.1% Page 3 of 3 CD CD CD CD U 4 -=a St atu s as o1: 10/31/70 AGENDA ITEM 5B • • • RIVERSIDE COUNTY TRANSPORTA TION COMMISS/ON DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Ivan M. Chand, Chief Financial Officer THROUGH: Eric Haley, Executive Director SUBJECT: Single Signature Authority Report STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Receive and file the Single Signature Authority Report for the months ending September and October 2000; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: The attached report details all contracts which have been executed for the months of September and October under the Single Signature Authority granted to the Executive Director by the Commission. The remaining unused capacity is $464,520.82. Attachment 000005 • CONSULTANT SANBAG Smith & Kempto n LSA Associates, Inc. AMOUNT AVAILABLE July 1, 2000 AMOUNT USED AMOUNT REMAINING THROUGH June 30, 2001 Pre pared by vat f:luse rslpreprintldplsinsig0l SINGLE SIGNATURE AUTH ORITY AS OF OCTOBER 31, 2000 • • ORIGINAL REMAININ G DESCRIPTION C ONTR ACT CONTRACT EXPENDED REMAINING OF SERVICES AMOUNT AMOUNT AMOUNT BALANCE Co -manage study of growth In demand f or alr carg o and other freight mov ement In relati on to Inland Empire Empl oyment and population gr owth. Phase I Riverside County Transp Expenditur e Plan pursuant to SCA-3 which may be on the March 2002 General Election . Envir onmental services Apache Trail & 1-10 Improvement pr oject. Reviewed by r Oda 15,000.00 7,500.00 10,000 .00 15,760 .00 $ 500,000 .00 0.00 7,979.18 7,500 .00 7,500.00 10,000 .00 0 .00 7,780.82 7,979.18 500,000.00 $ 25,280 .82 $ 15,479 .18 35,479.18 $ 464,520 .82 AGENDA ITEM 5C • • • RIVERS/DE COUNTY TRANSPORTA TION COMMISS/ON DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Ivan M. Chand, Chief Financial Officer THROUGH: Eric Haley, Executive Director SUBJECT: Quarterly Investment Report STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Receive and file the Investment Report for quarter ending September 30, 2000; and 2) Forward to the Commission for final approval. BACKGROUND INFORMATION: Attached are the quarterly investment and cash flow reports as required by state law and Commission policy. The County's Investment Report for the month ending September 30, 2000 is also attached for your review. Attachments 00nrw.7 • Description REVENUES Sales Tax Reven ues Measure A Other Sales Tax Revenues Fed State Local 8 Other Gover n Interest In come Othe r Rev enu es TOTAL REVENUES EXPENDITURES ADMINISTRATION Salaries 8 Benefits General Legal Service s Pro f Services (Excludes Legal) office Lea se/Utilities Gen eral Admin Expenses TOTAL ADMINISTRATION PROGRAMS/PROJECTS Salaries & Benefits General Le gal Serv ices Prof Services (Excludes Legal) General Projects Highway Enginee ring Highway Co nstruction Highways ROW Special Stu dies Rail Engineering Rail Construction Rail ROW Commuter Assistance Regional Arterial Streets & Roads Special Transportion\Transit Project Operation s/Maintenance Project Towin g STA Distributions TOTAL PROGRAMS/PROJECTS DEBT SERVICE Principal Intere st TOTAL DEBT SERVICE Intern govern Distribution CD O CD O co 4111 rside Cou nty Transportati on Com missi on BUDGET VERSUS ACTUALS-1st Otr For Period E nding: 09/30/00 11/03/00 REMAINING PERCENT BUDGET ACTUALS BALANCE UTILIZATION 80,500,000 .00 6,523,491.00 24,831,958.00 4,033,000 .00 6,327,756 .00 21,449,783.26 3,670,389 .00 1,651.07 1,074,431.50 494,023.84 122,216,205.00 26,690,278.67 1,046,315.00 245,939.52 76,500.00 9,172 .46 1,186,494 .00 207,295.98 210,000.00 64,852 .20 780,476 .00 62,829 .48 3,299,785 .00 590,089.64 59,050,216.74 2,853,102.00 24,830,306 .93 2,958,568.50 5,833,732.16 26.64 56 .26 0.00 26.64 7.80 95,525,926.33 21.83 800,375.48 67,327.54 979,198.02 145,147.80 717,646.52 23.50 11.99 17.47 30.88 8.05 2,709,695.36 17 .88 1,293,355.00 325,498.77 967,856.23 493,000.00 24,877 .07 468,122.93 506,500.00. 69,692 .86 436,807.14 1,798,150.00 113,142 .56 1,685,007.44 4,804,972.00 225,464.87 4,579,507.13 9,552,000.00 435,752 .50 9,116,247.50 14,358,556. 00 (4,250.00) 14,362,806.00 1,573,000.00 78.00 1,572,922.00 2,990,000. 00 4,129.47 2,985,870.53 11,541,000.00 137,701.00 11,403,299.00 1,023,000.00 5,588.25 1,017,411.75 2,128,175. 00 72,677.34 2,055,497.66 8,356,000. 00 1,450,394.73 6,905,605.27 33,095,000.00 8,273,905. 80 24,821,094.20 7,663,400.00 1,444,233.75 6,219,166 .25 1,928,035.00 310,545. 13 1,617,489.87 1,037,000.00 121,209.58 915,790.42 3,315,500. 00 79,000. 00 3,236,500.00 107,456,643.00 13,089,641. 68 94,367,001.32 22,633,844.00 0.00 22,633,844.00 12,743,938. 26 0.00 12,743,938.26 35,377,782.26 0.00 35,377,782.26 620,000. 00 561,022.00 58,978.00 25.16 5.04 13 .75 6.29 4 .69 4.56 (0.02) 0.00 0.13 1 .19 0 .54 3.41 17.35 25.00 18.84 16.10 11 .68 2.38 12 .18 0.00 0.00 0.00 90.48 OOOTA� De scription Capital Outlay Riverside County Transportatio n Commission BUDGET VERSUS ACTUALS-lst Otr For Period E nding: 09/30/00 11/03/00 REMAINING PERCENT BUDGET ACTUALS BALANCE UTILIZATION 46,500.00 1,057 .20 45,442 .80 2.27 TOTAL EXPENDITURES 146,800,710.26 Other Financing So urces/Uses Operating Transfer In 35,526,025 .00 Operating Tran sfer Ou t 35,526,025 .00 Bond Proceeds 34,500,000.00 Total Other Fin an cin g Sources 34,500,000 .00 /Uses Excess(Deficiency)of Rev en ues And Other Financing Sources Over(Under)Expenditure And Other Financing Uses Fund Balance July 1, 2000 Fund Balan ce Se pt 30, 2000 • 14,241,810.52 132,558,899.74 12,732,445.28 22,793,579.72 12,733,767.53 22,792,257.47 35,501,000.70 (1,001,000.70) 35,499,678 .45 (999,678.45) 9,915,494.74 47,948,146.60 112,562,790.69 112,562,790 .69 122,478,285.43 160,510,937.29 9.70 35.83 35 .84 102.90 102 .89 (38,032,651.86) 483 .56 0 .00 100.00 (38,032,651.86) 131 .05 OOOTA OPERATING FUNDS r,1 n ;(Jr'SrS .°,P,1lit Bank of Amen ,a 548'4 ,'.7 10 AA1/AA Crash with County Treasu rer 547 489 676 80 AAA MR1'AAAf 41/AAA v1 • Financ,al In ve sto rs Trust (FIT) 55 097 574 42 AAA/AAA 63hmark M one y Ma rke t (US Treasury Ob F und) $8 370 31 AAA/AAA AgencylTreasury Securities. Fe d Nat'l Mtge As soc 54 999 150 00 AAA/AAA $5 000 000 00 04/07/00 03/30/01 Fed Horne Ln Banks 6 65% $4,999,750.00 $5,001,582 .50 $1,812 .50 $3 778 510 75 AAA/AAA 53.175 000 00 06/16/00 Fed Ho me L n Mtg 06/14/01 6 90 % $3,778,510 .75 $3,785,617.19 51 994 600 00 AAA/AAA 57,106.44 $2 000 OOo Oo 06/14/99 06/15/01 5 .89% Fed H ome Ln Banks 52 528 747 80 51,994,600.00 $1,988,125.00 ($6,475 .00) 44 41444 Fed rJatl Mtg Assn Medw52 297 843 75 m Te rm (Callable/ $2 .54000000 11/01/99 09/17/01 6.12% $2,528,747.80 $2,523,331.25 ($5,416.55) AAA/AAA Fe d Nat'l M tge Ass oc $2.300 000 00 02/23/99 02/25/02 5.65 % 52,297,843.75 $2,270,182.80 $2 000 000 00 444/444 52 000 000 00 03/09/99 ($27,660 .95) Fed Nat'l M tge Assoc 03/08/02 5.88% $2,000,000.00 $1,979,792.00 5696 919 50 AAA/AAA 5720 000 00 ($20,208.00) 06/13/00 12/07/00 6.74 % $696,919.20 Fed Nat'l M tge Assoc 5276 570 70 AAA/AAA5711,264.24 574,345.04 Fed Home Ln Mtg 5280 000 00 09/29/00 12/07/00 6 47 % $276,570.70 $276,602.76 53206 51 961 2 00 00 AAA/AAA 5200000000 06/14/99 Sub -Tota l 571 611 '0 07/15/03 6 29% $1,961,200.00 0 27 51,95(3,250.00 (54,950.00) 520 615 000 00 • PI HASF MATURITY YIELD TO PURCHASE MARKET UNREALIZED CAI "( 1141E DATE MARKET PRICE VALUE GAIN (LOSS) FUNDS HELD IN TRUST Cas h with County Local Tra ns portation Fu nd $15.029 849 21 AAA-MR1/AAAf.81JAAAv 1 • First American Treasury 52 887. 527 87 AAA/AAA Sub -Total $17 917 377 08 CO MM ISSION BOND PROJECT FUNDS/DEBT RESERVE M ilesto ne Funds $9 000,304 35 AAA/AAA First Ame rican Tre asury $45 822,036 88 AAA/AAA U S Treasury No tes $15.926. 000 00 AAA/AAA MBIA Investment Agreement 5000 Sub -Total $70.748,341 23 TO TAL 5162,277,508. 53 $20,534,142.20 520,492,727.74 (541,414 .48) SUMMARIZED INVEST MENT TYPE Banks 5482,826 .19 Cash with County 562,518,726.01 Mutual Funds: Financial In vestors Trust 55,097,574,42 Highmark 58,370 .31 First American Tr easury 52,887,527.87 Mil eston e 59,000,304.35 Sub -T otal Mut ual Funds • 516,993,776 .95 Federal Agency Notes 520,534,14220 U.S. Treasury Notes $61,748,038.88 Inve stment Agreements $0.00 T OTAL $162,277,508 .23 0 to 90 Days 43% $71,271,595 Portfolio Maturity Over 3 Yrs 44% $72.709.541 1 to 3 Yrs 8% $12 599.702 Less than 1 Yr. 5% $5,696,669 Statement of Compliance All of the above investments and any investment decisions made for the quarter ending September 30, 2000 were 111 full compliance with the Commission's investment policy as adopted on November 12, 1998 The Commission has adequate cash floes for six months of operations. Signed h\ Chief Finacial Officer 00.0011 Monthly Master Account Statement October 1, 2000 ACCOUNT 330072823-00 RIVERSIDE COUNTY TRANSPORTATION COMMISSION 3560 UNIVERSITY PLACE RIVERSIDE CA 92501 Fund Performance as of 10/1/00 7 DAY EFFECTIVE YIELD 6.36% FINANCIAL INVESTORS TRUST U.S. TREASURY MONEY MARKET (AM) SEC 7 DAY YIELD 6.17% SUBACCOUNT OPENING MONTHLY BALANCE TOTAL CREDITS TOTAL DEBITS DIVIDENDS REINVESTED ENDING MONTHLY BALANCE U.S. TREASURY MONEY MARKET (AM) 00 5,070,977.42 0.00 0.00 26,596.99 $5,097,574.41 5,070,977.42 0.00 0.00 26,596.99 $5,097,574.41 Total FIT Funds Investment 5,070,977.42 0.00 0.00 26,596.99 5,097,574.41 Notes: Mutual Funds Serv,ces Sponsor and Distributor GE Investments The Investment Management Arm of GE Investment Advisor 000012 COUNTY OF RIVERSIDE Treasurer's Pooled Investment Fund Compliance Analysis and Investment Report (www.county1i asurer org) September 30, 2000 PAUL McDONNELL TREASURER/TAX COLLECTOR KENNETH C. KIRIN ASSISTANT TREASURER DONALD R. KENT CHIEF DEPUTY TREASURER (909) 955 - 3908 Treasurer's Commentary "From the Sidelines to the Bench?" For the month of September, investors looking to the economic indicators had to look pretty hard to find strong evidence of inflation. The economic reports throughout the month continued to support our belief that the FED will have to move 'from the sidelines to the bench,' at least until the elections have passed, and, the impact of the energy crisis works its way through the economy. Many market observers believe the FED will be quiet until possibly the first quarter of 2001. The economic indicators that came in weaker than expected during September were the unemployment rate and nonfarm payrolls, construction spending, National Association of Purchasing Managers (NAPM) index and unit labor costs. These indicators continue to support that the FED's desired soft landing is taking place. However, that is not to say we didn't have the potential for future inflation as the price of crude oil rocketed to a 10 year, post Persian Gulf War high at over $36 per barrel. Reports by the American Petroleum institute (API) and the Department of Energy (DOE) about low supplies in oil stocks helped to drive prices higher, and, prompted President Clinton to release 30 million barrels of crude oil from the Strategic Petroleum Reserve. Also, the electric utility industry had it share of newsprint this month as lingering concems about shortages in the electric power markets dunng the summer prompted federal relief measures in certain portions of Southem Califomia. A booming housing market and the lack of new electric facilities coming on line were to blame. The financial markets, once again, showed renewed volatility with triple digit moves in equity indices in the midst of the continuing energy pressures, heightened tensions in the Middle East and especially 3rd quarter eamings wamings. As far as the bond markets were concemed, longer term U.S. Treasury yields continued to decline, partly due to a strong dollar and a flight to quality. At month's end, the ovemight rate was 6.68% (down 7 bps. from August), the 2 -year T -Note was 5.98% (down 18 bps.), while the 30 year T -Bond was 5.88% (up 21 bps.). For September, the Pool experienced an 11 bps. increase in the month end yield, due to higher reinvestment opportunities. We expect to see a limited increase in the Pool yield as some of our older securities mature and we reinvest at the current markets higher rates. Paul McDonnell Treasurer -Tax Collector Month -End Book Value Month -End Market Value* Paper Gain or (Loss) Percent of Paper Gain or Loss Yield Based Upon Book Value Weighted Average Maturity (Years) Effective Duration • Market value does not Include accrued Interest PORTFOLIO STATISTICS SEPTEMBER AUGUST JULY JUNE MAY APRIL S 1,505,484,434 S S 1,494,584,737 $ S (10,899,698) S -0.73% 6.30% 0.70 0.54 1,490,290,189 S 1,474,752,647 $ 1,518,022,591 S 1,514,875,822 $ 1,770,794,345 1,478,296,388 S 1,462,680,142 S 1,505,182,395 $ 1,502,322,136 S 1,758,229,415 (11,993,801) S (12,072,505) S (12,840,196) S (12,553,686) S (12,564,930) -0.81% -0.83% -0.85% -0.84% -0.71% 6.19% 6.17% 6.21% 6.10% 5.95% 0.81 0.81 0.84 0.85 0.79 0.62 0.63 0.65 0.68 0.63 THE RIVERSIDE COUNTY TREASURER'S POOLED INVESTMENT FUND IS CURRENTLY RATED: AAA/MR1 BY MOODY'S INVESTOR SERVICES AAA/V1+BY FITCH IBCA • • • 000013 COUNTY OF RIVERSIDE Pooled Investment Fund — Portfolio Clutracteristics Maturity Market Value Days or Less 539,476,466.94 - 90 Days 277,970,200.00 90 Days - 1 Year 133,494,400.00 1 - 2 Years 391,328,750.00 2 - 3 Years 152,314,920.00 Over 3 Years Total: S1,494,584,736.94 uali Market Value U.S. Treasury 20,097,747.50 Federal Agency 713,346,472.50 AAA 5,995,350.00 A-1 and/or P-1 740,645,166.94 • AA A N/R 14,500,000.00 •• Total: S1,494,584,736.94 Sector Market Value U.S. Treasury 20,097,747.50 Federal Agency 713,346,472.50 Cash F,quiv. & MMF's 133,500,000.00 Commercial Paper 588,448,278.05 ilie edium Term Notes 4,995,350.00 gotiable CD's 10,000,000.00 Banters Acceptances 9,696,888.89 Certificates of Deposit 8,000,000.00 Local Agency Obligations 6,500,000.00 Total: S1,494,584,736.94 • :nc: u• -4r1 kern, -• Coll•Ieru,ad Time Deoomo & BAN, RIVERSIDE PORTFOLIO SIMULATION Interest Rate Stress Analysis 1 I Interest rate stress analysis is used to show the effect on market value, given a dramatic change in interest rates. The table to the nght shows the change in market value for both an Instantaneous change in rates (takes place in one day) and a (change in rates that takes place over six months. Interest rates lare assumed to move up or down 300 basis points (bp) in 50 !bp increments Next to the change in market value is the Igainfloss column for each scenano. The gain or loss is calculated by subtracting acquisition cost from market value. There are other factors, but the major difference in the two scenarios is interest eamed. If the change takes place over six months there is an additional six months interest income, plus interest on cash flows assumed to be reinvested at 6.93%. In laddrtion, the portfolio would be six months shorter. Yield Acquisition Change Cost (bp) $1,505,484 -300 $1,505,484 -250 $1,505,484 -200 $1,505,484 -150 51,505,484 -100 $1,505,484 -60 $1,505,484 0 $1,505,484 50 $1,505,484 100 S1,505,484 150 $1,505,484 200 $1,505,484 250 $1,505,484 300 Interest Rate Changes Take Place: Instantaneous lOiier Six Months Market Value Gain/Loss Market Value Gain/Loss $1,509,889 $4,404 $1,543,814 $38,329 $1,508,766 $3,281 $1,545,302 $39,817 $1,507,344 $1,859 $1,546,589 $41,104 $1,505,031 4454 $1,547,576 $42,091 $1,502,046 43,439 $1,548,039 $42,554 $1,498,534 46,951 $1,548,013 $42,528 $1,494,585 410,900 $1,547,583 $42.098 $1,490,270 415,215 $1,546,779 $41,294 $1,485,725 419,760 $1,545,750 $40,265 $1,481,092 424,393 $1,544,640 $39,155 $1,476,445 429,040 $1,543,513 $38,028 $1,471,831 -$33,654 $1,542,403 $36,918 $1,467,241 438,244 $1,541,306 $35,821 This analysis demonstrates that sharp moves of interest rates either up or down by 3% will not have a significant effect on this portfolio. 000011 COMPLIANCE CALIFORNIA GOVERNMENT CODE & COUNTY INVESTMENT POLICY AUTHORIZED INVESTMENTS Crseamimmtamil CasmiLimismirthiliet it amts Maai,m n talvacizotIfe Csalim Limit SrtElila tti M33c Inc e>ahaf d Limit Quito $itp/Mooev's/Fjh Actual Riverside 53601(a) LOCAL AGY BONDS 5 YEARS NO L IM' 3 YEARS 15% / S150mm A/A2/A 0.00% 53601(b) , U. S. TREASURY 5 YEARS NO LOUT 3 YEARS 100% N/A 1.34% 53601(d) CALIFORNIA LOCAL AGENCY DEBT 5 YEARS NO LIMIT 3 YEARS 2.5% Investment Grade 0.43% 53601(e) FEDERAL AGENCIES 5 YEARS NO LIMIT 3 YEARS 100% N/A 47.73% 53601(f) BILLS OF EXCHANGE 270 DAYS 40%' 1S0 DAYS 30% A1/P1/F1 0.65% 53601(g) COMM. PAPER ISO DAYS 40% Al/PI _ IS0 DAYS 40% AUP1/Fl 3937% 53601(h) CERTIFICATE & TIME DEPOSITS 5 YEARS 30% 1 YEAR 20% mix A1/PI/FI 0.67% 53601(1) REPOS 1 YEAR NO LIMIT 31 DAYS 20% mac AI/PVFI 11.117% 53601(1) REVERSE REPOS 92 DAYS 20% 60 DAYS 10% mot N/A 0.00% 53601(j) MED. TERM NOTES 5 YEARS 30% A 2 YEARS 10%nun AA/Aa2/AA 0.33% 53601(k) MUTUAL FUNDS 90 DAYS 2 20% AAA/Asa' IMMEDIATE 15% / S1S0mm AAA by 2 of 3 Rating Agencies 0.07% 53601(m) SECURED DEPOSITS (BANK DEPOSITS) 5 YEARS NO LIMIT 1 YEAR 2% max 0.54% 53601(n) MORTGAGE PASS- THROUGH SECURITY 5 YEARS 20% AA -SECURITY A -ISSUER N/A N/A 0.00% 16429 (12,3) LOCAL AGENCY INVESTMENT FUNDS N/A NO LIMIT 3 YEARS 0% max 0.00% No more than 30% of this category may be inverted with any one commercial bunk ' Mutual Funds =aunty may be nmerpretad as weighted average maturity rote weeding 90 days. ' Or must have an Inveumem Advisor with not less than 5 yeas experience and with amen tinder management of 5500.000,000. 100.00% COMPLIANCE WITH STATE LAW AND TREASURER'S POLICY The County Treasurer's Statement of Investment Policy is more stringent than the California Government Code. This policy is reviewed annually and presented to the County's Investment Oversight Committee and the County Board of Supervisors. As of this month end the County's Pooled Investment Fund was in compliance with this more restrictive policy. Although we have been diligent in the preparation of this report, we have relied upon numerous pricing and analytical sources including Bloomberg Market Database and Capital Management Sciences. Inc. Fl•ND SERVICES ADVISORS. INC. (310) 119-9170 Los Angeles - San Francisco - New York R e c i s t e r e d I n' e s t m e n t A d ‘ i s o r c FSA • • 000015 dal a 3! N a 7 d I! 55de2ad223 daad22d0000dodd a :1 C dal:1 3 g 2,1 5 3 d N5 12 1! 5daed3a2e1d2eeddd232dd:In 3 1! 2521 d M : 9 19 9 9 M a 99!!!!!!!!!!!!!!5!!!!9 :159 9 i Q8 K • 1 I 1 11110111111111111111111/ _ 111 11 *11181.==8188£g 11110111111111111111111i 1 1 8 :9999 gagv v_ 8 8 8888W i! a 0 I 8 0 111118555555555S!S!!11Q4? a 0000 0 0000000000dod000000 9 o d d d d d d d d d d o d d d d o d d d d o 0 0 iQ 1 W 8888888888888888888888888 8 8 3 4111 PPPP §;o§ § § 91 • CD CD 0 • • 5tIn eo ldselde2ad2!!!4444444RCi"9"egAARRARARA4n:lgt4R;4$4RRggR444$!!!n!!!!!!!! mt4 ! pb�dtd 515555g53d5131J1d3I4$40p444442- ?-��AAARAR4 48�4>1844;4p*v4wisi=4�4�421104A,4.114 i�4R1148$ 141 a 1 111111.1 i in11111_ 1111.11111111111111111111==1111 !!!!!!!U! # !!E_ _ . 1 1 11 8 BB 8 8 B 68 8 8 88 8R8888$8888888 8888 8 88 88$8 $8 8 8 fiv e�fiR tR'$R�[Q■�sjC�,6�lR�k���i01�$6ga8�e� �isi� i n 1 i 1 1 1 i d i i 1 o d o i i d d d d- d ' 1 1 o 0 0♦- 1 i o 1 d o B 1 d i d! ! 1! 11 1111 1111 1115:111CICMIC%CC000C1000C1CGCClRCCRCCOQCCCCCC!!!51151 = 1 lI $1$ I8881 Ia iiillllllllilillll1lllellillllliilllillllflllllllllllii911li1i1131311islllllllilliillllll! 1 1!!S!d!!a!!l!!!!!1119l!!9!!!9!!!!!!1!!!!9!$!!!!!!!!!! LI P mEly§§ W P 10§§§ 01111 11§§1 3 i�g355 111 �335��33�'3�33i�333�53�'�'�333�'�3��g353ii�i33�,�'�3i�i5i53333i3i333ii3iii3333i3ii� E 5 15 55115151115111 1555111551555 55t 0 5 ae s §e ease a aeeeesea$ se8 888888888888888 .88888888888888888888888888888888 8 1 111 11111111111111111111111111-111111g1111111111iiiiiiiaiiiiiiiiiiiiiiiiiaii §S i d d g d d d d d o 6 ARRAARRAAf1xARlE w-nt, flfl iw iiwwnw i+ V. 1'\1#4••11 VV FROJECTION OF FUTURE CASH FLOW The Pooled laveatmmt Fond cash flow requirements are based upon a 12 month Maoriai ash flow model The Tteaso,er stases thee based upon projected cash receipts and maturing investments them are sufficient funds b meet flame cash flow disbursement requirements over the nays 12 months. MONTH MONTHLY )RECEIPTS 0/01 10/2000 11t2000 12/2000 1/2001 22001 3/2001 4/2001 5/2001 6/2001 7/2001 8/2001 09/2001 Totals: 404.7 372.2 726.6 290.9 378.7 302.1 678.9 353.9 349.4 312.2 467.6 373.7 5,010.9 MONTHLY PISBMNTS 395.2 340.8 346.5 586.9 341.8 433.9 350.0 580.4 404.5 392.7 419.6 353.1 4945.4 REQUIRED DIFFERENCE MAT. INVEST 9.5 31.4 380.1 -296.0 36.9 -131.8 328.9 -226.5 -55.1 -80.5 48.0 20.6 65.5 ACTUAL INV. AVAIL. TO BALANCE MATURITIES INVEST >1 YR. 26.1 0.0 35.6 0.0 67.0 0.0 447.1 0.0 151.1 0.0 188.0 0.0 56.2 0.0 385.1 0.0 158.6 0.0 103.5 0.0 23.0 0.0 71.0 0.0 91.6 0.0 0.00% 554.4 227.3 41.0 10.0 15.0 15.0 0.0 0.0 20.0 `20.0 0.0 50.0 952.7 1505.0 63.30% 100.00% • 24 Month Gross Yield Trends The yield history represents gross yields; administrative costs have not been deducted. Actual earnings on fund balances will be credited by the Auditor -Controller based upon County Treasurer calculations. Portfolio yield generally lags current trends in short-term interest rates. Yields fluctuate with changing markets and past performance is not an indication of future results. Gross Yield Trends 6.75 6.50 8.25 6.00 5.75 5.50 5 25 500 4 75 450 1 1 I # Oct- Nov- Dec- Jan- Feb- Mar- Apr- May- Jun- Jul- Aug- Sep- Oct- Nov- Dec- Jan- Feb- Mar- Apr- May- Jun- Jul- Aug- Sep - 98 98 98 99 99 99 99 99 99 99 99 99 99 99 99 00 00 00 00 00 00 00 00 00 0.30 0.25 0 20 + 0.15 t • 0.10 ' 0.05 0.00 -0.05 + -0.10 -0.15+ -0.20 4 -0.25 4 -0.30 ' -0.35 -0.40 -0.45 - --PORTFOUO YIELD -0-ALL TAXABLE AVERAGE 24 Month Yield Spread (Pool Yield vs. All Taxable Average) Average Spread = +2 BPs Oct- Nov- Dec- Jan- Feb- Mar- Apr- May- Jun- Jul- Aug- Sep- Oct- Nov- Dec- Jan- Feb- Mar- r- 98 98 98 99 99 99 99 99 99 99 99 99 99 99 99 00 00 00 AP May- Jun Ju! Aug Sep - 00 00 00 00 00 00 The Money Fund Report^'/ All Taxable Average is compiled and reported by iMoneyNet, Inc (formerly IBC Financial Data, Inc.) iMoneyNet, Inc. is a leading provider of independent analyses and information to the financial services industry, with a particular area of focus in money market mutual funds. The All -Taxable • hose funds on a monthly basis. For more information on the iMoneyNet, Inc. Index see wwwibcrleta.convindex.htnl 000013 AGENDA ITEM 5D • • • RIVERSIDE COUNTY TRA NSPOR TA TION COMMISSION DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Ivan M. Chand, Chief Financial Officer THROUGH: Eric Haley, Executive Director SUBJECT: Quarterly Financial Statements STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Receive and file the Financial Statements for the quarter ending September 30, 2000; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: During the first three months of the fiscal year, Staff has monitored the revenues and expenditures of the Commission. The first quarter of the year is primarily directed toward completing end of the year activities. Staff expects most of the categories to present a better outlook by the end of the second and beginning of the third quarters. The Sales Tax and Interest revenues were 1 .64% higher than projected. At this point, it is too early to project the significance over the entire year, however, Staff believes • that the year end revenues will be higher than projected. At mid year, Staff will evaluate the Sales Tax revenues and make appropriate adjustments. Other Sales Tax revenues were significantly higher at this point of the year than in past years. This was due to withdrawals on the Planning/Programming and Administration yearly revenues. These revenues will balance out as the year progresses. Staff fully expects to be right at the projected revenue at the end of the year. Federal, State and Local Government reimbursements and Other revenues are on a reimbursement basis and the Commission will receive these revenues as the projects are completed and billed. During this quarter, the Commission issued $35,501,000 in bonds for the construction of Route 79 and other Western County projects and the revenue is shown as Bond Proceeds. 000013 Most of the expenditure categories are right where they should be for the quarter or below targets. The only exception is the Office Lease/Utilities category as some of these expenditures are prepaid. Staff will continue to monitor this category and make adjustments as necessary. Salaries and Benefits and Streets and Roads categories are right at target. Highway Right of Way shows a negative expenditure as a check issued last fiscal year was returned and was voided. The vendor is to be paid in the future upon completion of the right of way transaction. Intergovernmental Distribution is at 90%. This is due to the one-time LTF Administration payments made to CVAG and WRCOG. Staff will continue to monitor the revenues and expenditures and notify the Commission of any unusual events. Attached is a report from Bechtel Corporation outlining the Budget Variance Explanations for the Highway and Rail programs. Attachments 0O00 0 • Description FVENUES Sales Tax Reven ues Measure A Other Sales Tax Revenues Fed State Local 8 Other Gover n Interest In come Other Revenues TOTAL REVENUES xPENDITURES ADMINISTRATION Salaries B Benefits Gen eral Legal Services Prof Services (Excludes Legal) Office Lease/Utilities Gen eral Admin Expen ses TOTAL ADMINISTRATION PROGRAMS/PROJECTS Salaries 8 Ben efits Gen eral Legal Serv ices Prof Serv ices (Excludes Le gal) Gen eral Projects Highway Engineering Highw ay Construction Highways ROW Special Stu dies Rail Engin ee ring Rail Constructio n Rail ROW Com muter Assistanc e Regional Arterial Streets 6 Roads Special Tra nsportion \Tran sit Project Operation s/Mainten ance Project Towin g STA Distributions TOTAL PROGRAMS/PROJECTS DEBT SERVICE Principal Interest TOTAL DEBT SERVICE Interngove rn Distribu tion C.) • GFNFRAI FUND ISP/SAIF R',er,Ide C ou nsp o, t at i en Comnissi on ACIBr FUND 9/30/00 for Period Ending, 09/30/00 11/03/00 41 511RN C01/NI Y F ASTERN COUNTY 750,000.00 0.00 14,815,153.65 5,884,629 .61 3,670,389.00 0 .00 0.00 1,418.05 78.70 0.00 154.32 0.00 18,397.23 25,837 .53 182,520.98 49,828 .16 129 ,698.23 363,325.61 1,000.00 0.00 4,569,902.51 389,241.84 ,14 ,998,878.95 5,934,457.77 231,176 .81 14,762.71 0.00 0.00 8,622.12 550 .34 0.00 0 .00 195,165.63 3,760 .35 0.00 60,961.08 3,891.12' 0.00 0.00 0.00 59,053.56 3,775.92 0.00 0.00 554,979.20 26,740 .44 0.00 0.00 0008F STATE WESTERN WESTERN COUNTY TRANSIT CVAG COUNTY COMMERCIAL ASSISTANCE CONSTRUCTION CONSTRUCTION PAPER 0.00 0.00 0 .00 20,337.67 0.00 20,337.67 0.00 0.00 0.00 0.00 0.00 0 .00 225,630.51 15,560 .85 84,057 .51 249 .90 4,018. 30 111.00 20,747 .77 0.00 57,641.84 12,001 .45 0 .00 0.00 3,508. 07 55. 9.32 0.00 0.00 105,855.17 3,779 .32 0 .00 0. 00 0 .00 225,464.87 0.00 0.00 435,752 .50 0.00 0 .00 0 .00 0.00 78.00 (4,zs0'.00) 0.00 0 .00.o 0.00 0.00 0 .00 0.00 0.00 4,129.47 0.00 0.00 0. 00 0. 00 137,701.00 0 .00 0. 00 0 .00 0.00 5,588.25 0.00 0.00 0.00 72,677.34 0.00 0.00 0.00 0 .00 0.00 0.00 0.00 1,450,394 .73 0 .00 0.00 0.00 6,076,114 .19 2,197,791.61 851,178.00 0.00 222,055 .75 371,000.00 0 .00 183,372. 21 127,172.92 0.00 0.00 0.00 121,209.58 0.00 0.00 0. 00 0.00 0 .00 0.00 0.00 0.00 0.00 79,000.00 0.00 0.00 0 .00 0.00 0 .00 0.00 18,304.01 612,602 .81 0.00 0.00 18,304.01 612,602 .81 0 .00 0.00 0 .00 0.00 0 .00. 0.00 0 .00 0 .00 0 .00 0.00 0.00 0.00 0.00 0 .00 0 .00 0 .00 0.00 0.00 0.00 0 .00 0.00 0 .00 0 .00 0 .00 1,325,426.93 276,055.80 7,385,943.39 4,023,215.56 79,000.00 0.00 0 .00 0. 00 0.00 0. 00 0.00 0.00 0.00 0.00 0. 00 0.00 0.00 0 .00 0.00 0.00 0 .00 • DEBT SERVICE 0 .00 0.00 0 .00 0.00 0.00 0.00 551.09 146,052.02 0.00 0 .00 551 .09 146,052 .02 COMBINING TOTAL 21,449,783 .26 3,670,389.00 1 ,651.07 1,074,431.50 494,023 .84 26,690,278 .67 0.00 0.00 0 .00 245,939 .52 0.00 0.00 0 .00 9,172 .46 0.00 0.00 8,370 .00 207,295.98 0.00 0 .00 0.00 64,852 .20 0.00 0 .00 0 .00 62,829.48 0.00 0.00 8,370.00 590,089 .64 0. 00 0.00, 0.00 0.00 0.00 561,022. 00 0.00 0.00 0.00 0.00 0.00 0.00 0 .00 0 .00 0.00 0.00 0.00 0.00 0 .00 0 .00 0.00 0.00 0.00 0.00 0.00. 0.00 0 .00 0.00 0.00 0 .00 0.00 0.00 0.00 0 .00 325,498.77 0.00 0 .00 24,877.07 0.00 0.00 69,692.86 0 .00 0 .00 113,142.56 0 .00 0 .00 225,464.87 0 .00 0 .00 435,752.50 0 .00 0 .00 (4,250.00) 0 .00 0 .00 78 .00 0.00 0 .00 4,129.47 0 .00 0 .00 137,701 .00 0.00 0 .00 5,588 .25 0.00 0 .00 72,677.34 0 .00 0.00 1,450,394.73 0.00 0.00 8,273,905.80 0.00 0 .00 1,444,233 .75 0.00 0.00 310,545 .13 0 .00 0.00 121,209.58 0 .00 0 .00 79,000.00 0 .00 0.00 13,089,641.68 0 .00 0 .00 0 .00 0 .00 0 .00 0.00 0.00 0 .00 0.00 0.00 0.00 561,022 .00 Description Capital Outlay TOTAL EXPEND(TURFS ether Fin ancin g Sources/Uses Operating Transfer In Opera ting Transfer Out Bond Proceeds Total Other Financing Source s /Uses xcess(Deflciency)of Reve nues And Other Financin g Sources Over(Under)Expen diture And Other Fina ncing Uses Fund Bala nce July 1, 2000 Fund Balan ce Sept 30, 2000 R'.er.rde county Tra nsp ortati on Commissi on ArtuAIS Br FUND 9/30/00 /or Peri od Fndi ng: 09/30/00 11/03/00 0008F STATE WESTERN WESTERN COUNTY GENERA( 6ES1ERN EASTERN TRANSIT CVAG COUNTY COMMERCIAL COMBINING FU4O FSP/SAFF CO UNTY COUNTY ASSISTANCE CONSTRUCTION CONSTRUCTION PAPER DEBT SERVICE TOTAL 993.77 63.43 0.00 0.00 0.00 0.00 0.00 0.00 0 .00 . 1,057.20 2,442,421.90 302,859 .67 7,385,943.39 4,023,215.56 920 .20 213,050.82 4,055,967.82 0 .00 1,979.66 213,079.52 6,675,352 .79 1,787,510.67 0.00 0 .00 0.00 0.00 (1,059 .46) (28.50) (2,619,384.97) (1,787,510.67) 2,126,421.15 86,353.67 4,119,843. 22 2,604,003.41 6,246,264.37 2,690,357 .08 4,993,500.59 123,731.54 35,465,719 .34 13,083,217.43 40,459,219 .93 13,206,948 .97 79,000 .00 0.00 0.00 0 .00 8,370 .00 14,241,810.52 0 .00 0.00 0.00 0 .00 8,462,506 .44 12,732,445.28 0.00 0.00 2,255,919 .02 1,799,926 .07 0 .00 12,733,767 .53 0.00 0 .00 35,501,000.70 0 .00 0 .00 35,501,000.70 0.00 0.00 33,245,081 .68 ' (1,799,926 .07) 8,462,506 .44 35,499,678,45 (58,662.33) 18,304.01 33,857,684.49 (1,799,374 .98) 8,600,188.46 47,948,146.60 222 : 4,688,899.87 8,359,031.13 34,131,796.56 1,890 ,456.06 8,219,823.67 112,562,790 .69 2222 22222 2.222 22 2 2.22 4,630,237 .54 8,377,335 .14 67,989,481 .05 91,081.08 16,820,012.13 160,510,937 .29 • s Budget Variance Explanations 1' Quarter ending 9/30/00 • • Highway Engineering • Route 74 - Final design activities have slowed down quite a bit due to delays for environmental issues and related studies having to be performed for the U.S. Fish & Wildlife. This has resulted in scope changes and increase requirement for right of way acquisition estimates which impact design. Consultant recently submitted remaining invoice for FY 2000. Activities will pick up in the 2°d quarter. Route 79 - The allocated budget to cover the cost of performing environmental review of the landscaping for the Lamb Canyon project is still awaiting formalization from the Fish and Wildlife to complete the mitigation requirement to close out the project. Although design has commenced on the realignment project, progress has been slowed due to resource agency requirements of the environmental investigation. Route 60 - HOV 60/I-215 to Redlands Blvd project just recently started and expect design activity to accelerate in the 2' quarter. Route 1 1 1 - Design activities for the Palm Desert projects have been delayed due to awaiting decision on the feasibility of the City assuming Hwy 1 11 design responsibilities from the State for all projects. Highway Construction Route 74 - Due to the on -going design and environmental issued, ROW acquisition has just recently started and has delayed the start of construction work until spring of 2001. Route 79 - County of Riverside has not made a decision on proceeding with constructing of right turn lanes on Gilman Springs Road. Route 1 1 1 - Although the Gene Autry Trail project in the City of Palm Springs and the Monroe to Rubidoux project in the City of Indio are near completion receipt of invoices for incurred expenditures are still pending. Cities have elected to submit at completion of the project 000023 Rail Engineering Pedley Station - Determining communications requirement and the economical feasibility for the station to link to the Downtown Station for monitoring continues. Once an option is selected design can then proceed. Santa Fe Depot - Design has just commence and expenditures will be included in the 2"d quarter. San Jacinto Line - A design consultant has just been selected and would anticipate incurred expenditures late 2nd quarter. Tier II stations - The consultants were behind in their submittal of invoices for FY 2000 which were recently received. Invoices for the 1" quarter were received in late October. Rail Construction Rail construction for the Pedley station security system and emergency platform, the Santa Fe Depot, the San Jacinto branchline have not started due to the engineering issues mentioned above. Special Studies Expenditures for the CETAP program are expected to be received in the 2nd quarter. CETAP has a budget of $1.3 Million. The remaining budget covers RT71/91 and the North/South corridor studies with invoices received late October. These actuals will be included as part of the 2nd quarter financial report. General Note: The first quarter of the year is primarily directed toward completing end of the year activities. Most vendors do not even began to bill us for current year activities until the month of September. Therefore, first half of the year numbers typically are considerably under budget. Most of the categories will begin to reflect more accurately in relation to the budget by third quarter of the fiscal year. • • 000021 AGENDA ITEM 5E • • • RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Jerry Rivera, Program Manager THROUGH: Marilyn, Williams, Director of Regional Issues and Communications SUBJECT: Quarterly Call Box Update STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Receive and file the operational statistics for the Riverside County Motorist Aid Call Box System for the quarter ending September 30, 2000; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: Attached are the operational statistics for the call box system for the quarter ending September 30, 2000. There were a total of 14,172 calls during the quarter; 8,634 to Inland CHP and 5,538 to Indio CHP dispatch offices. This represents an increase of 238 calls (+ 1 .7%) in call box activity over the quarter ending June 30, 2000. The average calls per day were 154 for the current quarter versus 153 for the previous quarter. In comparing the quarter ending September, 2000 to September, 1999 call • volumes, there has been a decrease of 2,529 calls (-15.1 %) from last year to this year. All call box programs throughout the state have been experiencing a similar decrease in usage. Attachments 000025 •{ & g,��y awit gYo %4.. a- ,k..,../... Average Call Lengths Average Call Lengths 3rd Quarter 3:46 Jul -99 3:59 Aug -99 3:43 Sep -99 3:38 3rd Quarter 3:46 Jul -00 3:49 Aug -00 3:40 Sep -00 3:51 ti :. 'The amount of time each call box is authorized to use in one month without an additional charge from the cellular vendor 1,117 CaII boxes 117,285 Minutes 1,110 Call boxes 116,550 Minutes Call Box Cellular Minutes Call Box Cellular Minutes Allocated 116,550 minutes Allocated 117,285 minutes Us t0Ca1t ' aGHP 6 k.d � 4c Gt iP e o �' 3 • ' �/a� x *� Mint 8 {' 7 Maintenance 1 0 i n Ofhm � er Numbers 0' Cellular time used 75,722 65% ® Cellular time used 68,238 59% ORD Remaining 48,312 41% (---) Remaining 41,563 35% (.—) Cell Time used 60% T•,t - Cell Time used 66% s Maint .,1 Maint % 410 /o Remaining time ' o; 350/0 Other y� cell Remaining cell time 1999 CHP Close up�3rd QTR) �� 2000 CH,P ,Close 3rd Q ;.R ;��;. .,_ ... �_.�P { _ � �._�� )�.. Call Length Number of calls Percent Call Length Number of calls Percent 0 to 1 min 3,775 23% 0 to 1 min 3,035 21% 1 to 3 min 4,287 30% 1 to 3 min 4,727 28% 3 to 5 min 2,998 ` .- 21% 3,579 3 to 5 min 21% 5 to 7 min 1,601 = 11% 5 to 7 min 1,967 12% 7 to 9 min 1,187 7% 7 to 9 min 1,027 7% over 9 min 1,224 "'> 9% over 9 min 1,466 9% Total 16,701 calls 100% Total 14,172 calls 100% 1999 Maintenance.Calls_(3rd QTR) .`=• �.. 2000"Maintenance alls`{3rd.QTR) t ., Calls ' ice. � ►�MP" .4Pir. 4% »WOO � Calls ka Expected` ,r 33,300 Expected' Q7 33,510 ' .. ' Actual _n34„7.89 Actual 39,170 _,14'x _ Too Many= 1,489 Too Many 5,660 �-����� � _�,r 'Call boxes are scheduled to Call Maintenance every 3 days (10 times/month) 90 epiSJeAJ OOOZ aaJeno pa€ • • • Produced by: TeleTran Tek Services Page: 2 Data Source: AT&T Wireless 000027 • 20 15 - • 1999 • 2000 D m w CO m 1 00 _ _ _T A) cn c- 5 - _ _ - r o x r--, 0 b 0 0 b 0 0 0 0 o N - a a d a a - o u v u w 3rd QTR 1999 3rd QTR 2000 Call Calls to Avg Highway Boxes CHP Calls/Box CaII Calls to Avg Highway Boxes CHP Calls/Box RV -010 397 5,031 12.7 RV -010 398 4,333 10.9 0 RV -015 200 4,271 21.4 RV -015 201 3,610 18.0 RV -031 5 31 6.2 RV -031 5 37 7.4 RV -033 2 15 7.5 RV -033 2 33 16.5 RV -060 75 1,186 15.8 RV -060 72 945 13.1 RV -062 26 275 10.6 RV -062 26 272 10.5 RV -071 N/A 0 0.0 RV -071 N/A 0 0.0 RV -074 30 354 11.8 RV -074 28 234 8.4 RV -078 7 10 1.4 RV -078 7 8 1.1 RV -079 30 253 8.4 RV -079 29 201 6.9 RV -086 11 59 5.4 RV -086 10 39 3.9 RV -86S 14 76 5.4 RV -86S 14 72 5.1 RV -091 161 2,803 17.4 RV -091 155 2,434 15.7 RV -095 7 25 3.6 RV -095 7 22 3.1 RV -111 13 114 8.8 RV -111 13 77 5.9 RV -177 26 64 2.5 RV -177 26 55 2.1 RV -215 87 1,885 21.7 RV -215 88 1,597 18.1 RV -243 14 169 12.1 RV -243 14 104 7.4 RV -371 12 80 6.7 RV -371 12 54 4.5 unassigned 0 0 0.0 unassigned 3 0 0.0 TOTALS 1,117 16,701 15.0 0 TOTALS 1,110 14,127 12.7 Produced by: TeleTran Tek Services Page: 3 Riverside CaII Box Statistics by Highway 000z aaiieno pie Data Source: AT&T Wireless 000023 ( 6am - 7am 7am - 8am 8am - 9am 9am - 10am 10am - 1 1 am 1 1 am - 12pm 12pm - 1 pm 1 pm - 2pm TOTAL 539 667 736 684 750 856 986 1,017 482 543 513 608 615 788 821 930 6,235 5,300 8 7 12 10 2 4 9 3 8 8 15 6 22 7 12 20 88 65 5.9 5.3 7.3 8.1 7.5 8.2 9.4 10.8 11.1 68.3 6.0 5.6 6.7 6.7 8.6 9.0 10.2 58.1 ( ( 2pm - 3pm 3pm - 4pm 4pm - 5pm 5pm - 6pm 6om - 7pm 7pm - 8pm 8pm - 9pm 9pm - 10pm TOTAL 1,204 1,136 1,256 1,065 985 1,004 1,189 921 1,104 898 627 623 882 723 582 502 8,037 6,664 14 11 26 14 22 7 26 9 13 23 19 14 10 21 12 6 142 105 RCTC TOTAL ( ( ( 1 RCTC TOTAL 16.701 14,172 259 189 183.0 155.3 0000 aaieno laic • Produced by: TeleTran Tek Services Page: 4 Data Source: AT&T Wireless 00062 THIS REPORT COVERS THE INLAND DISPATCH CENTER ONLY A "lost call" occurs when a call box caller hangs up or "redials" before reaching a CHP operator. Note: "redialing", or pressing the call button a second time, disconnects the caller and reconnects them at the end of the queue (calls are answered by CHP in the order they are received.) sllea luaalad 18% 16% 14% 12% 10% 8% 6% 4% 2°0 0 Au '99 - CHP changed from the SR1000 ACD to the Meridian ACD. [Data was not provide by CHP from Aug - Dec 1999.] i 0 in z t 0 co D (n C D CO 8 D (n 8 8 Oct -98 7% Nov -98 6% Dec -98 Jan -99 5% Feb -99 7% Mar -99 6% Apr -99 7% May -99 6% Jun -99 8% Jul -99 9% Aug -99 Sep -99 al Oct -99 o z Nov -99 o Dec -99 Z NA NA NA NA NA Jan -00 9% Feb -00 16% Mar -00 11% Apr -00 9°/0 May -00 12% Jun -00 14% Jul -00 12% Aug -00 12% Sep -00 13% The length of time (in minutes) a motorist waited before hanging up or "redialing" CHP. On hold Jul -00 Aug -00 Sep -00 AVG < 30 21% 26% 23°0 23% < 60 14% 10% 10% 12% < 90 11% 9% 8% 9% < 120 9% 6% 6% 7% < 300 20% 21% 20% 20% < 600 25% 28% 30% 28% > 600 0° 0 0% 2% 1% Delay Jul -00 Aug -00 Sep -00 AVG Average 194 206 227 209 30% - 25% - 20% - 15% - 10% 5% 0% Average time on hold before disconnecting r < 30 < 60 < 90 < 120 < 300 < 600 > 600 Seconds Produced by: TeleTran Tek Services Page: 6 sis�C��uy Ilea 1S01 ePISJOAH 0003Ja1rno pie Data Source: CHP ACD • 000u31 • 1 • THIS REPORT COVERS THE INLAND DISPATCH CENTER ONLY CHP considers a call to be "delayed" if the call is not answered within 12 seconds. A call must be answered for it to be a delayed call, otherwise it is a lost call. Oct -98 83% 66 Nov -98 80% 56 Dec -98 84% 77 Jan -99 79% 62 Feb -99 .79% 62 Mar -99 80% 60 90% L.. 80% — 70% — 60% — 50% — 40°/ 0 0 R '4 CD 1111 D R C D � D Apr -99 80% 65 �Y�`1V44�1 T D D g R 8 • 8 8 8 8 8 8 8 May -99 80% 56 Jun -99 84% 83 Jul -99 83% 82 Aug -99 NA NA ctr Sep -99 m NA NA o Oct -99 z NA NA z Nov -99 w NA NA Dec -99 NA NA Jan -00 Feb -00 42% 44 49% 70 Mar -00 48% 55 Apr -00 47% 57 May -00 Jun -00 53% 51% 71 67 Jul -00 45% 88 Answered in On Time 46°-° <12 9% Delayed 5'0 5% 9% <24 <36 <48 <60" <120 Aug -00 Sep -00 20% >120 Jul -00 45% ° '5/0 40/0 3% 10% 26% Aug -00 Sep -00 49°0 44% 11% 8/0 7% 5% 50/0 5% 5% 8% 8% 9% 15% 20% AVG 46% 9% 6% 5% 5% 9% 20% 49% 44% 93 87 ACD Notes Aug '99 - CHP changed from the SR1000 ACD to the Meridian ACD. Criteria for the SR1000 % Delayed = call must be answered within 5 secs. Criteria for the Meridian % Delayed = 12 secs. Data not provide by CHP from Aug - Dec 1999. Note Aug & Seo data was averaged using historical trends due to incomplete CHP source data. Produced by: TeleTran Tek Services Page: 7 000 -Wen() pc Data Source: CHP ACD 000032 •CVRS Counties Sacramento San Joaquin Sutter YuDa Yoh) San Diego 1,700 21% 9,969 33% 80,536 30% 5.9 47.4 'MTC Counties Alameda Contra Costa Marin Napa San Francisco San Mateo Santa Clara Sours Sonoma Riverside 1.110 14% 4,051 13% 39,544 15% 3.6 35.6 MTC 3,173 39% 10,570 35% 98,074 36% 3.3 30.9 Ventura 556 7% 1,362 4 0/0 13,383 5 0/0 2.4 24 1 CVRS 1,261 16% 3,770 12% 32,421 12% 3.0 25.7 Santa Barbara 329 4% 624 2% 6,238 2% 1.9 19.0 Total 8,129 100% 30,346 100% 270,196 100% 3.7 33.2 Produced by: TeleTran Tek Services Page: 8 Data Source: Cellular Tapes • 000033 AGENDA ITEM 6 • • • RIVERSIDE COUNTY TRANSPORTATION COMMISS/ON DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Bill Hughes, Bechtel Project Manager Karl Sauer, Bechtel Construction Manager THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Authorize Amendment No. 2 to Contract No. RO-9861 to Support Design and Construction of the Route 91, Magnolia Avenue to Mary Street Auxiliary Lane Project, and Phase II Sound Wall #36. STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Recommend the approval of Amendment No. 2 to Contract No. RO- 9861, with URS Corporation, for additional engineering design services and construction support services required to support design and construction of the Route 91, Magnolia Avenue to Mary Street Auxiliary Lane Project, and the new Phase II Sound Wall #36, for an additional Base Work of $383,728 and additional Extra Work of $ 41,272 for a total Amendment value of $ 425,000; 2) Authorize the Chairman to execute the amendment on behalf of the Commission, pursuant to Legal Counsel review, using the standard amendment format; and 3) Forward to the Commission for final action. BACKGROUND INFORMATION: On June 10, 1998, the Commission awarded Contract No. RO-9861 to URS Corporation for design of the Route 91, Mary Street to Magnolia Avenue Auxiliary Lane Project and Phase II Sound Walls and Landscaping. The Design Contract was for a Base amount of $1,029,436, with a contingency of up to $150, 000, for a total contract amount of $1,179,436. At that time, the estimated constructed cost for the Route 91 Auxiliary Lane Project was $12.5 million and the estimated cost for the Phase II Sound Walls and Landscaping was $3.5 million, for a total estimated construction cost of approximately $16.0 million. The project scope and construction costs were developed and based upon the original Project Report, approved in 1994. 000034 From June of 1998 to April of 2000, URS produced three Final PS&E Packages for all the Route 91 Phase II Sound Walls and two Final PS&E Packages for Landscaping of those sound walls. Also, during that time period, URS updated the Project Report and Environmental Document for the Route 91 Auxiliary Lane Project. That update highlighted the need for additional improvements to Route 91 to assure that it conformed to the future cross section requirements with a minimum of throw away construction. These new requirements increased the scope of the design and construction from what was originally proposed. During this period URS requested and was authorized to proceed with extra work that totaled $150,000. On May 10, 2000, the Commission authorized Amendment No. 1 to Contract No. RO- 9861 for the additional engineering services required by and as stipulated in the updated Project Report for the Route 91 Auxiliary Lane Project. Amendment No. 1 increased the Base Work by $329,168, and increased the Extra Work by $30,832, for a total contract amount of $1,539,436. The estimated construction cost for the Route 91 Auxiliary Project had increased from $12.5 million to $17.5 million. The Phase II Sound Walls and Landscaping estimated construction cost remained at $3.5 million. During the past 6 months, URS has completed the Final PS&E Design for the Route 91, Magnolia to Mary Auxiliary Lane Project. This project was expedited to meet the proposed State Transportation Operation Strategy (TOPS) funding deadline, to deliver the PS&E to Caltrans Headquarters by August 31, 2000. During that time period the funding for the project switched from Measure "A" to "TOPS", then back to Measure "A," after the TOPS funding was missed, and finally to State Highway Operations and Projection Program ("SHOPP.") Caltrans required major revisions to the Project PS&E to finalize the package to submit to Sacramento for final preparation to advertise the project for construction. To meet the funding deadline RCTC agreed to comply with Caltrans request to revise the PS&E and per a Single Signature authority, increased URS's contract by $21 ,662, to allow URS to proceed with the revisions. URS's total contract value is currently $1,561,098. The project is currently on schedule to be advertised for construction bids, by Caltrans, at the first of the new year. During the course of final design for the Route 91 Auxiliary Lane Project, even more environmental and design revisions were required by Caltrans. These additional requirements increased the estimated cost for the Route 91 Auxiliary Lane Project from $17.5 million to the current estimated value of $21 .5 million. These additional requirements also increased URS's design effort to deliver the project. It is also anticipated that a greater than currently budgeted effort will be required by URS for support of construction of the Route 91 Auxiliary Lane Project. In addition to the above, in May of 2000, the Commission allocated $800,000 of Measure "A" funds for the design and construction of Sound Wall #36, from Myers Street to Harrison Street, in the City of Riverside. This new wall is required as • • • 000035 • • • mitigation for the impacts resulting from the construction of the auxiliary lane project. URS has developed all the final design PS&E packages for every Route 91 Sound Wall included in Phase I and Phase II. Because of the knowledge URS has developed working on the Route 91 sound walls, their ability to start immediately, and the cost effectiveness of using the same consultant to do similar work in the same general area, staff is recommending that the Commission award the final PS&E design for Sound Wall #36 to URS. Staff has recently concluded negotiations with URS for the additional engineering design services and construction support services required to support design and construction of the Route 91, Magnolia Avenue to Mary Street Auxiliary Lane Project, and the design of the new Phase II Sound Wall #36. Staff is recommending that the Commission approve Amendment No. 2 to Contract No. RO-9861 for an additional Base Work of $383,728 and additional Extra Work of $ 41,272 for a total Amendment value of $425,000. This action will increase the budget for the Route 91, Magnolia Avenue to Mary Street Auxiliary Lane and Phase II Sound Walls from the currently authorized $6,000,000 to $6,300,000. Financial Information In Fiscal Year Budget: Y& N Year: FY 2000-01 Source of Funds: Measure "A" Fiscal Procedures Approved: Amount: $6,000,000 Budgeted Budget Adjustment: Y for $300,000 Date: 11-20-00 000036 AMENDMENT NO. 2 SCOPE OF SERVICES TASK 1 -PROJECT CONTROL 1.1 PROTECT CONTROL (AUXILIARY LANES PROJECT) 1.1.1 GEOMETRIC APPROVAL DRAWINGS • Geometric Approval Drawings (GAD) were not includedin the original scope of work for the project and was added as part of the Extra Work Request No. 2 (EWR No. 2). Draft GAD and final GAD submittals were provided for Caltrans review and approval process since November :999. In EWR No. 2, we anticipated that the GAD approval would be obtained by the end of April 2000. Caltrans required that the roadway geometrics be changed several times after the rai ?S&E submittal. The original geometry reflected a mainline widening for the auxiliary lane Pei 1itions and was revised to include ramp widetungs. Multiple discussions, coordination and meetings. beyond what were anticipated in the amended scope of work, were held to obtain the approval of the GAD. The final GAD was signed by Caltrans in August 2000. The addi:ional effort was expended to maintain the project delivery schedule. 1.2 PROJECT CONTROL (SOUND WALL NO. 36) 1.2.1 PRIMAVERA TARGET SCHEDULE detailed schedule (critical path method network) will be developed for the URS Team's on Sound Wall No. 36. The schedule will detail the specific products and deliverables -'.is scope of services and indicate preparation periods, submittal dates and review periods for those products. Products: Primavera Target Schedule 1.1./ MILESTONE MANAGEMENT Milestone management efforts will be required. Efforts include PDT meetings, coordination meetings; preparation of progress schedules, and monthly progress reports and invoices; maintaining the project files; agency liaison and coordination with RCTC and the contractor. SR9l Phase 11 Noise Walls, Auxiliary Lanes and Structures Modifications 1 00003'7 TASK 2 - DATA COLLECTION/ASSEMBLY (SOUND WALL NO. 36) 2.1 AS -BUILT PLANS As -built plans of the existing hook ramp from eastbound State Route 91 onto Indiana Avenue near Van Buren Boulevard will be retrieved and reviewed. Other as -built plans have been previously retrieved during design work along State Route 91 in this area Products: As -Built Plans � .2 UTILITY INFORMATION Based upon Underground Service Alert data, research of existing as-builts, field investigations and coordination with Caltrans right-of-way staff, Utility Conflict May will be developed for the utility agencies showing their facilities within the construction limits. Additional utility facilities provided by the utility agencies will be digitized into the base maps. Potential utility relocations will be coordinated with the appropriate utility agencies. Products: Utility Conflict Map with Existing/Proposed Utilities 2.3 DESIGN SURVEYS URS will perform design surveys necessary to complete the design. This includes topographic surveys of the existing concrete drainage channel and the existing hook ramp from State Route 91 to Indiana Avenue in the area of the project, and required documentation. Field survey data w..1 oC 1r-..nslated into electronic data files for design. Surveys will be performed in accordance with the Caltrans "Survey Manual" and any revisions. Work not covered by the Survey Manual will be performed in accordance with aceopted professional surveying standards. The minimum standard of survey quality shall be that of similar surveys performed by Caltrans. Caltrans approved horizontal and vertical controls will be used. Products: Design Surveys SR9I Phase II Noise Walls. Auxiliary Lanes and Structures Modifications 7 • • • 000038 • • • 2.4 FIELD RECONNAISANCE A field investigation will be performed at the project site to document the conditions of the existing features. 2.5 GEOTECHNICAL SITE INVESTIGATION Two borings will be drilled along the right-of-way line, near the ends of the proposed Sound Wall No. 36. The drilling will be planned and coordinated with Caltrans to minimize, any impact on the flow of traffic and to maintain proper safety precautions. =.5.: Field Exploration Two Hollow Stem Auger Borings will be drilled to a depth of approximately 30 feet below the ground surface with sampling every five feet. Lab Testing So:: samples taken during the Field Exploration stage will be tested to determine the index and the engineering properties of the soil. 2.x.3 Engineering Analysis and Report Subsurface conditions will be characterized in a Nilaterials/Foundation Memorandum. Geotechnical parameters will be developed for use in the design of Sound Wall No. 36, in accord:.nc: with current Caltrans standards. A recommendation will be provided for the foundation type and a Log of Test Borings Sheet will be developed to. be included in the plan set. SR91 Phase 11.Voise Walls, 4uriliury Lanes and Structures Modifications 3 000030 TASK 3 — PRELIMINARY DESIGN (15% PS&E) (SOUND WALL NO. 36) 3.1 PRELIMINARY DESIGN During the coordination of the supplemental noise study by Caltrans, the City of Riverside performed a field investigation at the locations where a sound wall was not identified for design and construction. The City determined at one location that a sound wall is required. The sound wall will be designed along the eastbound right-of-way between Harrison Street. and Myer Street. The plan sheets will include: a Title Sheet, Typical Cross Sections, Layouts (2), Construction Details (2), Utility, Construction Area Signs, Sound Wall Details (1), Sound Wall Quantity, Log of Test Borings, Highway Planting and Irrigation (5) plans. Products: Preliminary Plan Sheets — (22 estimated) 3. - RIGHT -OF -WAY ENGINEERING/MAPPING 3.2.1 Research Records and Catalog Documents Assessors maps and rolls and other references data will be obtained. They will be stamped, cataloged and filed. The obtained information will be used to determine the boundaryaf the pri,. ate property and the right-ol=way limits for Sound Wall No. 36. " Products: Research Material Easement Plat ?'.ats will be prepared to define the required temporary construction easement (TCE) for the 21 properties adjacent to the Sound Wall No_ 36. SR91 Phase II Noise Walls, Auxiliary Lures and Structures Modifications 4 000040 • • • • • 313 Caltrans Right -of -Way Map Supplemental Attachments A supplemental attachment will be prepared for Caltrans use in combination with the State's existing right-of-way maps_ A right-of-way exhibit will be prepared showing the lateral parcel lines graphically delineated from Assessor Parcel Maps and annotated with the Assessor Parcel number, Caltrans parcel number, owner's name and the easement width and area Distances and bearings will not be shown. Products: Right -of Way Map Supplemental Attachments TASK S — DRAFT DESIGN (90% PS&E)(SOUND WALL NO. 36) 5.1 DRAFT PLANS, SPECIFICATIONS AND ESTLMATES The following subtasks are coordination efforts to produce and assemble the PS& E package. 5.1.1 Draft Plan sheets RS will provide ongoing efforts to the plans to reach a 90% design completion. Products: Draft PS&E Draft Edited Standard Special Provisions Draft edited Standard Special Provisions (SSPs) will be prepared in accordance to Caltrans ,:ar.dards for the bid package. Microsoft Word, Version 6.0, will be used for modifications to ::e SSPs. Products: Draft Engineer's Cost Estimate 5.1.3 Draft Cost Estimate A detailed construction cost estimate will be prepared for the construction components. The cost estimate will be prepared similar to Caltrans' BEES system. Products: Primavera Target Schedule SR%I Phase 11 Noise Walls. Auxiliary Lanes and Structures Modifications . 000041 5.2 LEAD TESTING PROGRAM Based on the location of Sound Wall No. 36, a lead testing program is not anticipated. The proposed sound wall is located along the right of way, which is furthest from the vehicles that emitted aerial lead, and at the top of the cut slope. The highest concentration of aerial lead is generally found near the edge of pavement and at the toe of cut slopes. Lead concentration, if any, at the sound wall location is anticipated to be low. TASK 8 -FINAL DESIGN (100% PS&E) 8.1 FINAL DESIGN (AUXILIARY LANES PROJECT) 8.1.1 ROADWAY PLANS REVISIONS FOR GAD Additional effort was expended on the roadway design plans, quantity takeoffs and cost estimate to continually match the latest GAD. Caltrans required that the roadway geometries be changed several times after the final PS&E submittal. The original geometry reflected a mainline widening for the auxiliary lane additions, and was revised to include extension of the auxiliary lanes through ramp gores and ramp widt rings. Multiple revisions to the GAD resulted in multiple revisions to the roadway geometries and related components, including desi_n of tixtended retaining walls, landscaping, grading, utility impacts, drainage, electrical reconstruction, stage construction, pavement delineation and signing, and typical cross - sections. Quantity takeoffs for each of the additional design were completed in this task. These design additions were accelerated so that the project delivery date can be maintained. The combination of the ac,ceierated schedule and added designs also required mobilization of ddditionai staff from other URS offices and overtime compensation to our CADD technicians. Cost associat: d with lodging, per diem anti travel were expended to obtain the additional staff. Products: Addirional Final Plans — (6 sheets) Revised Final Plans (54 sheets) Revised Quantity Takeoff Calculations Revised Cost Estimate SR91 Phase II Noise Walls, _auxiliary Lanes and Structures Modifications 6 • • 8.1.2 STAGE CONSTRUCTION DESIGN COORDINATION • • • After completion of the final PS&E, Cahrans Construction branch required several revisions to the stage construction design. These revisions were requested by Caltrans to minimized the closure of the HOV lanes and expedite the construction period The revisions included segmenting the stage construction for eastbound and westbound direction, and providing specifications for incentive/disincentive programs, fast track concrete, maintaining traffic and lane closures coordination. Products: Revised Final Plans — (21 sheets) Revised Special Provisions Revised Quantity Takeoff Calculations Revised Cost Estimate 8.1.3 ADDITIONAL DETOUR DESIGN AND LANE CLOSURE CHART COORDINATION During preparation of the final PS&E, Caltrans requested that the design include specific detour plans for freeway closures, retrofit approach slab lane reductions at Brockton Avenue and local street closures to facilitate undercrossing widenings. The detour plan for the Brockton Avenue approach slab was intended to alleviate congestion on SR91 when the fr"way traveled way is reduced to one lane. Coordination with Caltrans Lane Closure Committee was required to ensure proper lane closure for the additional detour design. Coordination with Caltrans regarding the final plans was held and modifications to the plans were made in association with the District Office Engineer's plan review. Products: Additional Final Plans — (2 sheets) Revised Quantity Takeoff Calculations Revised Cost Estimate SR91 Pirate 11 Noise Walls, Auxiliary Lanes and Strictures Modifications 7 000043 &1.4 DETAILED CONSTRUCTION DURATION ANALYSIS Several constructability meetings were held with Caltrans Construction branch during the final design. Concerns were raised by Caltrans regarding the duration of lane closures to construct this project. An additional review of the calendar days necessary for construction was requested by Caltrans to precisely determine the duration of potential lane closures. The evaluation was used in the special provisions to control the construction schedule. Product; Detailed Construction Duration Analysis Memo 8.1.5 LANDSCAPE ENHANCEMENT DESIGN COORDINATION Additional landscape enhancement design was required by Caltrans to meet the City of Riverside's aesthetic mitigation requirements. The landscape enhancement design was not included in the original scope of work for the project and was added as part of the Amendment No. 1. The final designs for landscape enhancements were provided for Caltrans review and approval as part of the final PS&E submittal. After the final PS&E submittal, multiple design revisions were made by Caltrans that required additional coordination, meetings and design revisions to obtain Caltrans approval of the enhanced landscape designs. Final landscape design approval was coordinated with Caltrans late September 2000. The additional effort was expended to maintain the project delivery schedule. Products: Revised Final Plans Revised Special Provisions Revised Quantity Takeoff Calculations Revised Cost Estimate 8.1.6 COMMUNICATION SYSTEM DESIGN COORDINATION Throughout the preliminary design phases of the project, Caltrans added several components to the project that were desired by Caltrans, but bid and constructed with the auxiliary. . lane improvement project_ One of these projects is the freeway system improvements related to the existing fiber optic backbone system on SR91. After the final PS&E submittal, Caltrans staff made revisions to their communication design that required additional coordination and review of Caltrans' design to ensure that Caltrans' design were compatible with the roadway design elements. SR9I Phase II Noise Walls. Auxiliary Lanes and Srruclures Modifications 8 • • • 000041 8.1.7 INCORPORATION OF CALTRANS OE COMMENTS • • • Included in Amendment No. 1 is the coordination with the Caltrans Office Engineer (OE). URS anticipated coordinating and submitting various documents upon completion of the final PS&E. The documents included the PS&E Cover Memorandum, Attachment "A", project plans (CADD files), Special Provisions and Estimate. Upon completion of the final PS&E, Caltrans Office Engineer presented additional design comments that should have originated from the various Caltrans branches during the design stage. The OE's comments required coordination with the City of Riverside and various Caltrans branches, including the District and DOS, to obtain resolution and their approval. Additional coordination and effort to revise the final PS&E were not included in our original scope of work or level of effort estimate and the additional effort was expended to maintain the project delivery schedule. 8.1.8 MILESTONE MANAGEMENT Additional milestone management efforts were required to complete the PS&E package and maintain the project delivery schedule. Efforts included coordination meetings., preparation of progress schedules, and monthly progress reports and invoices; maintaining the project files; agency liaison and RCTC coordination. 8.2 FINAL PS&E (SOUND WALL NO. 36) Comments and questions regarding the Sound Wall No. 36 draft submittals will be addressed and modifications to the plans, specifications and estimate will be made, as appropriate. A final PS&E package will be prepared. TASK 9 —BIDDING ASSISTANCE 9.1 BID ASSISTANCE (SOUND WALL NOS. 110, 121 & 161) URS has provided bidding assistance for the bid package associated with Sound Wall Nos. 110, 121 and 161. Additional assistance will be provided for the separated landscape bid packages for a total of two additional bid packages. Only one bid package was estimated in the original scope of work and that effort will be expended on the Auxiliary Lanes project. SR9 1 Phase II Noise Walls. Auxiliary Lanes and Structures Madijiicalions 9 000045 9.1.1 BID PACKAGE ASSEMBLY URS will provide assistance in the preparation of two additional bid packages. The approved construction drawings, technical specifications and bid form were delivered to RCTC for advertisement Products: Half -Size Plans, BIuelines (25 Sets per Package) Technical Specifications (25 Sets per Package) Bid Form (One Spreadsheet File per Package) 9.1.2 MILESTONE MANAGEMENT An additional two months of milestone management efforts were required for the two additional bid packages. Coordination with RCTC. Caltrans and the contractor were provided along with invoicing and other administrative activities. 9.2 BIDDING ASSISTANCE (SOUND WALL NO. 36) 9.2.1 BID PACKAGE ASSEMBLY URS will provide assistance in the preparation of the bid packages associated with Sound Wall No. 36. The approved construction drawings, technical specifications and bid form will be delivered to RCTC for advertisement. Products: Half -Size Plans, Blue -lilacs (25 Sets) Technical Specifications (25 Sets) Bid Form (One Spreadsheet File) 9.2.2 PRE -AWARD BID QUESTIONS Consuitation with RCTC for interpretations of the design drawings and technical specifications will be provided_ URS will review inquires submitted by RCTC/bidders, as needed. Responses to inquiries will be returned to RCTC within twenty-four hours after receipt of the inquiry. SR91 Phase 11 Noise Wails. Auxiliary Lunen andl Structures Modifications 10 000046 • • • 9.2.3 811) EVALUATION • • URS will review and analyze contractor bids received by RCTC. The bids will be reviewed for consistency with the Engineer's Estimate. Any irregularities will be identified and discus cd with RCTC. 9.2.4 BIDDING ADDENDA URS will prepare revised plans, technical specifications and bid forms; as directed by RCTC; for required changes in the design during the bid period. The revisions will be incorporated into addenda for distribution by RCTC to all bidders of record Products: One Addendum TASK 10 — CONSTRUCTION PHASE SERVICES 10.1 CONSTRUCTION PHASE SERVICES (AUXILIARY LANES PROJECT) URS originally proposed a scope of work with the understanding that RCTC will advertise, award and administer (AAA) the construction of the project. Ongoing Caltrans and RCTC funding coordination resulted in a bid package (auxiliary lanes project) that will be AAA by Caltrans. It is anticipated that the construction phase services required with Caltrans Resident Engineer will be greater than typically expected if the project was coordinated with RCTC Residem Engineer. URS will provide engineering support during the construction phases of the au.xaliary lanes project The construction phases are assumed to commence with the award of each construction contract and end with each contractor's notice of completion. It has been assumed that construction services will not be necessary during the plant establishment period. 10.1.1 PRE -CONSTRUCTION MEETING URS will attend a pre -construction meeting held at Caltrans District office. Issues that may arise during construction will be discussed. URS will answer questions with respect to the plans, specifications and other technical aspects of the project. SR91 Phase 17 Noise Walls, Auxiliary Lanes and Structures Modifications 11 000047 10.1.2 SITE REVIEW URS will perform six additional site reviews at the project. Site reviews are intended to observe the general progress of construction and do not include detailed review of the contactors' construction procedures or inspection of the contractor's work. Any issues noted in the field will be brought to the attention of RCTC and Caltrans for resolution. 10.13 SHOP DRAWINGS/PRODUCT SUBMITTALS Shop drawings/product submittals will be reviewed and cnmrne„ts provided to Cain-ans. Shop drawings and product submittals are assumed to be provided by the contractor in complete, parkfged submittals. The review, with any comments, will be returned to Caltrans within ten working days of receipt. This task includes in-house review/comment efforts, field review time as necessary and review of nonstandard materials or materials not specified. Four additional shop drawing/product submittal reviews are assumed. 101..1 REQUESTS FOR INFORMATION Consultation with Caltrans for interpretation of the design drawings and technical specifications will be provided. URS will review Requests for Information (RFIs) submitted by Caltrans and the contractor, as needed. Responses to the RFIs will be resumed to Caitrans within five working days after receipt of the RFIs. Thirty additional RFIs have been estimated. 10.13 AS -BUILT PREPARATION in accordance to the C.itrans Drafting and Plans Manual of Instructions. March 1999, Caltrans is .csponsibie for the preparation of all As-Builts. 10.1.6 MILESTONE MANAGEMENT An additional twelve months of milestone management efforts will be required for the extended construction schedule. Coordination with RCTC, Caltrans and the contractor will continue along with invoicing and other administrative activities SR91 Phase 11 Noise Walls, Auxiliary Lanes and Structures Modifications 12 000043 10.2 CONSTRUCTION PHASE SERVICES (SOUND WALL NO. 36) • • URS will provide engineering support during the construction phase of the Sound Wall No. 36 project The construction phases are assumed to commence with the award of each construction contract and end with each contractor's notice of completion. It has been assumed that construction services will not be necessary during the plant establishment period. 10.2.1 PRE -CONSTRUCTION MEETING URS will attend the pre -construction meeting at RCTC. Issues that may arise during construction will be discussed. 'RS will answer questions with respect to the plans, specifications and other technical aspects of the project. Sets of construction drawings and specifications will be delivered to the RCTC and the contractor at the meeting. Products: Full-SzLe Plans, Vellums - Contractor Half -Size Plans, Vellums - Contractor 102.2 SITE REVIEW URS will perform one site review at the project. Site review is intended to observe the general progress of construction and do not include detailed review of the contractors' constniction procedures or inspection of the contractors' work. Any issues noted in the field will be brought to the attention of RCTC for resolution. 10.2.3 SHOP DRAWINGS/PRODUCT SUBMITTALS Shop drawings/product submittals will be reviewed and comments provided to RCTC. Shop drawings and product submittals are assumed to be provided by the contractor incomplete, packaged submittals. The review, with any comments, will be returned to RCTC within ten working days of receipt. This task includes in-house review/comment efforts, field review time as necessary and review of nonstandard materials or materials not specified. Two shop drawing/product submittal reviews are assumed. SR91 Phase 11 Noise Walls, Auxiliary Lanes and Structures Modifications 13 000049 10.2.4 REQUESTS FOR INFORMAT1ON Consultation with RCTC for interpretation of the design drawings and technical specifications will be provided. URS will review Requests for Information (RFIs) submitted by RCTC and the contractor, as needed. Responses to the RFIs will be returned to RCTC within five working days after receipt of the RFIs. Four RFIs have been estimated. 10.25 AS -BUILT PLANS URS will prepare one set of reproducible as -built plans from the design drawings based upon a legible, red -lined set of design drawings provided by RCTC/contractor. This task is limited to transferring the as -built information provided by RCTC/contractor to the design drawing originals. The accuracy of the as -built information provided by RCTC/contractor shall be certified by the contractor's licensed land surveyor or professional engineer providing the information. This excludes providing any review or field survey of the as -built conditions. Products; As -Built Drawings -- (Full Size Vellums) As -Built Drawings — (Half Size Vellums) As -Built Drawings — (Microfilm) 10.2.6 MILESTONE MANAGEMENT months of milestone management efforts will be required for the construction duration. Coordination with RCTC, Calnrans and the contractor will be provided along with invoicing and other administrative activities. f. V.; \rrytscdamcni Yuve_DOC SR91 Phase 11 Noise Walls, Auxiliary Lanes and Structures Modifications 14 000050 AMENDMENT NO. 2 - FEE SUMMARY 20 -Nov -0O • 1 • Continued Rovisions to the GAD after Final PSZE submittal and Amendment No. 1 including: • Extended Auxiliary Lanes through Ramp Gores • Widened Entrance and Exit Ramps beyond Auxiliary Lanes • Revision to the Auxiliary Lanes pavement widening tapers ' Cost Analysis for each GAD revisions Additional Design to accommodate extension of Project along Interchange ramps including: • Extended Retaining Walls ' Extended Landscaping Extended Grading Extended Utility impacts ' Extended Drainago Impacts ' Extended Electrical Reconstruction • Extended Stage Construction • Extended Signing and Striping ' Additional Quantity Takeoff • Revision to the Cost Estimate Mutuplo Revisions to Construction Staging Concept and Final Design including: • Segmented Construction for Eastbound and Westbound directions • Specification additions for IncenUvelDisincentive programs • Specification additions for Fast Track concrete pavement • Specificauon additions for maintaining traffic and coordinating lane closures • Addiuonal Detours • Additional Quantity Takooffs • Revisions to the Cost Estimate 521,226 395,472 532,446 Deaiiad Construction Duration Analysis $3,900 Modifications to the Landscape Design after the Final PS&E Submittal including: 59,589 ' YLitipie meetings with Caltrans Landscape branch ' Revisions to the Landscape PULE Continued coordination of Caltrans Communication System project after the Final PS&E Submittal 59,262 Coordination of Caimans OE Comments after the Final PSLE Submittal including: 535,824 Coordination of OE's comments with Caltrans' various District branches to obtain resolution ' Coordination of OE's comments with Caltrans DOS to obtain resolution • Coordination of OE's comments with Ctry of Riverside to obtain rosowtion • Coordination of OE's comments regarding constructability vs. presentation Bidding Assistance for Sound Wall Nos. 110, 121 & 161 Estimated Construction Support with Caltrans Resident Engineer Sound Wall No. 36 Including: ' Design Services • Preparation of Plane, Specifications and Estimate Bidding Assistance Construction Support Services 54,792 565,064 $106,153 AMENDMENT NO. 2 TOTAL a $383,723 amanaZ iec.ns 00005f AMENDMENT NO. 2 STATE ROUTE 91 PHASE II NOISE WALLS, AUXILIARY LANES AND STRUCTURE MODIFICATIONS DIRECT LABOR HOURLY NAME FUNCTION HOURS �OTAI, J. CHAPMAN PROJECT MANAGER 139 $60.00 58,340.00 PROJECT MANAGER 271 555.00 514.905.00 R. LEW SR. PROJECT ENGINEER 217 542.00 S9,114,00 SR. PROJECT ENGINEER 682 539.00 526,598.00 PROJECT ENGINEER 490 530.00 514,700.00 ENGINEER 214 526.00 55.564.00 ENGINEER 404 525.00 510,100.00 TECHNICIAN/CADD 186 526.00 54.836.00 TECHNICIAN/CADD 416 525.00 $10,400.00 PROJECT ADMINISTRATOR 110 524.00 52,640.00 CLERICAL 82 520.00 51,640.00 TOTAL HOURS 3211 SUBTOTAL 5109,518 COLA ® 5% 1„511 TOTAL DIRECT LABOR COSTS 5110.029 FRINGE BENEFITS RATE TOTAL 48.12% S52.945.95 TOTAL FRINGE BENEFITS 552,946 OTHER WORK DESIGN SURVEY 54,000 RIGHT-OF-WAY ENGINEERING (TOE'S) 38,000 STRUCTURES 50 CALENDAR DAY EVALUATION 53 900 SUBTOTAL 515,900 OTHER COSTS 'AVEL COSTS 5733 REPRODUCTION 36.698 MSC COSTS 522.576 SUBTOTAL 530,107 Zi;BCONSL L7AN-S _Z;GHTON AND ASSOCiATE3 TATSUMI AND PARTNERS 86.980.00 510.5.53.00 SUBTOTAL 517,533.00 SJbCONSULTANTFEE (MIE TOTAL, 5.00% 5876.65 INDIRECT COSTS OVERHEAD & GENERAL TOTAL DIRECT COSTS 548,517 RATE TOTAL 114.51% 5125,994.21 TOTAL INDIRECT COSTS 5125,994 FEE RATE 10.50% TOTAL COST M100379'ADMN.EWR arnend2_fee.xis 830.342 5383.727 11/20/00 00005;) AMENDMENT NO.2 STATE ROUTE 91 PHASE II NOISE WALLS, AUXILIARY LANES AND STRUCTURE MODIFICATIONS DIRECT LABOR • NAME J. CHAPMAN R. LEW FUNCTION PROJECT MANAGER SR. PROJECT ENGINEER PROJECT ENGINEER ENGINEER TECHNICIAN/CADD PROJECT ADMINISTRATOR CLERICAL TOTAL HOURS FRINGE BENEFITS OTHER WORK DESIGN SURVEY RIGHT-OF-WAY ENGINEERING (ICE'S) STRUCTURES CALENDAR DAY EVALUATION fiTHER COSTS TRAVEL COSTS REPRODUCTION MISC COSTS SUBCCNSULTANTS LEIGHTON AND ASSOCIATES TATSUMI AND PARTNERS SUeCONSJLTANTFEE INDIRECT COSTS OVERHEAD & GENERAL FEE TOTAL COST • H 100379V+DMN\EWR\amand2 fee.xls HOURS SUBTOTAL SUBTOTAL SU3TCTAL HOURLY RAT. TOTAL; 24 $55.00 $1.320.00 80 539.00 53,120.00 40 $30.00 51,200.00 0 525.00 $0.00 50 525,00 S1,250.00 0 524.00 50.00 1P. $20.00 5200.00 204 SUBTOTAL COLA @ 0% TOTAL DIRECT LABOR COSTS RATE 48.12% TOTAL S3,411.71 TOTAL FRINGE BENEFITS 50 50 so SQ 50 $100 S50 $500 5650 50.00 $0.00 50.00 RATE 5.00% TOTAL DIRECT COSTS RATE 114.51% TOTAI_ $0.00 TOTAL $8,118.76 TOTAL INDIRECT COSTS RATE 10.50% $7,090 57.090 $3,412 5650 S8,119 51,955 $21.226 11/20/00 000053 AMENDMENT NO, 2 STATE ROUTE 91 PHASE II NOISE WALLS, AUXIUARY LANES AND STRUCTURE MODIFICATIONS DIRECT LABOR HOURLY NAME FUNCTION HOUR$ TOTAL J. CHAPMAN PROJECT MANAGER 50 355.00 52,750.00 R. LEW SR. PROJECT ENGINEER 122 539.00 34,758.00 PROJECT ENGINEER 160 S30.00 34,800.00 ENGINEER 240 525.00 56,000.00 TECHNICIAN/CADD 240 525.00 56,000.00 PROJECT ADMINISTRATOR 0 324.00 50.00 CLERICAL 48 520.00 3960.00 TOTAL HOURS 860 SUBTOTAL COLA TOTAL DIRECT LABOR COSTS 0% FRINGE BENEFITS RATE 2Q 48.12% 312.158.96 525,268 525,268 TOTAL FRINGE BENEFITS 312,159 OTHER WORK DESIGN SURVEY SO RIGHT-OF-WAY ENGINEERING t?CES) SO STRUCTURES SO CALENDAR DAY EVALUATION 30 SUBTOTAL 50 OTHER COSTS TRAVEL COSTS $166 REPRODUCT;ON 52,000 MISC COSTS 319 977 ....BCONSULTANTS LEIGHTON AND ASSOCIATES TATSUMI AND PARTNERS SUSCONSULTANT FEE SUBTOTAL 322.143 50.30 50.00 SUBTOTAL S0.00 RATE TOTAL 5.00% 50.00 TOTAL DIRECT COSTS 522,143 INDIRECT COSTS RATE TOTAL OVERHEAD & GENERAL 114.51% $28,934.39 TOTAL INDIRECT COSTS 528.934 FEE S 10.50% TOTAL COST H100379\ADMNIEWR1amend2 feexds 36.968 395,472 112W00 • • • 000051 AMENDMENT NO. 2 STATE ROUTE 91 PHASE II NOISE WALLS, AUXILIARY LANES AND STRUCTURE MODIFICATIONS DIRECT LABOR NAME J. CHAPMAN R. LEW FUNCTION PROJECT MANAGER SR. PROJECT ENGINEER PROJECT ENGINEER ENGINEER TECHNICUUVCADD PROJECT ADMINISTRATOR CLERICAL TOTAL HOURS FRINGE BENEFITS OTHER WORK • DESIGN SURVEY RIGHT-OF-WAY ENGINEERING (TOE'S) STRUCTURES CALENDAR DAY EVALUATION THER COSTS TRAVEL COSTS ;REPRCDUCTION MISC COSTS SuBC,C NS,:LTANTS LEIGHTON AND ASSOCIATES TATSUMI AND PARTNERS SUBCCNSULTANTFEE INDIRECT COSTS OVERHEAD & GENERAL FEE TOTAL COST • H1003791ADMN\EWR\amend2 fee.zls HOURS SUBTOTAL SUBTOTAL SUBTOTAL HOURLY MIL TOTAL, 40 555.00 52200.00 120 539.00 S4,680.00 24 530.00 5720.00 64 525.00 51,600.00 74 525.00 61.850.00 4 524.00 596.00 0 520.00 50.00 326 SUBTOTAL COLA @ 0% TOTAL DIRECT LABOR COSTS SZF TOTAL 48.12% S5,383.46 TOTAL FRINGE BENEFITS 50 50 50 50 SO S100 S100 50.00 00 50.0D twg 5.00% TOTAL DIRECT COSTS RATE TOTAL 50.00 TOTAL 114.51% 512,763.28 TOTAL INDIRECT COSTS RATE 10.50% 000055 511,146 511,146 55,363 5100 512.763 53,074 532.446 1120/00 COORDINATION AND MEETING AMENDMENT NO. 2 STATE ROUTE 91 PHASE II NOISE WALLS, AUXILIARY LANES AND STRUCTURE MODIFICATIONS DIRECT LABOR NAME J. CHAPMAN R. LEW FUNCTION HOURS HOURLY RATE TOTAL PROJECT MANAGER 8 555.00 $440.00 SR. PROJECT ENGINEER 60 S39.00 52.340.00 PROJECT ENGINEER 0 530.00 50.00 ENGINEER 8 525.00 5200.00 TECHNICIAN/CADD 0 525.00 50.00 PROJECT ADMINISTRATOR 12 524.00 5288.00 CLERICAL 0 S20.00 50.00 TOTAL HOURS 88 SUBTOTAL COLA a 0% TOTAL DIRECT LABOR COSTS FRINGE BENEFITS OTHER WORK DESIGN SURVEY RIGHT-OF-WAY ENGINEERING (ICE'S) STRUCTURES CALENDAR DAY EVALUATION C'HER COSTS TRAVEL COSTS REPRODUCTION MISC COSTS SUBCCNSULTANTS L E!GHTON AND ASSOCIATES TATSUMIAND PARTNERS SUBCONSU..TANTFEE INDIRECT cOSTS OVERHEAD & GENERAL FEE TOTAL COST H100379WDMN1EWRlamnnd2 fee.xI3 SUBTOTAL 48.12% TOTAL 51,572.58 TOTAL FRINGE BENEFITS 50 SO 50 50 S55 50 50 SUBTOTAL 5105 50.00 5x000 SUBTOTAL 50.00 TOTAL 5.00% 50.00 TOTAL DIRECT COSTS RATE 114.51% TOTAL 53,742,19 TOTAL INDIRECT COSTS 10.50% 53.268 53,263 51.573 5105 53,742 5901 59,589 11/20/00 000056 rtt 151(MATE - COORD. OF FIBER OPTIC PROJECT AMENDMENT NO. 2 STATE ROUTE 91 PHASE I1 NOISE WALLS, AUXIUARY LANES AND STRUCTURE MODIFICATIONS DIRECT LABOR NAME J. CHAPMAN R. LEW FUNCTION PROJECT MANAGER SR. PROJECT ENGINEER PROJECT ENGINEER ENGINEER TECHNICIAN/CADD PROJECT ADMINISTRATOR CLERICAL TOTAL HOURS FRINGE BENEFITS OTHER WORK DESIGN SURVEY RIGHT-OF-WAY ENGINEERING (ICE'S) STRUCTURES CALENDAR DAY EVALUATION •TP1 COSTS TRAVEL COSTS REPRODUCTION MSC COSTS LUf3cCNSJL'ANTS LEIGHTON AND ASSOCIATES `ATSUMI AND PAR'NERS S,;BCONSUL7ANT FEE INDIRECT COSTS OVERHEAD 3 GENERAL. FEE TOTAL COST • I-1100379 W DAAN1EWR1a menG2_fee.zls HOURS SUBTOTAL SUBTOTAL SUBTOTAL HOURLY RATE TOTAL 8 355.00 5440.00 40 539.00 31,560.00 24 530.00 5720.00 0 525.00 30.00 12 525.00 $300.00 6 $24.00 3144.00 0 320.00 411.0t2 90 SUBTOTAL COLA 0% TOTAL DIRECT LABOR COSTS RATE TOTAL 48.12% 51.522.52 TOTAL FRINGE BENEFITS SO 30 SO §.4 50 530 50 S80 50.00 50.00 30.00 RATE 5.00% TOTAL DIRECT COSTS TOTAL 50.00 RATE DOTAL 114.51% 33.623.10 TOTAL INDIRECT COSTS RAT 10.50% 000057 $3.166 33.164 51,523 580 53.623 5873 $9.262 11/20/00 FEE ESTIMATE - COORDINATION OF CALTRANS OFFICE ENGINEER COMMENTS AMENDMENT NO. 2 STATE ROUTE 91 PHASE 0 NOISE WALLS, AUXILIARY LANES AND STRUCTURE MODIFICATIONS DIRECT LABOR NAME FUNCTION HOURS RATE HOURLY TOTAL, J. CHAPMAN PROJECT MANAGER 56 $55.00 33,080.00 R. LEW SR. PROJECT ENGINEER 140 $39.00 35,460.00 PROJECT ENGINEER _ 0 $30.00 $0.00 ENGINEER 80 525.00 $2,000.00 TECHNICIAN/CADD 40 325.00 $1.000.00 PROJECT ADMINISTRATOR 32 $24.00 3768.00 CLERICAL 0 520.00 0.00 TOTAL HOURS 348 SUBTOTAL 512,308 COLA @ 0% IQ TOTAL DIRECT LABOR COSTS 312,303 FRINGE BENEFITS OTHER WORK RATE TOTAL 48.12% 55,922.61 TOTAL FRINGE BENEFITS S5,923 DESIGN SURVEY 50 RIGHT -OF -NAY ENGINEERING (TOE'S) SO STRUCTURES SO CALENDAR DAY EVALUATION �0 SUBTOTAL 50 OTHER COSTS TRAVEL COSTS 555 REPRCDUCTiON 50 MISC COSTS gQ SUBCONSULTANTS L_IGHTON AND ASSOCIATES TATSUMI AND PARTNERS S'L BCONSU'.TANT FEE INDIRECT COSTS OVERHEAD & GENERAL SUBTOTAL 5105 50.00 50.00 SUBTOTAL 50.00 RATE jQTAL 5.00% 50.00 TOTAL DIRECT COSTS 5105 SAL TOTAL, 114.51% $14,093.89 TOTAL INDIRECT COSTS 514,094 FEE RATE 10.50% TOTAL COST H100379WDMN1EWRamend2 fee.:ls 53,394 $35,824 11/20i00 000059 (SOUND WALL NOS. 110, 121.8 161) AMENDMENT NO. 2 STATE ROUTE 91 PHASE II NOISE WALLS, AUXILIARY LANES AND STRUCTURE MODIFICATIONS DIRECT LABOR HOURLY NAME FUNCTION )-LOURS RAT TOJAA J. CHAPMAN PROJECT MANAGER 4 555.00 5220.00 R. LEW SR. PROJECT ENGINEER 32 539.00 51248.00 PROJECT ENGINEER 0 530.00 $0.00 ENGINEER 0 525.00 50.00 TECHNICIAN/CADD 0 525.00 50.00 PROJECT ADMINISTRATOR 0 524.00 $0.00 CLERICAL 4 520.00 380.00 TOTAL HOURS 40 SUBTOTAL 51.548 COLA @ 0% i0 TOTAL DIRECT LABOR COSTS 51,548 FRINGE BENEFITS RATE TOTAL 48.12% 5744.50 TOTAL FRINGE BENEFITS 3745 OTHER WORK DESIGN SURVEY $p RIGHT-OF-WAY ENGINEERING (TOE'S) SO STRUCTURES 50 CALENDAR DAY EVALUATION �p • sUSTOTAL SO OTHER COSTS TRAVEL OOSTS REPRODUCTION MISC COSTS SUBCCNSUJTANTS • LEIGHTON AND ASSOCIATES TATSUMI AND PARTNERS SUBTOTAL SO 50 S300 3300 S0.00 $0.00 SUBTOTAL $0.00 SUBCONSULTANT FEE RATE TOTAL 5.00% 50,00 TOTAL DIRECT COSTS $300 INDIRECT COSTS RATE OVERHEAD & GENERAL 114.51% FEE •OTAL COST H100379\ADMNEWR\amend2 fee.xis I4IS $1.772.61 TOTAL INDIRECT COSTS 51,773 RATE 10.50% 00005) $427 54,792 11/20100 SUPPORT SERVICES (MAY 2001 - OCTOBER 2001) AMENDMENT NO. 2 STATE ROUTE 91 PHASE II NOISE WALLS, AUXILIARY LANES AND STRUCTURE MODIFICATIONS DIRECT LABOR NAME FUNCTION HQ_URS HOURLY RATE TOTAI. J. CHAPMAN PROJECT MANAGER 81 560.00 54,860.00 R. LEW SR. PROJECT ENGINEER 89 542.00 $3,717.00 PROJECT ENGINEER 27 530.00 5810.00 ENGINEER 12 528.00 5312.00 TECHNICIAN/CARD 0 526.00 50.00 PROJECT ADMINISTRATOR 22 S24.00 5528.00 CLERICAL 0 520.00 ADO TOTAL HOURS 231 FRINGE BENEFITS OTHER WORK SUBTOTAL 510,227 COLA (g 0% �0 TOTAL DIRECT LABOR COSTS 510,227 f12.1M TOTA6 48.12% 54,921.23 TOTAL FRINGE BENEFITS 54.921 DESIGN SURVEY 50 RIGHT-OF-WAY ENGINEERING (TCES) 30 STRUCTURES SO CALENDAR DAY EVALUATION i0 SUBTOTAL 50 OTHER COSTS TRAVEL COSTS 5111 REPRODUCTION $1,250 MISC COSTS 5750 SUBCONSULTANTS LEIGHTON AND ASSOCIATES TATSUMI AND PARTNERS SUBCONSULTANTFEE INDIRECT COSTS OVERHEAD 8 GENERAL FEE TOTAL COST H1003791ADMN\EWR\amend2 jee.xls SUBTOTAL S2.111 50.00 $0.00 SUBTOTAL $0.00 RATE 5.00% TOTAL 50.00 TOTAL DIRECT COSTS 32,111 RATE TOTAL,, 114.51% 511,710.94 TOTAL INDIRECT COSTS $11,711 RATE 10.50% S2.820 531.790 000060 11/20/00 SUPPORT SERVICES (NOV 2001 - OCTOBER 2002) AMENDMENT NO. 2 • DIRECT LABOR NAME FUNCTION( STATE ROUTE 91 PHASE 11 NOISE WALLS, AUXILIARY LANES AND STRUCTURE MODIFICATIONS HOURS HOURLY RATE TOTAL J. CHAPMAN PROJECT MANAGER 81 560.00 54,860.00 R. LEW SR. PROJECT ENGINEER 89 542.00 53,717.00 PROJECT ENGINEER 27 $30.00 5810.00 ENGINEER 12 526.00 S312.00 TECHNICIANICADD 0 526.00 50.00 PROJECT ADMINISTRATOR 22 $24.00 5528.00 CLERICAL 0 520.00 $0.00 TOTAL HOURS 231 SUBTOTAL. 510.227 COLA 0 5% X5_1 TOTAL DIRECT LABOR COSTS 310,738 FRINGE BENEFITS RATE TOTAL 48.12% 35,167.29 TOTAL FRINGE BENEFITS 55,157 OTHER WORK DESIGN SURVEY $0 RIGHT-OF-WAY ENGINEERING (TCE'S) 50 STRUCTURES S0 CALENDAR DAY EVALUATION 411 SUBTOTAL SO OTHER COSTS TRAVEL COSTS 3111 REPRODUCTION $1250 MISC.'. COSTS 3750 SUBCONSULTANTS L.E,GHTON AND ASSOCIATES TATSUMi AND PARTNERS SUBCONSULTANTFEE INDIRECT COSTS OVERHEAD & GENERAL FEE TOTAL COST H 100379 WDM N\ENNRlamend2_fee.xls SUBTOTAL 52,111 50.00 $0.'00 SUBTOTAL 50.00 RATE TOTAL S.00% 50.00 TOTAL DIRECT COSTS 32,111 RATE TOTAL 114.51% $12,296.48 TOTAL INDIRECT COSTS $12,296 RATE 10.50% 000061 52.961 533,274 11/20/00 AMENDMENT NO. 2 STATE ROUTE 91 PHASE I1 NOISE WALLS, AUXILIARY LANES AND STRUCTURE MODIFICATIONS DIRECT LABOR NAME FUNCTION HOURS HOURLY RATE TOTAL J. CHAPMAN PROJECT MANAGER 58 $60.00 53,480.00 R. LEW SR. PROJECT ENGINEER 128 542.00 $5,376.00 PROJECT ENGINEER 188 $30.00 $5,640.00 ENGINEER 202 $26.00 $5,252.00 TECHNICIAN/CADD 186 $26.00 $4.836.00 PROJECT ADMINISTRATOR 12 524.00 5288.00 CLERICAL 20 $20.00 $400.00 TOTAL HOURS 754 FRINGE BENEFITS OTHER WORK DESIGN SURVEY RIGHT-OF-WAY ENGINEERING (ICE'S) SUBTOTAL SUBTOTAL COLA TOTAL DIRECT LABOR COSTS 0% RATE TOTAL 48.12% 512,160.89 $25,272 $25,272 TOTAL FRINGE BENEFITS S12,161 $4,000 $8,000 512,000 OTHER COSTS -RAVE_ COSTS 5105 REPRODUCTION $2,048 MISC COSTS 5249 SUBCCNSULTANTS .EIGHTON AND ASSOCIATES 7A'SUMI AND PARTNERS S ECCNSuLTANTFEZ SUBTOTAL $2,402 56.980.00 $10.553 J0 5LJ ETGTAL 517,533.00 RATE TOTAL 5.00% $876.65 TOTAL DIRECT COSTS 520,812 INDIRECT COSTS RATE TOTAL OVERHEAD & GENERAL 114.51% 528,938.97 FEE TOTAL COST H 100379\ADMN\EWR\sw36fee.xIs TOTAL INDIRECT COSTS RATE 10.50% $28,939 $6,969 5106,153 11/20100 000062 O CD CD C7:`, CA.) TASK NO EVEL OF EFFORT ESTIMATE STATE ROUTE 91 PHASE II NOISE WALLS, AUXILIARY LANES & STRUCTURE MOD TASK DESCRIPTION AUXILIARY LANES PROJECT TASK NO. 1 • PROJECT C ONTR OL 1.1 JORD Coordination for Approval [TOTAL TASK NO 1 HOURS TASK NO. 2 - DATA COLLECTION/ASSE MBLY Ff } 1TOTAL TASK NO 2 HO URS TASK NO. 3 - PRELIMINARY DESIGN (157, PS&E) ITOTA t TASK NO. 3 HOURS TASK NO.4 - PRELIM INARY STRUCTURES DESIG N 1 'TO TAL TASK NO. 4 HO URS TASK NO. 5 - DRAFT DESIGN (90% PS&E) TOTAL TASK NO. 5 HO URS TASK N0.6 - DRAFT STRUCTURES PS&E J 'TOTAL TASK NO. 6 HOURS F'ItVE RI SI) TASK NO. 7 - FINAL STRUCTURES PS&E 'TOTAL TASK NO. 7 HOURS • URS CIVL lIGHWAY/PROJ. MANAGEMENT PM SPE I PE 1 LIJGR • TECH/ CADD PROD ADMIN 1 CLER SUB TOTAL 24 80 40 50 10 204 24 8OJ 44 OT 50 0 101 204 1 0 0� 0� 01 0 0 0 0 i 0 i 0 0 0 0 0 0 0 0 0 1 1 1 1 0[ 0, 0T 0I 0, 0I 0I 0I 1 1 amenI2_fee.xls 11/20100 TASK NO. LEVEL OF EFFORT ESTIMATE STATE ROUTE 91 PHASE II NOISE WAt LS, AUXILIARY LANES 8 STRUCTURE MOD rim 1! TASK DESCRIPTION RI sr' TASK NO. 8 • FINAL DESIGN 1100°/. PSBE 8 1 Additional Detour Design and Lane Closure Chan 8.3 1 M ultiple Ro adway Plan Revisions lo Incorporate GAD 8 3 2 Stage Construction Coordinalion and Revisions 8 3 3 Enhanced Lan dscape Coordination and Meetings 8 3 6 Communicatio n S stem Design Coordination 8.3.7 Coordination Caltrans OE Comments 8 4 Milestone Mena emenl UftS UR I; URS URS URS URS URS TOTAL TASK NO 8 HO URS TASK NO. 9 - BIDDING ASSISTANCE 9.1 Bid Package Assembly URS 9. 2 Milestone Management URS TOTAL TASK NO. 9 HOURS TASK NO . 10 - CO NSTRUCTION PHASE SERVICES 10. 1 Pre -Construction Meeling 10. 2 Responses to RFIs (30) 10,3 Product Submittal/Shop Drawings Review (4) 10.4 Sile Reviews (6) 10.6 Milestone M anagemen t (12 months) 'TOTAL TASK NO. 10 HOURS [SUBTOTAL HOURS AUXILIARY LA NES PROJECT URS CIVIU►uGt1wAYFPROJ. MANAGE MENT TECH/ PR OJ I'M 1 SPE I PE I ENGR-1 CADD ADMIN CLER SUB TOTAL 16 40 24 24 24 4 0 132 50 24 122 160 240 240 0 48 860 80 0 40 50 0 0 194 8 60 0 8 0 12 0' 88 8 40 24 0 12 6 0 90 16 100 0 80 40 8 0 244 40 40 0 0 0 24 0 104 1 162 1 482 208 1 392 1 366 1. 54 1 48 1 1,712 1 0 32 0 0 0 0 4 36 4 0 0 0 0 0 0 4 4 32 0 0l 0 o1 4 40 1 4 4 8 30 45 30 24 129 8 32 24 64 48 48 120 48 44 162 177 1 54 1 24 1 01 44 1 01 249 ) .352 1 771 1 302 1 416 1 416 1 98 1 62 1 2,417 1 am cxls • • 11/20/00 •VEL OF EFFORT ESTI MATE TS OUND WALL NO. 36 AMEN DMENT NO . 2 T ASK DESCRIPTION TASK NO TASK NO. 1 - PROJECT CONTROL 12 Pirmavera Target Sched ule M ilestone Manageme nt I'it I ML itLSF' URS URS TO TAL TASK NO 1 HOURS TASK NO . 2 - DATA C 2.1 As -Built Plans URS 2. 2 Utility In formation URS 2.3 Design Surve y URS 2.4 Field Reconna isano e URS 0 2 HOUR S TASK NO, 3 - PRELIM INARY DESIGN (15% PSBE) 3.1 3.2 Preliminary Plan Sheets Right of Way Engineering (TCE'S) URS URS 'TOTAL TASK NO. 3 HOURS TASK NO. 4 • PRELIMINARY STRUCTURES DESIGN 'TOTAL TA SK NO. 4 HOURS TASK ND. 5 • DRAFT DESIGN (90% PS&E) 5.1 5.2 5.3 Draft Plan Sheets Draft Special Provisions Draft Cost Eslimate 'TOTAL TASK NO. 5 HOURS sw36fee.xis URS URS URS • ORS CIVIUHI(,11WAYfPROJ . MANAGE MENT SPE 1 _ PL TECH/ E NGK CAUL) PR OJ AD MIN CLER SUB TOTAL 0 8 0 Ii- 0 0 0 9 32 24 0 0 0 8 0 64 am ....T - 0 0 8] 721 0 0 0 0 0 0 0 8 0 4 4 8 8 8 84 8 8 0 0 0 0 0 0 0 0 0 0 0 0 12 12 15, 24 8 24 32 0 0 0 64 0 7 20 32 38 0 0 97 0 4 10 0 0 0 0 14 30 32 38 0 01 of 0( 0 0 12 43 77 85 0 0 217 0 3 22 0 0 0 14 39 0 3 0 20 0 0 0 24 0 19 65 981 85� . 01 141 2801 11/20100 LEVEL OF EFFORT ESTIMATE SOUND WALL NO. 36 AMENDMENT N O. 2 TASK NO. TASK OL SCRIPTION TASK NO. 6 • DRAFT STRUCTURES PS&E t PRIME I<E_SI' TOTAL TASK NO 6 HOURS TASK NO. 7 • FINAL STRUCTURES PS&E TOTAL TASK NO. 7 HOURS TASK NO. 8 • FINAL DESIGN 100% PS&E 8. 1 Final Plans (IItS 8.2 Final Special Provisions • URS 8.3 Final Cost Estimate URS TOTAL TASK NO. 8 HOU RS TASK NO. 9 - B ID DING ASSISTANCE 9.1 Bid Package Assembly ORS 9.2 Pre -Award Bid Questions URS 9.3 Bid Evaluation URS 9.4 Bidding Addenda URS TOTAL TASK NO. 9 HOURS TASK NO . 10 - CONSTRUCTION PHASE SERVIC 10. 1 Pre -Construction Meeting URS 10. 2 Site Review URS 10.3 Shop Drawing/Product Submittals URS 10.4 Review RFIs URS 10. 5 As -Built Plans URS Milestone Management URS TOTAL TASK NO. 10 HOURS 'TOTAL HOURS SOUND WAIL NO 38 URS - CIVIUHIGHWAY/PROJ MANA GEMENT T TECH' PMli SPL PE l ENGR CAD�ADMIN PROJ CLER SUB T OTAL 0 0 0 0 0 0 0 0 0 5 15 27 30 0 0 76 N 0 1 4 0 0 0 2 7 0 1 0 4 0 0 0 4 0 6 19I 301 30 0 21 87 0 2 4 10 0 0 0 4 18 2 0 0 0 0 0 4 2 2 0 0 0 0 0 4 4 4 0 0 0 0 0 8 8 121 10 0J o[ ' 0 4 34J 0 6 0 0 0 0 0 6 0 6 0 0 0 0 0 6 4 4 16' 0 0 0 0 24 4 8 24 0 0 0 0 36 0 10 6 0 10 34 0 0 50 10 0 0 0 4 0 24 18 40 40 10 34 1 41 0 146 J 58 128 1 1881 202 T 186 1. 12 1 20 1 794 J sw36111 • ill 11/20/00 • AGENDA ITEM 7 • • • • • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Bill Hughes, Bechtel Project Manager Karl Sauer, Bechtel Construction Manager THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Approve Caltrans Cooperative Agreement for the Final PS&E Design of the Route 91 Auxiliary Lane Project from Tyler Street to Jane Street STAFF RECOMMENDATION: This item is to seek Committee approval to; 1) Recommend the approval of Cooperative Agreement with Caltrans for RCTC to provide the final PS&E Design for the Route 91 Auxiliary Lane Project from Tyler Street to Jane Street in the City of Riverside; 2) Authorize the Chairman, pursuant to Legal Counsel review, to execute the Cooperative Agreement on behalf of the Commission; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: In June of 1998, the Commission awarded a Contact for the Final PS&E Design for the Route 91 Auxiliary Lane Project from Tyler Street to Monroe Street in the City of Riverside. This project also included the design for the remaining Phase II Sound Walls along Route 91, required for the mitigation of RCTC's previously constructed Route 91 HOV Median Widening Project from Magnolia Avenue to Mary Street in the City of Riverside. The design and construction costs for the project were estimated to be $16 million. The Route 91 Auxiliary Lane Project was initially to be totally funded by RCTC Measure A funds. Currently, this project will be funded using Caltrans State Highway Operations and Projection Program (SHOPP) funds and $3.345 million of Regional Improvement Program funds (reference Commission agenda Item 9 of the November 8, 2000 Commission meeting). 000067 RCTC has now completed the design of all Sound Walls along Route 91, except one, and has completed construction of all Sound Walls along Route 91, except the one to be designed and three currently under construction. At the same time the final PS&E Design for the Route 91 Auxiliary Lane Project has proceeded and has been delivered to Caltrans for final comments. The construction cost for the auxiliary lane project is currently estimated to be approximately $21.5 million. Caltrans has secured $18.5. million from, the SHOPP Program. This SHOPP funding along with the previouslyreprogrammed $3:345 million of RIP funding will totally fund the project. Attached, for approval, is the Cooperative Agreement between the State and RCTC for the final PS&E Design for the Route 91 Auxiliary Lane Project. The Cooperative Agreement outlines the responsibilities of each party. RCTC is responsible for all costs associated with the design of the project and design construction support. Per a subsequent agreement, Caltrans will be responsible for all construction costs for the project. The design costs have already been approved as part of previous Commission actions and were part of the approved budget. Attachments 000068 • • • • • 08-Riv-91-KP 11.91/34.76 (PM 7.4/21.6) from 15/91 Interchange to 60/91/215 Interchange Construct Auxiliary Lanes and Install CCTV, VDS and RMS Systems 08303 — 4353U0 District Agreement No.- 8-1132 DESIGN COOPERATIVE AGREEMENT This AGREEMENT, entered into , is between the STATE OF CALIFORNIA, acting by and through its Department of Transportation, referred to herein as STATE, and RIVERSIDE COUNTY TRANSPORTATION COMMISSION, a public entity, referred to herein as COMMISSION. RECITALS (1) STATE and COMMISSION, pursuant to Streets and Highways Code Section 130, are authorized to enter into a Cooperative Agreement for improvements to State highways within city of Riverside. 12) STATE and COMMISSION desire State highway improvements consisting of the construction of Auxiliary Lanes and the installation of Closed Circuit Television (CCTV), Video Detection System (VDS), and Ramp Meter System (RMS), on Route 91 between 15/91 Interchange and 60/91/215 Interchange, referred to herein as "PROJECT", and COMMISSION is willing to fund one hundred percent (100%) of all capital outlay and staffing costs for the design of the auxiliary lanes, and STATE is willing to perform and fund one hundred percent (100%) of the design of the CCTV, VDS and RMS. STATE will also provide oversight for the design of the auxiliary lanes and environmental at STATE expense. (3) This Agreement supersedes any prior Memorandum of Understanding (MOU) relating to PROJECT. (4) Construction of said PROJECT will be the subject of a separate future Agreement. (5) STATE will Advertise, Award, and Administer the construction of PROJECT. 000063 District Agreement No. 8-1132 (6) The parties hereto intend to define herein the terms and conditions under which PROJECT is to be developed, designed, and financed. SECTION I COMMISSION AGREES: (1) To fund one hundred percent (100%) of all preliminary and design engineering costs for the auxiliary lanes. (2) To have a Project Report (PR), including all necessary Environmental Documentation (ED), and detailed Plans, Specifications and Estimate (PS&E) for auxiliary lanes, prepared at no cost to STATE and to submit each to STATE for review and approval at appropriate stages of development. Project Report, final plans and standard special provisions shall be signed by a Civil Engineer registered in the State of California. (3) To permit STATE to monitor and participate in the selection of personnel who will prepare the PR, conduct environmental studies and obtain PROJECT approval, prepare the PS&E for the auxiliary lanes. provide the right of way engineering services, and perform right of way activities, if necessary. COMMISSION agrees to consider any request by STATE to discontinue the services of any personnel considered by STATE to be unqualified on the basis of credentials, professional expertise, failure to perform in accordance with scope of work and/or other pertinent criteria. Personnel who prepare the PS&E and right of way maps shall be available to STATE, at no cost to STATE, through completion of construction of PROJECT to discuss problems which may arise during construction and/or to make design revisions for contract change orders. (1) t5 i To make written application to STATE for necessary Encroachment Permits authorizing entry onto STATE's right of way to perform surveying and other investigative activities required for preparation of the PR, ED and/or PS&E. (6) To identify and locate all utility facilities within the PROJECT area as part of its PROJECT design responsibility. All utility facilities not relocated or removed in advance of construction shall be identified on the PROJECT plans and specifications. 2 000070 • • • • 1 • District Agreement No. 8-1132 (7) To identify and locate all high and low risk underground facilities within the PROJECT area and to protect or otherwise provide for such facilities, all in accordance with STATE's "Manual on High and Low Risk Underground Facilities Within Highway Rights of Way." COMMISSION hereby acknowledges receipt of STATE's "Manual on High and Low Risk Underground Facilities Within Highway Rights of Way." (8) If any existing public and/or private utility facilities conflict with PROJECT construction or violate STATE's encroachment policy, COMMISSION shall make all necessary arrangements with the owners of such facilities for their protection, relocation or removal in accordance with STATE policy and procedure for those facilities located within the limits of work providing for the improvement to the State highway and in accordance with COMMISSION policy for those facilities located outside of the limits of work for the State highway. Total costs of such protection, relocation or removal shall be in accordance with STATE policy and procedure. (9) To furnish evidence to STATE, in a form acceptable to STATE, that arrangements have been made for the protection, relocation, or removal of all conflicting facilities within STATE's right of way and that such work will be completed prior to the award of the contract to construct PROJECT or as covered in the Special Provisions for said contract. This evidence shall include a reference to all required State highway encroachment permits. (10) COMMISSION shall require the utility owner and/or its contractors performing the relocation work within STATE's right of way to obtain a STATE encroachment permit prior to the performance of said relocation work. ( 1 1) To perform all right of wav activities, if required, including all eminent domain activities, if necessary, at no cost to STATE, in accordance with procedures acceptable to STATE, and in compliance with all applicable State and Federal laws and regulations, subject to STATE oversight to insure that the completed work is acceptable for incorporation into the State highway right of way. (12) To utilize the services of a qualified public agency in all right of way acquisition related matters in accordance with STATE procedures as contained in Right of Way Procedural Handbook, Volume 9. Whenever personnel other than personnel of a qualified public agency are utilized, administration of the personnel contract shall be performed by a qualified Right of Way person employed or retained by COMMISSION. 3 000071 District Agreement No. 8-1132 (13) To certify legal and physical control of right of way ready for construction and that all right of way were acquired in accordance with applicable State and Federal laws and regulations subject to review and concurrence by STATE prior to the advertisement for bids for construction of PROJECT. (14) To deliver to STATE legal title to the right of way, including access rights, free and clear of all encumbrances detrimental to STATE's present and future uses not later than the date of acceptance by STATE of maintenance and operation of the highway facility. Acceptance of said title by STATE is subject to a review of a Policy of Title Insurance in STATE's name -to be provided and paid for by COMMISSION. (15) To be responsible, at COMMISSION expense, for the investigation of potential hazardous waste sites within and outside of the existing State highway right of way that would impact PROJECT. (16) To be responsible, at no cost to STATE, for remediation of hazardous waste found on existing or proposed State highway right of way to be acquired for PROJECT. (17) COMMISSION shall provide all plans prepared by COMMISSION or COMMISSION's consultant on either 4 or 8 millimeter magnetic tape using Micro Station Release 5.0 .dgn and/or Micro Station SE V05.07 Rev. 22 files in UNIX TAR or CPIO format. or 1S0 9660 Standard CD ROM format or Auto CAD Version 13. One copy of the data on the magnetic tape, including the Engineer's electronic signature and seal, shall be provided to STATE upon completion of the final PS&E for PROJECT. STATE reserves the right to modify the magnetic tape requirements and STATE shall provide COMMISSION advance notice of any such modifications. Reimbursement to STATE for costs incurred by STATE to Advertise, Award, and Administer the construction contract for PROJECT will be covered in a separate Cooperative Agreement referred to in Section III, Article (9), of this Agreement. SECTION II STATE AGREES: (1 ) To provide, at no cost to COMMISSION, oversight of the PR, ED and auxiliary lane PS&E, and to provide prompt reviews and approvals, as appropriate, of submittals by COMMISSION, and to cooperate in timely processing of PROJECT. 4 OOOO7 District Agreement No. 8-1132 • (2) To provide, at no cost to COMMISSION, oversight of all right of way activities, if required, undertaken by COMMISSION, or its designee, pursuant to this Agreement. (3) To issue, at no cost to COMMISSION, upon proper application by COMMISSION, an Encroachment Permit to COMMISSION authorizing entry onto STATE's right of way to perform survey and other investigative activities required for preparation of the PR, ED and/or PS&E. If COMMISSION uses consultants rather than its own staff to perform required work, the consultants will also be required to obtain an Encroachment Permit. The permit will be issued at no cost upon proper application by the consultants. (4) To perform, at no cost to COMMISSION, the preliminary and design engineering for the. CCTV, VDS and RMS for PROJECT. IT IS MUTUALLY AGREED: SECTION III (1) All obligations of STATE under the terms of this Agreement are subject to the appropriation of resources by the Legislature and the allocation of resources by the California Transportation Commission. • (2) Should any portion of PROJECT be financed with Federal funds or State gas tax funds, all applicable laws, rules and policies relating to the use of such funds shall apply notwithstanding other provisions of this Agreement. • (3) The parties hereto will carry out PROJECT in accordance with the Scope of Work, attached and made a part of this Agreement, which outlines the specific responsibilities of the parties hereto. The attached Scope of Work may in the future be modified in writing to reflect changes in the responsibilities of the respective parties. Such modifications shall. be concurred with by COMMISSION's Chairman and/or Executive Director or other official designated by COMMISSION and STATE's District Director for District 8 and become a part of this Agreement after execution by the respective officials of the parties. (4) The Project Study Report (PSR) for the auxiliary lanes was approved on January 12, 2000, and the Project Study Report/Project Report (PSR/PR) for the CCTV, VDS and RMS approved on June 23, 1998, by this reference, shall become part of this Agreement. (5) The basic design features (as defined in Attachment 3 of the Scope of Work for PROJECT) shall comply with those addressed in the approved PSR, unless modified as required for environmental clearance and/or FHWA approval of PROJECT. 5 0000' District Agreement No. 8-1132 (6) The design, right of way acquisition, and preparation of environmental documents for PROJECT shall be performed in accordance with STATE standards and practices current as of the date of execution of this Agreement. Any exceptions to applicable design standards shall be approved by STATE via the processes outlined in STATE's Highway Design Manual and appropriate memorandums and design bulletins published by STATE. In the event that STATE proposes and/or requires a change in design standards, implementation of new or revised design standards shall be done in accordance with STATE's memorandum "Effective Date for Implementing Revisions to Design Standards", dated February 8, 1991. STATE shall -consult with COMMISSION in a timely manner regarding effect of proposed and/or required changes on PROJECT. (7) COMMISSION's share of all changes in development costs associated with modifications to the basic design features as described above shall be in same proportion as described in this Agreement, unless mutually agreed by STATE and COMMISSION in a subsequent amendment to this Agreement. (8) Any hazardous material or contamination found within the area of PROJECT requiring remedy or remedial action. as defined in Division 20, Chapter 6.8 et seq. of the Health and Safety Code, or any cultural, paleontological, anthropological, or other protected resource requiring protection shall be the responsibility of COMMISSION, at COMMISSION's expense as part of the cost of PROJECT. Locations subject to remedy or remedial action and/or protection include utility relocation work required for PROJECT. Costs for remedy and remedial action and/or protection shall include, but not be limited to, the identification, treatment, removal. packaging, transportation, storage, and disposal of such material. (9) COMMISSION shall be responsible, at COMMISSION's expense, for the development of the necessary remedy and/or remedial action plans and designs. Remedial actions proposed by COMMISSION shall be preapproved by STATE and shall be performed in accordance with STATE's standards and practices and those standards mandated by the Federal and State regulatory agencies. (10) A separate•Cooperative Agreement will be required to cover responsibilities and funding for the PROJECT construction phase. (11) Nothing in the provisions of this Agreement is intended to create duties or obligations to or rights in third parties not parties to this Agreement or affect the legal liability of either party to the Agreement by imposing any standard of care with respect to the maintenance of State highways different from the standard of care imposed by law. 6 00007,1 • • • District Agreement No. 8-1132 (12) Neither STATE nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by COMMISSION under or in connection with any work, authority or jurisdiction delegated to COMMISSION under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, COMMISSION shall fully defend, indemnify and save harmless the State of California, all officers and employees from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done -or , omitted to be done by COMMISSION under or in connection with any work, authority or jurisdiction delegated to COMMISSION under this Agreement. (13) Neither COMMISSION nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, STATE shall fully defend, indemnify and save harmless COMMISSION from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement. (14) This Agreement may be terminated or provisions contained herein may be altered, changed, or amended by mutual consent of the parties hereto. 1 ) Except as otherwise provided in Article (14) above, this Agreement shall terminate upon completion and acceptance of the construction contract for PROJECT, or on January 30, 2005, whichever is earlier in time. 7 000075 District Agreement No. 8-1132 STATE OF CALIFORNIA RIVERSIDE COUNTY DEPARTMENT OF TRANSPORTATION TRANSPORTATION COMMISSION • JEFF MORALES Director of Transportation By: S. LISIEWICZ District Director APPROVED AS TO FORM AND PROCEDURE: Attorney, Department of Transportation By: TOM MULLEN, Chairman REVIEWED AND RECOMMENDED FOR APPROVAL: By: ERIC HALEY Executive Director APPROVED AS TO FORM AND CERTIFIED AS TO FUNDS: PROCEDURE: District Budge: Manager CERTIFIED AS TO PROCEDURE: Accounting Administrator 8 By: Steven C. DeBaun Best, Best & Krieger Commission Counsel 000076 District Agreement No. 8-1132 • SCOPE OF WORK This Scope of Work outlines the specific areas of responsibility for various project development activities for the proposed State highway improvements consisting of the construction of Auxiliary Lanes and the installation of Closed Circuit Television (CCTV), Video Detection System (VDS), and Ramp Meter System (RMS), on Route 91 between 15/91 Interchange and 60/91/215 Interchange 1. STATE will be the Lead Agency and COMMISSION will be a Responsible Agency for CEQA. COMMISSION will prepare the Environmental Document (ED) to meet the requirements of CEQA and NEPA. The draft and final ED will require STATE review and approval prior to public circulation. COMMISSION will provide all data for and prepare drafts of the Project Report (PR) and Project Approval Report (PAR). STATE will review and process the reports and request approval of the PROJECT and ED by the Federal Highway Administration (FHWA). COMMISSION will be responsible for the public hearing process. COMMISSION will provide the necessary environmental clearance for this project. COMMISSION will perform all studies to document the Categorical Exemption/Categorical Exclusion (CE/CE) determination. STATE will sign the CE/CE determination sheet. If, during preliminary engineering or preparation of the PS&E, new information is obtained which requires the preparation of an environmental clearance document, this Agreement will be amended to include completion of these additional tasks by COMMISSION. �. COMMISSION and STATE concur that the proposal is a Category 5 as defined in STATE's Project Development Procedures Manual. 3. COMMISSION will submit drafts of environmental technical reports and individual sections of the draft environmental documents to STATE, as they are developed, for review and comment. Traffic counts and projections to be used in the various reports shall be supplied by STATE if available, or by the COMMISSION. Existing traffic data shall be furnished by COMMISSION. 4. STATE will review, monitor, and approve all project development reports, studies, and plans, and provide all necessary implementation activities up to, but not including, advertising of PROJECT. 5. The existing freeway agreement need not be revised. 9 00007', District Agreement No. 8-1132 6. All phases of the PROJECT, from inception through construction, whether done by COMMISSION or STATE, will be developed in accordance with all policies, procedures, practices. and standards that STATE would normally follow. 7. Detailed steps in the project development process are attached to this Scope of Work. These attachments are intended as a guide to STATE and COMMISSION staff. 10 000073 • • • District Agreement No. 8-1132 • ATTACHMENT 1 PLANNING PHASE ACTIVITIES RESPONSIBILITY PROJECT ACTIVITY STATE COMMISSION 1. ENVIRONMENTAL ANALYSIS & DOCUMENT PREPARATION Establish Project Development Team (PDT) X Approve PDT X Project Category Determination X Prepare Preliminary Environmental Assessment Identify Preliminary Alternatives and Costs Prepare and Submit Environmental Studies and Reports Review and Approve Environmental Studies and Reports X Prepare and Submit Draft Environmental Document (DED) Review DED in District X 110 PROJECT GEOMETRICS DEVELOPMENT Prepare Existing Traffic Analysis Prepare Future Traffic Volumes for Alternatives Prepare Project Geometrics and Profiles Prepare Layouts and Estimates for Alternatives Prepare Operational Analysis for Alternatives Review and Approve Project Geometrics and Operational Analysis 3. PROJECT APPROVAL Lead Agency for Environment Compliance Certifies ED- in Accordance with its Procedures Prepare Draft Project Report (DPR) Finalize and Submit Project Report with Certified ED ED for Approval Approve Project Report • 11 X X X X X X X X 0000 ) District Agreement No. 8-1132 ATTACHMENT 2 DESIGN PHASE ACTIVITIES RESPONSIBILITY PROJECT ACTIVITY STATE COMMISSION 1. PRELIMINARY COORDINATION Request 1 - Phase EA Field Review of Site Provide Geometrics Approve Geometrics Obtain Surveys & Aerial Mapping Obtain Copies of Assessor Maps and other R/W Maps Obtain Copies of As-Builts Send Approved Geometrics to Local Agencies for Review X Revise Approved Geometrics if Required Approve Final Geometrics Determine Need for Permits from other Agencies Request Permits Initial Hydraulics discussion with District Staff Initial Electrical Design discussion with District Staff Initial Traffic & Signing discussion with District Staff Initial Landscape Design discussion with District Staff Plan Shezit Format Discussion X X X X ENGINEERING STUDIES AND REPORTS Prepare & Submit Materials Report & Typical Section Review and Approve Materials Report & Typical Section X Prepare & Submit Landscaping Recommendation Review & Approve Landscaping Recommendation X Prepare & Submit Hydraulic Design Studies Review & Approve Hydraulic Design Studies X Prepare & Submit Bridge General Plan & Structure Type Selection Review & Approve Bridge General Plan & Structure Type X 12 • • 000030 • District Agreement No. 8-1132 RESPONSIBILITY 40,ROJECT ACTIVITY STATE COMMISSION 3. R/W ACQUISITION & UTILITIES Request Utility Verification X Request Preliminary Utility Relocation Plans from Utilities X Prepare R/W Requirements X Prepare R/W and Utility Relocation Cost Estimates X Submit R/W Requirements & Utility Relocation Plans for Review X Review and Comment on R/W Requirements X Longitudinal Encroachment Review X Longitudinal Encroachment Application to District X Approve Longitudinal Encroachment Application X Request Final Utility Relocation Plans X Check Utility Relocation Plans X Submit Utility Relocation Plans for Approval X Approve Utility Reiccation Plans X Submit Final R/W Requirements for Review & Approval X Fence and Excess Land Review X R/W Layout Review X Approve R/W Requirements X Obtain Title Reports X • Complete Appraisals X Review and Approve Appraisals for Setting Just Compensation X Prepare Acquisition Documents X Acquire R/W X Open escrows and Make Payments X Obtain Resolution of Necessity X Perform Eminent Domain Proceedings X Provide Displacee Relocation Services X Prepare Reiccation Payment Valuations X Provide Dispiacee Relocation Payments X Perform Property Management Activities X Perform R/W' Clearance Activities X Prepare and Submit Certification of R/W X Review and Approve Certification of R/W X Transfer RJW to STATE Approve and Record Title Transfer Documents X Prepare R'W Record Maps X • 13 000081. District Agreement No. 8-1132 RESPONSIBILITY PROJECT ACTIVITY STATE COMMISSION 4. PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES Prepare and Submit Preliminary Stage Construction Plans Review Preliminary Stage Construction Plans Calculate and Plot Geometries Cross -Sections & Earthwork Quantities Calculation Prepare and Submit BEES Estimate Put Estimate in BEES Local Review of Preliminary Drainage Plans and Sanitary Sewer and Adjustment Details Prepare & Submit Preliminary Drainage Plans Review Preliminary Drainage Plans X Prepare Traffic Striping and Roadside Delineation Plans and Submit for Review Review Traffic Striping and Roadside Delineation Plans X Prepare & Submit Landscaping and/or Erosion Control Plans Review Landscaping and/or Erosion Control Plans X Prepare & Submit Preliminary Electrical Plans (Aux Lanes) Review Preliminary Electrical Plans (Aux Lanes) X Prepare & Submit Preliminary Signing Plans Prepare CCTV, VDS and RMS Plans X Review Preliminary Signing Plans Quantity Calculations Safety Review Prepare Specifications Prepare & Submit Checked Structure Plans Review & Approve Checked Structure Plans Prepare .Final Contract Plans Prepare J nne Closure Requirements Review and Approve Lane Closure Requirements Prepare & Submit Striping Plan Review & Approve Striping Plan Prepare Final Estimate Prepare & Submit Draft PS&E Review Draft PS&E Finalize & Submit PS&E to District 14 X X X X X X X 000082 • District Agreement No. 8-1132 ATTACHMENT 3 • • • Basic Design Features: DEFINITIONS 1. The desirable minimum design speed for a limited access freeway like Route 91 is 130 kph. The posted speed limit is 105 kph. However, due to stopping sight distance restrictions the implied design speed for this location ranges from 84 kph to 92 kph. 2. Between Magnolia Avenue and Mary Street, SR -91 is an eight -lane, controlled access freeway facility, three mixed -flow lanes plus a High Occupancy Vehicle (HOV) lane in each direction. There is an existing auxiliary lane, eastbound between Tyler Street and Van Buren Boulevard. 3. The width of the existing mixed -flow lane and HOV lane is 3.35 with a 0.61 m inside shoulder width. The width of the outside shoulder is 2.44 m. 4. Proposed improvements for this project includes: a. Add a 3.6 -meter auxiliary lane and standard outside shoulder at westbound 91 from Van Buren Boulevard to Tyler Street, from Adams Street to Van Buren Boulevard, and from Madison Street to Adams Street. b. Add a 3.6 -meter auxiliary lane and standard outside shoulder at eastbound 91 from Van Buren Boulevard to Adams Street and from Madison Street to Jane Street. c. Install CCTV, VDS and RMS. 5. Exceptions to Mandatory Design Standards: a. Design Speed b. Stopping Sight Distance Maximum Grade d. Paved Left Shoulder Width e. Ramp I ane Width Ramp Right Shoulder Width g. Deceleration Length at Exit Ramp 15 000083 STATE OF CALIFORNIA - BUSINESS, TRANSPORTATION AND HOUSING AGENCY O'733 GRAY DAVIS, Governor DEPARTMENT OF TRANSPORTATION DISTRICT 6, 464 W. 4th STREET, 601 FLOOR SAN BERNARDINO, CA 92401-1400 November 16, 2000 Mr. Eric Haley Executive Director Riverside County Transportation Commission 3560 University Avenue, Suite 100 Riverside, CA 92501 Dear Mr. Eric Haley: Route 91 Auxiliary Lane Project -Hazardous Materials Responsibility Under the terms of the Design Cooperative Agreement for the Route 91 Auxiliary Lane project, RCTC is responsible for the identification and remediation of hazardous materials within the project area. The intent of this clause in the agreement is to identify hazardous materials that need to be remediated prior to the award of the construction contract. Since the construction is now being funded with state funds, instead of Measure funds as originally proposed, the State will assume responsibility for hazardous material remediation during the construction stage. In summary, Caltrans acknowledges that the Commission has properly carried out its responsibilities for the identification of hazardous material under Section 1 Paragraph 15 of District Agreement No. 8-1132. No hazardous materials were located by the Commission during the phase of the project covered by the agreement and therefore, Caltrans agrees that the Commission will have no further responsibility or liability under the District Agreement No. 8- 1132 for identification, remediation or liability related to hazardous materials which may be located within the area of the Project as defined m District Agree ment No. 8-1132. Please contact me at (909) 388-7149 if you wish to discuss this matter further. Sincerely, GARRY COHOE Division Chief Program/Project Management c: HSueita - RCTC BHughes - RCTC SLisiewicz SBavati BStokes ('c laf N -t Dm SuG,t roa✓ Lim 'jL JS • • 000084 AGENDA ITEM 8 • • • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Bill Hughes, Bechtel Project Manager Erik Galloway, Bechtel Resident Engineer THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Authorization to Bid Landscape Construction Package for Sound Walls No. 110, 121, and 161 STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Authorize staff to advertise for construction bids for landscaping of Sound Walls No. 110, 121, and 161 on Route 91 from Jackson Street to Jefferson Street in the City of Riverside; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: At its July 12 meeting, the Commission awarded the construction of Sound Walls No. 110, 121, and 161 on Route 91 from Jackson Street to Jefferson Street in the City of Riverside. The project is currently scheduled to be completed approximately by mid April 2001. The Sound Wall Landscaping Plans and Specifications were completed along with.the Sound Wall Plans, but were not bid with the Sound Walls. Since different contractor trades are required for the construction and the landscaping construction efforts, the Commission has been able to obtain lower bids by bidding the projects separately. The City of Riverside has requested that landscaping be installed as soon as the construction of an individual Sound Wall is completed. To comply with the City of Riverside's request, the landscaping is scheduled to be installed at the completion of each sound wall and not be delayed until all three (3) sound walls are constructed. Therefore, staff is requesting authorization from the Committee to advertise for Construction Bids for Landscaping around Sound Walls No. 110, 121, and 161 on SR 91. The construction cost for Sound Walls No. 110, 121, and 161 Landscaping is estimated to be approximately $200,000 to $225,000. 00008.= SCHEDULE The schedule for the bid process is as follows: Calendar of Events Advertise Request for Bids December 18, 2000 Pre -Bid Meeting January 2, 2001 Request for Bids Deadline January 11, 2001 Evaluate the Bids and make Recommendation to the Budget and Implementation Committee January 22, 2001 Financial Information In Fiscal Year Budget: Y Year: FY 2000-01 Amount: $200,000 to $225,000 Budgeted Source of Funds: Measure "A" Fiscal Procedures Approved: Budget Adjustment: N Date: 11-20-00 000086 AGENDA ITEM 9 • • • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Bill Hughes, Bechtel Project Manager Brian Cundelan, Bechtel Project Coordinator THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Authorization to Bid Vegetation Removal Construction Package for State Route 74 Realignment STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Authorize staff to advertise for construction bids to remove vegetation along State Route 74; and 2) Forward to the Commission for final approval. BACKGROUND INFORMATION: The State Route 74 Realignment project is a Measure "A" project from Dexter Avenue in Lake Elsinore to 7th Street in the City of Perris. The project will be constructed in two segments. Segment 1 is from Dexter Avenue in Lake Elsinore to approximately 1 ,640 feet east of Wasson Canyon Road. Segment 2 is from approximately 1 ,640 feet east of Wasson Canyon Road to 7th Street in the City of Perris. Segment 1 will be constructed first. - The U.S. Fish and Wildlife Service, in their Biological Opinion for the project, required that gnatcatcher habitat within the proposed right-of-way be removed outside of the gnatcathcer breeding season (March 15 to August 31) to avoid disruption of its breeding and nesting activities. Vegetation removal will consist of cutting vegetation flush with the ground surface. The equipment used will most likely be chain saws and weed -whackers. The work must be completed by March 14, 2001. Based on environmental requirements, property must be acquired to remove vegetation. The Commission approved appraisals and acquisition of the properties on November 8, 2000. Offers were mailed to property owners on November 10, 2000. In order to provide time for advertising, bid submittal and review, and construction, the Commission must approve this action at their December 1 3, 2000 meeting. 000087 A December Commission agenda item, not on the Committee November 27, 2000 agenda, will allow eminent domain action on properties which do not conclude negotiations by December 13, 2000. If the eminent domain action is not approved by the Commission, this agenda item would be halted, since work cannot be initiated without acquisition of the properties. SCHEDULE The schedule for the bid process is as follows: Calendar of Events Advertise Request for Bids December 14, 2000 Pre -Bid Meeting December 20, 2000 Request for Bids Deadline December 29, 2000 Evaluate the Bids and Submit to the Commission for Approval to Award Contract January 10, 2001 Financial Information In Fiscal Year Budget: Y Year: FY 2000-01 Amount: $80,000 Source of Funds: Measure "A" Fiscal Procedures Approved: Budget Adjustment: N Date: 11-20-00 000088 • • • AGENDA ITEM 10 • • RIVERSIDE COUNTY TRA NSPOR TA TION COMMISSION DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Bill Hughes, Bechtel Project Manager Gustavo Quintero, Bechtel Project Coordinator THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Approve Caltrans' Program Supplemental Agreements No. M006 for the Pedley Metrolink Station CCTV system and M007 for the Santa Fe Depot Restoration Project STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Approve Caltrans' Program Supplement No's. M006 for the Construction of Security Enhancements for the Pedley Station and M007 for the Santa Fe Depot Restoration Project to Agency -State Agreement No. 08-6054; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: The Program Supplemental Agreements are required so that RCTC can be reimbursed for the expenditures of Commission funds on the federally funded projects described below. The Program Supplemental Agreements are attached for your review and approval. Pedley Station: RCTC's existing Metrolink stations: Riverside -Downtown, Riverside -La Sierra and West Corona, have been or are being modified with the installation of a Close Circuit Television System(CCTV). This system will monitor the stations and transmit the images to a main terminal in the Riverside -Downtown Metrolink Station. By centralizing the system, RCTC will be able to reduce the time spent by uniformed security at the various Metrolink Stations in the evening hours after the passengers have returned. The Pedley Metrolink Station is the only station that does not have a CCTV system designed for it. 000089 At the December 1999 RCTC meeting, the Commission awarded Contract No. RO- 9952 to PB Farradyne, Inc., for the Phase I Communications Study, for the proposed new CCTV System at the Pedley Metrolink Station, for a total not to exceed contract amount of $ 17,000. The source of funds for this project are from CMAQ Funds. Santa Fe Depot: On November 3, 1997, RCTC purchased the historic Santa Fe Depot located at Mission Inn Avenue and Vine Street in Downtown Riverside. The depot was to be included as part of the expansion of the Riverside -Downtown Metrolink Station.; It was envisioned that the depot could partially be used as crew quarters for the SCRRA train crews. The depot has not been in use or occupied in the recent past and has sustained substantial damage due to the elements and vandalism. Prior to occupancy, the depot would require retrofitting to present seismic standards and rehabilitation including replacing windows, doors, electrical system, and plumbing, and repairing the interior and exterior walls, ceiling, and floor. At its November 12, 1998 meeting, the Commission approved discretionary STP funds to support the Santa Fe Depot restoration. Staff was directed to prepare and advertise a Request for Proposal (RFP) for engineering services for the interim rehabilitation of the Historic Santa Fe Depot. The engineering work includes design for rehabilitation and seismic retrofit, and preparation of cost estimates and specifications for construction. At the April 12, 2000 RCTC meeting, the Commission awarded contract No. RO-2029 to Milford Wayne Donaldson Architect for a total contract not to exceed amount of $150,000. This amount includes funds to support the Section 106 studies that may be required to modify a potentially historic structure. The source of funds for this project are from TEA21 STP. 000090 • PRAM SUPPLEMENT NO. X006 to ADlraNISTERINc AGENCY -STATE AGREEMENT FOR FEDERAL -AID PROJECTS NO. 08-6054 Data:September 15,3000 Locations 08-RN-O-RCTC Pro j eat Numbers X6054(024) E.A. Number:08-924547 gram Supplement is hereby incorporated into the Agency -State Agreement for Federal Aid which was entered into between ency and the State on 06/03/97 and is subject to all the terms and conditions thereof This Program accordance with Article I of the aforementioned Master Agreement under authority of Resolution No. 9 Supplement OC is in approved by the Agency on l '�j � � 3 lei 1 (See copy attached). The Agency further stipulates that as a condition to payment of funds obligated to this project, it accepts and will comply with the covenants or remarks setforth on the following pages. PROJECT LOCATION: 1N WESTERN RIVERSIDE COUNTY AT PEDLEY STATION TYPE OF WORK: CONSTRUCT SECURITY ENHANCEMENTS PROJECT CLASSIFICATION OR PHASE (S) OF WORK LENGTH: p(MILES) [X] Preliminary Engineering [ J Constriction Engineering Estimated Cost $112,957.00 [ J Right -Of --Way [ J Construction Federal Funds Q40 S100,000.00 LOCAL R` IDE COUNTY TRANSPORTATION CODibiISSION By Date Attest Title I hereby certify upon my personal !marl dge that A �n budgeted toads are available for /I this .*. -..+. raace: Accounting Office 512,957.00 Matching Funds 50.00 OTHER S0.00 STATE OF CALIFORNIA Department of Transportation By Chapter 52 • 2000 2660-101-890 2000-2001 Chief, Office of Local Programs Project Implementation Date 892-F 0.010.820 C 262040 Program supplement 08-6054-M006- ISTEA //Id 5100,000.00 mosmT 100,000.00 Page 1 of 2 000091 08-r3V-0-RCTC CML-6054(024) 09/15/2000 SPECIAL COVENANTS OR REMARKS 1. All maintenance, involving the physical condition and the operation of the improvements, referred to in Article III MAINTENANCE of the aforementioned Master Agreement will be the responsibility of the Local Agency and shall be performed at regular intervals or as required for efficient operation -of the. completed improvements. '2. The Local Agency will reimburse the State for their share of costs for work requested to be performed by the State. 3. The Local Agency agrees the payment of Federal funds will be limited to the amounts approved by the Federal Highway Administration in the Federal -Aid Project Agreement (PR-2)/Detail Estimate, or its modification (PR -2A) or the FNM-76, and accepts any increases in Local Agency Funds as shown on the Finance or Bid Letter or its modification as prepared by the Office of Local Programs Project implementation. 4. This Program Supplement will be revised at a later date to include other phases of work. 5. The Local Agency will advertise, award and administer this project in accordance with the current Local Assistance Procedures Manual. 000092 • • Program Supplement 08-6054-M006- ISTEA Page 2 of 2 PROGRAM SUPPLEMENT NO. M007 to NISTERING AGENCY -STATE AGREEMENT 'MI R FEDERAL -AID PROJECTS NO. 08-6054 Date :November 06, 2000 Location : 08-RIV-0-RCTC Project Number: STPL-6054(023) E.A. Number: 08-924546 This Program Supplement is hereby incorporated into the Agency -State Agreement for Federal Aid which was entered into between the Agency and the State on 06/03/97 and is subject to all the terms and conditions thereof. This Program Supplement is adopted in accordance with Article I of the aforementioned Master Agreement under authority of Resolution No. approved by the Agency on (See copy attached). The Agency further stipulates that as a condition to payment of funds obligated to this project, it accepts and will comply with -the' covenants or remarks setforth on the following pages. PROJECT LOCATION: IN WESTERN RIVERSIDE COUNTY AT THE SANTA FE DEPOT TYPE OF WORE: REHAB/REpAIRDEPOT LENGTH: 0(MILES) PROJECT CLASSIFICATION OR PHASE(S) OF WORK [X] Preliminary Engineering [ ] Construction Engineering Estimated Cost • 3135,548.00 [ ] Right -Of -Way [ ] Construction Federal Funds Q23 $120,000.00 RIVERSIDE COUNTY TRANSPORTATION COMMISSION By Date Attest Title LOCAL $15,548.00 Matching Funds OTHER $0.00 $0.00 STATE OF CALIFORNIA Department of Transportation By Chief, Office of Local Programs Project Implementation Date hereby certify upon my •ersonal knowledge that budgeted funds are available for this encumbrance: Accounting Off •er Chapter Statutes Item ��,, //. • o o Date Year Program BC Category • Fund Source $120,000.00 AMOUNT 2000 2660-101-890 2000-2001 20.30.010.810 C 262040 892-F 120,000.00 000093 Program Supplement 08-6054-M007- ISTEA Page 1 of 2 08-RIV-0-RCTC 11/06/2000 STPL-6054(023) SPECIAL COVENANTS OR REMARKS 1. The Local Agency agrees the payment of Federal funds will be limited to the amounts approved by the Federal Highway Administration in the Federal -Aid Project Agreement (PR-2)/Detail Estimate, or its modification (PR -2A) or the FNM-76, and accepts any increases in Local Agency Funds as shown on the Finance or Bid Letter or its modification as prepared by the Office of Local Programs Project Implementation. 2. The Local Agency will advertise, award and administer this project in accordance with the current Local Assistance Procedures Manual. 3. All maintenance, involving the physical condition and the operation of the improvements, referred to in Article III MAINTENANCE of the aforementioned Master Agreement will be the responsibility of the Local Agency and shall be performed at regular intervals or as required for efficient operation of the completed improvements. 4. This Program Supplement will be revised at a later date to include other phases of work. 5. The Local Agency will reimburse the State for their share of costs for work requested to be performed by the State. • 000091 . Program Supplement08-6054-M007- ISTEA Page 2 of 2 AGENDA ITEM 11 • • • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Bill Hughes, Bechtel Project Manager Karl Sauer, Bechtel Construction Manager THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Amendment #1 to Contract No. RO-2027 for the Proposed New Metrolink Commuter Rail Station in Downtown Corona near Main Street and Route 91. STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Concur with the station concept and staging plan for the proposed new Metrolink Commuter Rail Station in Downtown Corona near Main Street and Route 91; 2) Recommend the approval of Amendment #1 to Contract No. RO-2027 to Daniel, Mann, Johnson, & Mendenhall (DMJM) t� provide final Plans, Specifications, and Estimate (PS&E) Design Services, and environmental clearance for the proposed new Metrolink Commuter Rail Station, for a base amount of $625,000, with an extra work contingency of $75,000, for a total not to exceed Contract value of $700,000; 3) Authorize the Chairman, pursuant to Legal Counsel review, to execute the Contract on behalf of the Commission; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: At the November 10, 1999 Commission meeting, the Commission awarded Contract No. RO-2027 to Daniel, Mann, Johnson, & Mendenhall (DMJM) for Phase I Conceptual Studies for the proposed new Metrolink Station to be located in Downtown Corona near Main Street and Route 91. The scope of the Phase I Studies was to encompass all the preliminary activities to develop a master plan for development of the station, including the resolution of the following project specific issues: 1. Rail Access 2. Vehicle Access 000095 3. Pedestrian Access 4. Parking configuration 5. Right of Way Issues For the past year, DMJM has been working cooperatively with RCTC, Caltrans, BN&SF, SCRRA, and the City of Corona, in the development of a master plan for the new station. The initial concept for the Corona Main Metrolink Station followed the recommendations given in the "Tier II Study" prepared for and approved by the Commission in April of 1999. That concept proposed to have the Station generally located between Main St. on the West, Joy St. on the East, Grand Ave. on the South, and Blain St. on the North. The proposed site was split into two segments by the existing BN&SF tracks, with the Southerly segment consisting of approximately 2 acres and the Northerly segment consisting of approximately 4.50 acres. It was assumed that the initial concept would accommodate approximately 425 cars on the north and approximately 175 cars on the south. The station would have a loading platform on each side and a pedestrian overcrossing for safe access to each side. At the time of the "Tier II Study" both parcels were privately owned but the City of Corona was actively pursuing acquisition of the property for redevelopment. Subsequent to the "Tier II Study," a "Phase I Commuter Rail Parking Study" was started and is currently in the process of development. Staff has reviewed a draft of that study. This new "Parking Study" has projected a need for approximately 550 parking spaces at the proposed new Corona Main Station at start-up. The study also projected that approximately 750 to 950 parking spaces will be required at the Corona Main Station by 2010. Most of this projected demand is attributed to riders preference in the use of the Corona Main Station in lieu of La Sierra or West Corona Station. Because of this projected need for additional parking and after early discussions with BN&SF, it became apparent that the initial station concept would have to be modified, for the following reasons: 1. The size and geometry of the South parcel limited the amount of useful parking that could be made available. 2. The potential for confusion associated with split parking areas, with the north parking area separated from the south parking area by the BN&SF tracks. Currently all existing stations have parking located on one side of the railroad tracks. 3. The overall cost for this initial concept plus the costs associated with providing access to two parking areas and the required BN&SF rework of track to accommodate the station turned out to be far in excess of what was originally budgeted for the project. 000096 • • 4. The City of Corona has purchased the northern segment at the proposed station site, which totals approximately 6.72 acres. The City has indicated that it will provide RCTC 5.22 acres of the 6.72.acres for the proposed Corona Main Station site, but the preliminary layout of the Corona Main Parking Lot, on the 5.22 acres provided by the City, can only accommodate approximately 500 cars. This is close to the 550 parking spaces projected at start-up, but would not be adequate to support future parking demand. As a note, the City is planning on developing the, retained 1.5 acres, of the 6.72 acres purchased, as asite for a future restaurant. The current schedule to start operation of a new Metrolink service from Riverside through Fullerton to Los Angeles is set for February of 2002. The Corona Main Metrolink Station must be substantially completed by that date to accommodate the projected service start-up. To meet that schedule, RCTC staff is recommending that the Corona Main Station be constructed in two stages. Stage I would be built on the 5.22 acres North of the BN&SF tracks, provided by the City of Corona, constructing approximately 500 parking spaces, a loading platform on each side, a pedestrian overcrossing for safe access to each side. Attached as Exhibit A is a draft copy of the Stage I concept for the new Corona Main Metrolink Station. At the same time, staff will continue to work with the City of Corona in an effort to obtain additional right of way, adjacent to the proposed Corona Main Station Site, for additional parking. Staff is also looking into other methods or incentives that could reduce the movement of riders from La Sierra or West Corona to the Corona Main Station as a short range strategy. Staff has been working with DMJM and has come to an agreement with the attached scope of services and respective costs for the final PS&E Design and Environmental Clearance of Stage I of the proposed new Corona Main Metrolink Commuter Rail Station. The RCTC model consultant amendment agreement will be used. Financial Information In Fiscal Year Budget:_Y Year: FY 2000-01 Amount: $700,000 Source of Funds: Sec 5307 —h Budget Adjustment: N Fiscal Procedures Approved: Date: 11-20-00 000097 IT 4 • A� � 1r ati i imm 11 NIIIOIOt COLT► TUAMIPOITAT10N COMMON DIM 111 - O.1' • 11' /MING 114111 11 - 1' • 11 ' P11111R 114►1 111 - 1' • 11' PAKIIs Si4LI 11 - 1' 1 1/' 11APCCI. 41411111 SPILLS 11 - 1' 1 II' 1111 1 1101 PI 1111 111111 11 - 1' , 11' N NOICl/ PAN1111G 11 3111 11{ - 1101/1 . PARKIN 11 411 P1.1 ROO P,PE W/ PL�STI� 9t1K. Rift tIiACT-'NO) "2959@ _1; 4:01914141115" ,u 4. 4..... . _�,._1. ._ . s; oll •• ••• • II 111 .___1 : 1 .. 1 I OTT N 0611111, I MfU c1 IOYTRdT II ►AIIS MRS fr CORONA COMMUTER RAIL STATION PARKING LOT IMPROVEMENT PLAN cONccMulL r•O0' EXHIBIT Milestones Start Finish • Conceptual Design - Phase 1 Fri 2/11/00 Tue 1/2/01 • Initial Review ( 30%) Mon 12/18/00 Tue 1/2/01 • Design Development - Phase 2 Mon 12/4/00 Wed 3/7/01 • Revise 60% PS&E Fri 3/9/01 Wed 3/14/01 • FINAL DESIGN (100%) Wed 3/7101 Tue 5/15/01 • AGENCY APPROVAL Tue 5/15/01 Wed 5/30/01 • 31D SERVICES Mon 5/28/01 Thr 6114/01 • • 000099 • • • • SCOPE OF SERVICES CORONA - MAIN STREET COMMUTER RAIL STATION PHASE 2 - FINAL DESIGN SERVICES TASK 1 - PROJECT MANAGEMENT & COORDINATION DMJM will provide overall management and coordination for the • preparation of plans, specifications and estimates, as well as other required elements of design, for the Corona -Main Commuter Rail Station,. including attendance at regular progress meetings with RCTC staff as well as third party meetings as required (BNSF and City of Corona). DMJM will provide all necessary exhibits and drawings for presentation and discussion. DMJM will submit progress plans, specifications, and estimates to RCTC and appropriate third parties at the 60%, Pre- Final(95%), and Final (100%) phase. DMJM will coordinate all preliminary rail designs with BNSF. It is assumed that final rail design documents will be prepared by BNSF. Deliverables: • RCTC Progress Meetings - Exhibits and meeting minutes (6 meetings assumed) • BNSF Coordination — Exhibits and meeting minutes (2 meeting assumed) • City of Corona Coordination — Exhibits, presentation graphics, project narratives, drawings, and meeting minutes (4 meetings assumed) • Progress submittals at 60% Design, 95% Design, 100% Design including contract drawings, technical specifications, and engineer's estimate (hardcopy) TASK 2 - DESIGN SERVICES DMJM will prepare contract documents sufficient to obtain all necessary approvals from the reviewing agencies. Except for those elements associated with the final track alignment concept drawings, all other construction documents will be prepared as follows: Deliverables: • 60% contract drawings, draft specifications and preliminary engineer's estimate • 95% contract drawings, specifications, and engineer's estimate • 100% contract drawings. specifications, and engineer's estimate Final Bid Document ( Contract drawings, specifications, and engineer's estimate). The design scope of services associated with the design will include the following elements: RAILROAD ENGINEERING Finalize track alignment concept, based on layouts developed in Phase I. Adjust alignments as necessary based on actual survey and rail survey data. Develop preliminary vertical alignments to match existing profile at track tie-ins and grade crossings. Establish top of rail elevation at station platform location. The following are assumed to be performed by BNSF: • Final track designs, including horizontal and vertical alignments and cross -sections. • Grade crossing designs, including trackwork through crossings and modifications to existing pavement, sidewalk, curb and gutter, as required to accommodate track realignments. • Signal design. Deliverables: Page 1 of 3 000100 Preliminary Track Design (horizontal and vertical alignments, typical sections) Preliminary Cost Estimate for Trackwork SITE DEVELOPMENT: DMJM will prepare Construction Documents for the following: On Site Improvements Site Development Plan — Civil site plan to define the layout of the project site. Plan to include the overall site development, identifying site fumiture and the relative location of general site features. Horizontal Control Plan — Establishes the horizontal control for the site layout. Provides dimensional control for all site construction. Site Grading and Drainage Plan — Provides vertical control for the site' grading and develops drainage details. Determines drainage characteristics for storm water run- off. Grading plan will address removal and disposal of any classified excavation' as determined by site investigations Striping and Signage Plan — Defines the location for all on -site striping and signage. This plan will establish the number of parking stalls and define the site access points. DMJM will verify with the City of Corona that local parking requirements are met. Site Lighting and Electrical Plan — Provides design details for site lighting and electrical service. Lighting will include pole -mounted bollards adjacent to platform areas as well as parking lot lighting. Lighting requirements will be provided by SCRRA and City of Corona. Landscape and Irrigation Plan — Establishes criteria for site landscaping and landscape irrigation. Fire Service Plan — Defines the location for all on -site fire service mains, fire hydrants and other fire service equipment. DMJM will prepare a fire safety plan for the site based on City of Corona Fire Marshall requirements Utility Plans DMJM will prepare a final utility plan showing location of existing utilities and final design of utilities to be protected in place, abandoned, or relocated. Off Site Improvements Street Plan and Profiles - DMJM will develop final Roadway plans and profiles for Blaine Street and the new local road to be constructed connecting Harnson Street to Blaine Street. Storm Dram Connector Plan — DMJM will prepare necessary plans to provide a connection between Blaine Street and the existing storm drain at the intersection of Harrison Street and Main Street. Platform - The proposed platform is to be a minimum of 585' to be capable of expansion to 1000' in the future. The platform will include shelter canopies, seating, MTTV's, TVM's, and related communications systems, PA/CMS. and other amenities per SCRRA Station Design Manual requirements. No bathroom facilities are to be included. Structure - Plan, Elevation & Foundation Design DMJM will prepare all necessary Architectural, Structural. Mechanical, Plumbing and Electrical construction drawings, specifications, and calculations required for plan check, bidding and construction of the proposed station platforms, canopies, and pedestrian crossing. The final design drawings and specifications will be based on the SCRRA station deign manual criteria. In addition, DMJM will provide Building Department coordination. Architectural construction plans include the following: Passenger Shelter Plans Entry Shelter Plans Page 2 of 3 • • • 000101 Shelter Details Site Furnishing Plan Platform Layout Plan Platform Structural Detail Plan Foundation Plan Platform Cross Section Plan Platform Electrical Plan (Includes TVM's, CCTV, TV's, etc.) Platform Mechanical Plan Platform Lighting Plan TASK 3 — AGENCY APPROVALS / Submit and process all documents through the appropriate approving agencies. / Incorporate review comments into construction documents. / Make presentation of Final Construction Documents to RCTC. TASK 4 - BID SERVICES / Attend Pre -Bid Meeting / Respond to Contractor Questions / Issue Bidding Addenda / Review Contractor Bids / Perform Contractor Review and Evaluation of References Page 3 of 3 00010`' RIVERSIDE COUNTY TRANSPORTATION COMMISSION Cor ona Metrolink Station PHASE 2- FINAL DESIGN PM $ 134 .00 DM $ 120 60 PE/PAJTE $ 99.16 D esigner $ 80.40 CADD $ 64.32 Clerical $ 37 .52 LS $ 107 .20 Flagman $ 75 .04 2M Cr ew $ 160.80 TOTAL HOURS Total Cost TASK D DESIGN DEVELOPMENT (60%) O (V (V V •- C v (D (D m CV N O) CD (D (V N N (D N N N Q Probable Construction Drawings Title sheet 4 8 12 Railroad Engineering 8 4 40 80 172 At grade crossinfg lo 4 12 20 22 70 At grade crossinfg fo 4 12 20 22 70 Puc exhibits 40 40 General & Cons! Note Sheet 8 4 16 Ex isting Conditions Plan 4 8 13 Site Development Plan 1 12 12 29 Horizontal Control Plan 8 8 20 Grading Plan -Platforms 2 16 8 32 Grading Plan -Parking Lot 4 16 12 38 Grading Details 1 16 24 49 Roadway Plan 4 16 20 52 Roadway Plan 4 16 20 52 Roadway Typical Sections 1 12 16 37 Sign Plan 1 4 16 16 44 Roadway and Parking Striping Plan 4 24 40 84 Water/Fire System -On -Site 1 12 12 Y7 Drainage Plan 2 16 24 54 Drainage Plan 2 16 24 54 Drainage profiles 2 32 32 82 Civil Details 2 30 30 74 Civil Details 2 30 30 74 Civil Quantity 8 32 32 84 • TASK E Civil Specs Hydrologylllydrauli . Studies Parcel Map Total Civil Hours 16 Total Civil Cost I $2,144 Arch . Platforms & Canopies-l0shls Arch .Bridge & Towers-13shts Structural Platforms-7shls Structural Towers Foundations-7shls Structural Bridge Framing-7shts Structural Calculations Electrical Platforms -1 lshts Electrical Bridge & Towers-6shts Electrical Site Lighting-3shts Electrical CCTV-14shts Electrical Calculations M echanical/Plumbing/Drainage-9541s SIgnage•7shts Parking Lot Lighting -201s Total Arch hours Total Arch Cost Project Management 8 51,072 8 88 510,613 12 16 12 12 16 2 12 6 6 14 2 14 • 7 2 133 516,040 60 57,236 24 12 32 299 $29,649 80 101 90 90 126 24 115 64 36 148 24 106 28 8 1040 5103,126 12 $1,190 fl6016i : f ibs (LYnl COp uya, III !TASK D 3,776! 3,6581 2 .739 TASK D PROGRESS REVIEW (60%) $3,216] 533,8891 5133,965 Coordinate Agency 4 Hours subtotal Labor Cost TASK E TOTAL 4 5536 8 8 $965 16 16 $1,587 4(1 24 0 81 456 576 $36,662 537,048 78 120 130 130 50 50 50 50 54 54 16 96 66 52 52 24 24 122 122 16 86 70 84 84 24 24 882 876 $70,913 666,344 1,338 $107,575 0 5o AMIN 1,452 593,393 0 $0 321 32 51,201 2 4 10 $375 16 $600 808 $2,176 4 4 5150 <: a 0 50 0 50 $ 0 50 $ {H s yes r $ i 0 0 So 64 84 40 1467 $117,317 292 377 202 202 250 42 323 174 90 406 46 276 203 58 41 X46,796 96 510,098 16110 13,771 5374,214 32 32 53,237 5117,317 397, 510,098 5114 5339 164 53,237 TASK F FINAL DESI GN (100 %) Probable Conslruction Diawuig Title sheel Railroad Engineering Al grade crossinfg Iu Al grade crossinfg lo Puc exhibits G eneral 8, Const. Note Sheet Existing Conditions P an Site Development Plan Horizontal Control Plan Grading Plan -Platfo rms Grading Plan -Parking Lot Grading Details Roadway Plan Roadway Plan Roadway Typical Sectio ns Sign Plan Roadway and Parking Striping Plan Water/Fire System -On -Site Drainage Plan Drainage Plan Drainage Profile Civil Details Civil Details Civil Quantity Civil Specs Hydrology/Hydraulic Report Parcel M ap Legal Description/Easements Subtotal Civil Hou r 8 Subtotal Civil Cost 81,072 Arch, Platforms & Canopies-10shls Aroh.Sridge & Towers-13shts Structural ptallorms-7shls Structural Towers Foundations-7shts 0 4 4 1 2 0 0 0 0 12 12 20 22 12 12 20 22 40 2 2 2 2 1 4 8 1 6 8 8 2 6 10 10 2 4 8 20 2 4 16 12 2 4 16 12 2 4 8 10 2 4 8 8 2 6 16 10 2 4 10 6 2 8 12 16 2 8 12 16 1 8 16 16 2 4 12 10 2 4 12 10 1 6 16 16 4 16 2 8 24 20 0 24 0 0 1 4 58 157 252 296 86,995 815,568 $20,261 819,039 20 40 80 120 36 52 104 156 14 20 56 84 14 20 56 84 • 16 8 8 32 81,201 2 4 16 20 82,144 0 80 0 _80 3 0 70 70 40 4 4 13 0 23 28 34 34 34 24 22 34 22 38 38 41 28 28 39 36 62 28 29 823 866,279 282 348 174 174 851,314 TASK G Structural Bridge Fianung-7shls Structural Calculahuns Electrical Platforms 11shts Electrical Bridge & Towers-6shts Electrical Site Lighting-3shts Electrical CCTV-14shts Electrical Calculations Mechanical/Plumbing/Drainage-9shts Signag e-7shts 1 Parking Lot Lighling-2shts Total Arch hours Total Arch Cosl Q uality Assurance Review Pro ject Management rfitiigindk TASK F T TASK F T AGENCY APPROVAL Coordinate Agency R Incorporate Final Co Presentation 10 RCT Hours subtotal Labor Cosl • • 1t 42 64 32 8 24 44 88 1: 24 48 E 12 24 28 154 100 2 32 8 18 36 72 12 24 48 4 8 16 0 208 $0 $25,086 16 24 8 40 24 64 $7,718 330 705 TASK G TO TAL 2 2 4 540 772 $53,646 $62,069 8 8 $793 540,128 $70,613 $536 TASK H IBID SERVICES Atlend pre -bid meeti 8 8 2 18 $2,171 81 16 16 4 36 $3, 570 1,024 $83,354 24 24 $1,930 88 132 72 36 82 108 72 24 1068 $68,051 1,354 $88,443 32 32 $2,058 4 4 10 $375 8 8 $300 50 $1,926 4 2 6 $225 0 ;0 20 $2,164 8 8 $858 0 $o 210 <42 292 156 78 364 46 234 156 52 ,; 2588 $200426 0 0 $167,301 $15,950 $011 $286,628j $234,665 0 $0 128 $11,347 24 $11,347 Respond 10 Conk actors 40 40 Issue addenda I 2 ti 24 32 Review Bids 4 to 24 Contractor Evaluahuns . • 1b 16 Hours sublulall 10 88 112 LaborCosl $1,340 $10,613 $11,106 TASK H T OTAL 32 $2,573 PROJECT COST SUMMARY TASK D TASK E TASK F TASK G TASK H 40 40 $2,573 24 6 2 2 38 $1,426 0 $0 0 $o 0 $o 104 112 46 34 320 $29,630 $29,630 DESIGN DEVELOP MENT (60%) $339,154 PROGRESS REVIEW (60 %) $3,237 FINAL DESI GN (100 %) $234,565 AGENCY APPROVAL $11,347 BID SERVICES $29,630 ESTIMATED REIMBURSIBLE EXPENSES Mileage $1,000 Telephone/Fax $442 Blueprinting $2,000 R eprod uction $1,500 Postage/Delivery $730 Presentation Boards $1,395 TOTAL REIMBURSIBLE EXPENSES $7,067 'ESTIMATED TOTAL COST $625,0001 • AGENDA ITEM 12 • • • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Bill Hughes, Bechtel Project Manager Gustavo Quintero, Bechtel Project Coordinator THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Approve Selection Process to provide Engineering Services Related to the San Jacinto Branch Line in Riverside County between the Cities of Riverside and Perris. STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Approve the results of the selection process to provide the Commission Engineering Services Related to the San Jacinto Branch Line between the Cities of Riverside and Perris; 2) Direct staff to negotiate the scope, schedule and cost with the top ranked firm to perform the required services (if negotiations fail with the top ranked firm, staff is authorized to go to the next firm on the list to negotiate a contract to perform the services); 3) Direct staff to bring back an authorization to award a contract to the firm with which negotiations are successful; and 4) Forward to the Commission forfinal approval. BACKGROUND INFORMATION: At its June 14, 2000 meeting, the Commission committed $20 million of future Measure "A" rail program funds to upgrade the San Jacinto Branch Line for commuter rail passenger service between downtown Riverside and Perris. The track improvements will also be compatible with the existing and future freight operations that are projected to be on this facility. The action, coupled with $3 million in federal CMAQ and Federal Transit Administration New Start funding requires the selection of a consultant to perform engineering services related to developing the necessary branch line improvements to support passenger rail and freight operations between Riverside and Perris. 000108 At the September 13, 2000 Commission meeting, the Commission approved and directed staff to prepare and advertise a Request for Proposal (RFP) to provide Engineering Services Related to the San Jacinto Branch Line in Riverside County between the Cities of Riverside and Perris. The calendar of events was as follows: Proposals were requested Proposals were delivered to RCTC Firms were notified of short list Interviews RCTC approves Selection September 18, 2000 October 13, 2000 October 27, 2000 November 15, 2000 December 13, 2000 Staff received proposals from five (5) firms. A selection panel was assembled, which consisted of representatives from RCTC staff, City of Riverside, Southern California Regional Rail Authority, Schiermeyer Consulting, Bechtel and March Joint Powers Authority. The selection panel reviewed the five (5) proposals and short listed three (3) of the five (5) firms. The three (3) firms presented teams that would be capable of competing the proposed scope of work. After evaluating the proposed project teams, their knowledge of the project and proposed project approach, the selection panel ranked the three (3) interviewed firms as follows: Top Ranked Second Third STV Incorporated Boyle Engineering Corporation Parsons Brinckerhoff Based on the results of the selection committee, staff recommends that a contract be negotiated with STV Incorporated to provide Engineering Services Related to the San Jacinto Branch Line in Riverside County between the Cities of_Riverside and Perris. The RCTC model consultant agreement will be used. The negotiated scope, schedule and cost will be brought back to the Commission for the contract award. • • • 000109 • AGENDA ITEM 13 • i • RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: November 27, 2000 TO: Budget and Implementation Committee FROM: Jerry Rivera, Program Manager THROUGH: Marilyn Williams, Director of Regional Issues and Communications SUBJECT: Call Box Upgrade Agreement between Riverside County STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Enter into an agreement between the Riverside County Transportation Commission and Comarco Wireless Technologies to upgrade the call box system in Riverside County; 2) Authorize the Chairman, pursuant to Legal Counsel review, to execute the agreement on behalf of the Commission; 3) Accept Comarco's offer to reduce the first year maintenance costs by $30,341.25 and direct staff to incorporate the cost savings in the Comarco System Upgrade Agreement, and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: This item was presented to the Committee ,at its October 23, 2000 meeting (please see attached Committee report - Exhibit A). However, because of several questions from Commissioners regarding the on -going maintenance costs for the upgraded call boxes and the financial forecast of the program, it was sent back to staff for further evaluation and negotiation. Subsequently, staff met with Sebastian Gutierrez, Vice President of Comarco Wireless Technologies, in an effort to gather additional information and negotiate a price reduction. We also contacted other SAFEs in California to see how they had handled the issue of maintenance costs for upgraded call boxes. Comarco set a flat rate of $290 per box per year for maintenance work over two years ago, and according to Comarco, they built in the value of a warranty assuming the SAFEs would be proceeding with system upgrades when the rate was set. 00011+) At our meeting with Mr. Gutierrez, staff proposed to Comarco a reduction in maintenance costs amounting to $104,500. This would represent the elimination of one preventive maintenance visit to the call box site during the installation period as well as no corrective maintenance charges for the upgraded boxes for one year. A few days later, Comarco submitted their offer to reduce the first year maintenance costs by $30,341.25 (see Exhibit 1). In a telephone meeting with Mr. Gutierrez, he explained that their offer equated to a three-month warranty on the 930 upgraded call boxes and the reduction was equal to three months' worth of corrective and preventive maintenance costs. The reduction represents a 9.1 % reduction in costs, and, according to Mr. Gutierrez, almost completely eliminates the 10% profit built into the $290 flat fee maintenance costs. As mentioned previously, we did contact other SAFEs to see how they had handled the issue, and all but one, Metropolitan Transportation Commission (MTC) in the Bay Area, had not sought maintenance cost reductions when upgrading their call boxes. MTC has approximately 3,200 call boxes in a nine county area, and they were able to negotiate a credit of $84,000 in their contract equaling a 9% reduction. Since all of their boxes were built by another manufacturer, all of their 3,200 boxes had to be upgraded. Neither Orange nor San Diego counties requested an adjustment to. their upgrade contracts. Staff feels Comarco's offer to reduce the first year maintenance costs is reasonable when compared to MTC's credit and recommends the Commission accept the offer. Staff also prepared a ten-year financial forecast for the call box program through FY 2009/2010 to look at the financial stability of the program. Two forecasts were prepared: one with the call box upgrade done all at once (Exhibit 2); and the other with upgrading the call boxes as needed (Exhibit 3). The actual costs for FY 99/00 and budgeted amounts for FY 00/01 are identical on both schedules, with the exception of the system upgrade costs and the maintenance costs. The one-time upgrade schedule has a larger budgeted expenditure in FY 00/01 for the upgrade and a credit of $30,341 for the maintenance costs whereas the other schedule has a smaller expenditure for upgrade costs, but continuing for five additional years, and no credit to the maintenance costs. In comparing the two schedules, it is evident that although the program experiences a larger reduction to its fund balance in the first year when the upgrade is done all at once, the projected balance at the end of the ten year period is $559,000 higher. It also appears that the program will begin to use part of its reserve fund balance to fund the program in FY 05/06; however, staff is already looking at cost cutting measures (i.e. private call answering center versus higher CHP costs) to bring expenses more in line with program revenues. Based on the analysis of the ten year financial forecasts, staff recommends the Commission upgrade the call box system in one phase and enter into a system upgrade agreement with Comarco. 000111 • • • Financial Information In Fiscal Year Budget: N Source of Funds: SAFE Fees GLA Account No.: 202-45-73301 Fiscal Procedures Approved: Year: FY 2000-01 Amount Requested: $865,214 Budget Adjustment: Yes Date: 11-20-00 000112 Exhibit "A" (1 of 3) • • • RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: October 23, 2000 TO: Budget and Implementation Committee FROM: Jerry Rivera, Program Manager THROUGH: Marilyn Williams, Director of Regional Issues and Communications SUBJECT: Call Box Upgrade Agreement between Riverside County Transportation Commission and Comarco Wireless Technologies STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Enter into an agreement between the Riverside County Transportation Commission and Comarco Wireless Technologies to upgrade the call box system in Riverside County; 2) Authorize the Chairman, 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 Riverside County Transportation Commission, through its capacity as the Service Authority for Freeway Emergencies (SAFE), operates approximately 1,149 call boxes on freeways and highways in Riverside County. The call box system allows motorists to call for assistance in the event of an accident or mechanical problem. Each call box is a battery powered, solar charged roadside terminal with a microprocessor and built- in cellular telephone. The Commission's maintenance provider, Comarco Wireless Technologies (CWT), installs, repairs, and maintains the call boxes at a flat annual fee of $290 per call box. The agreement was approved by the Commission at its April 12, 2000, meeting and is in effect until June 30, 2005. Comarco provides such services as preventive maintenance; knockdown and vandalism repair; system operation and performance monitoring, site improvements and construction, and removals and reinstallations due to freeway construction. 0001.13 Exhibit "A" (2 of 3) Most of the current call boxes in the system are over ten years old, and at the time the program was originally implemented in April 1990, it was estimated that the equipment would last no longer than ten years. In fact, the original maintenance agreement with Cellular Communications Corporation, a division of GTE MobilNet, was for that specific ten year duration. At the time CWT began negotiations with RCTC staff to renew the maintenance agreement, Comarco encouraged RCTC to upgrade its current system (six other SAFEs have agreements with Comarco to upgrade their systems). Comarco had indicated that certain components are no longer manufactured or available, and they have exhausted all of their remaining inventory. However, since neither RCTC nor Comarco readily knew which or how many call boxes would need to be upgraded, in April, 2000, it was agreed to enter into a five year, flat -fee contract with the understanding that a further study would be done regarding the issue of refurbishing the system. It was further agreed that over the following twelve months, CWT and RCTC would analyze the system to determine its useful life, and that based on the analysis, RCTC would work with CWT to either upgrade the system, as deemed necessary, or renegotiate the contract to a time and material basis. Based upon Comarco's maintenance records, they have determined that 930 out of the 1,149 call boxes are equipped with the obsolete, out -dated components, and they are proposing to upgrade those boxes at $850 per box. Comarco would replace the radio transceivers, controller boards, solar regulators, all worn harnesses, remove any corrosion, replace all bulbs, replace all batteries, and paint all the housings and back plates. The upgrade would extend the useful life of the call box equipment for an additional ten years. Commission staff met with Mr. Sebastian Gutierrez, Vice President of Comarco's Call Box Systems, to discuss their proposal. Staff was concerned with the large, one-time expenditure of funds, and whether it would be prudent to replace the components all at once versus a piece -meal basis as they broke down. Comarco agreed to review our maintenance records for the past three years to determine how many incidents occurred which would require the replacement of transceivers, controller boards, or regulators. The attached schedule (Exhibit A) is a cost comparison on what the upgrade costs would be if the work was performed only as required versus all at once. The total estimated savings over a five year period is estimated at $465,200 based on refurbishment of call boxes all'at once. The cost comparison is based on the Universal Price List (UPL) included in our maintenance contract. The UPL is a uniform, state- wide price list used by Comarco to charge on a time and material basis for any work performed on non -system call boxes (i.e. TTY, smart call box or other ITS device). 000114 • • • Exhibit "A" (3 of 3) • • • The costs to replace the components on an annual basis would be $195,487, based on $1,245 per unit and our average of 157 units per year over the last three years. As a comparison, the total cost for a new call box is $3,341.74, plus. It would take approximately six (6) years to upgrade the system if done on a piece -meal basis. The total cost as proposed in Comarco's refurbishment agreement would be $790,500, plus tax, and could be completed by July 31, 2001. Also, if the call boxes were upgraded on a piece -meal basis, the boxes would not receive the additional services of having any corrosion removed, all batteries replaced, and painting of all housings and back plates. The upgraded equipment would also be compatible -with digital technology, so the call boxes could be readily converted when, and if, our cellular provider, AT&T, goes completely digital. Staff realizes that Comarco is the only provider of call box maintenance services in the State. Therefore, staff requested TeleTran Tek Services, our call box consultant, to independently review Comarco's maintenance data and assumptions used in their proposal. As part of their consultant agreement with the Commission, TeleTran Tek Services performs semi-annual audits of Comarco's billings for preventive and corrective maintenance and for any above contract costs (i.e. repairs for knockdown, vandalism, graffiti, etc.). It is their opinion that Comarco's statistics are accurate and that their assumptions are reasonable, and they are forwarding a letter to Commission staff to express their opinion in writing. The Call Box program budget (including the matching funds for the Freeway Service Patrol program but excluding the upgrade costs) for FY 2000-01 totals $1,218,000 and the estimated revenues are approximately $1,203,000, a difference of $15,000. This appears to be the first fiscal year in which expenditures will exceed revenues, and the program will begin using part of the reserve funds to finance program operations. There is some concern about the program not generating sufficient revenues to pay for itself, so staff is looking at various options (i.e. privatizing the call answering services) to possibly reduce costs and will return to the Commission by the first of the calendar year with a long term financial forecast for the call box program including future system wide upgrades required to accommodate digital technology. The call box program has a fund balance of $2,265,000 as of June 30, 2000, so there are sufficient reserve funds to finance the equipment upgrade given that the all at once approach over a five year period generates an estimated cost savings of $465,000. 0001.1 i EXHIBIT 1. Co,narce) 'rele • lit stchrinlwesaat • .,• 3,,c •. November 13, 2000 Mr. Jerry Rivera Project Manager Riverside County SAFE 3560 University Avenue, Suite 100 Riverside Ca 92501 US Dear Jerry, I have reviewed the information that we discussed last week. As I mentioned, We have very little room in the collective contracts to negotiate a Warranty that had already been considered in the pricing. The cost for warranty of these units was built into the new contract price. Therefore, what I have done is taken a look at reducing your annual expense on the new contract. The figures below represent the new contract monthly charges ($290.00 / 12). The CM/PM portion of the contracts was calculated as 45% of the total figure. I have provided a 3 -month warranty that is equal to 3 months worth of CM/PM work. I then multiplied this figure by the total number of units (930) that we will be upgrading. New Contract Annual Price $290.00 Monthly CM/PM/ Billable Monthly portion of CM/PM 3 Months Warranty $ 24.17 $ 10.88 $ 32.63 $30,34125 I will call you tomorrow at 9:30 AM as agreed to previously. Sincerely, Sebastian E. Gutierrez VP, Call Box Systems Comarco Wireless Technologies 000111; Curren ) Units = 1.149 Annua l Reven ue = $1,100, 00(1 An nual (;M 8 PM = $290/yr Veh Reg Growth/Yr = 0 50% ANNUAL CASH FLOW Revenue Fund Balance In terest (est. 5%) Misc Reve nues (1) Vehicle Reven ue Total Revenu e Expenses System Upgrade (in cl. tax) (2) Cellular Acce ss Charges (3) Lin e/Toll Chrg. (Est. ) (5) Corrective Maint. (4) Preventive Maint. (4) Knockdowns (4) Vanda lism (4) Graffit & Other Misc. (4) Prof. Services - T -Cubed Prof Services - Other RCTC Charges (6) CHP Operation s (6) Fre eway Svc. Patro l Total Expenses Surplus (Deficit) Revenues Over Expenses FOOTNOTES: (1) M isc. Revenues O (2) SYSTEM UPGRADE Q (3) Cellular Access Charge (4) PM/CM & Repair Charges (5) Line/To ll Charges (est. ) (6) G & A, RCTC & CHP -1 JR: 11/20/00 RIVERSIDE COUNTY CAI 1 BOX SYSTEM TEN YEAR FINANCIAL f ()RECAST FY 2000-01 T HRU FY 2009-2010 ONE-TI ME UPGRA DE COSTS FY 99/00 FY 00/01 FY 01/02 FY 02/03 FY 03/04 FY 04/05 FY 05/06 FY 06/07 FY 07/08 FY 08/09 FY 09/10 $2.214,435 $2,265.190 $1 535 .132 $1,594,383 $1,638,881 $1,666,395 $1,677,932 $1,668,900 $1,637,496 $1,581,804 $1,499,785 $113,500 $97.000 $76,757 $79.719 $81,944 $83,320 $83,897 $83,445 $81,875 $79,090 $74,989 $5,000 $6, 050 $6,232 $6.418 $6 .611 $6,809 $7,014 $7,224 • $7,441 $7,664 $7,894 $1.081,200 $1.100.000 $1.105.500 $1,111,028 $1,116,583 $1,122,166 $1,127,776 $1,133,415 $1,139,082 $1,144,778 $1,150,502 $3,414.135 $3. 408.240 $2,723.620 $2,791,548 $2,844,019 $2,878,690 $2,896,619 $2,892,984 $2,865,894 $2,813,336 $2,733,169 $0 $851.800 $0 $0 $0 $0 $0 $0 $0 $0 $0 $147,105 $104 400 $104,400 $104.400 $104,400 $104,400 $107,532 $110,758 $114,081 $117,503 $121,028 $986 $2. 400 $2,472 $2 .546 $2,623 $2,701 $2,782 $2,866 $2,952 $3,040 $3,131 $119,462 $302,869 - $343,206 $353,502 $364,108 $375,031 $386,282 $397,870 $409,806 $422,100 $434,763 $74.088 Intl Incl. Inc'. Incl. I ncl. Incl. Incl. Incl . Incl . Incl . $135,060 Incl. Incl. Inc)_ Incl . Incl . Incl . Incl. • Incl. Incl. Incl. . $27,215 Ind Intl Inc! Incl. I ncl. I ncl. Incl. Incl. Incl . Incl.,: $14.739 Inca Incl. Incl. Incl Incl. Incl . Incl. Incl . Incl. Incl ., $38,954 $48.537 $50,479 $52,102 $54.598 $54,598 • $54,598 $54,598 , $54,598 $54,598 $54,598 $0 $40.000 $15.000 $15.000 $15,000 $15,000 $15,000 $15,000 $15,000 $15,000 $15,000 $171,073 $133.792 $137.806 $141.940 $146,198 $150,584 $155,102 $159,755 $164,547 $169,484 $174,568 $194,478 $236.310 $243,399 $250,701 $258,222 $265,969 $273,948 $282,166 $290,631 $299,350 $308,331 $225.785 $213,000 $232,475 $232,475 $232,475 $232,475 $232,475 $232,475 $232,475 $232,475 $232,475 $1,148,945 $1,933,108 $1,129,237 $1,152,667 . $1,177,624 $1,200,758 $1,227,719 $1,255,488 $1,284,090 $1,313,551 $1,343,895 $2,265,190 $1.535. 132 $1,594,383 $1,638,881 $1,666,395 $1,677,932 $1,668,900 $1,637,496 $1,581,804 $1,499,785 $1,389,274 Charges to SanBAG ($3,500/yr ) and insurance recoveries for knockdowns, subje ct to 3% escalation per year . ONE-TIME COST FOR 930 BO XES 0 $850, plus lax. Fixed at $7. 50/box/month thru 04/05; then estimated at +3% per yr. Fixed at $290/box/yr. (less $30,341 credit in 00/01) thru FY 04/05; however, subje ct to annual CPI in crease (est. 3 %) . Toll costs bet. CHP answering center and ou tlying respon se units; 3% an nu al increase. Costs subject to 3% escalatio n. • • • • • Current Units = 1 149 An nual Revenu e = $1.100, 000 Annual CM & PM = $290/yr Veh. Re g. Growth/Yr. = 0 50% A NNUAL CASH FLOW Reven ue Fund Balance Interest (est. 5%) M isc. Revenues (1) Vehicle Revenue Total Re venue Expenses System Upgrade (incl. tax) (2) Cellular Ac cess Charges (3) Line /Toll Chrg. (Est.) (6) Corrective M aint. (4) Preven tive Maint. (4) Kno ckdowns (5) Vandalism (5) G raffiti & Othe r M isc. (5) Prof. Se rvices - T -Cube d Prof. Services - Other RCTC Charges (7) CHP Operations (7) Freeway Svc. Patrol Total Expenses Surplus (Deficit) Revenues Ove r Expenses FOOTNO TES: 0 (1) Misc. Revenues (2) SYSTEM UPG RADE (3) Cellular Access Charge (4) PM /CM & Repair Charges =-+ (5) Knockdo wns, Vandalism, .� Graffiti, & Misc. Repairs (6) Line/Toll Charges (est. ) (7) G & A, RCTC & CHP FY 99/00 $2.214,435 $113,500 $5,000 $1.081,200 $3,414,135 FY 00/01 $2,265.190 $97.000 $6,050 $1,100,000 $3,468,240 RIVE RSIDF COUNTY CALL BOX SYSTEM 1FN YEAR FINANCIAL FORECAST FY 2000-01 THRU FY 2009-2010 UPGRADE AS NEEDED PLUS CURRE NT MAINT. COSTS FY 01/02 $2,147,467 $107.373 $6,232 $1,105,500 $3,366,572 FY 02/03 $2,021,937 $101,097 $6,418 $1,111,028 $3,240,480 FY 03/04 FY 04/05 $1,865,953 $1,676,305 $93,298 $83,815 $6,611 $6,809 $1,116,583 $1,122,166 $3,082,444 $2,889,095 FY 05/06 $1,452,966 $72,648 $7,014 $1,127,776 $2,660,405 FY 06/07 $1,208,784 $60,439 $7,224 $1,133,415 $2,409,863 $0 $209,124 $215,398 $221,860 $228,515 $235,371 $223,902 $0 $147,105 $104,400 $104,400 $104,400 $104,400 $104,400 $107,532 $110,758 $986 $2,400 $2,472 $2,546 $2,623 $2,701 $2,782 $2,866 $119,462 $333,210 ' $343,206 $353,502 $364,108 $375,031 $386,282 $74,088 Incl. Incl.$397,870 Incl. Incl. Incl . Incl. Incl . $135,060 Incl. In cl. Incl. Incl. Incl. Incl. Incl . $27,215 Incl. In cl. Incl. I ncl. Incl . Incl. Incl . $14,739 Incl. Incl. Incl. Incl. Incl . Incl. Incl. $38,954 $48,537 $50,479 $52,102 $54,598 $54,598 $54,598 $54,598 $0 $40,000 $15,000 $15,000 $15,000 $15,000 $15,000 $15,000 $171,073 $133,792 ' $137,806 $141,940 $146,198 $150,584 $155,102 $159,755. $194,478 $236,310 $243,399 $250,701 $258,222 $265,969 $273,948 $282,166 $225,785 $213,000 $232,475 $232,475 $232,475 $232,475 $232,475 $232,475 $1,148,945 $1,320,773 $1,344,635 $1,374,527 $1,406,139 $1,436,129 $1,451,620 $1,255,488 $2,265,190 $2,147,467 $2,021,937 $1,865,953 $1,676,305 $1,452,966 $1,208,784 $1,154,375 $1,074,528 FY 07/08 $1,154,375 $57,719 $7,441 $1,139,082 $2,358,617 so $114,081 $2,952 $409,806 Incl. Incl. Incl . Incl . $54,598 $15,000 $164,547 $290,631 $232,475 $1,284,090 Charges to SanBAG ($3,500/yr.) and insuran ce re coveries for knockdowns, subject to 3% escalation per year. ANNUAL COST FOR 157 BOXES per year @ $1,332 (tax incl.) for FIVE YRS. & 145 BOXES IN 6th YR. With est. 3% CPI adjustment . Fixed at $7. 50/box/month thru FY 04/05; then estimated at +3% pe r yr. Estimated @ $17.50/mo. /bo x = $210/yr. subject to annual CPI increase (est. 3%). Estimated at current expense subje ct to 3% CPI. Toll costs bet. CHP an swering cente r and outlyin g respo nse units; 3% annual increase . Costs subject to 3% escalatio n. FY 08/09 FY 09/10 $1,074,526 $967,143 $53,726 $48,357 $7,664 $7,894 $1,144,778 $1,150,502 S2,280,694 $2,173,896 $o $117,503 $3,040 5422,100 Ind. I ncl. Incl . Incl. $54,598 $15,000 $169,484 $299,350 $232,475 51,313,551 $o $121,028 $3,131 $434,783 Ind. In d. Incl. Incl . $54,598 $15,000 $174,568 $308,331 $232,475 $1,343,895 $967,143 $830,001 JR: 11/06/00