Loading...
HomeMy Public PortalAbout02 February 26, 2001 Budget & Implementation(339/ 7,4 RIVERSIDE COUNTY TRANSPORTA TION COMMISS/ON BUDGET AND IMPLEMENTATION COMMITTEE MEETING AGENDA RECORDS TIME: 2:30 p.m. DATE: Monday, February 26, 2001 LOCATION: Riverside County Transportation Commission 3560 University Avenue, Suite 100 - Conference Room A Riverside, CA 92501 ...COMMITTEE MEMBERS... John Hunt, Chair / Jan Wages, City of Banning Phil Stack, Vice Chair / Harvey Gerber, City of Rancho Mirage Placido Valdivia / Roger Berg, City of Beaumont Gregory S. Pettis / Sarah DeGrandi, City of Cathedral City Juan DeLara / Richard Macknicki, City of Coachella Mike Wilson / Marcos Lopez, City of Indio John Pena / Ron Perkins, City of La Quinta Kevin Pape / Robert Schiffner, City of Lake Elsinore Bonnie Flickinger / Frank West, City of Moreno Valley Ameal Moore / Joy Defenbaugh, City of Riverside John Tavaglione / District Two / County of Riverside Jim Venable / District Three / County of Riverside Patrick Williams / Chris Carlson-Buydos / City of San Jacinto Ron Roberts / Jeff Comerchero, City of Temecula ... 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, FEBRUARY 26, 2001 - 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 (January 22, 2001) 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. QUARTERLY FINANCIAL STATEMENTS - P. 01 Overview This item is to seek Committee approval to: 1) Receive and file the Financial Statements for the quarter ending December 31, 2000; and 2) Forward to the Commission for final action. Budget and Implementation Committee February 26, 2001 Page 2 5B. QUARTERLY INVESTMENT REPORTS - P. 09 Overview This item is to seek Committee approval to: 1) Receive and file the Investment Report for the quarter ending December 31, 2000; and 2) Forward to the Commission for final approval. 5C. QUARTERLY CALL BOX REPORT - P. 19 Overview 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 December 31, 2000; and 2) Forward to the Commission for final action. 6 REQUEST FOR PROPOSAL (RFP) FOR CONSULTANT SERVICES TO PROVIDE PRELIMINARY ENGINEERING AND ENVIRONMENTAL STUDIES, FOR PROPOSED IMPROVEMENTS TO ROUTE 91, FROM MARY STREET TO 7TH STREET - P. 28 Overview This item is to seek Committee approval to: 1) Concur with a Caltrans request that RCTC become the lead agency for preliminary engineering and environmental clearance, for proposed improvements to Route 91, from Mary St. to 7th St., in the City of Riverside; Budget and Implementation Committee February 26, 2001 Page 3 2) Prepare and advertise a Request for Proposal (RFP), for consultant services to provide preliminary engineering and environmental studies for proposed improvements to Route 91; 3) Form a selection committee to review, evaluate, and rank all RFP's received; and after the evaluation process; 4) Negotiate a contract with the top ranked consultant(s) and return to the Commission with a contract recommendation; and 5) Forward to the Commission for final action. 7. SCOPE OF WORK FOR MEASURE "A" HOV WIDENING PROJECT IN THE CITY OF MORENO VALLEY AS IT RELATES TO RAMP IMPROVEMENTS TO THE PERRIS BOULEVARD INTERCHANGE AND BRIDGE VERTICAL CLEARANCES - P. 30 Overview This item is to seek Committee 'approval to: 1) Separate the Perris Blvd. Interchange ramp improvements from the State Route 60 HOV project, while coordinating the SR 60 HOV improvements so that there will be minimal throw -a -way costs when the future Perris Blvd. Interchange improvements are approved; 2) Assist the City of Moreno Valley to research alternatives to fund the preparation of a separate Project Study Report to serve as a funding document for future improvements to the Perris Blvd. Interchange ramp improvements; Budget and Implementation Committee February 26, 2001 Page 4 3) Resolve the bridge vertical clearance scoping issue with minimal cost to the SR 60 HOV project to maintain project delivery and prevent loss of present CMAQ funds; 4) Address as a separate project any major new scope issue that was not addressed in the Project Report as a separate project that can compete for funding based on priority, need and future availability of funds; and 5) Forward to the Commission for final action. RELEASE OF RETENTION REQUEST FOR CONSTRUCTION CONTRACT NO. RO-9932 FOR THE PEDESTRIAN OVERCROSSING STRUCTURES AT THE LA SIERRA AND WEST CORONA METROLINK COMMUTER RAIL STATIONS - P. 37 Overview This item is to seek Committee approval to: 1) Authorize the release of $279,295 (85%) of the $329,295, retained to date, in a joint Mallcraft / RCTC escrow account, for Contract No. RO-9932 for the construction of the pedestrian overcrossing structures at the La Sierra and West Corona Metrolink Commuter Rail Stations; and 2) Forward to the Commission for final action. 9. SECURITY GUARD SERVICE CONTRACT - P. 39 Overview This item is to seek Committee approval to: 1) Take the Security Guard Service contract recommendation directly to the Commission for action. Budget and Implementation Committee February 26, 2001 Page 5 10. BUDGET ADJUSTMENTS - P. 40 Overview This item is to seek Committee approval to: 1) Transfer $6,500 in budget authority from the Finance department budget to Regional Issues department budget; 2 Increase by $72,000 the Salaries and Benefits budget for the Commuter Assistance Program; and 3) Forward to the Commission for final action. 11. STATE AND FEDERAL LEGISLATIVE UPDATE - P. 42 Overview This item is to seek Committee approval to: 1) Receive and File the State and Federal Legislative Update; 2) Adopt the following bill position; A. AB 227 (Longville) - SUPPORT 3) Endorse Congressional project funding request list; and 4) Forward to the Commission for final approval. 12. REQUEST FOR PROPOSAL FOR FREEWAY SERVICE PATROL SERVICE IN RIVERSIDE COUNTY - P. 44 Overview 1) Authorize staff to issue a Request for Proposal (RFP) for Freeway Service Patrol beats #1 and #2, and Budget and Implementation Committee February 26, 2001 Page 6 2) Forward to the -Commission for final action. 13. ADJOURNMENT - The next meeting is scheduled to be held at 2:30 p.m. on Monday, March 26, 2001 at the RCTC offices.. MINUTES RIVERSIDE COUNTY TRANSPORTATION COMMISSION BUDGET AND IMPLEMENTATION COMMITTEE Monday, January 22, 2001 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: Juan De Lara * Bonnie Flickinger John Hunt Ameal Moore Kevin Pape John Pena * Gregory S.. Pettis Andrea Puga Ron Roberts Phil Stack John Tavaglione Placido Valdivia Patrick Williams * Attended meeting via video conference 3. PUBLIC COMMENTS There were no comments from the public. 4. APPROVAL OF MINUTES Members Absent Jim Venable Mike Wilson M/S/C (Stack/Tavaglione) to approve the minutes of the November 27, 2000 meeting as submitted. 5. ELECTION OF OFFICERS Commissioners John Hunt and Phil Stack were unanimously elected as Chairman and Vice Chairman, respectively. Chairman Hunt assumed the Chair. 6. CONSENT CALENDAR M/S/C (Tavaglione/Roberts) to approve the Consent Calendar as presented. Budget and Implementation Committee Minutes January 22, 2001 Page 2 6A. CONTRACTS COST AND SCHEDULE REPORT Receive and file the Contracts Cost and Schedule Report for the month ending December 31, 2000. 6B. SINGLE SIGNATURE AUTHORITY REPORT Receive and file the Single Signature Authority Report as of November and December 2000. 7. AWARD CONSTRUCTION CONTRACT NO. RO-2136 FOR THE INSTALLATION OF LANDSCAPING FOR SOUND WALL Nos. 110, 121 AND 161 ON ROUTE 91 M/S/C (Pettis/Tavaglione) to: 1) Award Contract No. RO-2136 for Landscaping of Sound Wall Nos. 110, 121 and 161 on Route 91, to Diversified Landscape Co., for $218, 756.58 plus a contingency amount of $21,243,42 (10% to cover potential change orders encountered during construction) for a total contract amount not to exceed $240,000; 2) Authorize RCTC Chair to execute an agreement pursuant to Legal Counsel review; and, 3) Forward item to the Commission for final action. 8. RESOLUTION OF CLAIMS AND REQUEST FOR ADDITIONAL CONSTRUCTION CONTINGENCY TO CLOSE OUT CONTRACT NO. RO-9847 FOR PHASE I SOUND WALLS ON ROUTE 91 Hideo Sugita, Deputy Executive Director, informed the Committee that on May 5, 1999, R. Fox completed the construction of the Van Buren Boulevard to Mary Street sound wall and it was accepted by the Commission and Caltrans. At that time, there were three outstanding claims and two outstanding contract change orders by R. Fox against the project. Staff for the past 1 %z years has been negotiating with the contractor to reach an agreement on the claims and change orders. The negotiated total cost to close out the contract is $24,665.81. In response to Commissioner John Tavaglione as to the work covered under Change Order No. 1, Bill Hughes, Bechtel Program Manager, stated that the change was as as result receiving new information from Caltrans to move the wall further back to allow future widening of Route 91. At that time, the contractor was approximately 75% complete with construction. This change order along with other change orders would have depleted the contingency funds for the project and would not have funds to cover change orders for the final 25% of the construction. In May 1999, the Commission authorized to increase the project contingency of $40,000, not to exceed $2,640,000. M/S/C (Tavaglione/Roberts) to: 1) Concur with staff's recommendation for Claims resolution to close out Construction Contract No. RO-9847; 2) Authorize the increase of the porject construction contingency, by $12,168.83, for Construction Contract No. RO-9847 from $153,514 (6%) to $165,682,83 (7%), with the new not to exceed value of the contract to be $2,652,168.83; and, 3) Forward this item to the Commission for final action. Budget and Implementation Committee Minutes January 22, 2001 Page 3 9. AWARD AMENDMENT NO. 3 TO CONTRACT NO. RO-9954 FOR DESIGN SERVICES ON STATE ROUTE 74 Hideo Sugita stated that this item is to seek Amendment fl3 with SC Engineering to perform miscellaneous design services related to the final design of the improvements to widen Route 74 between 1-15 and the City of Perris. He noted that the initial contract was awarded to prepare the Plans Specifications and Estimate (PS&E) for Segment 1 that extends between Dexter Avenue and Wasson Canyon Road. The contract was further amended to perform an environmental reevaluation and for right-of-way engineering for the project. Amendment No. 3 will increase the contract value to $3,460,263. In response to Commissioner Stack's question as to how the cost savings related to the amendment, Hideo Sugita stated that a value engineering analysis was performed on the right of way requirements in 1994. It is estimated that $416,000 could be saved during the right of way acquisition by revising the right of way limits and that future management savings would be realized by Caltrans. In addition, under Segment 2, a value engineering analysis was performed on the culvert crossings. It is estimated that redesigning a box culvert crossing to a bridge crossing would save approximately $390,400. Commissioner Kevin Pape asked how the Greenwald realignment affect the overall bid and Hideo Sugita said that this will be a separate bid. M/S/C (Roberts/Stack) to: 1) Approve Amendment No. 3 to Contract No. RO. 9954 with SC Engineering to perform miscellaneous design services related to the final design of Measure "A" improvements to widen Route 74 between 1-15 and the City of Perris. Amendment #3 will increase the authorized value of the contract by $716,344 and will make an additional $250,000 of extra work available for future contingencies. This will increase the contract authorization to $3,460,263 with available extra work of $257,053 for a new contract not to exceed value of $3,717,316; 2) Authorize the RCTC Chair to sign Amendment #3, pursuant to Legal Counsel review; and, 3) Forward this item to the Commission for final action. 10. APPROVAL OF CALTRANS' PROGRAM SUPPLEMENTAL AGREEMENT NO. M008 FOR THE PEDLEY METROLINK STATION PLATFORM EXTENSION Hideo Sugita stated staff is recommending that the Committee approve Program Supplement No. M008 for the extension of the existing emergency platform at the Pedley Metrolink Station. Program Supplemental Agreements are required so that the Commission can be reimbursed for its expenditures on federally funded projects. Additionally, it is recommended that the contract with PB Farradyne be amended to develop a final PS&E for the emergency platform extension. A previous action by the Commission awarded a contract to PB Farradyne to perform a Phase 1 Communications Study, which was to develop the most cost effective means to provide a CCTV Security System at the Pedley Metrolink Station and propose the means to connect the Pedley CCTC Security System to the Main Security System located in the Riverside Downtown Station. The amendment is for $62,000 plus a contingency amount of $10,000, for a total contract amount not to exceed $72,000. Budget and Implementation Committee Minutes January 22, 2001 Page 4 M/S/C (Moore/Stack) to approve: 1) Program Supplement No. M008 for the Extension of the Existing Emergency Platform at the Pedley Metrolink Station; 2) Amendment #1 to Contract No. RO-9952 for PB Farradyne to develop a Final PS&E for the extension of the emergency platform at the Pedley Metrolink Commuter Rail Station for $62,000 plus a contingency amount of $10,000 (16.1% to cover potential changes encountered during design) for a total contract amount not to exceed $72,000; 3) Authorize the RCTC Chair to sign the Program Supplement and Amendment, subject to RCTC Legal Counsel review; and, 4) Forward this item to the Commission for final action. 11. AMENDMENT NO. 1 TO CONTRACT NO. RO-2128 TO STV INCORPORATED FOR THE DEVELOPMENT PHASE ENGINEERING SERVICES RELATED TO THE SAN JACINTO BRANCH LINE M/S/C (Stack/Williams) to approve: 1) Award Amendment No. 1 to Contract No. RO- 2128 to provide additional photographing and mapping to support property management activities related to the San Jacinto Branch Line between the cities of Perris and San Jacinto for a base amount of $40,636, with additional extra work of 85,000. This additional cost will bring STV's total authorized contract value to $206,823 and total extra work value to $21,613 for a total extra work value to $21,613 for a total not to exceed value of 5228,436; 2) Authorize RCTC Chair, pursuant to Legal Counsel review, to execute the contract on behalf of the Commission; and, 3) Forward this item to the Commission for final action. 12. FISCAL YEAR 1999-2000 AUDIT RESULTS REPORT Ivan Chand, Chief Financial Officer, noted one audit adjustment related to an overstatement of accounts payable of 8232,500. The State had forwarded remaining funds from condemnation to the Commission. These funds were refunds to property owners on land purchases and Legal Counsel has indicated that the statue of limitations ran out for certain property owners to claim the funds. Since the statue of limitations has lapsed, staff made the audit adjustment to remove the accounts payable. Sally Anderson, Partner - Ernst & Young, stated that they have issued an unqualified opinion on the Commission's general purpose financial statements for the year ended June 30, 2000. They will be issuing unqualified opinions on the financial statements of the TDA claimants and Measure "A" recipients. There were no weaknesses and internal controls were reviewed and in compliance with applicable laws and regulations as required by various standards. Commissioners John Pena asked explanation of the various fund balances of unspent monies as shown on Page 13 and Sally Anderson said that most of the unspent monies related to project delays resulting from environmental, right of way acquisition, contractual and other project delay issues. Some may be waiting to accrue the local match funds required for their project. Commissioner John Tavaglione stated that the Ad Hoc Committee met and reviewed the audit and it was felt that those cities with huge unspent monies should report to the Commission as to their plans and project they expect to use the unspent monies. Budget and Implementation Committee Minutes January 22, 2001 Page 5 M/S/C (Pape/Hunt) to: 1) Receive and file the Fiscal Year 1999-2000 Audit Results Report from Ernst & Young, LLLP; and, 2) Forward this item to the Commission for final action. 13. LOCAL TRANSPORTATION FUND (LTF) PROJECTION M/S/C IRoberts/Tavaglione) to approve: 1) The projected Local Transportation Fund apportionments for Coachella Valley, Palo Verde Valley and Western Riverside County areas; and, 2) Forward this item to the Commission for final action. 14. PROPOSED RIVERSIDE COUNTY TRANSPORTATION COMMISSION (RCTC)/SAN BERNARDINO ASSOCIATED GOVERNMENTS (SanBAG) 2001/2002 STATE AND FEDERAL LEGISLATIVE PROGRAM Darren Kettle, Director of Intergovernmental and Legislative Affairs, stated that the SanBAG Board has reviewed and approved the proposed 2001/2002 State and Federal Legislative Programs. M/S/C (Pettis/Pape) to: 1) Approve the proposed 2001/2002 State and Federal Legislative Program; and, 2) Forward this item to the Commission for final action. 15. ADJOURNMENT There being no further business for consideration by the Budget and Implementation Committee, the meeting was adjourned at 3:24 p.m. The next meeting is scheduled to be held on Monday, February 26, 2001 at 2:30 p.m. Respectfully submitted Natj' K&5enh Clerk of the Board AGENDA ITEM 5A RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: February 26, 2001 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 December 31, 2000; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: During the first six months of the fiscal year, staff has monitored the revenues and expenditures of the Commission. The attached financial statements show the revenues and expenditures incurred in the first six months of the year. Administration expenditures are 10% under budget. The primary reason for the Commission incurring less expenditures are cuts in consulting services and timing of invoices currently being processed. Staff has some legal invoices and invoices for consulting services that were processed in January. Debt Service is paid in December and June. Staff expects to incur all Debt Service expenditures as budgeted. Intergovernmental Expenditures are incurred early in the year and, as such, staff expects the expenditures to remain within the budget. Expenditures in the Program/Projects are below budget, however, these expenditures are related to progress on projects and staff expects that these funds will be spent as projects are completed. The Revenues are consistent with expectations and reflect the mid year revenue change in projections. Sales Tax revenues are consistent with budgeted expectations. Interest Income is significantly higher than expected due to the interest being earned on Construction bond funds which are going to be used for Route 79. Federal, State, Local and Other Government revenues are considerably less than projected and that is due to the nature of these revenues. These revenues are received on a reimbursement basis and staff expects to receive these revenues as the projects are completed and invoiced. 000001 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 000002 Description Riverside County Transportation Commission BUDGET VERSUS ACTUALS-2nd Qtr For Period Ending: 12/31/00 01/31/01 REMAINING PERCENT BUDGET ACTUALS BALANCE UTILIZATION REVENUES Sales Tax Revenues Measure A 87,500,000.00 43,741,375.12 43,758,624 .88 49.99 Other Sales Tax Revenu es 6,709,404 .00 4,629,552 .00 2,079,852.00 69.00 Fed State Local & Other Govern 24,831,958.00 1,039,648.49 23,792,309.51 4.18 Interest Income 4,033,000 .00 3,217,324.74 815,675 .26 79.77 Other Reve nues 6,327,756 .00 1,724,661.54 4,603,094.46 27.25 TOTAL REVENUES 129,402,118.00 54,352,561.89 75,049,556 .11 42.00. EXPENDITURES ADMINISTRATION Salaries & Benefits 1,046,315 .00 496,157.19 550,157 .81 47.41 Ge ne ral Legal Services 76,500.00 24,503.13 51,996.87 32.03 Prof Services (Excludes Legal) 1,186,494.00 437,216 .51 749,277.49 36 .84 Office Lease/Utilities 210,000.00 114,119.35 95,880.65 54.34 General Admin Expenses 780,476.00 219,903.74 560,572.26 28.17 TOTAL ADMINISTRATION 3,299,785.00 1,291,899.92 2,007,885.08 39.15 PROGRAMS/PROJECTS Salaries & Benefits 1,293,355.00 608,575.29 684,779.71 47.05 General Le gal Services 493,000. 00 70,784.21 422,215 .79 14 .35 Prof Se rvices (Exclu des Legal) 506,500.00 122,268.96 384,231.04 24.14 General Projects 1,798,150. 00 574,685.93 1,223,464.07 31.95 Highway Engineering 5,487,972.00 836,685.87 4,651,286.13 15.24 Highway Construction 9,552,000.00 1,577,180.16 7,974,819.84 16.51 Highways ROW 14,358,556.00 517,526.00 13,841,030.00 3 .60 Special Studies 1,573,000.00 393,614.96 1,179,385.04 25.02 Rail Engineering 2,990,000.00 99,976.24 2,890,023.76 3 .34 Rail Construction 11,541,000. 00 767,147.70 10,773,852.30 6.64 Rail ROW 1,023,000.00 11,176.50 1,011,823.50 1.09 Commuter Assistance 2,128,175.00 302,048.48 1,826,126.52 14.19 Regional Arterial 8,356,000. 00 3,648,511. 67 4,707,488.33 43.66 Streets & Roads 33,095,000.00 16,583,751.76 16,511,248.24 50.10 Special Tran sportion\Tran sit 7,672,375.00 3,434,054.50 4,238,320 .50 44.75 Pro ject Operation s/Main tenance 2,811,249.00 611,327.77 2,199,921.23 21.74 Project To wing 1,037,000.00 378,091.65 658,908.35 36.46 STA Distribu tions 3,315,500.00 470,000.00 2,845,500.00 14.17 TOTAL PROGRAMS/PROJECTS 109,031,832. 00 31,007,407.65 78,024,424.35 28.43 DEBT SERVICE Principal 22,633,844.00 53,844.00 22,580,000.00 0 .23 Interest 12,743,938.26 6,202,817.22 6,541,121.04 48 .67 TOTAL DEBT SERVICE 35,377,782.26 6,256,661.22 29,121,121.04 17.68 lntergovern Distribution 620,000.00 598,169.75 21,830.25 96.47 C 0 C O O W 000TA Descriptio n Capital Outlay TOTAL EXPENDITURES BUDGET 46,500.00 ACTUALS 11,755.67 148,375,899.26 39,165,894 .21 Riverside Cou nty Transportation Commission BUDGET VERSUS ACTUALS-2 nd Qtr For Peri od Ending: 12/31/00 01/31/01 REMAINING PERCENT BALANCE UTILIZATION 34,744.33 25.28 109,210,005.05 26.39 Other Financing Sources/Uses Ope ra ting Transfer In 35,526,025.00 23,451,198.58 12,074,826.42 66.01 Operating Transfer Out 35,526,025.00 23,452,520.83 12,073,504.17 66 .01 Bond Proce eds 34,500,000.00 35,501,000.70 (1,001,000.70) 102.90 Total Other Finan cing Sources 34,500,000.00 35,499,678.45 (999,678 .45) 102.89 /Uses Excess(Deficiency)of Revenu es And Other Financing Sources Over(Under)Expenditure And Other Financing Uses Fund Balance Ju ly 1, 2000 Fund Balance Dec 31, 2000 O O O OD O oga 15,526,218.74 50,686,346.13 112,562,790.69 112,562,790.69 128,089,009.43 163,249,136.82 (35,160,127.39) 326 .45 0.00 100.00 (35,160,127.39) 127 .44 000TA TOTAL REVENUES EXPENDITURES 7,049,919 .52 957,471.75 30,810,594.92 11,949,560 .89 685,856.09 238,985 .91 1,687,585.24 573,741 .96 398,845.61 54,352,561.89 ADMINISTRATION Salaries & Benefits General Legal Services 466,355.48 29,801.71 0.00 0.00 0.00 0.00 0.00 0.00 0.00 496,157.19 23,270.05 1,233.08 Prof Se rvices (Excludes Le gal) 409,547.14 14,299 .04 0 .00 0.00 0.00 0 .00 0.00 0 .00 0.00 24,503 .13 Office Lease/Utilities 107,272.21 6,847.14 0 .00 0.00 0 .00 0 .00 0.00 0.00 13,370.33 437,216 .51 0.00 Ge neral Admin Expenses 206,703.36 13,200 .38 0.00 0.00 0 .00 0 .00 0.00 0.00 0.00 114,119.350.00 0 .00 0.00 0.00 0.00 0.00 219,903.74 TOTAL ADMINISTRATION PROGRAMS/PROJECTS 1,213,148.24 65,381.35 0.00 0.00 0 .00 0.00 0.00 0 .00 13,370 .33 1,291,899.92 Salaries & Benefits General Legal Services 396,070.81 41,730.39 169,848.68 925 .41 0.00 0.00 0.00 0.00 0 .00 608,575.29 26,255. 28 1,782.50 Prof Services (Excludes Legal) 99,418.63 21,975.76 42,746 .43 0 .00 0.00 0.00 0.00 0 .00 0.00 70,784.21 874.57 Ge neral Pro jects 15,671. 86 0.00 0.00 0.00 0.00 0 .00 0.00 0.00 122,266.96 Highway Engineering 0.00 0.00 544,747.39 14,266 .68 0 .00 0.00 0.00 0.00 0.00 574,685.93 Highway Construction 0.00 0.00 821,710.65 14,975.22 0.00 0.00 0 .00 0.00 0.00 836,685.87 Highways ROW 0. 00 0.00 1,474,456.16 102,724.00 0.00 0.00 0.00 0.00 0 .00 1,577,180.16 Special Studies 388,491. 48 0.00 517,526.00 0.00 0 .00 0.00 0.00 0.00 0 .00 517,526.00 Rail Engineering 0.00 0.00 5,123 .48 0.00 0.00 0.00 0 .00 0.00 0 .00 393,614.96 Rail Cons truction 0.00 0. 00 99,976 .24 0.00 0.00 0.00 0.00 0.00 0.00 99,976.24 Rail ROW 0.00 0.00 767,147.70 0.00 0.00 0.00 0.00 0.00 0 .00 767,147.70 Commuter Assistance 0. 00 0. 00 11,176 .50 0.00 0.00 0.00 0 .00 0.00 0.00 11,176.50 Regiona l Arterial 0.00 0. 00 302,048 .48 0 .00 0.00 0.00 0.00 0.00 0.00 0 .00 302,048.48 Streets & Roads 0.00 3,648,511 .67 0.00 0 .00 0.00 0.00 0.00 3,648,511.67 0. 00 12,178,621.79 0. 00 4,405,129.97 0 .00 0.00 0 .00 0.00 0.00 16,583,751.76 Special Trerationio n\Transit 1,826,756. 00 514,298.50 0.00 1,093,000.00 0 .00 0 .00 0 .00 0.00 0.00 3,434,054.50 Project Operations /Mainten ance 402,828. 19 208,499.58 Project Towing 0.00 378,091.65 0.00 0.00 0.00 0 .00 0.00 0 .00 0.00 611,327.77 0.00 0 .00 0 .00 0.00 0 .00 0.00 378,091 .65 STA Distribu tions 0.00 0.00 0.00 0.00 470,000.00 0 .00 0.00 0.00 0.00 470,000 .00 TOTAL PROGRAMS/PROJECTS 3,155,492.25 652,079.88 17,450,302.57 9,279,532.95 470,000 .00 0 .00 0.00 0.00 0.00 31,007,407.65 DEBT SERVICE Principal 0.00 Interest Description REVENUES Sales Tax Revenues Measure A 1',500,000 .00 0.00 30,446,554.22 11,794,820.90 0.00 0 .00 0.00 0.00 0 .00 0.00 43,741,375 .12 Fed State Local & Othe r Govern 648,419.75 98 .42 Other Sales Tax Revenues 4,629,552.00 0 .00 0.00 0.00 0.00 0.00 0.00 0.00 4,629,552.00 (177,007 .47) 0.00 0.00 0.00 0.00 568,137.79 0 .00 1,039,648 .49 Other Revenues 213,310.45 890,392 .35 Interest In com e 58,637.32 66,980 .98 539,591 .43 154,739 .99 66,354.09 238,985.91 1,687,585.24 5,604.17 398,845 .61 3,217,324.74 1,456.74 0.00 619,502.00 0.00 0.00 0 .00 0 .00 1,724,661 .54 GENERAL FUND FSP/SAFE Riversid e Co unt, Transportation Co mmissio n ACTUALS BY FUND 12/31/00 For Period Ending: 12/31/00 01/31/01 000BF STATE WESTERN WESTERN COUNTY WESTERN EASTERN TRANSIT CVAG COUNTY COMMERCIAL COMBINING COUNTY COUNTY ASSISTANCE CONSTRUCTION CONSTRUCTION PAPER DEBT SERVICE TOTAL 0.00 TOTAL DEBT SERVICE 0.00 Intergovern Distributio n 598,169. 75 0.00 0.00 0.00 0.00 0.00 0 .00 0.00 0 .00 53,844.00 53,644.00 0.00 0.00 0 .00 0 .00 0.00 0 .00 6,202,817.22 6,202,817.22 0.00 0. 00 0. 00 0.00 0.00 0.00 0 .00 6,256,661.22 6,256,661.22 0.00 0.00 0. 00 0 .00 0.00 0.00 0.00 0.00 598,169.75 De scription Capital Outla y TOTAL EXPENDITURES Other Fin ancing Sou rces/Uses Operating Transfer In Operating Transfer Out Bond Proc eeds Total Other Financing Sources /Uses Excess(Deficiency)of Revenues And Other Financing Sourc es Over(Under)Expenditure An d Other Finan cing Uses Fund Balance July 1, 2000 Ri verside Co unty Tr ansportation Com mis si on ACTUALS BY FUND 12/31/00 For Period Ending: 12/31/00 01/31/01 GENERAL WESTERN FUND FSP/SAFE COUNTY 11,050 .33 705 .34 0.00 4,977,860.57 718,166.57 17,450,302.57 EASTERN COUNTY 0.00 9,279,532.95 920.20 213,050.82 4,644,033.18 0.00 1,979.66 213,079.32 14,100,611.84 3,575,021.34 0.00 0.00 0.00 0.00 (1,059 .46) (28.50) (9,456,578.66) (3,575,021.34) 2,070,999.49 239,276.68 3,903,713.69 4,119,843 22 2,604,003.41 35,465,719.34 ' Fund Bala nce De c 31, 2000 m 6,190,842.71 2,843,280.09 39,369,433.03 =====0000=0..s.,, eeee=Y (904,993 .40) 13,083,217.43 12,178,224 03 STATE TRANSIT ASSISTANCE 0.00 000BF WESTERN WESTERN COUNTY CVAG COUNTY COMMERCIAL COMBINING CONSTRUCTION CONSTRUCTION PAPER DEBT SERVICE TOTAL 0.00 0 .00 0.00 0.00 11,755.67 470,000.00 0 .00 0.00 0.00 6,270,031.55 39,165,894.21 0.00 0.00 0.00 0.00 0.00 0.00 18,593,194 .38 23,451,198.58 507,561.90 3,254,340.70 1,799,926.07 0 .00 23,452,520.83 0.00 35,501,000.70 0.00 0 .00 35,501,000.70 0 .00 (507,561.90) 32,246,660 .00 (1,799,926 .07) 18,593,194.38 35,499,678.45 215,856.09 (268,575 .99) 33,934,245 .24 4,688,899.87 4 ,904,755 .96 8,359 ,031.13 34,131,796.56 8,090,455.14 68,066,041.80 (1,226,184.11) 1,890,456.06 _=664,271.95 12,722,008.44 8,219,8 .67 20,941,832 .11 50,686,346 .13 112,562,790.69 = 163,249,136.82 as=ses=== Budget Variance Explanations 2nd Quarter ending 12/31/00 Highway Engineering Route 74 - Final design activities have slowed down due to delays for environmental issues on gnatcatcher mitigation and water quality having to be performed for the Environmental Agencies. 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 the project study report has commenced on the realignment project, progress has been slow. Environmental mitigation issues were just resolved in December. 2000 which will allow ROW entry to properties to perform field studies to determine alignment and finalization of the PSR. The preparation of the Project Report will commence thereafter. This process has impacted invoice submittal. Route 60 - HOV 60/I-215 to Redlands Blvd project recently started, however scoping issues relating to clearances on existing overcrossings and improvements on the Perris Blvd. Interchange is delaying full design to proceed. Route 1 11 - Design activities for the Palm Desert projects have been delayed due to awaiting decision on the feasibility of the City assuming Hwy 111 design responsibilities from the State for all projects. Highway Construction Route 74 - Due to the on -going design and environmental issues, ROW acquisition just recently started and will cause a delay in the start of construction work until fall 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 111 - 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. 000007 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 activities will be limited to installing temporary lighting and a security system and boarding up the windows and entry areas until such time as a decision is made by the Commission on what the plan use for the building itself is going to be. San Jacinto Line - A design consultant has just been selected and would anticipate incurred expenditures late 3"d quarter. Tier II stations - final design cannot commence until the environmental document is completed by the City which is the lead agency and RCTC receives from BNSF station approval as it relates to the impact on rail freight traffic. Until such time as approval is given the consultants work will be limited and invoice submittal minimal. 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. Tier II station start of construction is now forecasted for FY2002. Special Studies The North/South corridor study final report has not been submitted by the consultant along with their invoice. SCAG will be performing the Countywide origin and destination study and no invoice have been submitted as of this quarter.. 000008 AGENDA ITEM 5B RIVERS/DE COUNTY TRANSPORTATION COMM/SS/ON DATE: February 26, 2001 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 December 31, 2000; and 2) Forward to the Commission for final action. 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 December 31, 2000 is also attached for your review. Attachments 000009 Portfolio Investm ent Type Federal Agency N otes 12% M usual Funds County Pool to% 39% Investm ent Agreem ents 39% Statement of Compliance All of the above investments and any investment decisions made for the quarter ending December 31, 2000 were in full compliance with the Commission's investment policy as adopted on November 12, 1998. The Commission has adequate cash flows for six mo of operations. Signed by Chief Financial leer )0 Investme nt Portfoli o R eport Period Endi ng December 31, 2000 OPERATING FUNDS RATING PAR PURCHASE MATURITY YIELD TO PURCHASE M ARKET UNREALIZED MOODVS/S&P/FITCH V ALUE DATE DATE MARKET PRICE V ALUE GAIN (LOSS) Ban k of America 1888,339 AA1/AA- Cash with Coun ty Treasure r 147,270,687 AAA-MR1/ AAAf-S1/AAN1 + Fine nc ld Inves tors Trust (FIT) 85,178,820 AAA/AAA Highmark Money M arke t (US Trea sury Ob Fund) 1199,948 AAA/AAA Agenay/Trsssury Bso udBaa: Fe d N at'l Mtg. Ass oc. 14,999,760 AAA/AAA 16,000,000 04/07/00 03/30/01 8 .86% 14,999,760 16,004,688 14,938 Fed Home Ln Ban ks 13,778,611 AAA/AAA 13,776,000 00/1e/00 00/14/01 0 .80 % 13,778,511 13,791,618 113,006 Fa d Ho me Ln M tg 11,994,800 AAA/ AAA 12,000,000 08/14/99 08/15/01 6 .89% 11,984,000 11,998,876 12,276 Fed Home Ln Ban ks 12,628,748 A AA/AAA 12,640,000 11/01/99 09/17/01 0 .12 % 12 ,628,748 12,638,413 19,886 Fed Nati Mtg Ass n. Medium Tenn (Callable ) 12,287,844 A AA/AAA 12,300,000 02/23/99 02/25/02 6 .66% 12,297,844 12,290,836 -17,009 Fed Nat') Mtge A ssoc . 12,000,000 AAA/AAA 12,000,000 03/09/89 03/08/02 6.88% 12,000,000 11,996,002 -14,938 Fed Net') Mtge Ass oc. 11,180,968 AAA/A AA 11,183,000 12/07/00 02/22/01 8.43% 11,188,968 11,171,733 14 ,776 Fed Home Ln Banks Discount No te 11,981,200 AAA/AAA 12,000,000 08/14/80 07/15/03 0 .29% 11,961,200 42,007,500 140,300 Su b -Tota l 174,083,282 120,798,000 120,727,810 120,790,020 189,010 FUNDS HELD IN TRUST Cash with County: Local Tra nsporta tio n Fund First American Treasury Sub -Total 117,086,792 AAA-M R1/AAAf-S1/AAAv1+ 12,731,199 AAA/A AA COM MISSION BOND PROJECT FUNDS/DEBT RESERVE 119,790,091 Milestone Fun ds 19,047,264 AAA/AAA First America n Treasu ry 148,962,747 AAA/AAA U.S. Trsssury Notes 116,828,000 AAA/AA A MBIA Investmen t Agree men t 10 Bub -Total 173,838,000 Q TOTAL 1187, 798,273 SUMMARIZED I NVESTMENT MT Sank* 1888,339 Co wl, with County 184,330,300 M ut ed Funds: A nemia! Investor s Tr ust 16,170,820 H(ghmerk 1198,948 Net American Treas ury 12,731,1 90 Mile ston e 18,047,264 Sub -Tote) M utual Funds 117,166,218 Federal Agency Note s 120,727,610 L .S. Treasury Not es 184,888,747 investme nt Agre em ents 10 TOTAL 1167.790 ,273 Monthly Master Account Statement December 29, 2000 ACCOUNT 330072823-00 RIVERSIDE COUNTY TRANSPORTATION COMMISSION 3560 UNIVERSITY PLACE RIVERSIDE CA 92501 U.S. TREASURY MONEY MARKET (AM) SUBACCOUNT FINANCIAL INVESTORS TRUST Fund Performance as of 12/29/00 SEC 7 DAY YIELD 5.96% 7 DAY EFFECTIVE YIELD 6.14% OPENING — ENDING MONTHLY REINVESTED MONTHLY BALANCE TOTAL CREDITS TOTAL DEBITS DIVIDENDS BALANCE U.S. TREASURY MONEY MARKET (AM) 00 5,149,283.96 0.00 0.00 27,535.87 $5,176,819.83 5,149,283.96 0.00 0.00 27,535.87 55,176,819.83 Total FIT Funds Investment 5,149,283.96 0.00 0.00 27,535.87 5,176,819.83 Notes: ALPS Mutual Funds Services Sponsor and Distributor GE Investments The Investment Management Arm o! GE Investment Advisor 000012 County of Riverside Treasurer's Pooled Investment Fund Compliance Analysis and Investment Report December 31, 2000 Paul McDonnell - TreasurerlTax Collector Kenneth C. Kirin - Assistant Treasurer Donald R. Kent - Chief Deputy Treasurer Treasurer's Commentary "The FED's Big Surprise" For the first half of December, all eyes were glued to the news networks as the 2000 presidential election finally ended up in the hands of the Supreme Court of the United States, resulting in a 35 day court battle victory for George W. Bush. As far as the FED goes, the December 19th FOMC meeting resulted in a bias shift from inflation to weakness, but no change in rates. Normally, we do not comment on events outside of the recent month end, but, with a January 3rd intra-meeting 50 bps. rate cut, we thought it appropriate to comment. The January 3rd surprise rate cut came on the heels of disappointing economic news on the National Association of Purchasing Mangers (NAPM) index, and, constriction spending. Both indicators coupled with all other previous indicators to date suggested a rapid slowdown was turning to the talk of recession among certain market observers. The surprise FED action was fuel enough to propel the NASDAQ to its largest single day advance, topping 3 billion shares traded. The other indices followed suit. although they did not enjoy quite the same percentage gains. Speculation had been mounting prior to the December meeting that the FED was behind the curve, and action was imminent. Market observers are continuing to look for more rate cuts of possibly 25-50 bps. at the next scheduled FOMC meeting on January 31st. At month's end, the overnight rate was 5.00% (down 175 bps. from November), the 2 -year T -Note was yielding 5.09% (down 51 s.), while the 30 year T -Bond was 5.45% (down 16 bps.). For December, the Pool experienced a 7 bps. increase in the month en continue to expect to see a decline in the Pool yield as some of our older securities mature and we reinvest at the c Another FED easing would, of course, accelerate that decline. Paul McDonnell Treasurer -Tax Collector AUGUST JULY 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. DECEMBER $ 1,884,354,638 $ 1,884,413,227 $ 58,590 0.00% 6.42% 0.66 0.26 PORTFOLIO STATISTICS NOVEMBER $ 1,488,080,963 $ 1,484,826,949 $ (3,254,014) -0.22% 6.35% 0.77 0.53 OCTOBER SEPTEMBER $ 1,447,740,379 $ 1,436,721,766 $ (11,018,613) -0.77% 6.33% 0.72 0.53 $1,505,484,434 $1,494,584,737 $ (10.899,697). -0.73% 6.30% 0.70 0.54 $ 1,490,290,189 $1,478.296,388 $ (11,993,801) -0.81% 6.19% 0.81 0.62 5 1,474.752,647 $ 1,462,680,142 $ (12,072,505) -0.83% 6.17% 0.81 0.63 L THE RIVERSIDE COUNTY TREASURER'S POOLED INVESTMENT FUND IS CURRENTLY RATED: AAAIMR1 BY MOODY'S INVESTOR SERVICES AAAIVI+ BY FITCH IBCA County Administrative Center 4080 Lemon Street, 4th Floor - Capital Markets Riverside, CA 92502-2205 www.countytreasurer.org (909) 955 - 3908 000013 1 Treasurer's Pooled Investment Fund - Portfolio Characteristics December 31, 2000 Maturi 30 Days or Less 30 - 90 Days 90 Days -1 Year 1 - 2 Years 2 - 3 Years Over 3 Years Total: uali U.S. Treasury Federal Agency AAA A-1 and/or P-1 N/R Total: Market Value 986,540,742.23 152,691,961.11 283,270,900.00 245,837,601.85 215,772,022.10 300.000.00 S1,884,413,227.29 Market Value 252,265.00 785,086,608.95 58,160,350.00 1,016,114,003.34 • 24.800.000.00 " 51,884,413,227.29 Sector U.S. Treasury Federal Agency Cash Equiv. & MMF's Commercial Paper Medium Term Notes Aegotiable CD's Certificates of Deposit Local Agency Obligations Total: Market Value 252,265.00 785,086,608.95 303,100,000.00 736,114,00334 5,060,350.00 30,000,000.00 18,000,000.00 6.800.000.00 S1,884,413,227.29 • Includes Repos •• Collateralized Time Deposits it Local Agesry Obligees Sector Medium Tann mass 0.27% Commercial Paper 39.06% N.sodabis CD's 1.59% Cash Epdv. i a Min -- 16.06% Giresun U.S. Treasury of Depot um '� 0.01% tom Ipsitof oal me 4.3m '• �Fedorel ‘a+ r 41.ee% RIVERSIDE PORTFOLIO SIMULATION Interest Rate Stress Analysis Interest rate stress analysis is used to show the effect on market value, given a dramatic change in interest rates. The table to the right 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 are assumed to move up or down 300 basis points (bp) in 50 bp increments. Next to the change in market value is the gain/loss column for each scenario. 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 6.44%. In addition, the portfolio would be six months shorter. Acquisition Cost $1,884,355 11,884,355 51,884,355 51,884,355 31,884,355 31,884,355 Yield Change Abp) -300 -250 -200 -150 -100 -60 1 11,884.365 51,884,355 31,884,355 31,884,355 31,884,355 31,884,355 31,884,355 0 50 100 150 200 250 300 Interest Rate Changes Take Place: Instantaneous Over Jix Moms Market Value Gain/L,oss Market Value Gain/Loss $1,894,052 $9,698 $1,929,313 $44,959 31,892,571 $8,217 $1,932,232 $47,878 31,891,114 36,760 31,934,921 350,567 31,889,687 35,333 11,937,247 $52,893 51,888,208 33,854 11,939,439 155,085 31,886,538 32,184 31,941,496 357,142 31,884,413 359 31,943,479 $59,125 31,881,572 52,782 31,945,013 560,659 31,878,136 46,218 $1,948,199 $81,845 31,874,171 -310,183 31,946,850 362,496 31,869,735 414,619 31,947,201 562,847 31,864,875 419,479 31,947,461 $63,107 31,859,735 -324,619 31,947,678 $63,324 poem anima This analysis demonstrates that sharp moves of interest rates either up or down by 3% will oat have a significant effect on this portfolio. 000014 COMPLIANCE WITH STATE LAW AND TREASURER'S POLICY The Treasurer's Pooled Investment Fund is governed by both State Law and County Policy. The County Treasurers Statement of Investment Policy is more restrictive than the Califomia Government Code. This policy is reviewed annually by the County's Investment Oversight Committee and approved by the County Board of Supervisors. As of this month end, the County Treasurer's Pooled Investment Fund was in compliance with this more restrictive policy. Although we have been diligent in the prepartion of this report, we have relied upon numerous pricing and analytical sources including Bloomberg Market Database and Capital Management Sciences, Inc. FUND SERVICES ADVISORS, INC (310) 229-9170 SUMMARY OF AUTHORIZED INVESTMENTS Cal. Govt. Investment Cat9OprY 53601(a) 'LOCAL AGY BONDS 53601(b) 53601(d) 53601(e) 53601(f) ,53601(g) 53601(h) 53601(1) 53601(1) 53601(►) 53601(k) 53801(m) 53601(n) 16429 (1,2,3) U. S. TREASURY CALIFORNIA LOCAL AGENCY DEBT FEDERAL AGENCIES BILLS OF EXCHANGE COMM RAPER CERTIFICATE & TIME DEPOSITS _ REPOS REVERSE REPOS MED. TERM NOTES MUTUAL FUNDS SECURED DEPOSITS (BANK DEPOSITS) MORTGAGE PASS -THROUGH SECURITY LOCAL AGENCY INVESTMENT FUNDS 1 California Govomnwnt Code County Investment Policy Ms.+drnum Nrthariz s % SIMIN htmlutllx I.imG P&PIMoodry's Mater Max mum 5 YEARS 5 YEARS 5 YEARS 5 YEARS 270 DAYS 180 DAYS 5 YEARS 1 YEAR 92 DAYS 5 YEARS 90 DAYS 2 5 YEARS 5 YEARS N/A NO LIMIT _ NO LIMIT NO LIMB NO LIMIT 40%' 40% 30% NO LIMIT _ 20% 30% 20% NO LIMIT 20% A1/P1 A AANAaa AA -SECURITY A - ISSUER 3 YEARS 3 YEARS 3 YEARS 3 YEARS 180 DAYS Authorized Qua!ty Limit SEPRvlopW A ttclt 15% / S150mm 100% A/A2/A NIA 2.5% InvesSnort Grade 100% N/A 30% A1/P1/F1 180 DAYS 40% _ A1/P1/F1 1 YEAR 31 DAYS - 80 DAYS I 10% max NIA 2 YEARS 20% max A1/P1/F1 20% max A1/P1/F1 IMMEDIATE 1 YEAR N/A NO LIMIT ' No more than 30% o1 tnss category may be invested with any one comments] Dunk Mutual Funds maturity may be Interpreted as weighted enrage maturity not exoesdng 90 days. Or must have an Investment Advisor with not less than 5 years +=penanr a and wtth assets under management or 3500,000,000. Los Angeles - San Francisco - New York 3 YEARS 10% max ANAa2/AA AAA by 2 of 3 Rating 15% /8150mm Anenaas 2% mex N/A 0% max R e g i s t e r e d I n v e s t m e n t A d v i s o rs 0.00%1 0.01% 0.36'. 41.66' 0.00% 39.08% 1.59% 1327% 0.00% 0.27% 2.82% 0.96% 0.00% 0.00% 100.00% 00001E +......... ... Vu.q. A.GAV 6Z.W1Clai. L UUU December 31, 2000 f PROJECTION OFFUTURE CA5iLFLOW The Pooled Invesmtent Fund cash flow requirements we based upon r 12 month himmiul rash Bow model The Treasurer states the hued upon projected cash receipts and manning mves:mean these rue sufficient funds to meet flmre cash Bev dishevelment requirements over the nett 12 months MONTH MONTHLY MONTHLY REQUIRED ACTUAL INV. AVAIL. TO RECEIPTS DISBMNTS DIFFERENCE MAT. INVEST BALANCE MATURITIES INVEST>I YR. 01/00 19.8 1/2000 290.9 586.9 -296.0 276.2 0.0 986.5 2/2000 378.7 341.8 36.9 0.0 36.9 74.6 3/2000 302.1 433.9 -131.8 94.9 0.0 78.1 4/2001 678.9 350.0 328.9 0.0 328.9 0.0 5/2001 353.9 580.4 -226.5 0.0 102.4 10.0 6/2001 349.4 404.5 -55.1 0.0 47.3 -15.0 7/2001 312.2 392.7 -80.5 33.2 0.0 10.0 8/2001 467.6 419.6 48.0 0.0 48.0 8.0 9/2001 373.7 353.1 20.6 0.0 68.6 50.0 10/2001 395.3 468.5 -73.2 4.6 0.0 66.0 11/2001 418.7 436.3 -17.6 17.6 - 0.0 80.0 1212001 481.2 489.5 -8.3 8.3 0.0 45.0 Totals: 4,802.6 5257.2 -454.6 434.8 1423.2 1449.2 23.08% 75.54% 76.92% 24 Month Gross Yield Trends The yield history represents gross yields; adminislTattve costs have not been deducted. Actual eamings 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 resufls. 6.75 6.50 6.25 6.00 5.75 5.50 • - ------------- --------------- ------- -------- 5.25 5.00 4.75 4.50 Jan- Feb Mar- Apr- May- Jun- Jul - 99 99 99 99 99 99 99 0.30 0.25 0.20 0.15 0.10 0.05 0.00 -0.05 -0.10 -0.15 -0.20 -0.25 -0.30 -0.35 -0.40 -0.45 - Jan- Feb Mar- Apr- May- Jun- Jul- Aug- Sep- Oct- Nov- Dec- Jan- Feb Mar- Apr- May- Jun- Jul- Aug- Sep- Oct - Nov- Derr 99 99 99 99 99 99 99 99 99 99 99 99 00 00 00 00 00 00 00 00 00 00 00 00 Gross Yield Trends Aug- Sep- Oct- Nov- Dec- Jan- Feb Mar- Apr- May- Jun- Jul- Aug- Sep- Oct-- Nov- Dec - 99 99 99 99 99 00 00 00 00 00 00 00 00 00 00 00 00 PORTFOLIO YIELD -U-- 44. TAXABLE AVERAt E I 24 Month Yield Spread (Pool Yield vs. All Taxable Average) Average Spread = -2.9 BP • The Money Fund ReportTM/ All Taxable Average is compiled and reported by iMoneyNet, Inc. (formerly IBC Financial Data, Inc.) iMoneyNet. Inc. is a leading provVder of independent analyses and information to the financial services industry, with a particular area of focus in money market mutual funds. The All -Taxable Index tracks the yield of aver 500 taxable money market funds across several categories, i.e. Treasury, Government, and Prime, and reports the average yield of those funds on a monthly basis. For more information on the iMoneyNet, Inc. Index see www.ibcdata.conOndex.hbn/ 000016 1 1 1 o$oda00000a0000!l551110544Ruj11$4e!§344 a;""RMN4"4111F4444'444R44!111!!!!551111! 4$"-x-44:,4 " 9 551! W * -$440g4eR01*a51Pb!4415115!!55515158151!!!!!!!!!;1 51!!2;;;!! 1 11 iiiiiillillilliiiilli111111111111111111111111iiiiiii111111111111141111111111,411111 II I M III g!!!!=!1111111:15 � 1 1a111111111 11:;1111151i1$1A'11818_88S8888888 sass sas:rasa 8:as:spa as:a :a :sass a:s a aaasaa:arias s ss ��sss ss s s ss 11 8888 8888 88 $ a gas$$ 8888 8 888 $$ 8888888 $ 88888$8 $$$ $$$$ 8$8$8 8 1 1 Mon 1111 od oo 111 n o �d 11OA11d odd si.n 1111 w n r r r f 0 0 r r r r r r r r r r r r 1 1 0 1 0 1/ 0 0 1 1 1// O O 1 1 O O O 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i1 1/ S 1 0 0 0 0 6 0/ 0 //// 1 O 1 1 0 / O 0 1 1 1 1 11/ 1// O O 1 1 1 1 ^ w !!!!!!!!!!/!!!!!!/!!!!!l!!!!!/!!!!!!!!!!!!!!!!!!/!!9!!!!!9!19!!!!!!!18114444144 111 ig gi g 1 IC tig1ii tic ligg g g,gigg o��°Ot, ���'33��'�33�3�'S33�333��3�3��333��3�'��3'�333�333���33�=�33333333�333333�33333��'�33 11151151115511811111 115155111g515551111151115ffi ll11111115111111511111551 11111111111111111111111111111111111111111111111111111111111111111111111111111111111 $888$$$$$$88888888888888$$$8$$$$88$$88$88$$$$88888888888888888888888 8888888$$88$88 18 8 IIII888§84§§§88§§§ 888888 §§§R§ 88§§ 88§§§§88§ M § M § 8811814§§ §§4 &§88888 g1aoieof!Caeooceaeo!o!O!OOe!!!!!!!!s,000!!!!q,oc000000wnw..!o§oos,g,o.,o!0! e§ 1 1 11 PIPMIPAPHYAPPAPffi!!!!!!!!!ffiHRY,ffiffirnififfiq!!!!!!PAPIP �lRll�����fl�R�������A����5������RR A A A A A A A A A A A A A A n A A A A A A A A A A A A A n A A A A A A A A A A A A A A A A A A A A A A A A A A A A 1 1 1 11 1' 1 1 555555551 ! 55S 11.95$1!5!4 5 55S HOWIE gg3555E53 55155! i!!!!!!!!! 0 $ g 53 5 1 5 x 5555558855111555555551 5 51 51 o 1 5 1 4 5555585888!88885555551 1 s5 E1& 81 88 I I $ a 1 E 1 1 111111111111111111111 illiii51151 g M1111= 111111111111iiiiiiiiil I s ssssssssssssssssss mnInninimmm 111 111AA 11181 1 I 1 $sss . $$ $ 8 a$es 8 $ s$ 1111111111111111;11111 1 IIiiJfflfflllIIh 1 113 88 s 8 A 1 8 0 10 1 1 Al 1 1 1 S i iib i AGENDA ITEM 5C RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: February 26, 2001 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 December 31, 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 December 31, 2000. There were a total of 10,274 calls during the quarter; 6,452 to Inland CHP and 3,822 to Indio CHP dispatch offices. This represents a decrease of 3,898 calls (-27.5%) in call box activity over the quarter ending September 30, 2000. The average calls per day were 112 for the current quarter versus 154 for the previous quarter. In comparing the quarter ending December, 2000 to December, 1999 call volumes, there has been a decrease of 3,433 calls (-25%) from last year to this year. All call box programs throughout the state have been experiencing a similar decrease in usage. The total number of call box calls for the Riverside County program since inception (May 1990) is 735,762. 000019 O53SSS • Call Box calls to CHP for ALL TIME - 735,762 (Begin may .90) Dec Nov Oct 3,493 4,238 ' �'i+i`ti'f�%%J.'/v'cif°��'�*`�++i�v'�i"��r'w`i'���`J�:I`�v'�'+`%/*✓+J`*,�+1.�'�✓; Itfv*+war%'"'w�`►+' 1M/` �ii�1i`w�+i�+it«I�v��rl��/�1.l�ri�`.J�/1�it�w✓: 3,256 4,498 3,525 21999 ❑ 2000 4,971 0 RCTC 1,000 2,000 3,000 Calls to CHP Active CaII Boxes 4,000 Calls to CHP 5,000 6,000 Calls/Box Chart 4th QTR 1999 1,115 13,707 4th QTR 2000 Difference 1,105 -10 10,274 -3,433 12.3 9.3 -3.0 Dec Totals Oci • Dec Totals J8 3atch ET1t�rS ' Inland, Call :Boxes • Indio Inland Galls to CHP Calls/Box 4th QTR 1999 4th QTR 2000 Difference Indio 4th QTR 1999 4th QTR 2000 Difference, -.554 6, -8 CaII Boxes 561 559 -2 8,491 6,452 -2,039 Calls to CHP 5,216 3,822 -1,394 Produced by: TeleTran Tek Services Page: 1 15.3 11.8 • .,3.5 • Calls/Box 9.3 6.8 -2.5 C) Cr n 0 CD EDI CD ca CD V) 3 3 1< 0 r� 0 n -0 000Z Javeno Lilt Data Source: AT&T Wireless 000020 Average Call Lengths 4th Quarter Oct -99 Nov -99 3:47 3:56 3:39 eaC>IP es.Ve-- Iii•^ , -�`� e% 4th Quarter 3:29 'The amount of time each call box is authorized to use in one month without an additional charge from the cellular vendor 1,115 CaII boxes 117,075 Minutes Call Box Cellular Minutes Allocated 117,075 minutes 1,105 Call boxes I 116,025 Minutes used to call... CHP 52,011 - A44%;.G CHP'4'R ,.. Maintenance 12,083'" --1O , ... Other Numbers 696 _ 1 % r-).- - Cellular time used 64,790 55% GOD Remaining 52,285 45% Cell Time used 55% 45% Remaining cell time -Total Used Maint. ---10% Call Box Cellular Minutes Allocated 116,025 minutes seclst ::41F X793 A 1 r gr Cellular time used Remaining 49,804 43% en 66,221 57% Cell Time used 43% 57% Remaining cell time Total :use Call Length Number of calls 2,885. 21% 1 to 3 min 4,040 l" 3 to 5 min 2,989 5 to 7 min 1,563 In 1,075 1,155[ Call Length Number of calls Percent 29% 1 to3min 22% 3to5min 11% 5to7min 8% 7to9min 8% over 9 min 13,707 calls 1999 Maintenance Calls (4th.QTR) Calls Expected*(32) 33,450 Actual I 38,6681 Too Many 5,218 2,394 = 23% 583 I 703 10,274 calls 100% Calls Expected'® 33,150 Actual I :34,4431 Too Manyll 1,293 'Call boxes are scheduled to Call Maintenance every 3 days (10 times/month) Produced by: TeleTran Tek Services Page: 2 90 episaani}d z 0) 000Z iepeno 4117 Data Source: AT&T Wireless 000021 20 xoq / spo abeieAV 15 10 01999 0 2000 1 4th QTR 1999 4th QTR 2000 Call Calls to Avg Highway Boxes CHP ` Calls/Box Call Calls to .Avg Highway Boxes CHP Calls/Box RV -010 RV -015 398 4,157 10.4 200 3,553 17.8 RV -010 398 2,934 7.4 RV -015 200 2,691 13.5 RV -031 5 31 6.2 RV -033 2 9 4.5 RV -033 2 20 10.0 RV -060 74 • 915 12.4 RV -060 72 768 10.7 RV -062 27 250 9.3 RV -062 27 189 7.0 RV -071 _ 0 0 0.0 RV -071 0 0 0.0 RV -074 29 211 7.3 RV -074 29 207 7.1 RV -078 7 13 1.9 RV -078 7 3 0.4 RV -079 29 209 7.2 _ RV -079 29 208 7.2 RV -086 10 38 3.8 RV -086 10 51 5.1 RV -86S _ 14 69 4.9 RV -86S 14 73 5.2 RV -091 161 2,403 14.9 RV -091 155 1, 791 11.6 RV -095 7 9 1.3 RV -095 7 7 1.0 RV -111 _ 13 104 8.0 RV -111 _ 12 69 5.8 RV -177 26 54 2.1 RV -177 26 30 1.2 RV -215 RV -243 87 14 1,548 60 17.8, 4.3 RV -215 RV -243 _ 87 13 1,117 62 12.8 4.8 RV -371 unassigned 12 0 _ 74 0 6.2 0.0 RV -371 unassigned 12 _ 37 3.1 0 0 0.0 TOTALS 1,115 13,707 12.3 r TOTALS 1,105 10,274 Produced by: TeleTran Tek Services Page: 3 CD l: CD CO X U) '^C'). V (15. 000g iei eno yi1, Data Source: AT&T Wireless 000022 Calls to CHP Park N Ride TIME of day 4th QTR 999 2000 10pm - 11 pm 423 324 11 pm - 12am 303 213 12am - lam 269 183 1 am - 2am 195 150 2am - 3am 172 159 3am - 4am 163 139 4am - 5am 165 142 5am - 6am 293 250 TOTAL 1,983 1,560 4th QTR 1999 2000 s - 4 4 1 2 2 3 2 1 3 2 0 0 4 18 19 Average Calls / Day 4th Quarter 1999 2000 • 4.6 3.6 3:3 2.3 2.9 2.0 2.1 1.6 1.9 1.7 1.8, 1.5 .8 1.6 3.2 2.7 6am - 7am 475 368 7am - 8am 611 485 8am - 9am 588 442 9am - 10am 618 519 10am - 11 am 683 512 11 am - 12pm 746 549 12pm - 1 pm 773 605 1 pm - 2pm 980 663 TOTAL 5,474 4,143 3 2 11 6 5 6 7 9 8 20 19 11 4 11 11 11 84 60 2pm - 3pm 976 667 3pm - 4pm 926 703 4pm - 5pm 1,008 703 5pm - 6pm 886 671 6pm - 7pm 833 589 7pm - 8pm 596 490 8pm - 9pm 570 430 9pm - 10pm 455 318 TOTAL 6,250 4,571 RCTC TOTAL 21 11 19 13 14 19 24. 24 14 23 7 20 7 14 5 2 130 107 13,707 21.7, 17.1 5.2. 4.0 6.7 5.3 6.4 6.8 7.5 4.8 5.7 5.6 8.2 8:5 10.7 6.0 6.6 7.3 60.0 45.4 r r 1 i_ r � f I 4th OTR 1999 4th QTR 2000 10.7 7.3 - 1 - , 10.1 7.7 - 1 11.0 7.7 - - 9.7- 7.4 l - I - 1 9.1 6.5 - L - . -¢ 6.5 5.4 J 1 - 1 6.2 _ 4.7 ' 1 5.0 68.5 3.5 50.1 1 . %-r Iv A` F 10,274 232 186 150.2 112.6 Produced by: TeleTran Tek Services Page: 4 RCTC TOTAL CD C/) CD 3 3 cn O 0 -13 cr O 000Z aapeno La, Data Source: AT&T Wireless 00002'' Produced by: TeleTran Tek Services Riverside Preventive Maintenance 000Z iereno utt7 Page: 5 Data Source: Comarco Wireless 000024 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.) 18% 16% - 14% m 12% co 10% ai 8% Aug '99 - CHP changed from the SR1000 ACD to the Meridian ACD. [Data was not provide by CHP from Aug - Dec 1999.) Feb -00 Mar -00 Apr -00 May -00 Jul -00 Aug -00 Sep -00 Oct -00 Dec -00 The length of time (in minutes) a motorist waited before hanaina uo or "rpriiati►,r,• On hold Oct -00 Nov -00 Dec -00 AVG <12 18% 15% 13% 15% <24 4% 5% 6% 5% <36 8% 6% 8% 7% <48 5% 7% 8% 7% <60 3% 4% 4% 4% <120 _ 17% 20% 16% >120 45% 42% 45% _18% 44% Delay Oct -00 Nov -00 Dec -00 AVG Average 188 1 174 [ 190 I 184 Produced by: TeleTran Tek Services 50% 45% 40% 35% 30% 25% 20% 15% 10% 5% 0% Page: 6 13% Average time on hold before disconnecting <12 <24 <36 <48 <60 <120 >120 Seconds OOOZ iepeno Lilt Data Source: CHP o2c8ozr 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. 90% 80% 70% — 60% — 50% — 40% - to co E rv 473 cn m Z m 5 e o i$ 8 8 8 8 $ 8 90 -- 60 30 Y N m 6 d m y cn z m O 8 8 8 8 8 8 8 8 Jan -99 79% 62 1 Feb -99 79% 62 Mar -99 80% 60 Apr -99 May -99 80% 80% 65 56 Jun -99 84% 83 Jul -99 83% 82 Aug -99 NA NA Sep -99 a) NA NA cri ca o Oct -99 Z NA NA Z Nov -99 aa'i NA NA Dec -99 co NA NA Jan -00 42% 44 Feb -00 49% Mar -00 Apr -00 70 48% 47% 55 57 May -00 53% 71 Jun -00 51% 67 Jul -00 45% 88 Aug -00 49% 93 Sep -00 44% 87 Oct -00 58% 55 Nov -00 60% 49 Dec -00 56% 55 n r C r- 0 rn > D m Answenxl in Oct -00 Nov -00 Dec -00 AVG 7% MINN 7% 7% ta�eCFi!r_i'i Delayed 5% 4% 3% O ==7J p 4% 5% 4% 3% 3% 4% 3% 3% 3% 3% 9% 9% 9% 10% 9%I 15% X120 16% 14% 16% 15% 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 & Sep data was averaged using historical trends due to incomplete CHP source data. Produced by: TeleTran Tek Services Page: 7 33 CD Q CD CD CAD Q 0 AO 0) (1) - 000g aaian0 uij Data Source: CHP ACD 000026 CALSAFE CALL BOX ACTIVITY REPORT Del Norte Mendocino *CVRS Counties Sacramento San Joaquin Sutter Yuba Yolo 'MTC Counties Alameda Contra Costa Mann Napa San Francisco San Mateo Santa Clara Solano Sonoma MTC' Santa Cruz Monterey CVRS' San Luis Obispo Santa Barbara Ventura Orange December 2000 Imperial Ca1SAFE Call Boxes Members Dec San Diego Riverside MTC CVRS Ventura Santa Barbara 1,689 21% 1,105 13% 3,250 40% 1,288 16% 556 70/0 331 4% Calls to CHP. Calls / Box Dec Year to Date Dec YTD 7,185 30% 3,493 14% 8,947 37% 2,838 12% 1,151 5% 600 2% 104,660 30% 49,818 14% 127,134 37% 40,969 12% 17,012 5% 7,964 2% 4.3 62.0 3.2 45.1 2.8 39.1 2.2 31.8 2.1 30.6 otal 8,219 100% 24,214 100% 347,557 100%. 2.9 1.8 24.1 Produced by: TeleTran Tek Services Page: 8 Data Source: Cellular Tapes 000027 AGENDA ITEM 6 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: February 26, 2001 TO: Budget and Implementation Committee • FROM: Bill Hughes, Bechtel Project Manager Karl Sauer, Bechtel Construction Manager THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Request for Proposal (RFP) for Consultant Services to Provide Preliminary Engineering and Environmental Studies, for Proposed Improvements to Route 91, from Mary Street to 7th Street STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Concur with a Caltrans request that RCTC become the lead agency for preliminary engineering and environmental clearance, for proposed improvements to Route 91, from Mary St. to 7th St., in the City of Riverside; 2) Prepare and advertise a Request for Proposal (RFP), for consultant services to provide preliminary engineering and environmental studies for proposed improvements to Route 91; 3) Form a selection committee to review, evaluate, andrank all RFP's received; and after the evaluation process; 4) Negotiate a contract with the top ranked consultant(s) and return to the Commission with a contract recommendation; and 5) Forward to the Commission for final action. BACKGROUND INFORMATION: At its January 12, 2000 meeting, the Commission committed to support full funding for the widening of State Route 91 between Mary and Seventh Streets, in the City of Riverside. The estimated project cost was $170.7 million (current dollars). At the November 8, 2000 meeting when the Commission approved the cost increase for the 1-215 project that action also affirmed that $20.0 million of TCRP and $15.043 million of Regional Improvement Program (RIP) funds were now available for the Route 91 project. 000028 The preliminary phase of the project is proposed to be funded with a portion of the $20.0 million of Transportation Congestion Relief Program (TCRP) funds available to the project. To move this project forward, Caltrans and Commission staff have agreed that the Commission be the lead agency for this project, and contract out for consultant services to provide preliminary engineering and environmental studies for the project. The scope of work is proposed to be in two phases. The first phase would be for the preparation of a Project Report and Environmental Document. The second phase would be for the preparation of a Final PS&E for the environmentally cleared project. Selection of the consultant will be in accordance with federal procurement requirements. It is estimated that the first phase services will cost approximately $2.0 million and would be funded by TCRP funds. The schedule for the selection process is proposed as follows: Calendar of Events Advertise Request for Proposals Request for Proposals Submittal Deadline Shortlist top three (3) qualified firms Interview top three (3) qualified firms Committee Recommendation to Commission March 19, 2001 April 12,2001 April 27, 2001 May 10, 2001 June 13, 2001 000029 AGENDA ITEM 7 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: February 26, 2001 TO: Budget and Implementation Committee FROM: Bill Hughes, Bechtel Project Manager THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Scope of Work for Measure "A" HOV Widening Project in the City of Moreno Valley as it relates to Ramp Improvements to the Perris Boulevard Interchange and Bridge Vertical Clearances STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Separate the Perris Blvd. Interchange ramp improvements from the State Route 60 HOV project, while coordinating the SR 60 HOV improvements so that there will be minimal throw -a -way costs when the future Perris Blvd. Interchange improvements are approved; 2) Assist the City of Moreno Valley to research alternatives to fund the preparation of a separate Project Study Report to serve as a funding document for future improvements to the Perris Blvd. Interchange ramp improvements; 3) Resolve the bridge vertical clearance scoping issue with minimal cost to the SR 60 HOV project to maintain project delivery and prevent loss of present CMAQ funds; 4) Address as a separate project any major new scope issue that was not addressed in the Project Report as a separate project that can compete for funding based on priority, need and future availability of funds; and 5) Forward to the Commission for final action. BACKGROUND INFORMATION: At the July 1999 RCTC meeting, the Commission approved the FY 2000-2003 Congestion Mitigation and Air Quality (CMAQ) Improvement Program (see attached list). The number one ranked project on this list was the State Route 60 HOV Median widening project. This Measure "A" widening project is located between Day Street 000030 and Redlands Boulevard in Moreno Valley (see map attached). In order to stretch the availability of the CMAQ funds in the above call for projects, all of the approved projects were reduced by 6.4%. With this reduction, the SR 60 HOV project was reduced from$27,955,000 to $26,165,880. The funding for the project was also contingent on $7,240,000 of previously allocated CMAQ funds being made available from the 1-215 truck lane project. The 11.47% of local match was to be from Measure "A" funds. Current project funding is as follows: State Route 60 HOV Funding Status 2. 3. 4. Previous CMAQ moved from 1-215 truck lane FY 2000-2003 CMAQ Measure "A" Total Funding Available Current Estimate of Project Cost based on Caltrans Project Report 6. Current Funding Shortfall $7,240,000 $26,165,880 $6,000,000 $39,405,880 $40,050,000 ($644,120) At the February 9, 2000 RCTC meeting, the Commission awarded a final design contract for the subject project to Holmes and Narver Infrastructure. The Commission directed that the Perris Blvd. ramp improvements were to be included in the design of the SR 60 HOV lane project. For the past year, staff has been working with Caltrans and the City of Moreno Valley to resolve scoping issues related to the SR 60 HOV project so that the. project can move forward. Two scoping issues are currently preventing staff from making progress on project delivery. The first scoping issue is the inclusion of the Perris Blvd. ramp improvements. After a great deal of study relating to the various interchange alternatives that are possible, it has become apparent that any solution that will address the ultimate 2025 traffic congestion cannot be studied under a Negative Declaration/Finding of No Significant Impact due to the possible impacts to two businesses near the corner of Perris Blvd. and Elder Ave. To perform a full Environmental Impact Report/Environmental Impact Study (EIR/EIS) for this project will significantly delay the delivery of the SR 60 HOV lane project (18 - 24 months). The second problem related to scoping is the fact that several of the bridges, according to Caltrans, have vertical clearance problems. Vertical clearance is the smallest distance between the structure and highway and determines the largest 000031 vehicle that can safely pass under the structure. Caltrans uses the smallest point of vertical clearance regardless of what lane or portion of the shoulder on the highway that it occurs. The design standard for vertical clearance is 16'-9". The project limits include four overcrossings: Indian Ave., Nason St., Moreno Beach Dr., and Redlands Blvd. With the exception of Nason St., each of these over crossings are at least one foot below the desired level in one or both directions. The attached table shows both the existing and proposed clearance with the new HOV lane added. The table also shows three alternatives to address the problem: placing a crown in the-HOV buffer between the HOV lane and the number one lane, lowering the freeway and replacing the over crossing. By stopping the project just short of Redlands Blvd., this bridge can be eliminated from consideration at this time. Caltrans has also agreed to waive any improvements to Nason St. since the HOV project either does not govern the vertical clearance of that structure or remains above 16'-0" in the worst case. This leaves Indian Ave. and Moreno Beach Dr. for the project to address. Two alternatives to address the vertical clearance issue that would be acceptable to Caltrans at the remaining two structures are lowering the freeway as it passes under the structure or replacing the bridges. These alternative will add between $3 and $5 million to the project. RCTC staff and consultants are also looking into a lower cost alternative to address the vertical clearance problem where necessary. In this alternative, a crown is placed in the HOV buffer and sloping the highway down away from the structure, the vertical clearance will not be adversely impacted by the SR 60 HOV project. The cost to address this issue in this fashion can be done for a fraction of the cost of either lowering the freeway or replacing the bridge. This alternative however may not be the preferred alternative of Caltrans. The current Caltrans policy is that when a -project is performed on a section of highway, any substandard conditions such as vertical clearances must be remedied. When Caltrans performed the project report for this project they did not include any costs for fixing the vertical clearance problem. RCTC funded the project based on the Caltrans Project Report cost estimate. Staff was not informed that RCTC would be required to fix the vertical clearance problem until the project design efforts were initiated. The final issue related to project delivery is that the bulk of the project funding is CMAQ funding that is subject to use it or lose it stipulations of AB1012. Increasing the scope of the project at this time by either keeping the Perris Blvd. ramp improvements in the project or replacing any of the potentially impacted bridges could result in project delays from the need to perform additional studies, obtain a more complex environmental clearance, and/or the need to obtain additional funding. 000032 In order to resolve the scoping issues related to this project, staff is recommending the following actions: 1 . Remove the Perris Blvd. Interchange ramp improvements from the SR 60 HOV project. This project should be addressed under a separate set of documents. Staff will work with the City of Moreno Valley to identify a funding, source for the project study report that can be used as a basis to obtain the remaining funds to construct the project. Staff will work with the City of Moreno Valley to assure that no throw -a -way costs are incurred with the SR60 HOV project as it relates to the construction of the Perris Blvd. under crossing bridge. This could add an additional $2.5 million dollars to the cost of the SR 60 HOV project if it is determined that the current under crossing is insufficient and must be replaced. 2. Direct Staff to work with Caltrans to resolve the vertical clearance issue with direction to keep the cost of the project within the general framework of the original Project Report. No bridges are to be replaced and no significant scope is to be added to this project to resolve the vertical clearance problem. 3. Any major new scope requests that are outside of the scope identified in the approved project report should be addressed with a separate project that can compete for project funding based on priority, need and availability of funds. 00003? State Route 60 60 / 215 to Redlands i fEGIN PRGJE T ICS /w INC VICINITY INAP Ivi0RENO VALLEY a 1 1 w r t # IMAM )END PROnc-r Fir a 2 r 000034 FY 2000-2003 PROPOSED C ONGESTION MITIGATI ON AND AIR QUALITY PROGRAM FOR THE SOUTH C OAST AIR BASIN Funding A vailable = $43,631,366 RECOMMENDED FOR FUNDING: AGENCY PROJECT DESCRIPTION CMAQ $ REQ'D LESS 6.4% ATTACIIMENT II TOTAL RECOM'D $ CUMM. T OTAL SCORE 1 RCTC SR 60/Moreno Valley HOV Median Widening $27,955,000 1 $1,789,1.20 $26,165,880 $26,165,880 19 2 County Valley Way EB Entrance & Exit Ramp Project " $3,507,000 $0 $3,507,000 $29,672,880 16 3 Corona Main St/SR91 IC & Circulation Improvements $1,766,600 $113,062 $1,653,538 $31,326,418 15 4 Riverside SR 91/La Sierrra Av e. IC Reconstruction 51,700,000 $108,800 $1,591,200_ $32,917,618 14 5 Riverside Jurupa Ave. Underpass at Union Pacific RR $6,700,000 $4.28,800 $6,271,200 $39,188,818 14 6 County Rancho Calif. Rd left & right tum lanes $1,056,000 $0 $1,056,000 $40,244,818 13 7 Lake Elsinore Interconnect at Center/Collier & Collier/Riverside _ $759,500 $48,608 $710,892 $40,955,710 13 8 San Jacinto Signal at Ramona/E. Main/San Jacln./De Anza $210,000 $13,440 $196,560 541,152,270 13 9 Beaumont Interconnect at I-10/SR79 $504,774 532,306 $472,468 541,624,738 12 10 Hemet Construction_ of transportation/transit center $354,000 522,658 $331,344 541,956.082 12 11 Perris Traffic Signal at 4th St/Redlands Ave. $250,000 _ 516,000 $234,000 $42,190,082 12 12 Murrieta Traffic Signal at Jefferson Ave/Kalmia St. $71,715 $4,590 $67,125 $42,257,207 11 13 County Traffic Signal & Interconnect at Etiwanda Ave. $248,000 $0 $248,000 _ $42,505,207 10 14 So Cal Edison Zero Emission Mobile Industrial Equip Buydown $497,500 $31,840 $465,660 $42,970,867 10 15 Moreno Valley Traffic Signals along Nason Street $372,000 $23,808. $348,192 $43,319,059 9 16 Murrleta Traffic Signal at Jefferson Ave/M urrleta Hot Spr. $61,215 53,918 $57,297 $43,376,357 9 17 M urrieta Traffic Signal at Adams Ave/Kalmia St. $71,715 , $4,590 $67,125 $43,443,482 9 18 WRCOG Development of 2 Clean Cities Coalitions $158,589 $10,150 $148,439 $43,591,921 9 $46,243,608 $2,651,687 " Original request was for $6.507,000. The County will phase thls project, (hereby redudng required amount or CMAO funds. $43,591,921 $43,591,921 Total Recommended 18 Pr ojects, 13 Agencies CM 1L xis SUMMARY OF VERTICAL CLEARANCE ANALYSIS OVERCROSSINC VERTICAL CLEARA NCE ESTIMATED C OSTtl'2) PDT RECOMMENDATION , Westbound Eastbound Lower SR60 5 .1m Min VC Replace Overcrossing Exist Min Vert CIr(5) H OV ETW Exist Min Vert C105) H OV ETW Std Crown Crown @ ETW Std Crown Crow n @ ETW In dian Ave 4. 744m(4) 4.730m 4 .835m 4 .718m(3) 4.828m 4 .886m $1,400,000 $1,900,000 Pending (15' - 6 3/4") (15' - 6 1/4") (15' - 10 1/4") (15' - 5 3/4") (15' - 10") (16' - 0 1/4") Nason St 5. 098m(4) 4. 912m N/A 4 .742m(3) 5 .056m N/A _ and OC to (16' - 8 3/4") (16' - 1 1/2") �_ ,� (15 6 3/4) (16' -7")SR60 remain at existing grade . Pr ocess Fact Sheet for n onstandard vertical clearance . Moreno Beach Dr 4.959m(4) 4.802m 4.958m 4 .653m(3) 4 .812m 4 .948m $1,900,000 $2,200,000 Pending (16' - 3 1/4") (15' - 9") (16' - 3 1/4") (15' - 3 1/4 ") (15' - 9 1/2") (16' - 2 3/4") Redlands Blv d 5. 006m(4) N/A N /A 4.748m(3) N/A N/A - - Terminate HOV lanes west of OC . (16' - 5" ) (15' - 7") SR60 and OC to remain at existing grade. Notes; (1) Cost includes construction and design. (2) The construction cost estimates for the Iowereing of SR60 at Indian Ave and Moreno Beach Dr were developed to a greater level of detail than.the estimates for replacing the overcrossings. (3) Outside ETW (4) Inside ETW (5) Vertical clearance measurements were obtained at the inside and o utside ETW along the east and west side of the existing bridges (total of four points). The vertical clearance value shown represents the minimum value of the four measured clearances. O O O W Q) oc vc_summary_rev3.xls 4:17 PM 2/5/2001 AGENDA ITEM 8 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: February 26, 2001 TO: Budget and Implementation Committee FROM: Bill Hughes, Bechtel Project Manager Karl Sauer, Bechtel Construction Manager THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Release of Retention Request for Construction Contract No. RO- 9932 for the Pedestrian Overcrossing Structures at the La Sierra and West Corona Metrolink Commuter Rail Stations STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Authorize the release of $279,295 (85%) of the $329,295, retained to date,. in a joint Mallcraft/RCTC escrow account, for Contract No. RO- 9932 for the construction of the pedestrian overcrossing structures at the La Sierra and West Corona Metrolink Commuter Rail Stations; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: In May of 1999, the Commission awarded Construction Contract No. RO-9932, for the construction of the La Sierra and West Corona Pedestrian Overcrossing Structures, to Mallcraft Inc., in the amount of $3,459,000.00. Staff also recommended that a 10% contingency of $341,000.00 be authorized to cover RCTC shared flagging costs and potential change orders encountered during construction. Mallcraft was given 190 working days to complete construction of the project. The project was partially funded (88.53%) with CMAQ funds, and the remaining 11.47% was funded with Local Match (Measure A) funds. On February 7, 2001, the elevators at the West Corona Station passed inspection by the State and was given a permit to operate. With this permit, Mallcraft's work for Contract No. RO-9932, at the West Corona Station, is substantially complete. There are only a few minor punch items remaining for Mallcraft to complete before the work at the West Corona Station is totally complete. 000037 The elevators at the La Sierra Station are scheduled to be inspected by the State and given a permit to operate by the first week of March, 2001. When the elevators at the La Sierra Station are given a permit to operate by the State, Mallcraft's work for Contract No. RO-9932 will be complete. The contract value of work completed to date by Mallcraft totals approximately $3, 315,000.00. Per the terms of the contract, 10% of the contract progress payments were deducted and put into a joint Mallcraft/RCTC escrow account. The total amount currently residing in the Mallcraft/RCTC escrow account, for work completed to date, is $329,295.00. Also, per the terms of contract, RCTC may deduct from each progress payment for the following: 1. Any liquidated damages which have accrued; 2. Any sums expended by RCTC in performing any of Mallcraft's obligations under the contract which Mallcraft fail to perform; and 3. Any other sums which RCTC is entitled to recover from Mallcraft under the terms of the contract. The following is a summary of the deductions to date: 1. BNSF Flagging - West Corona 2. BNSF Flagging - La Sierra 3. Liquidated Damages 4. Non -US Steel 5. Stop Notice - Randell Erectors Total Deductions to Date $133,000.00 $150,500.00 $210,750.00 $ 20,000.00 $ 81,131.00 $595,381.00 . Typically, when a contract is deemed substantially complete, at the request of the contractor, a portion of the retention can be released. Mallcraft has requested that RCTC release the retention for this contract. Staff concurs with this request and is recommending that RCTC release $279,295.00 (85%) of the $329,295.00, retained to date. The remaining $50,000.00 of retention will remain in the joint Mallcraft/ RCTC escrow account until the Contract is closed out, along with the $595,381 of deductions taken to date. 000038 AGENDA ITEM 9 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: February 26, 2001 TO: Budget and Implementation Committee FROM: Claudia Chase, Property Agent THROUGH: Hideo Sugita, Deputy Executive Director SUBJECT: Security Guard Service Contract STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Take the Security Guard Service contract recommendation directly to the Commission for action. BACKGROUND INFORMATION: In January 2001, the Commission authorized staff to •release an RFP for Metrolink Station Security Guard Services. The Commission has received a total of five proposals. Due to the unavailability of two of the panel members, the interviews for the Security Guard Services have been rescheduled from February 21, 2001 to March 1, 2001. Staff seeks Committee approval to forward any recommendation from the selection panel directly to the Commission at the March 14, 2001 meeting. 000039 AGENDA ITEM 10 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: February 26, 2001 TO: Budget and Implementation Committee FROM: Ivan M. Chand, Chief Financial Officer THROUGH: Eric Haley, Executive Director SUBJECT: Budget Adjustments STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Transfer $6,500 in budget authority from the Finance department budget to Regional Issues department budget; 2) Increase by $72,000 the Salaries and Benefits budget for the Commuter Assistance Program; and 3) Forward to the Commission for final approval. BACKGROUND INFORMATION: Item 1 Staff would like to transfer $6,500 in budget authority from the Finance department budget for Bond Counsel fees, that the Commission does not expect to incur, and • increase the Regional Issues department budget for General Legal Services. The high budget expenditures in the Regional Issues, General Legal Services are due to two unknown work efforts at the time of budget preparation: 1) Establishment of an emissions standard for acquisition of urban transit buses including negotiations with RTA and revisions to the emissions standard resolution; and 2) Development of a Clean Fuels Opportunity Fund model MOU and revisions based on funding recipient input. To cover this need, staff is recommending this transfer. The transfer does not use any new revenues and maintains the overall expenditure budget at the same level. 000040 Item 2 During the preparation of this year's budget, staff did not include a temporary employee hired late last year to market "Keys to the Future." Keys to the Future is funded through state dollars provided by Senate Bill 836 for voluntary rideshare programs for businesses with less than 250 employees. The program replaced -the mandatory trip reduction mandates that had been administered by the AQMD. The entire cost of the employee's salary is reimbursed through the SB 836 program. Actual reimbursements are approved by the Regional Transportation Agencies Coalition Technical Advisory Committee. The employee is contracted for employment to that program for only 18 months. Staff is requesting an increase in the Salaries and Benefits of $72,000 to cover the cost of this temporary employee. This increase does not use any Measure A revenues. Financial Information In Fiscal Year Budget: Y & N Year: FY 2000-01 Amount: $ 6,500 Amount: $72,000 Source of Funds: Measure A Budget transfer $6,500 Budget Adjustment: Y Source of Funds: SB 836 program $72,000 Budget Adjustment: Y GLA No. Increase Dept. 65 - 65101, Decrease Dept. 19 - 65202 $ 6,500 GLA No. Increase Dept. 41 - 60001/61000 $72,000 Fiscal Procedures Approved: Date: February 12, 2001 000041 AGENDA ITEM 1 > RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: February 26, 2001 TO: Budget and Implementation Committee FROM: Darren M. Kettle, Director of Intergovernmental and Legislative Affairs THROUGH: Eric Haley, Executive Director SUBJECT: State and Federal Legislative Update STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Receive and File the State and Federal Legislative Update; 2) Adopt the following bill position; a. AB 227 (Longville) - SUPPORT 3) Endorse Congressional project funding request list; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: State Update On December 4, 2000, the Legislature commenced the first year of the 2001/2002 Legislative Session. Initial orders of business focused on the "swearing in" of the new legislature and the continuing education for the first-time elected members. The Legislature reconvened on January 4, 2001 and has devoted itself, along with the Governor, predominately towards addressing the State's electric utility crisis. Because of this crisis, transportation issues and policies have not received the attention that they have in the past. However, several transportation bills have been introduced and, in future updates, recommended bill positions will be forthcoming. As directed by the Riverside County Transportation Commission (RCTC) and the San Bernardino Associated Governments (SANBAG), staff and our state lobbyist will have identified an author to carry legislation that would not require a public agency that has initiated an eminent domain action to pay litigation fees for defendants who are determined to not have an interest in the property to be acquired. Staff will provide the name of the author and the bill number at the meeting. 000042 Staff has analyzed and recommends the following bill position for approval: AB 227 (Longville) - Deletes the five-year sunset provision included in last session's AB 2928, dedicating the sales tax on gasoline to the Transportation Investment Fund. Staff recommends: SUPPORT. Staff analysis of .AB 227 is as follows: Existing law requires the Controller to transfer specified amounts on a quarterly basis from the General Fund to the Transportation Investment Fund (hereafter the TIF) in the State Treasury. The Controller, for each quarter during the period commencing on July 1, 2001, and ending on June 30, 2006, is required to transfer specified amounts from the TIF to the Traffic Congestion Relief Fund in the State Treasury, to the Public Transportation Account, a trust fund in the State Transportation Fund, to the Department of Transportation, to the counties, including a city and county, and to the cities, including a city and county, for specified transportation purposes. This bill would extend, indefinitely, the period during which the Controller would be required to make the quarterly transfers from the General Fund to the TIF, and thereby would make an appropriation. Federal Update The 107th Congress convened and a new President was inaugurated in the month of January 2001. Members of Congress devoted most of their time to reorganizing both the House of Representatives and the Senate. Committee memberships have, for the most part been settled upon and, much to our disappointment, no member of the Inland Empire delegation to the House was appointed to the Transportation and Infrastructure Committee. On the positive side, President Bush nominated, and the Senate confirmed, former California House Member Norm Mineta as Secretary of Transportation. On February 1, 2001, RCTC and SANBAG hosted a briefing for the transportation staff of the Riverside and San Bernardino County Congressional Delegation. RCTC and SANBAG staff provided presentations and answered questions on the numerous projects and transportation services in both counties. Later in February, several Congressional offices requested that the Commission provide a list of projects for possible funding which had short turn -around times for implementation. Recognizing that the Congressional deadline for project requests is prior to the March Commission meeting, staff is requesting that the Committee review and endorse the project request list to be provided by staff at the meeting. 000043 AGENDA ITEM 12 RIVERSIDE COUNTY TRANSPORTA TION COMMISSION DATE: February 26, 2001 TO: Budget and Implementation Committee FROM: Jerry Rivera, Program Manager THROUGH: Marilyn Williams, Director of Regional Issues and Communications SUBJECT: Request for Proposals for Freeway Service Patrol Service in Riverside County STAFF RECOMMENDATION: This item is to seek Committee approval to: 1) Authorize staff to issue a Request for Proposal (RFP) for Freeway Service Patrol beats #1 and #2; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: The Riverside County Transportation Commission in its capacity as the Service Authority for Freeway Emergencies (SAFE) has operated a Freeway Service Patrol program on various segments or beats of county freeways since June, 1993. The program provides roving tow truck service on a total of five beats (see chart below) during the morning and afternoon commute hours. The FSP program is funded by the State of California (80%) and. local SAFE fees (20%). Funds are allocated to participating local agencies through a formula based on population, freeway lane miles, and levels of congestion. The FSP tow trucks remove disabled vehicles and those involved in minor accidents from the freeway to improve its flow and reduce pollution. Service patrol operators will change a flat tire, provide "jump" starts, provide a maximum of one gallon of fuel, temporarily tape cooling system hoses, and refill radiators. If the operator cannot get the vehicle moving, it is towed off the freeway to pre -designated drop locations where the motorist can make arrangements for further assistance. Currently, the program operates on the following beats: Beat Beat Limits No. of Total Amount No. Freeway From To Trucks Contractor State -80% Local -20% #1 SR -91 Orange Co. Lincoln 2 Hamner $132,443 833,111 #2 SR -91 Lincoln Magnolia 2 Hamner $132,443 $33,111 #4 SR -91 Magnolia SR -91/I-215 3 Hamner $ 185,503 $46,376 #18 1-215/60/91 S.B. Co. I-215/SR-60 3" Pepe's $185,503 $46,376 #25 1-15 60/91/215 60/215 2 Pepe's $109397 $27,349 " One additional truck funded by separate contract with Caltrans for truck climbing lane. 00004¢ Four of the above five contracts are due to expire on. June 30, 2001 (#25 expires 6/30/02). Of those four contracts, three of the beats (#1, #2, and #4) have existed since the program was implemented in June, 1993. Based on performance, these four contracts have been extended on an annual basis through RCTC's budget process. Beat #18 -began operating two tow trucks on I-215/SR-60 in July, 1996. Two years later, the beat was expanded to cover the area from the interchange to the San Bernardino county line on 1-215 and one additional truck was added. Last December, another truck was added to beat #18 to provide service during construction of the truck climbing lane. The fourth truck is funded by a separate agreement with Caltrans. Staff proposes to issue an RFP on two of the beats (#1 and #2) and extend the term on the other two beats (#4 and #18) for an additional year. Next year, staff would seek authorization to issue an RFP for the last two beats as well as beat #25 which is due to expire. This process would provide some stability to the program in that no more than half of the beats would be out to bid at any one time as well as provide the opportunity for "new" tow companies to submit proposals and compete with existing providers on a competitive basis. In an effort to better define the criteria to be used in the evaluation of the RFP's and reduce the potential for any protests, the following • evaluation criteria has been incorporated into the attached RFP: Factor Points Qualifications of the Firm 25 Staffing & Project Organization 25 Work Plan 15 Cost and Price 25 Completeness of Response 10 Total 100 It should be noted that to submit a bid in response to the RFP, a firm must have a minimum of five (5) years' experience in operating a tow service and three (3) years' experience of CHP rotation tow service. It is CHP's belief that working in a dangerous freeway environment is completely different from operating on local streets and the safety factor is so much more significant that it is imperative that any proposer have CHP rotation tow experience. 00001 5 RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES REQUEST FOR BID PROPOSAL FREEWAY SERVICE PATROL TOW TRUCK SERVICE RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES LETTER OF INVITATION REQUEST FOR BID PROPOSAL Date: March 14, 2001 Attention: Potential Proposers Subject: Freeway Service Patrol Towing Services This Request for Bid Proposal (RFP) is being advertised by the Riverside County Service Authority for Freeway Emergencies (Commission) to contract for towing services for the Freeway Service Patrol program. The Freeway Service Patrol program is funded by the Commission and the California Department of Transportation (Caltrans) with the California Highway Patrol (CHP) providing daily field supervision and program management. The Commission in cooperation with Caltrans and the CHP will select one (1) company per beat (see Attachment "A-1" for beat descriptions) to serve as contractor for the service. In the event that necessary funding is not authorized through annual budget adoptions at the local and/or state levels, some or all of the beats may not be awarded and/or scope may be renegotiated. The Freeway Service Patrol removes disabled vehicles and those involved in minor accidents from the freeway to improve its flow. The Freeway Service Patrol tow trucks continuously patrol selected freeway segments during the morning and afternoon peak periods, Monday through Friday (with the exception of holidays listed on Attachment "A-4") assisting disabled motorists or those involved in minor accidents. At a minimum, Class A tow trucks as described under Scope of Service, Equipment Requirements on page SOS -3, will be dedicated during the Freeway Service Patrol's hours of operation. Where conditions permit, Freeway Service Patrol vehicle operators provide quick fix items such as one gallon of gasoline, change a flat tire, "jump" starts, tape or repair cooling system hoses and refill radiators. If the disabled vehicle cannot be repaired, it is towed to a CHP identified designated drop location. All Freeway Service Patrol services are provided free of charge to motorists. Operators involved in this program are not be allowed to accept gratuities, perform secondary towing and/or recommend second tow or repair/body shop businesses. Detailed information on the vehicle, equipment, and operator requirements as well as a back-up list implementation schedule are contained in the proposal. The attachments show the freeway segments LOI-1 covered by the Freeway Service Patrol, the minimum number of vehicles required for each beat, etc. The proposal process and terms and conditions will be in strict accordance with the following RFP Documents: - LETTER OF INVITATION - INSTRUCTIONS TO PROPOSERS - PROPOSAL REQUIREMENTS -PART "A" - SCOPE OF SERVICES -PART "B" - CONTRACT AGREEMENT A "mandatory" pre -proposal conference will be held on March 26, 2001, at 10:00 a.m. PDT, in the Conference Room, at the Commission Office. Any written questions for the meeting must be submitted in writing by 5:00 p.m. PDT on March 23, 2001. An original and four (4) copies of your proposal using the Proposal Forms and including all information required by the Proposal Documents must be addressed and delivered to the Commissi- on's offices at the following address, which is the address to be used for all communications in connection with this RFP: Jerry Rivera, Program Manager Riverside County Transportation Commission 3560 University Avenue, Suite 100 Riverside, California 92501 Telephone No. (909) 787-7141 All proposals must be in writing, sealed, and labeled "Freeway Service Patrol". The Beat Number must also be indicated on the cover of the sealed package. All proposals must be received no later than 5:00 p.m. April 16, 2001, irrespective of postmark. No proposals will be accepted after 5:00 p.m. Postmarks will not be accepted. Proposals shall be valid for 90 days after the final proposal due date. The Commission reserves the right to reject any or all proposals, to waive any informality or irregularity in any proposal received and in cooperation with the CHP and Caltrans, judge the merits of the respective proposals received. The selection, if made, will be made to the firm whose proposal is responsive to the Request for Bid Proposal and is to the best advantage of the Commission. If your agency is interested in submitting a proposal for the Freeway Service Patrol towing services, please contact the Commission at the above address or telephone between the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday to receive a complete bid package. LOI-2 Jerry Rivera, Program Manager Riverside County Transportation Commission LOI-3 LOI-4 RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES INSTRUCTIONS TO PROPOSERS REQUEST FOR BID PROPOSAL RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES INSTRUCTIONS TO PROPOSERS TABLE OF CONTENTS INSTR. NUMBER TITLE PAGE NUMBER I-1.0 EXAMINATION OF RFB DOCUMENTS ITP-1 I-2.0 INTERPRETATION OF RFB DOCUMENTS ITP-1 I-3.0 PREPARATION OF PROPOSAL ITP-1 I-4.0 MODIFICATIONS & ALTERNATIVE PROPOSALS ITP-1 I-5.0 SIGNING OF PROPOSAL/AUTHORIZATION ITP-2 TO NEGOTIATE I-6.0 WITHDRAWAL OF PROPOSALS ITP-2 I-7.0 SUBMISSION OF PROPOSAL/PERIOD ITP-2 FOR ACCEPTANCE 1-8.0 BASIS OF AWARD ITP-2 I-9.0 TYPE OF CONTRACT TO BE AWARDED ITP-2 I-10.0 COMMISSION RIGHTS ITP-2 LAST PAGE ITP-3 ITP-i RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES INSTRUCTION TO PROPOSERS I-1.0 EXAMINATION OF RFB DOCUMENTS Proposer shall be solely responsible for examining, with appropriate care, the RFP Documents, including any Addenda issued during the proposal period, and for informing itself with respect to any and all conditions which may in any way affect the amount or nature of proposal, or the performance of the work in the event Proposer is selected. Failure of the proposer to so examine and inform itself shall be at its sole risk and no relief for error or omission will be given. I-2.0 INTERPRETATION OF RFB DOCUMENTS Proposer may request of the Commission in writing, prior to submission of proposal, clarifi- cation or interpretation of the RFP Documents. Where such interpretation or clarification requires a change in the RFP Documents, the Commission will issue an Addendum. Pro- poser shall acknowledge receipt of any and all Addenda in its Proposal Letter. The Commission shall not be bound by and Proposer shall not rely on any oral interpretation or clarification of the RFP Documents. I-3.0 PREPARATION OF PROPOSAL The proposal shall be formatted in accordance with the requirements specified herein. The proposal shall include copies of the Proposal Letter provided with the RFP Documents. Proposal Letter and forms shall be executed by an authorized signatory as described in I-5.0, "SIGNING OF PROPOSAL/AUTHORIZATION TO NEGOTIATE". All proposals shall be prepared by and at the expense of the Proposer. I-4.0 MODIFICATIONS AND ALTERNATIVE PROPOSALS Proposer shall submit a proposal in strict conformity with the requirements of the RFP Documents. The proposal shall be complete in itself and shall be submitted within a sealed enclosure in accordance with I-7.0 "SUBMISSION OF PROPOSAL/PERIOD OF ACCEP- TANCE" instruction herein. Unauthorized conditions, limitations or provisions attached to a proposal may render it invalid and cause its rejection. Alternative proposals will not be considered unless specifi- cally requested. Oral, telegraphic or telephonic proposals or modifications will not be considered. ITP-1 I-5.0 SIGNING OF PROPOSAL/AUTHORIZATION TO NEGOTIATE Each proposal submitted by Proposer shall be executed by Proposer or by its authorized representative. In addition, Proposer must identify those persons authorized to negotiate on its behalf with the Commission in connection with this RFP. I-6.0 WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by the Proposer by means of a written request signed by the proposer or its properly authorized representative. Such written request must be delivered to the Commission's office prior to the date and time for submittal of proposals. I-7.0 SUBMISSION OF PROPOSALIPERIOD OF ACCEPTANCE Each proposal submitted by Proposer shall be delivered to the Commission's office up to the date and time shown therein. It is the Proposer's sole responsibility to see that its proposal is received as stipulated. In compliance with this RFP the Proposer agrees, if its proposal is accepted within 90 days from the date specified in the RFP for receipt of proposals, to provide the services at the costs stipulated herein. I-8.0 BASIS OF AWARD Any contract resulting from this RFP will be awarded to that firm whose proposal meets the requirements of the RFP and is to the best advantage of the Commission. The Commission may request "short listed" proposers to present an oral briefing and discuss the merits of their proposal. However, the Commission is under no obligation to enter into discussion or conduct negotiations with a proposer, but can award a contract on the basis of the offer received. The Commission will evaluate each proposal according to how favorable the services offered are to the Commission in light of bid specifications and reasonableness of the cost proposal. The selected proposer may be required to participate in site visits or negotiations and to submit such additional cost, technical, or other revisions to their proposal as may result from negotiations. I-9.0 FORM OF CONTRACT TO BE AWARDED Under no circumstances will the contract price be exceeded without Commission approval. It is anticipated that the Commission will enter into a time and material contract. The contract agreement in substantial form is contained in Part "B" of this Request for Bid Proposal ("RFP"), subject to changes the Commission may make as it see fit prior to execution. I-10.0 COMMISSION RIGHTS The Commission may investigate the qualifications of any Proposer under consideration, re- quire confirmation of information furnished by a Proposer, and require additional evidence ITP-2 of qualifications to perform the Work described in this RFP. The Commission reserves the right to: Reject any or all of the proposals for any reason. 2. Issue subsequent Requests For Bid Proposals.. 3. Cancel the entire Request For Bid Proposal. 4. Remedy or overlook technical errors in the Request For Bid Proposal process. 5. Appoint evaluation committees to review proposals. 6. Seek the assistance of outside technical experts in proposal evaluation. 7. Approve or disapprove the use of particular subcontractors. 8. Establish a short list of proposers eligible for discussions after review of written proposals. 9. Negotiate with any, all, or none of the respondents to the RFB. 10. Solicit best and final offers from all or some of the Proposers. 11. Award a contract to one or more. Proposers. 12. Accept other than the lowest monetary offer. 13. Waive informalities and minor irregularities in proposals. This RFP does not commit the Commission to enter into a contract, nor does it obligate the Commission to pay for any costs incurred in preparation and submission of proposals or in anticipation of a contract. END OF INSTRUCTIONS TO PROPOSERS ITP-3 RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES PROPOSAL REQUIREMENTS REQUEST FOR BID PROPOSAL RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES PROPOSAL REQUIREMENTS TABLE OF CONTENTS SECTION NUMBER SECTION 1 SECTION 2 TITLE - PROPOSAL LETTER - CONTENTS OF PROPOSAL PR-i • PAGE NUMBER PR -1 PR -3 RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES PROPOSAL REQUIREMENTS SECTION 1 - PROPOSAL LETTER PROPOSER JERRY RIVERA, PROGRAM MANAGER RIVERSIDE COUNTY TRANSPORTATION COMMISSION 3560 UNIVERSITY AVENUE, SUITE 100 RIVERSIDE, CALIFORNIA 92501 In response to the Request for Bid Proposal ("RFP"), Beat No. , for the Riverside County Freeway Service Patrol, we the undersigned hereby declare that we have carefully read and examined the RFP documents including any plans and specifications, attended the mandatory pre -proposal conference, and hereby propose to perform and complete the work as required in the Contract Documents. The undersigned agrees to make available the services at the costs indicated in its cost proposal if its proposal is accepted within ninety days from the date specified in the RFP for receipt of propos- als. If awarded a Contract, the undersigned agrees to execute formal Contract Documents which will be prepared by the Commission for execution, within 10 calendar days following acceptance of bid, and will deliver to the Commission prior to execution of the Contract the necessary original Certificates of Insurance. Incorporated herein and made a part of this Proposal is the Response Data and Proposal Forms required by Section 2 of the Proposal Requirements. Proposer represents that the following person is authorized to negotiate on its behalf with the Commission in connection with this RFP: (Name) (Title) (Phone) The undersigned certifies that it has examined and is fully familiar with all of the provisions of the RFP Documents and is satisfied that they are accurate; that it has carefully checked all the words and PR -1 figures and all statements made in the Proposal Requirements; that it has satisfied itself with respect to other matters pertaining to the proposal which in any way affect the work or the cost thereof. The undersigned hereby agrees that the Commission will not be responsible for any errors or omissions in these RFP Documents. Proposer's Business Address and Telephone/Fax Numbers: BY: (Signature) (Type or Print Name) (Title) PR -2 PROPOSAL REQUIREMENTS SECTION 2 - CONTENTS OF PROPOSAL 1.1 GENERAL FORMAT OF PROPOSAL Proposals shall be prepared on bound 8-1/2" x 11" paper, with all text clear of binding, Use, of 11" x 17" foldout sheets should be limited. Proposers shall include forms shown in Attachment "B". 1.2 PROPOSAL CONTENT A. Cover Letter B. Time and Material - Not to Exceed Proposal (T&M) (Attachment "B") As per Attachment "B", the proposer shall submit a Time and Material, Not to Exceed (NTE) proposal to perform all work specified in the Scope of Services. The proposal shall include proposer's hourly billing rates for each truck and shall answer all questions on the form. C. The proposal shall contain the proposer's Certificate of Acceptance of the Contract Agreement contained in Part "B". If the proposer requests any changes to this agreement, such requests must be included in the proposal submission or it shall be understood that the proposer accepts the agreement contained in Part "B" to this RFP in its entirety. D. List of Trucks to be acquired or currently owned (see Scope of Services, Equipment Requirements, page SOS -3) E. Letters of Reference (Operators should not seek references from the Commission, CHP or Caltrans.) PR -3 RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES PART "A" SCOPE OF SERVICES REQUEST FOR BID PROPOSAL RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES REQUEST FOR BID PROPOSAL SCOPE OF SERVICES This Request for Bid Proposal (RFP) is being advertised by the Riverside County Service Authority for Freeway Emergencies (Commission) to provide a Freeway Service Patrol service. The Commission is the short range transportation planning agency for Riverside County. The Commission has entered into a Memorandum of Understanding with the California Department of Transportation (Caltrans).and the California Highway Patrol (CHP) to fund a peak hour freeway service patrol on selected freeway segments in Riverside County. Section 22520 (g) of the California Vehicle Code specifically authorizes the CHP to be responsible for freeway service patrols stopping on freeways for the purpose of rapid removal of impediments to traffic. Article 3, Section 91, of the Streets and Highways Code, states that Caltrans has responsibility to improve and maintain the state highways. Caltrans also has the responsibility for traffic management and removing impediments from the highways. If awarded a contract, the Contractor shall have 45 days after the notice to proceed in which to acquire the required equipment, have it inspected, hire and train drivers and be operable. Any company who cannot meet the 45 day operational requirement shall not be awarded a bid. CONTRACT REPRESENTATIVES: Caltrans and the CHP will jointly oversee the service. CHP is responsible for dispatch services to incident locations within the vehicle's patrol limits. The dispatching will be done in accordance with the contract for the service. A manual will be given to the successful Contractor explaining the types of incidents to which his/her operators may be dispatched. SERVICE LOCATIONS: The Freeway Service Patrol operates on selected freeway segments referred to as beats. Each beat has specific turnaround locations and designated drop locations identified by the CHP. Attachment "A" shows the specific limits, number of tow trucks, number of back-up trucks, hours of operation and tentative holidays on which the cost of each beat shall be based. The Commission reserves the right to add or delete holidays to the work schedule. Travel time to and from the beat will be at the expense of the Contractor. At any time during the contract's terms, the Commission reserves the right to adjust beat specifications to better accommodate demand for the service. These changes can occur during the course of the contract through written change orders. If warranted during the service hours of operation, the Contractor may be requested to temporarily reassign his/her Freeway Service Patrol operators/trucks to locations outside the assigned beat. SOS -1 DESCRIPTION OF SERVICE: The purpose of the project is to provide for the rapid removal of disabled vehicles and those involved in minor accidents from the freeway. Where conditions permit, safe removal of small debris will be required. Contractor vehicles shallbe exclusively dedicated to the service during the hours of operation. All vehicle maintenance activities shall be conducted during non -service hours. The Contractor's service patrol operators shall assist motorists involved in minor accidents and those with disabled vehicles. They shall be responsible for clearing the freeway of automobiles, small trucks and small debris. When and where conditions warrant, service may be executed on the freeway shoulders. Where conditions do not warrant, operators will remove the vehicles from the freeway to provide service. The vehicles shall continuously patrol their assigned beat, respond to CHP dispatches for service, use the designated turnaround locations and use the CHP identified designated drop locations. Service patrol vehicle operators may be required to change flat tires, provide "jump" starts, provide one gallon of gasoline or diesel fuel, temporarily tape cooling system hoses and refill cold radiators. Operators may spend a maximum of 10 minutes per disablement in attempting to mobilize a vehicle. All Freeway Service Patrol services will be provided at no cost to the motorist. Service patrol operators will not be allowed to accept gratuities, perform secondary towing services, recommend secondary tows, or recommend repair/body shop businesses. To promote a safe work environment and to maintain a level of professionalism, the CHP has developed a set of Standard Operating Procedures for the FSP program that must be followed by the tow company and operators. Drivers found not to be complying with FSP procedures may be suspended or terminated and the company may be fined at the discretion of the FSP Field Supervisors. If a vehicle cannot be mobilized within the 10 minute time limit, it shall be towed to a designated drop location identified by the CHP. The motorist can request the Freeway Service Patrol vehicle operator to call the CHP Communication center to request a CHP rotational tow or other services. Freeway Service Patrol operators shall not be allowed to tow as an independent contractor from an incident that occurred during the Freeway Service Patrol shift unless called as a rotation tow by CHP. If called as a rotation tow after a Freeway Service Patrol shift, the operator must remove all Freeway Service Patrol markings and change his/her Freeway Service Patrol uniform. There may be some instances where service patrol operators may be requested to provide assistance to CHP officers. Freeway Service Patrol operators shall follow the instructions of the CHP officer at the scene of any incident within the scope of the Freeway Service Patrol program. EQUIPMENT REQUIREMENTS: A. TOW TRUCK REQUIREMENTS: Vehicles will be exclusively dedicated to the Freeway Service Patrol during its hours of operation. The Freeway Service Patrol will utilize at a minimum, Class A trucks with a minimum gross vehicle weight rating of 14,000 pounds, dual wheel chassis and four (4) ton recovery equipment rating. All SOS -2 trucks and beds used in the Freeway Service Patrol program shall be less than five (5) years old and free of any physical damage. Prior to commencement of service, the CHP will inspect each vehicle designated for the Freeway Service Patrol to ensure that it meets the vehicle specifications and to ensure that it meets or exceeds safety requirements. These inspections will occur prior to the start of service. Succeeding inspections will occur periodically as determined by the CHP. Any unsafe or poorly maintained vehicle(s) or improperly equipped vehicle(s) shall be removed from service or repaired as directed _ by the CHP, and the Contractor shall be fined at double the Contractor's hourly rate plus the loss of revenue for the down time. Documentation of the vehicle identification number and successful completion of the inspection will be kept on file at the CHP office and Contractor's base office. Spare vehicles will be required to complete the shifts of vehicles removed from service. The Contractor will be required to have a spare vehicle available for service at all times. Freeway Service Patrol vehicles bearing the service patrol title, logo, and vehicle identification number shall be painted white. There will be no color requirement for the trim. If trim is used, it shall be no greater than four (4) inches on the front and sides of the vehicle. No other accessory equipment shall be mounted or installed without prior CHP approval. This includes but is not limited to bras, chrome wheel covers or window tint. Each tow truck shall be equipped, as a minimum, with the following: o Wheel lift towing equipment, with a minimum lift rating of 3,000 pounds. All tow equipment shall include proper safety straps. o Boom with a minimum static rating of 5,000 pounds. o Winch Cable - 8,000 pound rating on the first layer of cable. o Winch Cable - 100 ft., 3/8 -inch diameter, with a working limit of 3500 pounds. o Towing slings rated at 3,000 pounds minimum. o Tow chains 5/16" alloy or OEM specs., J.T. hook assembly. o Rubber face push bumper. o Mounted spot light capable of directing a beam both front and rear. o Amber warning lights with front and rear directional flashing capability, with on/off switch in cab. o Public address system. SOS -3 o Power outlets ("hot boxes"), front and rear mounted, with outlets compatible to 12 volt booster cables. o Heavy duty, 60+ amp battery. o Radios with the ability to communicate with the Contractor's base office. o Programmable scanners capable of scanning between the 39 and 48 MHz used by the CHP. o Suitable cab lighting. o Trailer hitch capable of handling a 1 7/8 -inch ball and 2 inch ball. o One (1) 1 7/8 -inch ball and one (1) 2 inch ball. o Rear work lights. o Safety chain D -ring or eyelet mounted on rear of truck. o Motorcycle Straps (2) o Diesel fuel in plastic jerry cans (5 gallons) o Unleaded gasoline in plastic jerry cans (5 gallons) o Safety chains min. 5 ft. (2) o First aid kit (small 5" x 9") (1) o Fire extinguisher aggregate rating of at least 4-B,C units (1) o Pry bar - 36" or longer (1) o Radiator water in plastic container (5 gallons) o Sling crossbar spacer blocks (2) o 4" x 4" x 48" wooden cross beam (1) o 4" x 4" x 60" wooden cross beam (1) o 24" wide street broom (1) o Square point shovel (1) SOS -4 o Fuses (highway flares), 15 minute, or (36) Fuses (highway flares), 30 minute (20) o Cones 18" o Hydraulic jack, 2 -ton, floor - o Four way lug wrench (1 std.) o Four way lug wrench (1 metric) o Rechargeable air bottle, hoses and fittings to fit tire valve stems, 100 psi capacity o Flashlight and spare batteries (6) (1) (1) (1) (1) (1) o Tail lights/brake lights, portable remote (1 set) with extension cord o Booster cables, 25 ft. long minimum, 3 -gauge copper wire with heavy-duty clamps and one end adapted to truck's power outlets (1 set) o Funnel, multi -purpose, flexible spout (1) o Pop -Up Dolly, portable for removing otherwise (1) untowable vehicles o 5 -gallon can with lid filled with clean absorb -all (1) o Empty trash can with lid (5 gallon) (1) o Lock out set (1) Each Freeway Service Patrol truck will be required to have a tool box with the following minimum number of tools/supplies. A tool kit for small equipment items is required. The list may be supplemented at the Contractor's option and expense. o Screwdrivers -- Standard -1/8", 3/16", 1/4", 5/16" Phillips head - #1 and #2 (1 each, min). (1 each, min). o Needle nose pliers (1) o Adjustable rib joint pliers, 2" min. capacity (1) o Crescent wrench - 8" (1) SOS -5 o Crescent wrench - 12" o 4 lb. hammer o Rubber mallet o Electrical tape, roll o Duct tape, 20 yard roll o Tire pressure gauge o Mechanic's wire (roll) o Bolt cutters The operator shall be required to complete a pre -operation inspection of the vehicle as well as inventory the required equipment prior to the start of each shift. An inspection/inventory sheet shall be completed by the operator prior to the start of each shift and be available for inspection. The sheets must be kept on file at the Contractor's office and available for CHP inspection upon request. Any item missing must be replaced prior to the start of the shift. All equipment stored on top of the truck shall be secured to the truck. B. SPARE VEHICLES: The Contractor shall be required to have one spare certified FSP tow truck available per beat. The spare vehicle should be used when a regular vehicle is unavailable. The spare vehicle shall be painted the required color with the required identification markings, title, logo. It shall meet all the vehicle equipment specifications. C. VEHICLE BREAKDOWN AND OTHER MISSED SERVICE: The spare vehicle must be in service on the beat within 45 minutes of the time a permanently dedicated vehicle must be taken out of service for any reason. The Contractor shall not be paid for the time period that the contractually required number of trucks is not in service. If a vehicle is not made available within the 45 minute time period, the Contractor shall be fined double the hourly contract rate in 1 minute increments until a replacement vehicle is provided. If a truck is not ready due to breakdown at the start of a shift, the fine time will be calculated at the start of the shift. If the entire shift is missed, Contractor shall be fined for the entire shift at three (3) times the hourly rate. Vehicle maintenance will be performed during non -service hours. D. VEHICLE IDENTIFICATION: It shall be the Contractor's responsibility to place detachable Freeway Service Patrol markings on each vehicle during the service hours and to remove the detachable markings immediately upon completion of each shift. The Commission will supply each contractor with the appropriate number of detachable markings for his/her beat(s). If a marking is lost or damaged, the Contractor shall be SOS -6 responsible for the cost of the replacement markings. All Freeway Service Patrol markings shall be returned at the termination of the contract. The cost of any Commission and/or Caltrans/CHP supplied item and/or equipment not returned shall be deducted from the Contractor's final payment. Freeway Service Patrol markings as well as vehicle numbers shall be required on both sides of all trucks. The operator shall be required to keep the title and logos clean and in readable condition throughout the service patrol's operation. E. COMMUNICATION EQUIPMENT: Each Freeway Service Patrol vehicle shall be equipped with radios to enable the operator to communicate with the CHP Communication Center. The communications equipment shall be supplied by the Commission. The Commission supplied communications equipment shall be in addition to the Contractor's shop radios. Programmable scanners capable of scanning between the 39 and 48 MHz used by CHP shall also be supplied by the Contractor and shall be installed in all vehicles. Each Freeway Service Patrol vehicle shall be equipped with shop radios to enable the operator to communicate with his/her base office. The shop radios shall be supplied by the Contractor. The service patrol vehicles shall be equipped with a public address system. The public address system shall have the capability for the driver of the disabled vehicle to hear instructions transmitted from the cab of the Freeway Service Patrol vehicle when the service patrol vehicle is adjacent to the rear of the disabled vehicle. The Contractor shall be responsible for maintaining the security of the vehicle communication equipment. The Contractor shall be liable for any damage other than normal wear and tear to the communication equipment. The Contractor shall also be liable for the full replacement value of the communication equipment installed in the trucks while in the care, custody and control of the equipment. The Commission shall deduct repair fees as well as the full replacement cost of any Commission equipment from any payment due to the Contractor under this agreement. The Commission supplied vehicle equipment shall be returned upon contract termination. The cost of any equipment not returned shall be deducted from the Contractor's final payment. F. VEHICLE OPERATORS: All potential vehicle operators shall be required to have a safe driving record and current Class C driver's license. All operators shall be 18 years of age or older. Potential operators shall be subject to driving record and criminal background checks through the California Highway Patrol. Potential operators shall be sufficiently experienced in the tasks of tow truck operations and proficient with all required Freeway Service Patrol equipment to provide safe and proper service. Any certified driver from other FSP areas will be evaluated on a case by case basis. All potential operators must be capable of demonstrating their tow operating abilities prior to formal CHP/Caltrans training. Additionally, the operators will be required to exercise good, sound judgement in carrying out their duties. SOS -7 Operators shall be required to inform the CHP Communications Center at any time he/she leaves the assigned beat for more than 10 minutes. This includes replenishing expendable items such as gasoline, fire extinguisher, breaks, etc. The operator shall be required to immediately notify the CHP Communications Center upon a tow truck breakdown. The Freeway Service Patrol operator shall be required to complete assist records Tor each incident. The CHP, Caltrans, and the Commission maintain strict drug and alcohol policies. Any Freeway Service Patrol vehicle operator found working under the influence of drugs or alcohol shall be dismissed by the Contractor immediately. The Contractor shall be responsible for providing a certified replacement driver for that vehicle. If a vehicle operator is convicted of a crime involving a stolen vehicle, stolen property, violence, drugs or moral turpitude, fraud related to the towing business, or misdemeanor or felony driving while under the influence of alcohol or a drug, the Contractor shall permanently remove that operator from duties under the FSP program. If an operator is charged with any of the above crimes, the Contractor shall immediately suspend that operator from duties under this program pending the outcome of the criminal case. If the operator is not convicted, or is ultimately convicted of a lesser crime not described above, the Contractor shall permanently remove that operator from duties under this program if, in the opinion of SAFE's Executive Director or designee, sufficient evidence is presented during the criminal proceedings to conclude there is probable cause to believe the operator committed the crime. All vehicle operators, including back-up drivers, shall be required to complete the CHP two-day training program which costs $50.00 per driver. No driver will be allowed to begin patrolling without attending the mandatory training classes. Any driver who is found on patrol without completing the mandatory training classes may be prohibited from further Freeway Service Patrol service and the Contractor's contract may be terminated immediately. Mandatory CHP/Caltrans refresher training classes shall be scheduled during non -Freeway Service Patrol hours. A minimum of eight (8) hours refresher training per year shall be required. G. OPERATOR EQUIPMENT: It shall be the responsibility of the Contractor to provide the operator with specified uniforms, shoes, and other equipment. The equipment includes navy blue jump suits or shirts and pants. If coveralls are worn they shall have two way zip front with heavy duty brass zipper. Coverall or shirt sleeves shall be half raglan type or set-in sleeve with pleated -action back. Long sleeves may have plain barrel cuff or be equipped with snap or button closure on wrist. The length of the sleeve on short - sleeve coveralls/shirts shall come to within approximately 1 inch of the inside forearm when the wearer's arm is bent at a 90 degree angle. The coveralls shall have shape holding sanforized waist banding with elastic inserts for trim fit. Legs shall be moderately tapered to avoid excessive fullness. H.D. Lee Company style No. 018-3041 (Navy Blue) or Commercial Uniform Co. style No. 201 (Navy Blue) or equal. All main seams shall be at least double stitched with good quality thread. SOS -8 Shirts or coveralls shall have one or two chest pockets. Single pocket coveralls/shirts shall have the chest pocket placed on the left. The first initial of the first name and full last name shall be sewn above the right chest pocket so that it shall be clearly visible with the collar -open. Letters shall not exceed 1A inch. A detachable metal nameplate may be worn in place of the embroidered name at the Contractor's option. A safety vest with reflective white stripes shall be wom. The safety vest shall be orange or lime - green in color. A small Freeway Service Patrol logo (patch) shall be sewn on the front of the safety vest over the left front pocket of the uniform. A large Freeway Service Patrol logo (patch) shall be sewn across the middle portion of the back of each safety vest. The name of the operator shall be displayed on the front of the safety vest over the right front pocket of the uniform. All Freeway Service Patrol operators shall wear general duty black work boots with protective steel toe. During cold weather, a navy blue sweater or sweatshirt may be worn under the uniform shirt/jumpsuit. A navy blue jacket may also be worn at the Contractor's option, if it meets all the uniform specifications. Rain gear shall be waterproofed material, yellow in color. Reflective 2" white tape shall be applied to both sleeve cuffs and both leg cuffs and across the upper back. Hats, if worn, shall be baseball type cap, navy blue in color. An "FSP" shoulder patch shall be sewn on the hat above the brim. No other logos/names shall be accepted. A sketch of the uniform is provided in Attachment "A-3". H. LOCAL OFFICE: The Contractor shall provide a local office for contract administration purposes. This office shall be staffed by either the Contractor or a person who has the authority to conduct business and make decisions on behalf of the Contractor. The office shall have business hours coinciding with Contractor's beat(s) hours of operation. Through the sheet shown on Attachment "A-2", the contractor shall designate representatives who will be available at the office during hours of operation to make decisions on behalf of the contractor. The office shall be established within close proximity to the Contractor's beat(s). The Contractor shall also provide telephone service through which he/she or a responsible representative who has the authority to conduct business and make decisions on behalf of the Contractor can be contacted during the non -service hours of operation for the length of the contract. During non -business hours, an answering machine provided at the Contractor's expense, shall be available to log calls, take complaints, etc. A fax machine shall be provided for invoicing and noticing purposes. SOS -9 I. PROPOSER QUALIFICATIONS: All potential proposers must have a business license, five (5) years' experience in operating a tow service, and at a minimum, three (3) years' experience of CHP rotation tow service. Additionally, the potential proposer must comply with all Federal, State and Local laws governing the operation of a tow service in the community in which the beat is located. J. PROPOSALS: An original and four (4) copies of each proposal must be provided. Attachment "A-1" shows each beat's required number of vehicles. The proposal price shall be based on an hourly cost for supplying the required number of Freeway Service Patrol vehicles and operators for the beat's hours of operation as described in Attachment "A-1" as well as for furnishing all labor, materials, tools, fuel (operating as well as for motorists), equipment, operating costs, insurance, overhead and incidentals as defined in the Request for Bid Proposal. The proposal price shall also take into consideration that operators are required and shall be paid by the Contractor for attending mandatory training classes and shall be required to respond to requests for service from CHP dispatchers and lend assistance to incidents encountered, whether or not it is at the end of his/her shift. All proposals shall be submitted on Attachment "B", Bid Proposal. Each proposal shall include the year, manufacturer, model, current mileage and vehicle identification number (VIN) of each truck that will be used for the project. The same information shall be provided for the spare vehicle. If a potential proposer does not own the vehicles but plans to acquire the vehicles, a statement as to how these vehicles will be acquired and the time line for acquisition shall be provided. Each proposal shall be accompanied with references from individuals, companies, law enforcement agencies, service clubs, etc., who are keenly aware of the proposer's experience -and capabilities with regard to towing services. References from. the Commission, CHP, Caltrans, banks, equipment suppliers, friends or relatives will not be allowed. K. PROPOSAL EVALUATION/CONTRACTOR SELECTION: 1. Evaluation Criteria. The Commission will evaluate the proposals received based on the following criteria: a. Qualifications of the Firm - 25 points Technical experience in performing work of a closely similar nature; experience working with public agencies; strength and stability of the firm; strength, stability, experience and technical competence of subcontractors; assessment by client references. SOS -10 b. Staffing and Project Organization - 25 points Qualifications of project staff, particularly key personnel and especially the Project Manager; key personnel's level of involvement in performing related work cited in --"Qualifications of the Firm" section; logic of project organization; adequacy of labor commitment; concurrence in the restrictions on changes in key personnel. c. Work Plan - 15 points Depth of Proposer's understanding of Commission's requirements and overall quality of work plan; logic, clarity and specificity of work plan: appropriateness of labor distribution among the tasks; ability to meet the project deadline; reasonableness of proposed schedule; utility of suggested technical or procedural innovations. d. Cost and Price - 25 points Reasonableness of the total price and competitiveness of this amount with other proposals received; adequacy of data in support of figures quoted; reasonableness of individual task budgets; basis on which prices are quoted. e. Completeness of Response - 10 points Completeness of response in accordance with RFP instructions; exceptions to or deviations from the RFP requirements that the Commission cannot or will not accommodate; other relevant factors not considered elsewhere. 2. Evaluation Procedure. An Evaluation Committee comprised of Commission staff, Caltrans staff and CHIP staff will evaluate all proposals received in accordance with the above criteria. The evaluators in applying the major criteria to the proposals may consider additional sub -criteria beyond those listed. During the evaluation period, the Commission may interview some or all of the proposing firms. 3. Award. The Commission will evaluate the proposals received and will submit, with approval of the Budget and Implementation Committee, the proposal considered to be the most competitive to the Commission's Board for consideration and selection. The Commission may also negotiate contract terms with the selected Proposer prior to award, and expressly reserves the right to negotiate with several Proposers simultaneously and, thereafter, to award a contract to the Proposer offering the most favorable terms to the Commission. The Commission reserves the right to award its total requirements to one Proposer or to apportion those requirements among several Proposers as the Commission may deem to be in its best interest. In addition, negotiations may or may not be conducted with SOS -11 Proposers; therefore, the proposal submitted should contain Proposer's most favorable terms and conditions, since the selection and award may be made without discussion with any Proposer. 4. Notification of Award andDebriefing. Proposers who submit a proposal in response to this RFP shall be notified in writing regarding the firm who was awarded the contract. Such notification shall be made within five (5) days of the date the contract is awarded. Proposers who were not awarded the contract may obtain a prompt explanation concerning the strengths and weaknesses of their proposal. Unsuccessful Proposers who wish to be debriefed must request the debriefing in writing and the Commission must receive the request within three (3) days of notification of the contract award. SOS -12 FREEWAY SERVICE PATROL (FSP) TOW TRUCK CONTRACT SCHEDULE RFP Issued Written Questions for Pre -Proposal Conference Pre -Proposal Conference Minutes from Pre -Proposal Conference Mailed to Short Mail List and Attendees Proposals Due, 5:00 p.m. Bid Opening, 5:00 p.m. Interagency Committee Evaluates Proposals Including Calling References & Site Visits Contractor Selection Recommendation Forwarded to Budget & Implementation Committee Contractor Recommendation Approved by Commission Notice to Proceed Issued to Contractors Contract signed by Contractors Truck Inspections Driver Training Communications Equipment Installation Start of Service END OF SCOPE OF SERVICES March 15, 2001 March 23, 2001 March 26, 2001 March 28, 2001 April 13, 2001 April 13, 2001 April 16-18, 2001 April 23, 2001 May 9, 2001 May 11,2001 May 31, 2001 3rd week in June 2001 3rd week in June 2001 4th week in June 2001 July 2, 2001 SOS -13 ATTACHMENT A ATTACHMENT A-1 RIVERSIDE COUNTY FREEWAY SERVICE PATROL BEAT DESCRIPTION. FSP Area Freeway Beat Boundaries # of # of One-way Morning Evening Beat Beat Trucks back-up Length Shift Shift Trucks in Miles 1 30 SR -91 Orange County line 2 1 5.4 0500-0830 1500-1900 to Lincoln Ave. 2 31 SR -91 Lincoln Ave. to Magnolia 2 1 5.1 0500-0830 1500-1900 ATTACHMENT A-2 RIVERSIDE COUNTY FREEWAY SERVICE PATROL CONTRACTOR. REPRESENTATIVE FORM BEAT NUMBER: CONTRACTOR NAME: PRINCIPAL (Print) (Signature) (Date) ALTERNATE NO. 1 ALTERNATE NO. 2 ALTERNATE NO. 3 The above named individuals have read and understand the Freeway Service Patrol Contract. At least one of these individuals will be available at the contractor's office during Freeway Service Patrol hours of operation and normal business hours to make contractual decisions on behalf of the contractor. SOS -15 FSP UNIFORM REQUIREMENTS FRONT REAR ATTACHMENT A-4 PRELIMINARY LIST OF FREEWAY SERVICE PATROL HOLIDAYS Plan to submit your cost proposal to provide Freeway Service Patrol tow service during each weekday except for the following holidays: July 4 September 3 November 22 23 December 25 January 1 21 February 18 May 27 July 4 September 2 2001-2002* Independence Day Labor Day Thanksgiving Day Friday after Thanksgiving Christmas New Year's Day Martin Luther King, Jr. Day Presidents' Day Memorial Day 2002=2003* Independence Day Labor Day November 28 Thanksgiving Day 29 Friday After Thanksgiving December 25 January February May Christmas 1 New Year's Day 20 Martin Luther King, Jr. Day 17 Presidents' Day 26 Memorial Day 2003-2004* July 4 Independence Day September 1 Labor Day November 27 Thanksgiving Day 28 Friday After Thanksgiving December 25 Christmas January 1 New Year's Day 19 Martin Luther King, Jr. Day February 16 Presidents' Day May 31 Memorial Day *NOTE: Consideration is being given to provide service on certain "high traffic days" on/or following certain holidays (e.g. July 4th Labor Day, Sunday following Thanksgiving Day, Memorial Day), in the afternoon, 4 hours each. ATTACHMENT B ATTACHMENT B RIVERSIDE COUNTY FREEWAY SERVICE PATROL BID PROPOSAL FORM BEAT NO: BEAT LOCATION: TOTAL NUMBER OF TRUCKS (not including back-up truck): NAME: TITLE: COMPANY NAME: ADDRESS: TELEPHONE NUMBER: BUSINESS LICENSE NUMBER: LICENSE CLASSIFICATION: PROPOSAL: Your proposal should take into consideration all vehicles, equipment, operating cost, insurance, training classes, personnel, tools, fuel (for motorist as well as vehicles) supplies, expendable items, incidentals, etc. Please refer to the Scope of Services to ensure that you have covered all possible costs in your proposal. 1. Cost Per Hour Per Tow Truck = 2. Cost Per Hour For Beat (#1 multiplied by two) = $ 3. Total Annual Cost For Beat - FY 2001-2002 (#2 x 1,906 hours) $ 4. Total Annual Cost For Beat - FY 2002-2003 (#2 x 1,906 hours) $ 5. Total Annual Cost For Beat - FY 2003-2004 (#2 x 1,914 hours) $ AUTHORIZED SIGNATURE: DATE: B-1 PAGE: Two Attachment B FREEWAY SERVICE PATROL BID PROPOSAL FORM FIRM NAME: BEAT # This form must be completed by owner or day to day operating manager and not by a consultant or employee. The purpose of this form is to ensure that you are aware of all costs of Freeway Service Patrol service and to simplify the selection panel's review of your proposal. 3O NOT SIMPLY SAY "REFER TO PAGE #XX) UNDERSTANDING OF CONTRACT TERMS: 1. Owners's Number Of Years Of Tow Truck Operations (5 years minimum): Years as Owner Years in Towing Business Years in CHP Rotation Tow Current Number of Tow Trucks Operated 2. FSP Beat Operating Hours: 3. Describe Activities Prohibited to FSP Contractors: 4. Describe FSP Contractor Duties on a Daily Basis: B-2 PAGE: Three Attachment B 5. How Frequently Will Your Trucks be Inspected by CHP? 6. What Tests Must an FSP Driver Pass Before Operating-FSP Service? A. B. C. 7. What Does an FSP Driver Wear? 8. What Equipment is Found on an FSP Tow Truck? (attach separate list) 9. How Did You Calculate Your Hourly Costs? (attach time & materials & calculation) 10. What are the FSP Insurance Requirements You Must Meet? .11. How Many Back-up Trucks and Drivers Must You Have for this Beat? 12. Who May We Contact by Phone for References? (clients only) Client Agency Phone # B-3 PAGE: Four Attachment B 13. Additional Information May Be Attached. Name: Date: Name of Assistants Completing Form: B-4 PART "B" CONTRACT AGREEMENT between ) ) ) ) (hereinafter "Contractor") ) ) ) ) ) and ) Contract Amount: $ ) ) ) Riverside County Service Authority ) Term: / / through / / for Freeway Emergencies ) 3560 University Avenue, Suite 100 ) Riverside, California 92501 ) (hereinafter "Commission") ) Contract No.: for [TITLE OF WORK] This Agreement is made and entered into as of this day of , 20_, by and between the RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES, with offices in Riverside, California (hereinafter called "Commission") and (hereinafter called "Contractor"). RECITALS WHEREAS, the Commission, a California County Transportation Commission, exists under the authority of Section 130050 et sec . of the California Public Utilities Code; WHEREAS, the Commission requires the services of a Contractor to provide the professional services as described in the Scope of Services; WHEREAS, the Commission has determined that Contractor is best qualified to perform the required services; WHEREAS, the Contractor is able and willing to perform the required services under the terms and conditions of this Contract; WHEREAS, the Commission is the short range transportation planning agency for Riverside County. It also programs federal, state and local funds. The Commission has entered into a Memorandum of Understanding with the California Department of Transportation (Caltrans) and the California Highway Patrol (CHP) to fund a peak period freeway service patrol on selected freeway segments in Riverside County; WHEREAS, Section 22520 (g) of the California Vehicle Code specifically authorized the CHP to be responsible for freeway service patrols stopping on freeways for the purpose of rapid removal of impediments to traffic. Article 3, Section 91, of the Streets and Highways Code, states that Caltrans has responsibility to improve and maintain the state highways. Caltrans also has the responsibility for traffic management and removing impediments from the highways; NOW, THEREFORE, For the consideration hereinafter stated, the parties agree as follows: 1.0 SCOPE OF SERVICES CONTRACT REPRESENTATIVES: Caltrans and the CHP will jointly oversee the service. Both agencies will have responsibility for overseeing service performance and ensuring that the Contractors abide by the terms of the contracts. B-6 CHP is responsible for dispatch services to incident locations within the vehicle's patrol limits. The dispatching will be done in accordance with the contract for the service. A Standards Operating Procedures manual will be given to the Contractor explaining the types of incidents to which his/her operators may be dispatched. SERVICE LOCATIONS: The Freeway Service Patrol will operate on selected freeway segments referred to as beats. Each beat has specific turnaround locations and designated drop locations identified by the CHP. Attachment "A" shows the specific limits, number of tow trucks, number of back-up trucks, hours of operation and fiscal years 2002, 2003 and 2004 holidays for the Contractor's specific beat. The Commission reserves the right to add or delete holidays to the work schedule. Travel time to and from the beat will be at the expense of the Contractor. At any time during the contract's term, the Commission reserves the right to adjust beat specifications to better accommodate demand for the service. These changes can occur during the course of the contract through written change orders. If warranted and during the service hours of operation, the Contractor may be requested to temporarily reassign his/her Freeway Service Patrol operators/trucks to locations outside the assigned beat. DESCRIPTION OF SERVICE: The purpose of the project is to provide for the rapid removal of disabled vehicles and those involved in minor accidents from the freeway. Where conditions permit, safe removal of small debris will be required. Contractor vehicles shall be exclusively dedicated to the service during the hours of operation. All vehicle maintenance activities shall be conducted during non -service hours. The Contractor's service patrol operators shall assist motorists involved in minor accidents and those with disabled vehicles. They shall be responsible for clearing the freeway of automobiles, small trucks and small debris. When and where conditions warrant, service may be executed on the freeway shoulders. Where conditions do not warrant, operators will remove the vehicles from the freeway to provide service. The vehicles shall continuously patrol their assigned beat, respond to CHP dispatches for service, use the designated turnaround locations and use the CHP identified designated drop locations. Service patrol vehicle operators may be required to change flat tires, provide "jump" starts, provide one gallon of gasoline or diesel fuel, temporarily tape cooling system hoses and refill radiators. Operators may spend a maximum of 10 minutes per disablement in attempting to mobilize a vehicle. All Freeway Service Patrol services will be provided at no cost to the motorist. Service patrol operators will not be allowed to accept gratuities, perform secondary towing services, recommend secondary tows, or recommend repair/body shop businesses. B-7 If a vehicle cannot be mobilized within the 10 minute time limit, it shall be towed to a designated drop location identified by the CHP. The motorist can request the Freeway Service Patrol vehicle operator to call the CHP Communication center to request a CHP rotational tow or other services. Freeway Service Patrol operators shall not be allowed to tow as an independent contractor from an incident that occurred during the Freeway Service Patrol shift unless called as a rotation tow by CHP. If called as a rotation tow after a Freeway Service Patrol shift, the operator must remove all Freeway Service Patrol markings and change his/her Freeway Service Patrol uniform. There may be some instances where service patrol operators may be requested to provide assistance to CHP officers. Freeway Service Patrol operators shall follow the instructions of the CHP officer at the scene of any incident within the scope of the Freeway Service Patrol program. EQUIPMENT REQUIREMENTS: A. TOW TRUCK REQUIREMENTS: Vehicles will be exclusively dedicated to the Freeway Service Patrol during its hours of operation. The Freeway Service Patrol will utilize at a minimum, Class A trucks with a minimum gross vehicle weight rating of 14,000 pounds, dual wheel chassis and four (4) ton recovery equipment rating. All trucks and beds used in the Freeway Service Patrol program shall be less than five (5) years old and free of any physical damage. Prior to commencement of service, the CHP will inspect each vehicle designated for the Freeway Service Patrol to ensure that it meets the vehicle specifications and to ensure that it meets or exceeds safety requirements. These inspections will occur prior to the start of service. Succeeding inspections will occur periodically as determined by the CHP. Any unsafe or poorly maintained vehicle(s) or improperly equipped vehicle(s) shall be removed from service or repaired as directed by the CHP, and the Contractor shall be fined at double the Contractor's hourly rate plus the loss of revenue for the down time. Documentation of the vehicle identification number and successful completion of the inspection will be kept on file at the CHP office and Contractor's base office. Spare vehicles will be required to complete the shifts of vehicles removed from service. The Contractor will be required to have a spare vehicle available for service at all times. Freeway Service Patrol vehicles bearing the service patrol title, logo, and vehicle identification number will be painted white. There will be no color requirement for the trim. If trim is used, it shall be no greater than four (4) inches on the front and sides of the vehicle. No other accessory equipment shall be mounted or installed without prior CHP approval. This includes but is not limited to bras, chrome wheel covers or window tint. Each tow truck shall be equipped, as a minimum, with the following: B-8 o Wheel lift towing equipment, with a minimum lift rating of 3,000 pounds. All tow equipment shall include proper safety straps. o Boom with a minimum static rating of 5,000 pounds. o Winch Cable - 8,000 pound rating on the first layer of cable. o Winch Cable - 100 ft., 3/8 -inch diameter, with a working limit of 3500 pounds. o Towing slings rated at 3,000 pounds minimum. o Tow chains 5/16" alloy or OEM specs., J.T. hook assembly. o Rubber face push bumper. o Mounted spot light capable of directing a beam both front and rear. o Amber warning lights with front and rear directional flashing capability, with on/off switch in cab. o Public address system. o Power outlets ("hot boxes"), front and rear mounted, with outlets compatible to 12 volt booster cables. o Heavy duty, 60+ amp battery. o Radios with the ability to communicate with the Contractor's base office. o Programmable scanners capable of scanning between the 39 and 48 MHz used by the CHP. o Suitable cab lighting. o Trailer hitch capable of handling a 1 7/8 -inch ball and 2 inch ball. o One (1) 1 7/8 inch ball and one (1) 2 inch ball. o Rear work lights. o Thomas Brothers or other suitable map. o Safety chain D -ring or eyelet mounted on rear of truck. o Motorcycle Straps (2) B-9 o Diesel fuel in plastic jerry cans (5 gallons) o Unleaded gasoline in plastic jerry cans (5 gallons) o Safety chains min. 5 ft.-- (2) o First aid kit (small 5" x 9") (1) o Fire extinguisher aggregate rating of at least 4-B,C units (1) o Pry bar - 36" or longer (1) o Radiator water in plastic container (5 gallons) o Sling cross -bar spacer blocks (2) o 4" x 4" x 48" wooden cross beam (1) o 4" x 4" x 60" wooden cross beam (1) o 24" wide street broom (1) o Square point shovel (1) o Fuses (highway flares), 15 minute (36) Fuses (highway flares), 30 minute (20) o Cones 18" (6) o Hydraulic jack, 2 -ton, floor (1) o Four way lug wrench (1 std.) (1) o Four way lug wrench (1 metric) (1) o Rechargeable air bottle, hoses and fittings to fit tire valve stems, 100 psi capacity (1) o Flashlight and spare batteries (1) o Tail lights/brake lights, portable remote with extension cord (1 set) o Booster cables, 25 ft. long minimum, 3 -gauge B-10 copper wire with heavy-duty clamps and one end adapted to truck's power outlets (1 set) o Funnel, multi -purpose, flexible spout (1) o Pop-up dolly, portable for removing otherwise untowable vehicles (1) o 5 -gallon can with lid filled with absorb -all (1') o Empty trash can with lid (5 gallon) (1) o Lock out set (1) Each Freeway Service Patrol truck shall be required to have a tool box with the following minimum number of tools/supplies. A tool kit for small equipment items is required. The list may be supplemented at the Contractor's option and expense. o Screwdrivers -- Standard -1/8", 3/16", 1/4", 5/16" Phillips head - #1 and #2 (1 each, min). (1 each, min). o Needle nose pliers (1) o Adjustable rib joint pliers, 2" min. capacity (1) o Crescent wrench - 8" (1) o Crescent wrench - 12" (1) o 4. lb hammer (1) o Rubber mallet (1) o Electrical tape, roll (1) o Duct tape, 20 yard roll (1) o Tire pressure gauge (1) o Mechanic's wire (roll) (1) o Bolt cutters (1) B-11 The operator shall be required to complete a pre -operation inspection of the vehicle as well as inventory the required equipment prior to the start of each shift. An inspection/inventory sheet shall be completed by the operator prior to the start of each shift and be available for inspection. The sheets must be kept on file at the Contractor's office and available for CHP inspection upon request. Any item missing must be replaced prior to the start of the shift. All equipment stored on top of the truck shall be secured to the truck. B. SPARE VEHICLES: The Contractor shall be required to have one spare certified FSP tow truck available for each beat. The spare vehicle shall be used when a regular vehicle is unavailable. .The spare vehicle shall be painted the required color with the required identification markings, title, logo. It shall meet all the vehicle equipment specifications. C. VEHICLE BREAKDOWN AND OTHER MISSED SERVICE: The spare vehicle must be in service on the beat within 45 minutes of the time a permanently dedicated vehicle must be taken out of service for any reason. The Contractor shall not be paid for the time period that the contractually required number of trucks are not in service. If a vehicle is not made available within the 45 minute time period, the Contractor shall be fined double the hourly contract rate until a replacement truck is provided. If a truck is not ready at the start of a shift due to breakdown, the fine time will be calculated at the start of the shift. If the entire shift is missed, the Contractor shall be penalized for the entire shift at three (3) times the hourly rate. Vehicle maintenance will be performed during non -service hours. D. VEHICLE IDENTIFICATION: It shall be the Contractor's responsibility to place detachable Freeway Service Patrol markings on each vehicle during the service hours and to remove the detachable markings immediately upon completion of each shift. The Commission will supply each Contractor with the appropriate number of detachable markings for his/her beat(s). If a marking is lost or damaged, the Contractor shall be responsible for the cost of the replacement markings. All Freeway Service Patrol markings shall be returned at the termination of the contract. The cost of any Commission and/or Caltrans/CHP supplied item and/or equipment not returned shall be deducted from the Contractor's final payment. Freeway Service Patrol markings as well as vehicle numbers shall be required on both sides of all trucks. The operator shall be required to keep the title and logos clean and in readable condition throughout the service patrol's operation. E. COMMUNICATION EQUIPMENT: Each Freeway Service Patrol vehicle shall be equipped with radios to enable the operator to communicate with the CHP Communication Center. The communications equipment shall B=12 be supplied by the Commission. The Commission supplied communications equipment shall be in addition to the Contractor's shop radios. Programmable scanners capable of scanning between the 39 and 48 MHz used by CHP shall also be supplied by the Contractor and shall be installed in all vehicles. Each Freeway Service Patrol vehicle shall be equipped with shop radios to enable the operator to communicate with his/her base office. The shop radios shall be supplied by the Contractor. The Freeway Service Patrol vehicles shall be equipped with a public address system. The public address system shall have the capability for the driver of the disabled vehicle to hear instructions transmitted from the cab of the Freeway Service Patrol vehicle when the FSP vehicle is adjacent to the rear of the disabled vehicle. The Contractor shall be responsible for maintaining the security of the vehicle communication equipment. The Contractor shall be liable for any damage other than normal wear and tear to the communication equipment. The Contractor shall also be liable for the full replacement value of the communication equipment installed in the trucks while in the care, custody and control of the equipment. The Commission shall deduct repair fees as well as the full replacement cost of any Commission equipment from any payments due to the Contractor under this agreement. The Commission supplied vehicle equipment shall be retumed upon contract termination. The cost of any equipment not returned shall be deducted from the Contractor's final payment. F. VEHICLE OPERATORS: All potential vehicle operators shall be required to have a safe driving record and current Class C driver's license. All operators shall be 18 years of age or older. Potential operators shall be subject to driving record and criminal background checks through the California Highway Patrol. Any certified driver from other FSP areas will be evaluated on a case by case basis. Potential operators shall be sufficiently experienced in the tasks of tow truck operations and proficient with all required Freeway Service Patrol equipment to provide safe and proper service. All potential operators must be capable of demonstrating their tow operating abilities prior to formal CHP/Caltrans training. Additionally, the operators will be required to exercise good, sound judgement in carrying out their duties. Operators shall be required to inform the CHP Communications Center at any time he/she leaves the assigned beat for more than 10 minutes. This includes replenishing expendable items such as gasoline, fire extinguisher, etc., or when they are on a break. The operator shall be required to immediately notify the CHP Communications Center upon a tow truck breakdown. The Freeway Service Patrol operator shall be required to complete assist records for each incident. The CHP, Caltrans, and the Commission maintain strict drug and alcohol policies. Any Freeway Service Patrol vehicle operator found working under the influence of drugs or B-13 alcohol shall be dismissed by the Contractor immediately. The Contractor shall be responsible for providing a certified replacement driver for that vehicle. The Contractor shall permanently remove any operator convicted of a crime involving a stolen vehicle, stolen property, violence, drugs or moral turpitude, fraud related to the towing business, or misdemeanor or felony driving while under the influence of alcohol or a drug, from duties under the FSP program. The Contractor shall immediately suspend any operator charged with any of the above crimes from duties under this program pending the outcome of the criminal case. If the operator is not convicted, or is ultimately convicted of a lesser crime not described above, the Contractor shall permanently remove the operator from duties under this program if, in the opinion of SAFE's Executive Director or designee, sufficient evidence is presented during the criminal proceedings to conclude there is probable cause to believe the operator committed the crime. All vehicle operators including back-up drivers shall be required to complete the CHP/Caltrans two day training program which costs $50.00 per driver. No driver will be allowed to begin patrolling without attending the mandatory training classes. Any driver who is found on patrol without completing the mandatory training class may be prohibited from further Freeway Service Patrol service and the Contractor's contract may be terminated immediately. Mandatory CHP/Caltrans refresher training classes shall be scheduled during non -Freeway Service Patrol hours. A minimum of eight (8) hours refresher training per year shall be required. G. OPERATOR EQUIPMENT: It shall be the responsibility of the Contractor to provide the operator with specified uniforms, shoes, and other equipment. The equipment includes navy blue jump suits or shirts and pants. If coveralls are worn they shall have two way zip front with heavy duty brass zipper. Coverall or shirt sleeves shall be half raglan type or set-in sleeve with pleated - action back.. Long sleeves may have plain barrel cuff or be equipped with snap or button closure on wrist. The length of the sleeve on short -sleeve coveralls/shirts shall come to within approximately 1 inch of the inside forearm when the wearer's arm is bent at a 90 degree angle. The coveralls shall have shape holding sanforized waist banding with elastic inserts for trim fit. Legs shall be moderately tapered to avoid excessive fullness. H.D. Lee Company style No. 018-3041 (Navy Blue) or Commercial Uniform Co. style No. 201 (Navy Blue) or equal. All main seams shall be at least double stitched with good quality thread. Shirts or coveralls shall have one or two chest pockets. Single pocket coveralls/shirts shall have the chest pocket placed on the left. B-14 The first initial of the first name and full last name shall be sewn above the right chest pocket so that it shall be clearly visible with the collar open. Letters shall not exceed '/2 inch. A detachable metal nameplate may be worn in place of the embroidered name at the Contractor's option. A safety vest with reflective white stripes shall be wom. The safety vest shall be orange or lime -green in color. A small Freeway Service Patrol logo (patch) shall be sewn on the front of the safety vest over the left front pocket of the uniform. A large Freeway Service Patrol logo shall be sewn across the middle portion of the back of each safety vest. The name of the operator shall be displayed on the front of the safety vest over the right front pocket of the uniform. All Freeway Service Patrol operators shall wear general duty black work boots with protective steel toe. During cold weather, a navy blue sweater or sweatshirt may be worn under the uniform shirt/jumpsuit. A navy blue jacket may also be worn at the Contractor's option, if it meets all the uniform specifications. • Rain gear shall be waterproofed material, yellow in color. Reflective 2" white tape shall be applied to both sleeve cuffs and both leg cuffs and across the upper back. Hats, if wom, shall be baseball type cap, navy blue in color. An "FSP" shoulder patch shall be sewn on the hat above the brim. No other logos/names shall be accepted. A sketch of the uniform requirement is shown in Attachment "A-3". H. LOCAL OFFICE: The Contractor shall provide a local office for contract administration purposes. This office shall be staffed by either the Contractor or a person who has the authority to conduct business and make decisions on behalf of the Contract as specified in the form on Attachment "A-2". The office shall have business hours coinciding with Contractor's beat(s) hours of operation. The office shall be established within close proximity to the Contractor's beat(s). The Contractor shall also provide telephone service through which he/she or a responsible representative who has the authority to conduct business and make decisions on behalf of the Contractor during non -beat hours. During non -business hours, an answering machine provided at the Contractor's expense, shall be available to log calls, take complaints, etc. The business office must also have a working fax machine to receive written notices and invoices. 2.0 PERIOD OF PERFORMANCE The period of performance shall be July 2, 2001 through June 30, 2004, unless the agreement is terminated as provided herein. B-15 Neither party hereto shall be considered in default in the performance of its obligations to the extent that the performance of any such obligation is prevented or delayed by an excusable delay. Should Contractor's services be delayed by an excusable cause, Contractor's schedule for completion of tasks affected by such delay may be extended. Excusable delays are Acts of God or acts or failures to act of government agencies or -Commission in either their sovereign or contractual capacities; fires, floods, other epidemics, quarantine restrictions, strikes; but, in every case, the failure to perform must be reasonably beyond the control, and without the fault or negligence of the Contractor. 3.0 PAYMENT A. Subject to the provisions set forth below for services satisfactorily performed hereunder, the Commission shall pay the Contractor on a Time and Materials basis a ceiling price NOT TO EXCEED DOLLARS ($ ). B. The Commission shall not be obligated to pay costs which exceed the ceiling price set forth above, except as provided in Articles 5.0 and 8.0. Contractor agrees to use its best efforts to perform the services and all obligations under this Contract within such ceiling price. C. For its performance of services, the Contractor shall be paid for labor expended directly in the performance of this service at the rates specified below. The Contractor shall not be entitled to reimbursements unless approved in advance in writing. SCHEDULE OF HOURLY RATES Classification Hourly Rate Contract - tow truck operators $ D. The compensation herein above specified will cover and include all applicable labor surcharges such as taxes, insurance and fringe benefits, as well as indirect costs, overhead, general and administrative expense, and profit. E. Fines for starting late: leaving early; taking more than 15 -minutes worth ofbreaks per 3 -hour shift; or being ordered out of service by a CHP or Caltrans supervisor for contract infractions shall be deducted from the Contractors's monthly invoice at double the hourly rate. F. Invoices for Contractor's services shall be submitted monthly on forms approved by the Commission. Invoices will be routinely verified by the CHP and Caltrans. To ensure prompt payment, most billing disputes may be resolved within ten (10) B-16 working days of written notice of dispute. However, at Commission's discretion, reconciliation of disputed fines that sum to less than 2% of the month's invoice may be corrected on the next month's invoice to ensure prompt payment of the major portion of the invoice. G. Records and Audit: The Contractor shall permit the authorized representatives of the Commission, and any other government agency to inspect and audit all records of Contractor relating to its and its subcontractor's performance under this Contract from date of Contract through and until expiration of three years after completion of the Contract. Contracts with the Contractor's subcontractors shall include such provisions for such audits, as applicable. For purposes of audit, the date of completion of the Contract shall be the date of Commission's payment for Contractor's final billing (so noted on the invoice) under this Contract, or a period of ninety days from the date of Commission's Notice of Final Acceptance. 4.0 COMMISSION REPRESENTATIVES The Executive Director or his/her designee shall be the Commission's designated representative for the Contract. Representative shall manage all technical aspects related to the performance of this Contract. The Contractor shall make such oral or written reports to the Commission's Representative as he or she may request in addition to those specifically required elsewhere by this Contract. 5.0 TERMINATION A. The Commission may, by written notice to Contractor, terminate this Contract in whole or in part at any time, either for the Commission's convenience or because of the failure of the Contractor to fulfill its Contract obligations. Upon receipt of such notice, the Contractor shall: (a) immediately discontinue all services affected (unless the notice directs otherwise), and (b) deliver to the Commission all data, drawings, specifications, reports, estimates, summaries and such other information and material as may have been accumulated by the Contractor or its Subconsultants in performing this Contract, whether completed or in process. B. If the termination is for the convenience of the Commission, the Commission shall pay Contractor the approved costs incurred prior to effective date of termination and other costs reasonably incurred by the Contractor to implement the termination. C. If the termination is due to the failure of the Contractor to fulfill its Contract obligations, the Commission may take over the work, and prosecute the same to completion by contract or otherwise. In such case, the Contractor shall be liable to the Commission for any reasonable cost or damages occasioned to the Commission thereby. B-17 D. If, after the notice of termination for failure to fulfill Contract obligations, it is determined that the Contractor has not so failed, the termination shall be deemed to have been effected for the convenience of the Commission. In such event, adjustment shall be made as provided in paragraph B of this Article. E. The rights and remedies of the parties provided in this Article are in addition to any other rights and remedies provided by law or under this Contract. F. Contractor, in executing this Contract, shall be deemed to have waived any and all claims for damages in the event of Commission's termination for convenience as provided in paragraph B of this Article. CONTRACTOR STATUS/SUBCONTRACTORS A. The Contractor is an Independent Contractor. In the performance of the services to be provided hereunder, Contractor's relationship to the Commission shall be that of an independent contractor and not an employee, agent or other representative of the Commission. B. Assignment or Transfer: Services to be furnished hereunder shall be deemed to be unique personal services and except as herein provided, Contractor shall not assign, sublet, transfer or otherwise substitute its interest in this Contract or its obligations hereunder without the prior written consent of the Commission. This consent shall in no way relieve the Contractor from his primary responsibility for performance of the work. Any such transfer without said consent shall be void and unenforceable. Any contract with a subconsultant shall require the subconsultant to comply with all applicable provisions of this agreement, including without limitation, Article 7 hereof. C. Commission reserves the right of prior approval of all Subconsultants and retains the right to request Contractor to terminate any subconsultant, for any reason deemed appropriate by the Commission, by so notifying Contractor in writing. Should said notification be submitted to Contractor, it shall terminate said subconsultant immediately. D. Commission shall have no liability to any subconsultant(s) for payment for services under this Contract or other work performed for Contractor, and any subcontract entered into by Contractor pursuant to the conduct of services under this Contract shall duly note that the responsibility for payment for the technical services or any other work performed shall be the sole responsibility of Contractor. B-18 7.0 INSURANCE Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, or employees. A. Minimum Scope of Insurance: Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and omissions liability insurance appropriate to the consultant's profession. 5. On -hook Liability: Listed below are the insurance endorsement for the on - hook liability coverages which shall be required for tow truck services: Gross Vehicle Weight Coverage Per Accident Less than 10,000 pounds $ 50,000 10 -20,000 pounds $ 50,000 More than 20,000 pounds $250,000 B. Minimum Limits of Insurance: Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and omissions Liability: $1,000,000 per occurrence. B-19 5. On -hook Liability: Listed below are the insurance endorsement for the on - hook liability coverages which shall be required for tow truck services: Gross Vehicle Weight Coverage Per Accident Less than 10,000 pounds $ 50,000 10 -20,000 pounds $ 50,000 More than 20,000 pounds $250,000 C. Deductibles and Self -Insured Retention: Any deductibles or self -insured retention must be declared to and approved by the Commission. At the option of the Commission, either: the insurer shall reduce or eliminate such deductibles or self - insured retention as respects the Commission, its officials and employees, or the Contractor shall procure a bond guaranteeing payment of losses and related investiga- tions, claim administration and defense expenses. D. Other Insurance Provisions: The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The Commission, its subsidiaries, officials and employees are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Commission, its subsidiaries, officials and employees. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the Commission, its subsidiaries, officials and employees. Any insurance or self-insurance maintained by the Commission, its subsidiaries, officials and employees. shall be excess of the Contractor's insurance and shall not contribute with it. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the Commission, its subsidiaries, officials and employees. 4. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the Commission. B-20 E. Acceptability of Insurers: Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A: VIE, unless otherwise acceptable to the Commission. Only admitted California carriers are acceptable to the Commission unless otherwise approved in writing by the Commission. F. Verifications of Coverage: Contractor shall furnish the Commission with certificates of insurance and original endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the Commission before work commences. G. Liability and Indemnification: The Contractor shall indemnify, hold harmless and defend the Commission, and its subsidiaries, officers, employees, and agents, individually and collectively, to the maximum extent allowed by law, from and against all liability, claims, losses, actions, and expenses (including attomey's fees) on account of bodily injury to or death of any person (including employees of the parties to be indemnified) or for damage to or loss of use of property (including employees of the parties -to be indemnified) or for damage to or loss of use of property (including property of the Commission) arising out of or resulting from the acts or omissions to act of the Contractor, its subcontractors, anyone directly or indirectly employed by any of them or anyone of whose acts any of them are liable in the performance of the Work, whether occurring during the course of the contract or after its completion, unless caused solely by the negligence or willful misconduct of the parties to be indemnified. This indemnity shall survive termination of the Contract or final payment thereunder. This indemnity is in addition to any other rights or remedies which the Commission may have under the law or under the Contract. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, the Commission may in its sole discretion reserve, retain, or apply any monies due to the Contractor under the Contract for the purpose of resolving such claims, provided, however that the Commission may release such funds if the contractor provides the Commission with reasonable assurance of protection of the Commission's interests. The Commission shall in its sole discretion determine whether such assurances are reasonable. Claims against the parties to be indemnified, by any employee of Contractor, its subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall not limit the Contractor's indemnification obligation, set forth above, in any way, by any limitation on the amount or type of damages, compensation, or benefits payable by or for the contractor or its subcontractors under workers' compensation acts, disability benefit acts or other employee benefit acts or insurances. H. Damage Complaints: Upon receiving a damage complaint from a motorist assisted by the Contractor that the Contractor damaged their vehicle while lending assistance, B-21 the Contractor shall notify the CI-1TP regarding the nature of the damage complaint and its disposition. The Contractor shall reply to the motorist by telephone with 24 hours of receiving the damage complaint notification. If necessary, the Contractor shall send either his/her authorized representative or his/her insurance company representative to inspect the vehicle and complete an incident report within 48 hours after receiving the damage complaint. If the investigation shows that damage to the vehicle could have been caused by the Contractor, the Contractor shall negotiate in good faith to try and resolve the issue and shall report to the CHP the result of the negotiations. All complaints shall be resolved within a reasonable period of time after being received. Complaint Review Committee: The Freeway Service Patrol Technical Advisory Committee is hereby designated as the Damage Complaint Review Committee. The Technical Advisory Committee is composed of voting members from Caltrans, CHP and the Commission. If the Committee finds that justifiable complaints are not resolved within a reasonable time frame, it can recommend that payment to the Contractor in the amount of the damage claim be withheld. 8.0 REVISIONS IN SCOPE OF WORK A. Commission may, from time to time, make changes in Article 1 - Scope of Services under this Contract, through a Change Order. A Change Order shall not modify the overall purpose of this Contract. B. Extra Work: At any time during the term of this Contract, Commission may order Extra Work to be performed by Contractor. Extra Work is defined as work which was not contained in this Contract; is determined by the Commission to be necessary; and bears a reasonable relation to the work originally described in the Contract. C. Upon receipt of a Change Order approved by the Commission, Contractor shall continue performance of the Scope of Services as changed. Changes in the Scope of Services, and equitable adjustments in compensation and schedule shall be incorporated in written amendments to this Contract either prior to or subsequent to Commission's issuance of a Change Order. 9.0 RIGHTS IN TECHNICAL DATA A. All documents and materials prepared or developed by Contractor and its Subconsultants pursuant to this Agreement shall become the property of the Commission without restriction or limitation on their use and shall be made available upon request, to the Commission at any time. Original copies of such shall be delivered to the Commission upon completion of the work or termination of the work. The Contractor shall be permitted to retain copies of such items for the B-22 furtherance of its technical proficiency; however, publication of this material is subject to the written approval of the Commission. B. No material or technical data prepared by the Contractor under this Contract is to be released by Contractor -to any other person or agency except as necessary for the performance of the work. All press releases or information to be published in newspapers, magazines, electronic media, shall be distributed only after first being authorized by the Commission. 10.0 EEO/AFFIRIvIATIVE ACTION/DBE In connection with the execution of this Contract, Contractor shall not discriminate against any employee or applicant for employment because of race, age, religion, color, sex, or national origin, ancestry, physical handicap, medical condition, or marital status. Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, national origin or handicapped status. Such action shall include, but not be limited to, the following: employment upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, and selection for training, including apprenticeship. Employment and Housing Act (Gov. Code Section 12900 et seq.) and the applicable regulations promulgated thereunder (Cal. Admin. Code, Tit. 2, Section 7285.0 et seq.): The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Sec 12900, set forth in Chapter 5 of Division 4 of Title 2 of the California Administrative Code are incorporated into this Contract by reference and made a part hereof as if set forth in full. Contractor shall include the provisions of this Section in all of Contractor's subcontracts with respect to work under this Agreement, unless exempted by the Regulations. 11.0 - PROHIBITED INTERESTS A. Contractor warrants that it has not employed or retained any company or person, other than a bonafide employee working solely for Contractor, to solicit or secure this Contract and that is has not paid or agreed to pay any company or person, other than a bonafide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach of violation of this warranty, the Commission shall have the right to annul this contract without liability. B. Contractor agrees that, for the term of this Contract, no member, officer, or employee of the Commission, or of a local public body during his/her employment for one (1) year thereafter, or member or delegate to the Congress of the United States, shall have any interest, direct or indirect, in this Contract, or to any benefit arising thereof. C. The employment by Contractor of personnel on the payroll of the Commission will not be permitted in the execution of this Contract, even though such employment B-23 may be outside of the employee's regular working hours or on Saturdays, holidays, or vacation time; further, the employment by the Contractor of personnel who have been on the Commission payroll within one (1) year prior to the date of contract award, where such employment is caused by and/or dependent upon Contractor securing this or related -contract with the Commission, is also prohibited. 12.0 NOTIFICATION All notices hereunder and communications regarding interpretation of the terms of this Contract or changes thereto shall be effected by the mailing thereof by registered or certified mail, return receipt requested, postage prepaid and addressed as follows: Riverside County Transportation Commission 3560 University Avenue, Suite 100 Riverside, California 92501 Attn: Jerry Rivera, Program Manager 13.0 COMPLIANCE WITH LAW The Contractor shall familiarize itself with and perform the work required under this Contract in conformity with requirements and standards of the Commission, municipal and public agencies, public and private utilities, special districts, and railroad agencies whose facilities and services may be affected by work under this Contract. The Contractor shall also comply with all Federal, California and local laws and ordinances applicable to any of the work involved in this Contract. 14.0 DISPUTES In the event of a disagreement, or dispute arising between the parties under this Contract, the Commission shall, upon its own initiative or promptly upon the written request of Contractor, make a determination thereof and such determination shall be complied with pending judicial determination of the dispute. Pending final resolution of any dispute hereunder, Contractor shall continue diligently to perform the services under this Contract and in accordance with the Commission's decision or position concerning the disputed matter. 15.0 GOVERNING LAW The validity of this Contract and of any of its terms or provisions, as well as the rights and duties of the parties hereunder, shall be govemed by the laws of the State of California. 16.0 ENTIRE AGREEMENI B-24 This Contract, and any attachments or documents incorporated herein by inclusion or by reference, constitutes the complete and entire agreement between the Commission and Contractor and supersedes any prior representations, understandings, communications, commitments, agreements or proposals, oral or written. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed on the date shown below, but effective on the date first herein above written. RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES CONTRACTOR By: By: William G. Kleindienst, Chairman REVIEWED AND RECOMMENDED Tax I.D. No. FOR APPROVAL: By: Eric A. Haley, Executive Director APPROVED AS TO FORM: By: Best, Best & Krieger Counsel, Riverside County Service Authority for Freeway Emergencies (Title) B-25