Loading...
HomeMy Public PortalAbout12 December 13, 2023 CommissionRIVERSIDE COUNTY TRANSPORTATION COMMISSION MEETING AGENDA TIME/DATE: 9:30 a.m. / Wednesday, December 13, 2023 LOCATION: BOARD ROOM County of Riverside Administrative Center 4080 Lemon Street, First Floor, Riverside COMMISSIONERS Chair — Bob Magee Vice Chair— Lloyd White Second Vice Chair— Karen Spiegel Kevin Jeffries, County of Riverside, District 1 Karen Spiegel, County of Riverside, District 2 Chuck Washington, County of Riverside, District 3 V. Manuel Perez, County of Riverside, District 4 Yxstian Gutierrez, County of Riverside, District 5 Sheri Flynn / Rick Minjares, City of Banning Lloyd White /Julio Martinez, City of Beaumont Joseph DeConinck / Johnny Rodriguez, City of Blythe Linda Molina / Wendy Hewitt, City of Calimesa Jeremy Smith / Jennifer Dain, City of Canyon Lake Raymond Gregory / Mark Carnevale, City of Cathedral City Steven Hernandez / Stephanie Virgen, City of Coachella Wes Speake / Jim Steiner, City of Corona Scott Matas / Russell Betts, City of Desert Hot Springs Clint Lorimore / Todd Rigby, City of Eastvale Linda Krupa / Malcolm Lilienthal, City of Hemet Dana Reed / Ty Peabody, City of Indian Wells Waymond Fermon / Oscar Ortiz, City of Indio Brian Berkson / Armando Carmona, City ofJurupa Valley Kathleen Fitzpatrick / Deborah McGarrey, City of La Quinta Bob Magee / Natasha Johnson, City of Lake Elsinore Bill Zimmerman / Dean Deines, City of Menifee Ulises Cabrera / Edward Delgado, City of Moreno Valley Cindy Warren / Ron Holliday, City of Murrieta Berwin Hanna / Katherine Aleman, City of Norco Jan Harnik / Kathleen Kelly, City of Palm Desert Lisa Middleton / To Be Appointed, City of Palm Springs Michael M. Vargas / Rita Rogers, City of Perris Meg Marker / Lynn Mallotto, City of Rancho Mirage Chuck Conder / Patricia Lock Dawson, City of Riverside Alonso Ledezma / Valerie Vandever, City of San Jacinto James Stewart / Jessica Alexander, City of Temecula Joseph Morabito / Ashlee DePhillippo, City of Wildomar Catalino Pining, Governor's Appointee Caltrans District 8 Comments are welcomed by the Commission. If you wish to provide comments to the Commission, please complete and submit a Speaker Card to the Clerk of the Board. RIVERSIDE COUNTY TRANSPORTATION COMMISSION www.rctc.org MEETING AGENDA * *Actions may be taken on any item listed on the agenda 9:30 a.m. Wednesday, December 13, 2023 Board Room County of Riverside Administrative Center 4080 Lemon Street, First Floor, Riverside, CA This meeting is being conducted in person as well as via teleconference. Please visit https://rivco.org/constituent-speaking-request to complete a speaker slip and receive further instructions to participate via teleconference. For members of the public wishing to submit written comments, please email comments to the Clerk of the Board at Imobley@rctc.org prior to December 12, 2023, and your comments will be made part of the official record of proceedings. In compliance with the Brown Act and Government Code Section 54957.5, agenda materials distributed 72 hours prior to the meeting, which are public records relating to open session agenda items, will be available for inspection by members of the public prior to the meeting at the Commission office, 4080 Lemon Street, Third Floor, Riverside, CA, and on the Commission's website, www.rctc.org. In compliance with the Americans with Disabilities Act, Government Code Section 54954.2, and the Federal Transit Administration Title VI, please contact the Clerk of the Board at (951) 787-7141 if special assistance is needed to participate in a Commission meeting, including accessibility and translation services. Assistance is provided free of charge. Notification of at least 48 hours prior to the meeting time will assist staff in assuring reasonable arrangements can be made to provide assistance at the meeting. 1. CALL TO ORDER 2. ROLL CALL 3. PLEDGE OF ALLEGIANCE 4. PUBLIC COMMENTS — Each individual speaker is limited to speak three (3) continuous minutes or less. The Commission may, either at the direction of the Chair or by majority vote of the Commission, waive this three -minute time limitation. Depending on the number of items on the Agenda and the number of speakers, the Chair may, at his/her discretion, reduce the time of each speaker to two (2) continuous minutes. In addition, the maximum time for public comment for any individual item or topic is thirty (30) minutes. Also, the Commission may terminate public comments if such comments become repetitious. Speakers may not yield their time to others without the consent of the Chair. Any written documents to be distributed or presented to the Commission shall be submitted to the Clerk of the Board. This policy applies to Public Comments and comments on Agenda Items. Under the Brown Act, the Commission should not take action on or discuss matters raised during public comment portion of the agenda that are not listed on the agenda. Commission members may refer such matters to staff for factual information or to be placed on the subsequent agenda for consideration. Riverside County Transportation Commission Meeting Agenda December 13, 2023 Page 2 5. ADDITIONS / REVISIONS — The Commission may add an item to the Agenda after making a finding that there is a need to take immediate action on the item and that the item came to the attention of the Commission subsequent to the posting of the agenda. An action adding an item to the agenda requires 2/3 vote of the Commission. If there are less than 2/3 of the Commission members present, adding an item to the agenda requires a unanimous vote. Added items will be placed for discussion at the end of the agenda. 6. CONSENT CALENDAR —All matters on the Consent Calendar will be approved in a single motion unless a Commissioner(s) requests separate action on specific item(s). Items pulled from the Consent Calendar will be placed for discussion at the end of the agenda. 6A. APPROVAL OF MINUTES — NOVEMBER 8, 2023 6B. PROPOSED 2024 COMMISSION/COMMITTEE MEETING SCHEDULE Overview This item is for the Commission to: 1) Adopt its 2024 Commission/Committee Meeting Schedule. 6C. MONTHLY INVESTMENT REPORT Overview This item is for the Commission to: Page 1 Page 8 Page 11 1) Receive and file the Monthly Investment Report for the month ended October 31, 2023. 6D. AMENDMENT TO PROJECT AND CONSTRUCTION MANAGER SERVICES FOR THE INTERSTATE 15/STATE ROUTE 91 EXPRESS LANES CONNECTOR PROJECT Overview This item is for the Commission to: Page 14 1) Approve Agreement No. 15-31-001-14, Amendment No. 14 to Agreement No. 15-31-001-00, with Parsons Transportation Group, Inc. (Parsons) to provide additional project and construction management (PCM) services for the Interstate 15 (I-15)/State Route 91 (SR -91) Express Lanes project (15/91 ELC) in the amount of $2,330,533, plus a contingency of $233,053, for an additional amount of $2,563,586; and extend the term to June 30, 2027; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Authorize the Executive Director or designee to approve contingency work up to the total not to exceed amount as required for the Project. Riverside County Transportation Commission Meeting Agenda December 13, 2023 Page 3 6E. AGREEMENT FOR JANITORIAL SERVICES FOR THE COMMUTER RAIL STATIONS AND TOLL FACILITIES Page 26 Overview This item is for the Commission to: 1) Award Agreement No. 24-24-005-00 to Ultimate Maintenance Services, Inc. to provide janitorial services for the Commuter Rail stations and toll facilities for a three-year term, and one, two-year option to extend the agreement, in the amount of $1,057,345, plus a contingency amount of $105,735, for a total amount not to exceed $1,163,080; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Authorize the Executive Director, or designee, to approve the use of the contingency amount as may be required for these services. 6F. AMENDMENT NO. 4 WITH WSP USA INC., FOR PROFESSIONAL SERVICES, AND OPERATIONS AND MAINTENANCE AGREEMENT WITH CALTRANS FOR THE INTERSTATE 15 SMART FREEWAY PILOT PROJECT Page 82 Overview This item is for the Commission to: 1) Approve Agreement No. 21-31-063-04, Amendment No. 4, to Agreement No. 21-31-063-00 with WSP USA Inc., (WSP) to provide professional services for the Interstate 15 SMART Freeway Pilot Project (Project), in the amount of $698,102 plus a contingency amount of $69,810 for an additional amount of $767,912, and a total amount not to exceed $4,767,912; 2) Approve Agreement No. 23-31-063-00 with Caltrans for the draft operations and maintenance (O&M) of the Project; 3) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; 4) Authorize the Executive Director, or designee, to approve contingency work as may be required for the Project; and 5) Authorize the Executive Director or designee, pursuant to legal counsel review, to execute non -funding amendments to the agreements on behalf of the Commission. Riverside County Transportation Commission Meeting Agenda December 13, 2023 Page 4 6G. QUARTERLY REPORTING OF CONTRACT CHANGE ORDERS FOR CONSTRUCTION CONTRACTS Page 132 Overview This item is for the Commission to: 1) Receive and file the Quarterly Report of Contract Change Orders for Construction Contracts for the three months ended September 30, 2023. 6H. TRAFFIC RELIEF PLAN PUBLIC ENGAGEMENT PROGRAM Overview This item is for the Commission to: Page 134 1) Award Agreement No. 24-15-032-00 to AlphaVu for Public Engagement Program services for an eight -month term, in an amount not to exceed $986,034; and 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. 61. STATE AND FEDERAL LEGISLATIVE UPDATE Overview This item is for the Commission to: Page 172 1) Adopt the Commission's 2024 State and Federal Legislative Platform; and 2) Receive and file a state and federal legislative update. 6J. QUARTERLY PUBLIC ENGAGEMENT METRICS REPORT, JULY - SEPTEMBER 2023 Page 191 Overview This item is for the Commission to: 1) Receive and file the Quarterly Public Engagement Metrics Report for July - September 2023. Riverside County Transportation Commission Meeting Agenda December 13, 2023 Page 5 6K. RIVERSIDE COUNTY ZERO -EMISSION BUS ROLLOUT PLANS AND FUNDING AND IMPLEMENTATION STRATEGY Page 197 Overview This item is for the Commission to: 1) Receive and file an update on the Riverside County Zero -Emission Bus (ZEB) Rollout Plans and Funding and Implementation Strategy (Project); 2) Direct staff to review existing transit funding policies and continue to work with the transit operators to strategize and leverage revenue sources to support the transition to zero -emission; and 3) Award sole source Agreement No. 24-62-042-00 with Center for Transportation and the Environment (CTE) for ongoing plan updates and zero -emission technical assistance for a three-year term in the amount of 150,000, plus a contingency of $15,000, for a total amount not to exceed $165,000. 7. CITY OF DESERT HOT SPRINGS REQUEST FOR A LOAN FOR STORM DAMAGED ROAD REPAIRS PROJECT Overview This item is for the Commission to: Page 427 1) Approve Agreement No. 24-31-052-00 to loan the city of Desert Hot Springs (City) 2009 Measure A funds in the amount of $7,500,000 for Storm Damaged Road Repairs Project (Project) with the City's repayment of the loan anticipated from federal Emergency Relief (ER) Program funds; and 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to develop, finalize and execute the agreement, on behalf of the Commission. 8. AGREEMENT FOR PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE INTERSTATE 15 EXPRESS LANES PROJECT SOUTHERN EXTENSION Overview This item is for the Commission to: Page 431 1) Award Agreement No. 24-31-004-00 with Parsons Transportation Group Inc. to provide project and construction management (PCM) Services for the Interstate 15 Express Lanes Project Southern Extension (ELPSE) for an eight -year term in the amount of $78,702,500, plus a contingency amount of $7,870,250, for a total amount not to exceed $86,572,750; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to finalize and execute the agreement, on behalf of the Commission; Riverside County Transportation Commission Meeting Agenda December 13, 2023 Page 6 3) Authorize the Executive Director, or designee, to approve contingency work up to the total not to exceed amount as required for these services; and 4) Approve an increase in the Fiscal Year 2023/24 Budget from $2,000,000 to $5,364,161. 9. AMENDMENT NO. 11 WITH MICHAEL BAKER INTERNATIONAL FOR THE SANTA ANA RIVER TRAIL PROJECT 2 — PHASE 6 AND ADDITIONAL CONTINGENCY Overview This item is for the Commission to: Page 537 1) Approve Agreement No. 17-67-027-11, Amendment No. 11 to Agreement No. 17-67-027-00, with Michael Baker International (MBI) for additional scope of services, as part of planned construction of the Santa Ana River Trail Project (SART) 2 through Green River Golf Course (Project) in the amount of $222,980, plus a contingency amount of $236,667, for an additional amount of $459,647, and a total contract amount not to exceed $2,609,259; 2) Authorize the Executive Director or designee to approve contingency work as may be required for the Project; and 3) Authorize the Chair or Executive Director, pursuant to legal counsel review, to finalize and execute the agreement on behalf of the Commission. 10. SENATE BILL 125 FORMULA -BASED FUNDING FOR THE TRANSIT AND INTERCITY RAIL CAPITAL PROGRAM AND ZERO EMISSION TRANSIT CAPITAL PROGRAM Overview This item is for the Commission to: Page 562 1) Approve the funding recommendations in Attachment 1 for the Senate Bill 125 (SB 125) Formula -Based Funding for the Transit and Intercity Rail Capital Program (TIRCP) and Zero Emission Transit Capital Program (ZETCP) for Fiscal Year 2023/24; 2) Direct staff to prepare and execute funding agreements with the project sponsors to outline the project schedule and local funding commitments 3) Authorize the Executive Director to execute the funding agreements with the project sponsors, pursuant to legal counsel review; 4) Approve an amendment to the FY 2023/24 budget to receive the first -year allocations of TIRCP and ZETCP formula funds in the amounts of $123,382,700 and $14,828,290, respectively; and 5) Approve a FY 2023/24 budget adjustment of $791,214 for expenses related to the TIRCP and ZETCP formula funds. Riverside County Transportation Commission Meeting Agenda December 13, 2023 Page 7 11. SOUTHERN CALIFORNIA ASSOCIATION OF GOVERNMENTS CORRECTIVE ACTION FOR FEDERAL FORMULA FUNDS Page 571 Overview This item is for the Commission to: 1) Approve the RCTC Procedures for the Southern California Association of Governments (SCAG) 2024 Call for Project Nominations (nomination procedures); 2) Authorize the Executive Director to submit to SCAG the project nomination list based on the nomination procedures; 3) Approve Agreement No. 24-66-041-00, a Memorandum of Understanding (MOU) with SCAG; and 4) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. 12. ELECTION OF RIVERSIDE COUNTY TRANSPORTATION COMMISSION OFFICERS Overview This item is for the Commission to: 1) Conduct an election of officers for 2024 — Chair, Vice Chair, and Second Vice Chair. 13. ITEM(S) PULLED FROM CONSENT CALENDAR AGENDA 14. EXECUTIVE DIRECTOR REPORT 15. COMMISSIONER COMMENTS Overview Page 603 This item provides the opportunity for brief announcements or comments on items or matters of general interest. 16. CLOSED SESSION 16A. CONFERENCE WITH LEGAL COUNSEL: EXISTING LITIGATION Pursuant to Government Code Section 54956.9 (d)(1) Case No(s). CVR12205120 17. ADJOURNMENT The next Commission meeting is scheduled to be held at 9:30 a.m. on Wednesday, January 10, 2024. AGENDA ITEM 6A MINUTES RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEETING MINUTES Wednesday, November 8, 2023 1. CALL TO ORDER The Riverside County Transportation Commission was called to order by Chair Bob Magee at 9:34 a.m. in the Board Room at the County of Riverside Administrative Center, 4080 Lemon Street, First Floor, Riverside, California, 92501. For public comment visit https://rivco.org/constituent-speaking-request to complete a speaker slip. 2. ROLL CALL Commissioners/Alternates Present Brian Berkson Ulises Cabrera Joseph DeConinck Waymond Fermon Kathleen Fitzpatrick Sheri Flynn Raymond Gregory Yxstian Gutierrez Berwin Hanna Jan Harnik Steven Hernandez Kevin Jeffries Linda Krupa Clint Lorimore* Bob Magee Meg Marker Scott Matas *Arrived after the meeting was called to order. Lisa Middleton Linda Molina Joseph Morabito V. Manuel Perez* Catalino Pining Dana Reed Jeremy Smith Karen Spiegel Wes Speake Michael M. Vargas Valerie Vandever Cindy Warren Chuck Washington Lloyd White Bill Zimmerman Commissioners Absent Chuck Conder James Stewart 3. PLEDGE OF ALLEGIANCE Commissioner Kevin Jeffries led the Commission in a flag salute. 4. PUBLIC COMMENTS There were no requests to speak from the public. 1 Riverside County Transportation Commission Meeting Minutes November 8, 2023 Page 2 5. ADDITIONS / REVISIONS There were no additions or revisions to the agenda. At this time, Commissioner Clint Lorimore joined the meeting. 6. CONSENT CALENDAR M/S/C (Reed/Washington) to approve the following Consent Calendar items. 6A. APPROVAL OF MINUTES — OCTOBER 11, 2023 6B. SINGLE SIGNATURE AUTHORITY REPORT 1) Receive and file the Single Signature Authority report for the first quarter ended September 30, 2023. 6C. QUARTERLY SALES TAX ANALYSIS 1) Receive and file the sales tax analysis for the Quarter 2, 2023 (2Q 2023). 6D. MONTHLY INVESTMENT REPORT 1) Receive and file the Monthly Investment Report for the month ended August 31, 2023. 6E. MONTHLY INVESTMENT REPORT 1) Receive and file the Monthly Investment Report for the month ended September 30, 2023. 6F. 15 EXPRESS LANES MONTHLY STATUS REPORTS 1) Receive and file the 15 Express Lanes Monthly Reports for the six months from January to June 2023. 6G. 91 EXPRESS LANES MONTHLY STATUS REPORTS 1) Receive and file the 91 Express Lanes Monthly Reports for the six months from January to June 2023. 2 Riverside County Transportation Commission Meeting Minutes November 8, 2023 Page 3 6H. AGREEMENT FOR ADVANCED TRAFFIC MANAGEMENT SYSTEM FOR 91 EXPRESS LANES 1) Award Agreement No. 23-31-048-00 to Parsons Transportation Group Inc. for Advanced Traffic Management System (ATMS) for the 91 Express Lanes for a one-year term for implementation; five-year term for maintenance, and five one-year options to extend the agreement for additional maintenance in the amount of $3,149,192; plus a contingency amount of $472,379 for a total amount not to exceed $3,621,571; 2) Approve Agreement No. 17-31-020-04, Amendment No. 4, to Agreement No. 17-31-020-00 with Parsons Transportation Group Inc. for maintenance services for an additional amount of $125,894, and a total amount not to exceed $976,828; 3) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements, including options, on behalf of the Commission; and 4) Authorize the Executive Director, or designee, to approve contingency work as may be required. 61. STATE AND FEDERAL LEGISLATIVE UPDATE 1) Receive and file a state and federal legislative update. At this time, Commissioner V. Manuel Perez joined the meeting. 7. SOUTHERN CALIFORNIA ASSOCIATION OF GOVERNMENTS PRESENTATION Anne Mayer welcomed and introduced Kome Ajise, Southern California Association of Governments (SCAG) Executive Director to present the Connect SoCal 2024 Draft Plan. Kome Ajise presented the Connect SoCal 2024 Draft Plan update, highlighting the following areas: • The SCAG region — Los Angeles, Ventura, Imperial, Orange, Riverside and San Bernardino Counties • Our role in the region — Vision and goals • What is Connect SoCal — A meeting together of a six County region • Connect SoCal is: o A Regional Transportation Plan/Sustainable Communities Strategy (RTP/SCS) o A plan to meet federal and state requirements, which is critical for projects in the region to receive transportation funding or approval o A 20+ year plan with $750 billion in transportation investments, a regional development pattern and many supportive programs and strategies 3 Riverside County Transportation Commission Meeting Minutes November 8, 2023 Page 4 • Plan elements — Regional planning policies, project list, forecasted regional development pattern, regional strategic investments, and implementation strategies • How do we develop the plan —The plan is built based on a continuing, cooperative and comprehensive approach • Who are we planning for — Equity and resilience as a lens o Mobility, communities, environment, and economy • The region in 2050 • What comes next — Draft and final plan timeline • Currently taking public comments until January 12, 2024 Chair Magee expressed appreciation to Kome Ajise for the presentation. M/S/C to receive a presentation on the Connect SoCaI 2024 Draft Plan. 8. ITEM(S) PULLED FROM CONSENT CALENDAR FOR DISCUSSION There were no items pulled from the Consent Calendar. At this time, Commissioner Jeffries left the meeting. 9. EXECUTIVE DIRECTOR'S REPORT Anne Mayer announced: • The Draft Traffic Relief Plan is out for public review. An email went to the Commissioners with a link to the trafficreliefplan.org website that shows the draft plan where people can look at it and provide comments. She will be sending the same link and information to each of the city managers and the County Administrative Office later today and she will be encouraging them to look at the plan and to communicate with their commissioner on their feedback regarding each of their communities. RCTC will be offering meetings and there are already a couple of cities that have requested a presentation. • Within the next two weeks the 15/91 Express Lanes Connector will be open to the public. The Ribbon Cutting Event will be held on December 6 at 10:00 a.m. at the North Main Corona Metrolink station. That connector was the missing piece on the 91 connections of the express lanes between the 91 express lanes and the 1-15 express lanes. It will provide eastbound 91 to northbound 15 travelers and southbound 15 to westbound 91 travelers a direct connection between the two express lane system. The goal there is to smooth those commutes and allow people to get to their job on time and get home on time. At the same time, RCTC will be converting both the 91 Express Lanes and the 15 Express Lanes and their connectors to dynamic pricing the Commissioners had approved. Express lane 4 Riverside County Transportation Commission Meeting Minutes November 8, 2023 Page 5 customers have been receiving emails and alerts as to the upcoming changes, RCTC will be starting a social media campaign for the public, and there will be signs out on the corridor. 10. COMMISSIONER COMMENTS 10A. Commissioner Joseph Morabito stated that based on Anne Mayer's report he has seen many YouTube ads promoting that. 10B. Commissioner Bill Zimmerman asked if Orange County Transportation Authority (OCTA) is interested in doing something similar to the dynamic system that RCTC is putting into place so there are not two different styles that people must understand. Anne Mayer stated that OCTA is not planning on making any changes on the 91 system in the near future to dynamic. It has long been a conversation and before staff brought the dynamic pricing on the 91 to this Commission to consider they did talk to OCTA about it they do not see any conflict or confusion she thinks OCTA is interested to see how it works. OCTA is opening by December 15t the 405 Express Lanes so the first major expansion of express lanes in Orange County beyond the 91 and the TCA facilities will be the 405. She believes OCTA are opening with time -of -day pricing system, but they are also closely paying attention to what happens from a dynamic pricing standpoint. As was seen on 1-15 dynamic pricing can provide a real opportunity to make sure that customers are not paying for a level of congestion that existed three months before that they are paying what level of congestion is there now. 10C. Commissioner Cindy Warren noted that she has been asked by many constituents if their current transponders through FasTrak if they will need new ones. Anne Mayer replied that all FasTrak transponders issued in the state of California work on any facility in the state of California there is interoperability, so people do not need to get a new one. If someone wants a transponder Riverside Express is open and available at RCTC's Customer Service Center. Commissioner Warren stated she thought she was correct but wanted to clarify. She announced on November 11 @ 10:00 a.m. there is a Veterans' Parade and right after the parade the city of Murrieta is unveiling their Vietnam Veteran Memorial. 10D. Commissioner Speake clarified regarding Anne Mayer's comment about the dynamic price is based on congestion and one of his issues has been there needs to be some truth in tolling. He stated that people need to understand the price is the congestion in the toll lane because most folks do not understand that price 5 Riverside County Transportation Commission Meeting Minutes November 8, 2023 Page 6 under dynamic pricing is the toll lanes are busy. He is still pushing for a legislative fix that people should know how much time they are buying but he wanted to make sure the Commission continues the education piece that they are educating people what that number really means. Anne Mayer replied staff can certainly adapt their frequently asked questions to reflect that. Commissioner Speake expressed appreciation for doing that. 10E. Commissioner Karen Spiegel expressed one of a more heartwarming holiday they serve is Veterans' Day and she is certain the Commissioners have an event, and she hopes they are promoting it because they deserve their appreciation. She reminded the Commissioners that Veterans' Day is not Memorial Day it is to honor their veterans that are here and to thank them. For the freedoms they have here and for all the opportunities they have is because they have people who protected their rights and their freedoms. She would like to visit if anybody has a big Veterans' Day Memorial because right now the city of Norco has the best veteran's memorial as it is an incredible dedication, she described the memorial, and suggested to go see it. At this time, Commissioner Yxstian Gutierrez left the meeting. 10F. Commissioner Berwin Hanna expressed appreciation to Commissioner Spiegel and announced the city of Norco is celebrating Veterans' Day on November 11 @ 10:00 a.m. at the George A. Ingalls Veterans Memorial Plaza and noted it is the best one in the country. On November 5 Commissioner Spiegel was there but they dedicated a new part of that, and it is called the Kathy Azevedo Spirit of Norco Award and each year they will add a new resident to that to honor somebody that has done great things like Kathy Azevedo did. 10G. Commissioner Kathleen Fitzpatrick expressed appreciation to all the veterans and invited Commissioner Spiegel to the city of La Quinta's Civic Center Park where they have several monuments for their veterans, they also have a 911 memorial in the same area in the park. It is a beautiful place to sit, think, and reflect and their Veterans' Celebration is on November 11 @ 9:00 a.m. and there will be a flyover from the Air Museum. She then thanked all the veterans. She also invited everyone to their On Core Art Celebration November 16-19 also at Civic Center Park it is a beautiful event, and the campus has turned into a virtual art fare. 10H. Commissioner Brian Berkson announced on November 11 the city ofJurupa Valley will have a parade along Mission in the Rubidoux area followed immediately by an all -day celebration at the Flabob Airport. There will be an old-fashioned car show and all kinds of planes on display in recognition of their veterans. 101. Commissioner Reed reported that the League of Cities has announced the chairman and vice chairman of the various policy committees, the city of Banning's 6 Riverside County Transportation Commission Meeting Minutes November 8, 2023 Page 7 Mayor Pro Tem Colleen Wallace is the chairman of the Transportation Policy Committee and Commissioner Wes Speake is vice chair of Housing. There are other Riverside County people on board, but they are not here today, but Riverside County did quite well with the League of Cities in terms of getting representation on policy committees. 10J. Commissioner Spiegel stated she wanted to acknowledge the veterans that are in the board room and asked them to stand so everyone can applaud. 10K. Commissioner Lisa Middleton announced inviting everyone to the city of Palm Springs on November 11 @ 3:30 p.m. they will have their 35th Annual Veterans' Day Parade and on December 2 @ 5:00 p.m. will be the Festival of Lights in Palm Springs. 10L. Commissioner Michael Vargas announced the city of Perris celebrated Veterans' Day last weekend. Commissioner Spiegel clarified that Commissioner Vargas was supposed to make the Metrolink announcement. Commissioner Vargas announced on November 25 @ 10:00 a.m. at the Perris South station there will be the Metrolink Holiday Express Train where they will run a series of trains. Tickets are $25 each and there will be a Toy Drive. 10M. Commissioner Berkson announced that Metrolink is closing all its service December 26-29 so they can upgrade the signals in Union Station and additional improvements. There is lots of advertisement coming to warn and forewarn people about the four -day Metrolink shut down in December. 11. ADJOURNMENT There being no further business for consideration by the Riverside County Transportation Commission, Chair Magee adjourned the meeting at 10:11 a.m. The next Commission meeting is scheduled to be held at 9:30 a.m. on Wednesday, December 13, 2023. Respectfully submitted, Lisa Mobley Administrative Services Director / Clerk of the Board 7 AGENDA ITEM 6B RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Lisa Mobley, Administrative Services Director/Clerk of the Board THROUGH: Anne Mayer, Executive Director SUBJECT: Proposed 2024 Commission/Committee Meeting Schedule STAFF RECOMMENDATION: This item is for the Commission to: 1) Adopt its 2024 Commission/Committee Meeting Schedule. BACKGROUND INFORMATION: The Commission is scheduled to meet on the second Wednesday of each month at 9:30 a.m. The Executive Committee is scheduled at 9:00 a.m. on the same day. The Commission's Budget and Implementation and Western Riverside County Programs and Projects Committees meet on the fourth Monday of each month at 9:30 a.m. and 1:30 p.m., respectively, except when the fourth Monday falls on a holiday. Due to the May Committee meetings falling on a holiday, they are not being scheduled. There are times when a committee meeting may be cancelled due to lack of substantive agenda items. When this occurs, the Commissioners will be notified, and items are forwarded directly to the Commission for final action. Attachment: Proposed 2024 Commission/Committee Meetings Schedule Agenda Item 6B 8 RIVERSIDE RCTC COUNTY 2024 MEETING SCHEDULE TRANSPORTATION COMMISSION Meeting Date (Wednesday) Commission Location Executive Committee Location January 10 9:30 a.m. County Board Room* 9:00 a.m. RCTC March Field Conf. Rm.* January 25 26 1:30 p.m. (Thursday)* 8:30 a.m. (Friday) Renaissance Palm Springs Hotel N/A N/A February 14 9:30 a.m. County Board Room* 9:00 a.m. RCTC March Field Conf. Rm.* March 13 9:30 a.m. County Board Room* 9:00 a.m. RCTC March Field Conf. Rm.* April 10 9:30 a.m. County Board Room* 9:00 a.m. RCTC March Held Conf. Rm.* May 8 9:30 a.m. Coachella Valley* 9:00 a.m. Coachella Valley* June 12 9:30 a.m. County Board Room* 9:00 a.m. RCTC March Field Conf. Rm.* July 10 9:30 a.m. County Board Room* 9:00 a.m. RCTC March Field Conf. Rm.* August 14 9:30 a.m. County Board Room* 9:00 a.m. RCTC March Field Conf. Rm.* September 11 9:30 a.m. County Board Room* 9:00 a.m. RCTC March Field Conf. Rm.* October 9 9:30 a.m. County Board Room* 9:00 a.m. RCTC March Field Conf. Rm.* November 13 9:30 a.m. County Board Room* 9:00 a.m. RCTC March Field Conf. Rm.* December 11 9:30 a.m. County Board Room* 9:00 a.m. RCTC March Field Conf. Rm.* The Commission and the Executive Committee meetings are held on the second Wednesday of each month. *Locations and times are tentative, subject to change. 2024 RCTC Meeting Schedule — V1 9 Meeting Date (Monday) Budget and Implementation Committee Western Riverside County Programs and Projects Committee Location January 22 9:30 a.m. 1:30 p.m. County Board Room* February 26 9:30 a.m. 1:30 p.m. County Board Room* March 25 9:30 a.m. 1:30 p.m. County Board Room* April 22 9:30 a.m. 1:30 p.m. County Board Room* June 24 9:30 a.m. 1:30 p.m. County Board Room* July 22 9:30 a.m. 1:30 p.m. County Board Room* August 26 9:30 a.m. 1:30 p.m. County Board Room* September 23 9:30 a.m. 1:30 p.m. County Board Room* October 28 9:30 a.m. 1:30 p.m. County Board Room* November 25 9:30 a.m. 1:30 p.m. County Board Room* December 23 9:30 a.m. 1:30 p.m. County Board Room* The meetings of the Budget and Implementation Committee and the Western Riverside County Programs and Projects Committee are held on the fourth Monday of each month, except on holidays. *Additional satellite locations will be listed on each agenda. 2024 RCTC Meeting Schedule — V1 10 AGENDA ITEM 6C RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Megan Kavand, Senior Financial Analyst Sergio Vidal, Chief Financial Officer THROUGH: Anne Mayer, Executive Director SUBJECT: Monthly Investment Report BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Receive and file the Monthly Investment Report for the month ended October 31, 2023. BACKGROUND INFORMATION: The Commission's investment reports have generally reflected investments primarily concentrated in the Riverside County Pooled Investment Fund as well as investments in mutual funds for sales tax revenue bonds debt service payments. As a result of significant project financings such as the State Route 91 Corridor Improvement Project (91 Project or 91 CIP) and the Interstate 15 Express Lanes Project (1-15 ELP), the Commission engaged MetLife Investment Management, LLC, formerly Logan Circle Partners, L.P. (MetLife), as the investment manager for the bond proceeds and other required funds. Additionally, the Commission engaged Payden & Rygel Investment Management (Payden & Rygel) to make specific investments for Commission operating funds. The Commission approved initial agreements with the investment managers in May 2013 following a competitive procurement and has extended the agreements through the annual recurring contracts process. MetLife invested the debt proceeds and subsequent other required contributions for the 91 Project and 1-15 ELP in separate accounts of the Short -Term Actively Managed Program (STAMP). The Commission completed the 91 Project financing in 2013, the 1-15 ELP and 91 Project completion financing (2017 Financing) in July 2017 and the 2021 91 Project refinancing (2021 Financing) in October 2021. Consistent with financing expectations, the Commission expended all 91 Project debt proceeds and equity contributions, except for the toll revenue bonds debt service reserve, and subsequent to commencement of operations, established other required accounts. The Commission continues to expend the 2017 Financing bond proceeds on the 1-15 ELP and funded required reserve accounts. Agenda Item 6C 11 The monthly investment report for October 2023, as required by state law and Commission policy, reflects the investment activities resulting from the 91 Project, 2017 Financing, 2021 Financing and available operating cash. As of October 31, 2023, the Commission's cash and investments were comprised of the following: CASH AND INVESTMENTS PORTFOLIO AMOUNTS 1 Operating Trust Commission -managed STAMP for 91 CIP STAMP for 2017 Financing Total Note:1 Unreconciled and unaudited $ 866,839,317 294,720,208 222,512,149 58,216,672 29, 689,188 $ 1,471,977,534 As of October 31, 2023, the Commission's cash and investments are in compliance with both the Commission's investment policy adopted on October 11, 2023, and permitted investments described in the indenture for the Commission's sales tax revenue bonds and the master indentures for the Commission's toll revenue bonds. Additionally, the Commission has adequate cash flows for the next six months. FISCAL IMPACT: This is an information item. There is no fiscal impact. Attachment: Investment Portfolio Report Agenda Item 6C 12 Riverside County Transportation Commission Investment Portfolio Report Period Ended: October 31, 2023 RATING STATEMENT FINANCIAL MOODYS / COUPON PAR PURCHASE MATURITY YIELD TO PURCHASE MARKET UNREALIZED BALANCE 1 INSTUTION STATEMENTS S&P RATE VALUE DATE DATE MATURITY COST VALUE GAIN (LOSS) OPERATING FUNDS City National Bank Deposits 12,374,042 City National Bank Available upon request A3/BBB+ N/A N/A County Treasurer's Pooled Investment Fund 854,465,275 County Treasurer Available upon request Available upon request Subtotal Operating Funds 866,839,317 FUNDS HELD IN TRUST County Treasurer's Pooled Investment Fund: Local Transportation Fund 294,720,208 County Treasurer Available upon request Available upon request Subtotal Funds Held in Trust 294,720,208 COMMISSION MANAGED PORTFOLIO US Bank Payden & Rygel Operating 54,891,665 US Bank Available upon request Available upon request First American Government Obligation Fund 167,620,484 US Bank Available upon request N/A N/A N/A Subtotal Commission Managed Portfolio 222,512,149 STAMP PORTFOLIO for 91 CIP 2013 Series A & Series B Reserve Fund 2021 Series B Reserve Fund 2021 Series C Reserve Fund Subtotal STAMP Portfolio - 91 CIP STAMP PORTFOLIO for 2017 Financing Sales Tax 115 ELP Project Revenue Fund Ramp Up Fund Subtotal STAMP Portfolio -2017 Financing TOTAL All Cash and Investments Notes: 1 Unreconciled and unaudited 12,698,841 37,877,707 7,640,124 58,216,672 14,070,486 15,618,701 29,689,188 $ 1,471,977,534 US Bank US Bank US Bank US Bank US Bank Available upon request Available upon request Available upon request Available upon request Available upon request $1,000,000,000 $900,000,000 $800,000,000 $700,000,000 $600,000,000 $500,000,000 $400,000,000 $300,000,000 $200,000,000 $100,000,000 5 - Nature of Investments • STAMP Portfolio for 91 CIP Reserve - 0.86% • STAMP Portfolio for 91 CIP Residual Fund - 2.57% • STAMP Portfolio for 91 CIP TIFIA Reserve Fund - 0.52% • STAMP Portfolio for 2017 Financing 115 ELP Project Revenue Fund - 0.96% • STAMP Portfolio for 2017 Financing Ramp Up Fund - 1.06% • Commission Managed Portfolio -15.12% • Trust Funds - 20.02% • Operating Funds - 58.89% Available upon request Available upon request Available upon request Available upon request Available upon request Fixed Income,. Mutual Funds, 9.70% 11.39% ounty Pool/Cash, 78.91% 13 AGENDA ITEM 60 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects and Committee Sri Srirajan, Senior Capital Projects Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Amendment to Project and Construction Manager Services for the Interstate 15/State Route 91 Express Lanes Connector Project WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve Agreement No. 15-31-001-14, Amendment No. 14 to Agreement No. 15-31-001-00, with Parsons Transportation Group, Inc. (Parsons) to provide additional project and construction management (PCM) services for the Interstate 15 (I-15)/State Route 91 (SR -91) Express Lanes project (15/91 ELC) in the amount of $2,330,533, plus a contingency of $233,053, for an additional amount of $2,563,586; and extend the term to June 30, 2027; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Authorize the Executive Director or designee to approve contingency work up to the total not to exceed amount as required for the Project. BACKGROUND INFORMATION: 15/91 ELC The 15/91 ELC will provide tolled express lane connectors between the existing 91 Express Lanes and 1-15 Express Lanes to the north of SR -91 (Figure 1 Vicinity Map). The 15/91 ELC was originally part of the SR -91 Corridor Improvement Project (CIP), which opened in March 2017 in the city of Corona. Due to the recession and budget constraints during the planning for the 91 Project, the 15/91 ELC and other project elements were deferred as future phases. In April 2017 Governor Brown signed Senate Bill 132 (SB 132) which appropriated $427 million to the Riverside County Transportation Efficiency Corridor (RCTEC) for five projects. SB 132 allocated $180 million to the 15/91 ELC allowing that deferred project element to be constructed much sooner than expected. In October 2017, the Commission approved an overall procurement strategy for the 15/91 ELC to secure all the services and construction Agenda Item 6D 14 Project Limits. needed to deliver the project. The approved strategy consisted of a series of contract amendments to existing 91 CIP and 1-15 Express Lanes Project (ELP) contracts with engineering companies, contractors, toll vendors, legal, and financial advisors. The 15/91 ELC Project adds the following: 1) A single -lane tolled express lane connector from the eastbound 91 Express Lanes to the northbound 15 Express lanes; and 2) A single -lane tolled express lane connector from the southbound 15 Express Lanes to the westbound 91 Express Lanes. I -155R-91 Express La = s Connector Figure 1: 15191 Express Lanes Connector Project Vicinity Map Parsons and PCM Services In April 2015, after a competitive procurement process, the Commission entered into an agreement with Parsons to provide PCM services for the 1-15 Express Lanes Project. PCM services for this design -build project included procurement services, project financing support, toll system and operations planning, engineering, design review/oversight, construction management/oversight, agency agreement support, and other necessary services. Agenda Item 6D 15 DISCUSSION: In January 2018, the Commission approved an amendment to the Parsons agreement to add additional PCM services for the 15/91 ELC project. The scope of work included support to staff in its efforts to negotiate with the 1-15 ELP Design -Build contractor to amend the 1-15 ELP contract to include the 15/91 ELC work, as well as continuing the 1-15 ELP construction management/oversight for the 15/91 ELC in the amount of $14,787,573, plus a contingency amount of $1,462,427, for a total amount not to exceed $16,250,000. Negotiations with the 1-15 ELP contractor pursued however were unsuccessful and the Commission elected to take the "offramp" which require procuring a new Design -Build contractor. This additional effort and time extension required further amendment to the Parsons' PCM services contract. At its March 2020 meeting, the Commission approved an amendment to the Parsons agreement to provide PCM services for the 15/91 ELC under a new contract in the amount of $14,825,000, plus a contingency amount of $1,482,000, for a total amount not to exceed $16,307,000, and extend the term to June 30, 2024. Summary of PCM Services Contingencies Commission Date Authorized Contingency 1/10/2018 $1,462,427 3/11/2020 $1,482,000 Total Authorized Contingency for PCM Services $2,944,427 Consistent with the October 2017 Commission approved procurement strategy, several amendments to the Parsons' agreement have been made to ensure that the 15/91 ELC project had the needed PCM resources to support the Commission's delivery of this project within the stipulated SB 132 timelines. As the 15/91 ELC progressed, additional construction scope and changes were made to the project. Two amendments were issued to Parsons using the Commission authorized contingency funds for the following construction scope changes: Eastbound Express Lane addition on SR -91 (EB 2.0): As originally scoped, the 91 Express Lanes eastbound diverge point at the connectors splits to the northbound and southbound 1-15 express lanes connectors, and a single lane extends eastbound through the interchange terminating west of the Promenade Avenue overcrossing. An amendment was issued to the PCM and Design -Builder to extend a second express lane approximately half a mile from the diverge point east to near Promenade Avenue overcrossing. This modification will improve the operations in the eastbound 91 Express Lanes by alleviating the bottleneck at the 15/91 ELC diverge point. Railroad Flagging Services: When working within or near railroad property, the railroad operators require flaggers to be on site to ensure safe train operations. Historically these services were provided by the railroad, Burlington Northern and Santa Fe (BNSF), and Agenda Item 6D 16 reimbursed by the project. During the national railroad strike negotiations in the summer of 2022, BNSF advised staff that they would no longer be providing flagging services and that the local agency would be responsible for contracting directly for these services. An amendment was issued to the PCM to provide these services. Summary of Previous Amendments Scope of Work Amendment Authorized Contingency Balance Eastbound Express Lane addition on SR -91 (EB 2.0) $1,742,202 $1,202,225 Railroad Flagging Services $1,000,000 $202,225 Due to the additional scope for the Eastbound Express Lane addition as well as other impacts, the project substantial completion (opening) was extended from June 2023 to November 2023. This time extension requires additional resources for the PCM services to complete the project. Accordingly, an amendment to Parson's agreement is required for continued PCM services. Staff has reviewed and negotiated the revised budget including the appropriate level of labor hours and cost to complete the delivery of the project. An amendment for an additional $2,532,758 is required to provide the necessary support through the end of the project. The remaining contingency amount of $202,225 will be utilized to reduce the additional Commission authorization amount to $2,330,533. Staff is requesting that an additional contingency of 10 percent, or $233,053, be allocated to account for any additional unforeseen issues that may arise. The project requires a three-year plant establishment period that shall commence upon RCTC's issuance of a certification of initial acceptance for all replacement plantings and irrigation installation work. Staff requests extension of the contract term to June 30, 2027, to provide support services through the plant establishment period. STAFF RECOMMENDATION: Staff recommends approval of Amendment No. 14 to Agreement No. 15-31-001-00 with Parsons to fund PCM services for the Project in the amount of $2,330,533, plus a contingency of $233,053, for an additional amount of $2,563,586 and to extend the term of the contract to June 30, 2027. Additionally, staff recommends authorization for the Chair or Executive Director to execute the amendment on behalf of the Commission, pursuant to legal counsel review and for the Executive Director or designee to approve contingency work that may be required to complete the Project. Agenda Item 6D 17 FISCAL IMPACT: Costs for this Amendment are funded as follows: Financial Information In Fiscal Year Budget: Yes Year: FY 2023/24 FY 2025+ Amount: $2,358,536 $205,050 Source of Funds: 91 Toll Revenue Budget Adjustment: No N/A GLA No.: 003039 81601 00000 0000 605 3181601 Fiscal Procedures Approved: Date: 11/14/2023 Attachment: Amendment No. 14 to Agreement No. 15-31-001-00 with Exhibits for Work Scope, Schedule, and summary of Cost Approved by the Western Riverside County Programs and Projects Committee on November 27, 2023 In Favor: 12 Abstain: 0 No: 0 Agenda Item 6D 18 Agreement No. 15-31-001-14 AMENDMENT NO. 14 TO PROFESSIONAL SERVICES AGREEMENT FOR PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE 1-15 CORRIDOR IMPROVEMENT PROJECT 1. PARTIES AND DATE This Amendment No. 14 to the Agreement for project and construction management services is made and entered into as of this day of , 2023, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("Commission") and PARSONS TRANSPORTATION GROUP INC., an Illinois corporation ("Consultant"). 2. RECITALS 2.1 The Commission and the Consultant entered into an agreement, dated April 8, 2015, for the purpose of providing project and construction management services for the Interstate 15 Corridor Improvement Project (the "Master Agreement") for a maximum not to exceed ("NTE") amount of $50,625,807. 2.2 Senate Bill 132 was enacted on April 28, 2017, and provides, among other things, $180 million for new tolled express lanes connectors from the 91 Express Lanes to the northern portion of the 1-15 (15/91 ELC). Funds under SB132 are available for encumbrance and liquidation only until June 30, 2023. 2.3 AB 115 was enacted on June 27, 2017, and provides additional project delivery authority to Commission to ensure cost-effective and timely delivery of the 15/91 ELC. Additional project delivery authority includes, but is not limited to, amendments to any existing 1-15 Express Lanes Project or 91 Express Lanes Project contract. This amendment is authorized pursuant to AB 115 2.4 The Commission and the Consultant entered into Agreement No. 15-31- 001-02-A, an amendment to the Master Agreement, dated November 1, 2017, in order to provide additional engineering and environmental services to complete the Caltrans supplemental Project Report and Environmental Document revalidation for the 15/91 ELC. 2.5 The Commission and the Consultant entered into Amendment No. 3 to the Master Agreement, dated March 28, 2018, ("Amendment No. 3") in order to extend the term, to provide project and construction management services for the 15/91 19 ELC, to update the indemnification provision pursuant to SB 496, and to include certain additional standard federal provisions. 2.6 The Commission and the Consultant entered into Amendment No. 4 to the Master Agreement, dated January 29, 2019, to provide design refinement, including geometrical and structural changes, and additional soundwall studies and revisions mandated by Caltrans District 8 Noise Group to obtain environmental approval of the 15/91 ELC, and to provide additional funding therefor. 2.7 The Commission and the Consultant entered into Amendment No. 5 to the Master Agreement, dated June 26, 2019, to provide additional services required to obtain environmental approval of the 15/91 ELC, primarily related to unanticipated additional noise study work, and to provide additional funding for such services. 2.8 The Commission and the Consultant entered into Amendment No. 6 to the Master Agreement, dated July 26, 2019, to provide public information services and additional compensation for such services related to the 1-15 Express Lanes Project (1-15 ELP). 2.9 The Commission and the Consultant entered into Amendment No. 7 to the Master Agreement, dated October 9, 2020, to extend the term and provide additional project and construction management services required for the 15/91 ELC, and to provide additional funding for such services. 2.10 The Commission and the Consultant entered into Amendment No. 8 to the Master Agreement, dated February 28, 2022, to provide additional environmental studies, final design, and construction management services required for the 1-15 Interim Corridor Operations Project (1-15 ICOP), and to provide additional funding for such services. 2.11 The Commission and the Consultant entered into Amendment No. 9 to the Master Agreement, dated June 2, 2022, to update the cost for environmental services, to provide supplemental public outreach services, and to provide additional funding for construction support services required for the 1-15 ICOP. 2.12 The Commission and the Consultant entered into Amendment No. 10 to the Master Agreement, dated August 2 17336.00034\41798153.1 20 22, 2022, to provide planning and general oversight of the extension of the 1-15 Express Lanes to the San Bernardino County Line. 2.13 The Commission and the Consultant entered into Amendment No. 11 to the Master Agreement, dated March 14, 2023, to provide closeout services for the 1-15 ELP and to provide additional funding for such services. 2.14 The Commission and the Consultant entered into Amendment No. 12 to the Master Agreement, dated April 5, 2023, to provide railroad flagging services and to provide additional funding for such services. 2.15 The Commission and the Consultant entered into Amendment No. 13 to the Master Agreement, dated September 13, 2023, to provide additional services for the addition of the eastbound express lane between Main Street and Promenade Avenue on State Route 91 Express Lanes, hereinafter referred to as "EB 2.0". 2.16 The Commission and the Consultant now desire to amend the Master Agreement in order to provide continued project and construction management services for the extended duration of the 15/91 ELC, to extend the term of the Master Agreement to June 30, 2027 to provide support through the plant establishment period for the 15/91 ELC, and to provide additional funding for such services. 3. TERMS 3.1 The Services, as that term is defined in the Master Agreement, shall be amended to include the additional project and construction management services required for the 15/91 ELC, as further described in Exhibit "A" attached to this Amendment No. 14 and incorporated herein by reference. 3.2 The term of the Master Agreement, as set forth in Section 3.3 of the Master Agreement, is hereby extended through June 30, 2027. 3.3 Services under this Amendment No. 14 shall be compensated in accordance with the cost details included in Exhibit "B" attached to this Amendment No. 14 and incorporated herein by reference. An additional not exceed sum of Two Million, Five Hundred 3 17336.00034\41798153.1 21 Thirty Two Thousand, Seven Hundred Fifty Eight Dollars ($2,532,758) shall be allocated under this Amendment No. 14 for such Services, as follows: A. Two Hundred Two Thousand, Two Hundred Twenty Five Dollars ($202,225) of remaining contingency funds previously authorized by the Commission is hereby allocated under this Amendment No. 14. B. Two Million, Three Hundred Thirty Thousand, Five Hundred Thirty Three Dollars ($2,330,533) of additional funding is hereby authorized by the Commission and allocated under this Amendment No. 14. 3.4 Except as previously amended and as amended by this Amendment No. 14, all provisions of the Master Agreement, including without limitation the indemnity and insurance provisions, shall remain in full force and effect and shall govern the actions of the parties under this Amendment No. 14. 3.5 This Amendment No. 14 shall be governed by the laws of the State of California. Venue shall be in Riverside County. 3.6 This Amendment No. 14 may be signed in counterparts, each of which shall constitute an original. 3.7 A manually signed copy of this Amendment No. 14 which is transmitted by facsimile, email or other means of electronic transmission shall be deemed to have the same legal effect as delivery of an original executed copy of this Amendment No. 14 for all purposes. This Amendment No. 14 may be signed using an electronic signature. [Signatures on following page] 4 17336.00034\41798153.1 22 SIGNATURE PAGE TO AMENDMENT NO. 14 AGREEMENT NO. 15-31-001-14 IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the date first herein above written. RIVERSIDE COUNTY PARSONS TRANSPORTATION TRANSPORTATION COMMISSION GROUP INC. By: By: Anne Mayer, Executive Director Signature Name Title APPROVED AS TO FORM: ATTEST: By: By: Best Best & Krieger LLP Counsel to the Riverside County Its: Transportation Commission * A corporation requires the signatures of two corporate officers. One signature shall be that of the chairman of board, the president or any vice president and the second signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation. If the above persons are not the intended signators, evidence of signature authority shall be provided to the Commission. 5 17336.00034\41798153.1 23 EXHIBIT "A" SCOPE OF WORK Additional time was granted to the Design -Build contractor on the 15/91 ELC for various reasons including, but not limited to, weather and other impacts, extending the Design Build contract duration by 174 calendar days. As a result, additional Consultant project and construction management services are required for such extended period. Consultant shall continue to furnish all Services, as that term is defined in the Master Agreement, as previously amended for the 15/91 ELC, including, but not limited to, all technical and professional services, labor, material, equipment, transportation, supervision and expertise, and incidental and customary work necessary to fully and adequately supply the professional project and construction management services necessary to oversee completion of the 15/91 ELC including, but not limited to, oversight of the 15/91 ELC plant establishment period. 6 24 EXHIBIT "B" COMPENSATION [attached behind this page] 7 25 AGENDA ITEM 6E RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects Committee Gary Ratliff, Facilities Administrator Erik Galloway, Project Delivery Director THROUGH: Anne Mayer, Executive Director SUBJECT: Agreement for Janitorial Services for the Commuter Rail Stations and Toll Facilities BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Award Agreement No. 24-24-005-00 to Ultimate Maintenance Services, Inc. to provide janitorial services for the Commuter Rail stations and toll facilities for a three-year term, and one, two-year option to extend the agreement, in the amount of $1,057,345, plus a contingency amount of $105,735, for a total amount not to exceed $1,163,080; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Authorize the Executive Director, or designee, to approve the use of the contingency amount as may be required for these services. BACKGROUND INFORMATION: The Riverside County Transportation Commission (RCTC) possesses ownership and operational oversight of nine Commuter Rail stations and one central operations control center. These facilities include Riverside Downtown, Riverside -La Sierra, North Main Corona, Jurupa Valley/Pedley, West Corona, Riverside -Hunter Park, Moreno Valley/March Field, Perris Downtown, South Perris, and the Riverside Downtown Operation Control Center. The provision of station cleaning and grounds maintenance services assumes a significant role in both attracting Metrolink commuters and safeguarding the Commission's real estate investments. In its capacity as a toll operator, RCTC presides over the management of the RCTC 91 Express Lanes, inaugurated in March 2017, and the Interstate 15 Express Lanes, which commenced operation in 2020. Within these facilities, RCTC administers three structures, including a storage and maintenance (SAM) building, as well as two adjacent office buildings, one of which functions as the Regional Operations Center (ROC), while the other is occupied by a toll tenant. Additionally, two toll utility buildings (TUBs) are situated within the RCTC 91 Express Lanes. Agenda Item 6E 26 Janitorial services at these toll facilities necessitate varying intervals, including daily, weekly, and monthly, contingent on the specific facility in question. The ROC and the additional office building necessitate daily janitorial services, while the TUBs located within the existing freeway median require biweekly or monthly maintenance. The SAM building, on the other hand, receives service on an as -needed basis. These janitorial services are crucial for upholding a pleasing aesthetic appearance for customers, fulfilling the operational demands of staff, and preserving the Commission's valuable property assets. Procurement Process Staff determined the weighted factor method of source selection to be the most appropriate for this procurement, as it allows the Commission to identify the most advantageous proposal with price and other factors considered. Non -price factors include elements such as qualifications of firm, personnel, and the ability to respond to the Commission's needs for janitorial services for the Commuter Rail stations and toll facilities as set forth under the terms of the Request for Proposals (RFP) No. 24-24-005-00. RFP No. 24-24-005-00 for janitorial services for the Commuter Rail stations and toll facilities was released by staff on July 27, 2023. The RFP was posted on the Commission's PlanetBids website, which is accessible through the Commission's website. Through the PlanetBids site, 34 firms downloaded the RFP; two of these firms are in Riverside County. A pre -proposal conference was held on August 8, 2023, and attended by five firms. Staff responded to all questions submitted by potential proposers prior to the August 17, 2023, clarification date. Three firms — Base Hill, Inc. (Santa Fe Springs); Premier Property Preservation (West Hills); and Ultimate Maintenance Services, Inc. (Lawndale) — submitted a proposal prior to the 2:00 p.m. submittal deadline on August 31, 2023. Utilizing the evaluation criteria set forth in the RFP, the proposal was evaluated and scored by an evaluation committee comprised of Commission and Bechtel staff. As a result of the evaluation committee's assessment of the written proposals, the evaluation committee recommends contract award to Ultimate Maintenance Services, Inc. to perform janitorial services for a three-year term, with one, two-year option to extend the agreement, in the amount of $1,057,345, plus a 10 percent contingency amount of $105,735, for a total amount not to exceed $1,163,080, as this firm earned the highest total evaluation score. Contingency work, which will be subject to Executive Director or designee approval, includes additional janitorial service needs and as a need to support any special events or programs the Commission participates in and has executive director's approval. The overall evaluation ranking, based on highest to lowest total evaluation score, and the total price are presented in the following table. Agenda Item 6E 27 Firm Price Overall Ranking Ultimate Maintenance Services, Inc. $ 907,345* 1 Base Hill, Inc. 1,209,384 2 Premier Property Preservation 41,860,652 3 *$150,000 is being added to cover supplies/materials for a total amount of $1,057,345 Due to the wide disparity in proposal prices, staff contacted the second and third place bidders to gain an understanding of their proposal prices. Factors that contributed to their prices were unfamiliarity with the stations and toll facilities, amount of labor perceived to perform the work, pricing based on acreage of stations instead of actual work to be performed. In addition, staff analyzed the proposals closely, to make sure the scope of work was clear in the RFP, and that the proposal results are valid. The following factors contribute to the recommendation to award the contract as proposed to the No. 1 ranked firm: • The same information was available to all proposers; • A pre -proposal meeting was held to answer any questions the proposers had, at which all potential proposers were urged to visit the rail stations and were told to review the site map of the toll facilities in the RFP; • Questions submitted by potential proposers during the proposal process did not indicate that the RFP was confusing or misunderstood; and • The prices submitted by the low offeror are comparable to current prices the Commission pays for those services. The Commission's model professional services agreement will be entered into with Ultimate Maintenance Services, Inc. subject to any changes approved by the Executive Director, and pursuant to legal counsel review. Staff oversight of the contract will maximize the effectiveness of the firm and minimize costs to the Commission. Financial Information In Fiscal Year Budget: Yes Year: FY 2023/24 FY 2024/25+ Amount: $232,616 $930,464 Source of Funds: Measure A, Toll Revenues, Grants Budget Adjustment: No GL/Project Accounting No.: 244XXX 009199 73317 00000 0000 73317 00000 0000 265 24 73301 591 31 73301 Fiscal Procedures Approved: Date: 11/14/2023 Attachment: Draft On -Call Janitorial Services Agreement No. 24-24-005-00 Agenda Item 6E 28 Approved by the Western Riverside County Programs and Projects Committee on November 27, 2023 In Favor: 11 Abstain: 0 No: 0 Agenda Item 6E 29 Agreement No. 24-24-005-00 RIVERSIDE COUNTY TRANSPORTATION COMMISSION ROUTINE AND ON -CALL JANITORIAL SERVICES AGREEMENT 1. PARTIES AND DATE. This Agreement is made and entered into this day of , 2023 by and between the Riverside County Transportation Commission ("Commission") and Ultimate Maintenance Services, a Corp. ation with its principal place of business at 4237 Redondo Beach Blvd, Lawndale, CA 90 ' ontractor"). Commission and Contractor are sometimes individually referred to . arty' d collectively as "Parties" in this Agreement. 2. RECITALS. 2.1 Commis s the Transportation Commission for the County of Riverside and organized under the laws o7 the Stye of California with the power to contract for services necessary to achieve its purpose. 2.2 Commission owns and operates nine ) commuter rail stations and one transit center serving Riverside County, the addresses and escriptions of which are set forth in Exhibit "A", attached hereto and incorporated he7ein by referenc "Commuter Rail Stations"). 2.3 On or about July 27, 2023, CoTnmissioTi'issued 24-24-005-00 ("RFP"), pursuant to which Commission sought pr provide routine and on -call janitorial services. uest for Proposals No. from contractors to 2.4 Contractor desires to perform and assume responsibility for the provision of certain routine and on -call janitorial services required by Commission on the terms and conditions set forth in this Agreement. 2.5 The work generally includes janitorial services for the Commission owned commuter rail stations and toll facilities. Contractor represents that it is a professional Contractor, experienced in providing routine and on -call janitorial services to public clients, is familiar with the plans of Commission and is licensed in the State of California. 2.6 On -call janitorial services shall be provided on the terms and conditions set forth in this Agreement and in the task order(s) to be authorized by Commission as further described in this Agreement ("Task Order"). 1 17336.00603\41508592.1 30 2.7 Commission desires to engage Contractor to render such services on a routine and an on -call basis as further detailed in this Agreement. Routine janitorial services shall be as set forth in Exhibit "A", attached hereto and incorporated herein by reference. On -call janitorial services shall be ordered by Task Order(s) to be issued pursuant to this Agreement for future projects as set forth herein. The routine services set forth in Exhibit "A" and each individual project ordered under a Task Order shall be referred to, herein, collectively, as the "Project". 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to Commission all labor materials, tools, equipment, services, and incidental and customary work, as necessary, to fully and adequately provide the routine janitorial services as set forth in Exhibit "A" and any on -call janitorial services r quired by Commission, as shall be set forth in a Task Order, collectively referred to herein as to "Services". On -call Services shall be more particularly described in the individual Task Orders issued by the Commission's Executive Director or designee. No on -call Services shall be performed unless authorized by a fully executed Task Order in the form attached hereto -as -Exhibit "D". All Services shall be subject to, and performed in accordance with this Agreement, the relevant Task Order, the exhibits attached hereto and incorporated herein by reference, and, alipplicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agr` ment s all be from December 1, 2023 to November 30, 2026, unless earlier terminated as provided n. Contractor shall complete the Services within the term of this Agreement, and: shall meet any other established schedules and deadlines. The Parties may, by mutual, writteS consent, extend t term of this Agreement if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinate ndependent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. Commission retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of Commission and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 2 17336.00603\41508592.1 31 3.2.2 Schedule of Services. (A) Routine Services. Contractor shall perform the routine janitorial Services expeditiously, within the term of this Agreement. (B) Task Orders; Commencement of Services; Schedule of Services. On -call Services under this Agreement shall be requested by the Commission pursuant to Task Order requests. If Commission accepts Consultant's Task Order proposal, Commission shall issue a purchase order or executed task order for the Services ("Commission's Task Order Authorization"). Consultant's agreement to the final terms of a proposed Task Order, Commission's Task Order Authorization and Consultant's commencement of the Services shall indicate the Parties' agreement to the terms of the relevant Task Order. Consultant shall commence Services under a Task Order within five (5) days of receiving Commission's Tas . s er Authorization. Consult. all per the on -call Services expeditiously, in accordance with the Schedule of Services sk • rder. (C) Co ce . ched°,.e. Consultant represents that it has the professional and technical personnel require• form the Services in conformance with the conditions detailed herein. In order to fa ate onsultant's conformance with the Schedule, Commission shall respond to Consultant's submittal in a timely nner. Upon request of the Commission, Consultant shall provide a more detaile schedule of an cipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirem ,ts. All work prepared by Contractor shall be subject to the approval of Co rn on. 3.2.4 Commission's Representative. The Comm n hereby designates Executive Director, or his or her designee, to act as its representativ •r performance of this Agreement ("Commission's Representative"). Commission's Re • entative shall have the power to act on behalf of the Commission for all purposes under thi• • reement. Contractor shall not accept direction or orders from any person other than the Commission's Representative or his or her designee. 3.2.5 Contractor's Representative. Contractor hereby designates Claudia Salomon, or his or her designee, to act as its representative for the performance of this Agreement ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services, using his best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.6 Coordination of Services. Contractor agrees to work closely with Commission staff in the performance of Services and shall be available to Commission's staff, consultants and other staff at all reasonable times. 3 17336.00603\41508592.1 32 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the Commission, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the Commission to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to th-::;. fety of persons or property, or any employee who fails or refuses to perform the Services ' mann=? acceptable to the Commission, shall be promptly removed from the Project by the •retractor • shall not be re-employed to perform any of the Services or to work on the Projec 3.2.8 Perio • • Per mance. ontractor shall perform and complete all Services under this Agreement within t rim set f in Section 3.1.2 above ("Performance Time"). Contractor shall perform the Services in;,stri ccordance with any completion schedule or Project milestones described in Exhibit "A" attached h to, r which may be provided separately in writing to the Contractor. Contractor 4gr at i e Services are not completed within the aforementioned Performance Time and/ ur any such completion schedule or Project milestones developed pursuant to provisions of t Agreement, it is understood, acknowledged and agreed that the Commission will suffer dam 3.2.9 Disputes. Should any disput arise re ecting true value of any work done, of any work omitted, or of any extra work which Contracto e required to do, or respecting the size of any payment to Contractor during the orma ce of this Contract, Contractor shall continue to perform the Work while said disp s decided by the Commission. If Contractor disputes the Commission's decision, Contractor s all have such remedies as may be provided by law. 3.2.10 Laws and Regulations; Employee/Labor Certifications. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the Commission, Contractor shall be solely responsible for all costs arising therefrom. Commission is a public entity of the State of California subject to, among other rules and regulations, the Public Utilities Code, Public Contract Code, and Labor Code of the State. It is stipulated and agreed that all provisions of the law applicable to the public contracts of a county transportation commissions are a part of this Agreement to the same extent as though set forth herein and will be complied with. These include but are not limited to the payment of prevailing 4 17336.00603\41508592.1 33 wages, the stipulation that eight (8) hours' labor shall constitute a legal day's work and that no worker shall be permitted to work in excess of eight (8) hours during any one calendar day except as permitted by law. Contractor shall defend, indemnify and hold Commission, its officials, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.10.1 Employment Eligibility; Contractor. By executing this Agreement, Contractor verifies that it fully complies with all requirements and restrictions of state and federal law respecting the employment of undocumented aliens, including, but not limited to, the Immigration Reform and Control Act of 1986, as may be amended from time to time. Such requirements and restrictions include, but are not limited to, examination and retention of documentation confirming the identity and immigration status of each employee of the Contractor. Contractor also verifies that it ,has not committed a violation of any such law within the five (5) years immediately preceding the date of execution of this Agreement, and shall not violate any such law at any time during the term of the Agreement. Contractor shall avoid any violation of any such law during the term of this Agreement by participating in an electronic verification of work authorization program operated by the United States Department of Homeland Security, by participating in an equivalent federal work authorization program operated by the United States Department of Homeland Mill -it o verify information of newly hired employees, or by some other legally acceptable metho ontractor shall maintain records of each such verification, and shall make them available to the ommissiortor its representatives for inspection and copy at any time during normal business hours. The Commi oU hall not be responsible for any costs or expenses related to Contractor's compliance ' h th quirements provided for in Section 3.2.10 or any of its sub -sections. 1111 3.2.10.2 Em lo subcontractors and consultants. To the same exte t under the s Contractor shall require all of its subcontractors, su -subcontractors a any work relating to the Project or this Agreement to make the same v, all requirements and restrictions provided for in Section 3.2.10.1. Subcontractors Sub - conditions as Contractor, onsultants performing ns and comply with 3.2.10.3 Employment Eligibility; Failure to Comply. Each person executing this Agreement on behalf of Contractor verifies that they are a duly authorized officer of Contractor, and understands that any of the following shall be grounds for the Commission to terminate the Agreement for cause: (1) failure of Contractor or its subcontractors, sub - subcontractors or consultants to meet any of the requirements provided for in Sections 3.2.10.1 or 3.2.10.2; (2) any misrepresentation or material omission concerning compliance with such requirements (including in those verifications provided to the Contractor under Section 3.2.10.2); or (3) failure to immediately remove from the Project any person found not to be in compliance with such requirements. 3.2.10.4 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 5 17336.00603\41508592.1 34 3.2.10.5 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of Commission's Disadvantaged Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.2.10.6 Air Quality. Contractor must fully comply with all applicable laws, rules and regulations in furnishing or using equipment and/or providing services, including, but not limited to, emissions limits and permitting requirements imposed by the California Air Resources Board (CARB). Contractor shall specifically be aware of the CARB limits and requirements' applicsation to "portable equipment", which definition is considered by CARB to include any item of egpment with a fuel -powered engine. Contractor shall indemnify Commission against any fines or penalties imposed by CARB or any other governmental or regulatory agency for violations of applicable laws, rules and/or regulations by Contractor, its subcontractors, or others for whom Contractor is responsible under its indemnity obligations provided for in this Agreement. (A) Compliance. To the extent applicable, Contractor's Services must account f lly co ply with, all local, state and federal laws, rules and regulations that may impact wa quality compliance, including, without limitation, all applicable provisions of the Federal Water Pollution control Act (33 U.S.C. §§ 1300); the California Porter -Cologne Water Quality Contr Act (Cal Water$ode §§ 13000-14950); laws, rules and regulations of the Environmental Prot c ion Agency an' • e State Water Resources Control Board; the Commission's rules regarding ischargee of sto ater; and any and all regulations, policies, or permits issued pursuant to any such authori g ing the discharge of pollutants, as that term is used in the Porter -Cologne Water Quali i ontrol A ct, to any ground or surface water in the State. (B) Liability for Non -Compliance. Failure to comply with the laws, regulations and policies described in this Section is a violation of law that may subject Contractor or Commission to penalties, fines, or additional regulatory requirements. Contractor shall defend, indemnify and hold the Commission, its officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from and against any and all fines, penalties, claims or other regulatory requirements imposed as a result of Contractor's non-compliance with the laws, regulations and policies described in this Section, unless such non-compliance is the result of the sole established negligence, willful misconduct or active negligence of the Commission, its officials, officers, agents, employees or authorized volunteers. (C) Training. In addition to any other standard of care requirements set forth in this Agreement, Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them 6 17336.00603\41508592.1 35 without impacting water quality in violation of the laws, regulations and policies described in this Section. Contractor further warrants that it, its employees and subcontractors will receive adequate training, as determined by Commission, regarding the requirements of the laws, regulations and policies described in this Section as they may relate to the Services provided under this Agreement. Upon request, Commission will provide Contractor with a list of training programs that meet the requirements of this paragraph. 3.2.11 Insurance. 3.2.11.1 Time for Compliance. Contractor shall not commence work under this Agreement until it has provided evidence satisfactory to the Commission that it has secured all insurance required under this section, in a form and with insurance companies acceptable to the Commission. In addition, Contractor shall not allow any subcontractor to commence work on any subcontract until it has secured all insurance required under this section. 3.2.1'x.2 \ Minimum Requirements. Contractor shall, at its expense, procure and maintain for the durat of the Agreement insurance against claims for injuries to persons or damages to property which m arise from or in connection with the performance of the Agreement by the Contractor, its ts, representatives, employees or subcontractors. Contractor shall also require -all of its subco ctors to procure and maintain the same insurance for the duration of the Agreement. Such ura shall meet at least the following minimum levels of coverage: (A) nimum Scope bf Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General 'ability: Insurance Services Office Commercial General Liability coverage (occurre e fo 0001 or exact equivalent); (2) Automobile Liability: Insurance Services Office 3 un s Auto rage (form CA 0001, code 1 (any auto) or exact equivalent); and (3) Worker ompensatio nd Employers Liability: Workers' Compensation insurance as required by th State of ` alifom d Employer's Liability Insurance. (B) Minimum Limits of Insu e. Contractor shall maintain limits no less than: (1) General Liability: $2,000,000 per occ ence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit; (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage; and (3) if Contractor has an employees, Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the Labor Code of the State of California. Employer's Practices Liability limits of $1,000,000 per accident. 3.2.11.3 Insurance Endorsements. The insurance policies shall contain the following provisions, or Contractor shall provide endorsements on forms approved by the Commission to add the following provisions to the insurance policies: 7 17336.00603\41508592.1 36 (A) General Liability. (i) Commercial General Liability Insurance must include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury; (3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7) contractual liability with respect to this Agreement; (8) broad form property damage; and (9) independent contractors coverage. (ii) The policy shall contain no endorsements or provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; or (3) contain any other exclusion contrary to this Agreement. officials, officers, employee and 20 37 10 01, or endo (iii) The policy shall give the Commission, its directors, gents insured status using ISO endorsement forms 20 10 10 01 viding the exact same coverage. (iv The additional insured coverage under the policy shall be "primary and nn-contri.utory will not seek contribution from the Commission's insurance or self -insurance -7a shall be at 1 t as broad as CG 20 01 04 13, or endorsements providing the exact same coverage. (B) Automobile Li flit . The automobile liability policy shall be endorsed to state that: (1) the Commission, irectors, officials, officers, employees and agents shall be covered as additional insured ith espect to the ownership, operation, maintenance, use, loading or unloading of any to ed, leas$, hired or borrowed by the Contractor or for which the Contractor is respons , and (2) the urance coverage shall be primary insurance as respects the Commission, its directors, official ficers, employees and agents, or if excess, shall stand in an unbroken chain of covera:= c- of the Contractor's scheduled underlying coverage. Any insurance or self-insurance ntaineby the Commission, its directors, officials, officers, employees and agents shall be e s of the Contractor's insurance and shall not be called upon to contribute with it in any way. (C) Workers' Compensation and Employers Liability Coverage. (i) Contractor certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing work under this Agreement. (ii) The insurer shall agree to waive all rights of subrogation against the Commission, its directors, officials, officers, employees and agents for losses paid under the terms of the insurance policy which arise from work performed by the Contractor. The Contractor hereby waives any such rights of subrogation that the Contractor may have, and shall obtain a similar waiver from any subcontractors. 8 17336.00603\41508592.1 37 (D) Reserved. (E) All Coverages. (i) limits set forth hereunder. Defense costs shall be payable in addition to the (ii) Requirements of specific coverage or limits contained in this section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth herein shall be available to the Commission, its directors, off ials, officers, employees and agents as additional insureds under said policies. Furthermore • - quirements for coverage and limits shall be (1) the minimum coverage and limits spec : in t' greement; or (2) the broader coverage and maximum limits of coverage of any insurance poli or proceeds available to the named insured; whichever is greater. e limits of insurance required in this Agreement may be satisfied by a combinaf - .f p mary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non -contribute ` basis fore 1nefit of the Commission (if agreed to in a written contract or agreement) before the Commission s own insurance or self-insurance shall be called upon to protect it as a named insured. The umbrella/excess policy shall be provided on a "following form" basis with coverage at least as bead as rovide on the underlying policy(ies). (iv) Cont'r rovi.. he Commission at least thirty (30) days prior written notice of cancellation of any policy re. -d by this Agreement, except that the Contractor shall provide at least ten (10) days prior e. •tice of cancellation of any such policy due to non-payment of premium. If any of th= • uired coverage is cancelled or expires during the term of this Agreement, the Contractor . deliver renewal certificate(s) including the General Liability Additional Insured Endorsement to the Commission at least ten (10) days prior to the effective date of cancellation or expiration. (v) The retroactive date (if any) of each policy is to be no later than the effective date of this Agreement. Contractor shall maintain such coverage continuously for a period of at least three years after the completion of the work under this Agreement. Contractor shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced past the effective date of this Agreement; B) if the policy is cancelled or not renewed; or C) if the policy is replaced by another claims -made policy with a retroactive date subsequent to the effective date of this Agreement. (vi) The foregoing requirements as to the types and limits of insurance coverage to be maintained by Contractor, and any approval of said insurance by the Commission, is not intended to and shall not in any manner limit or qualify the liabilities and 9 17336.00603\41508592.1 38 obligations otherwise assumed by the Contractor pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. (vii) If at any time during the life of the Agreement, any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, Commission has the right but not the duty to obtain the insurance it deems necessary and any premium paid by Commission will be promptly reimbursed by Contractor or Commission will withhold amounts sufficient to pay premium from Contractor payments. In the alternative, Commission may cancel this Agreement. The Commission may require the Contractor to provide complete copies of all insurance policies in effect for the duration of the Project. (viii) Neither the Commission nor any of its directors, officials, officers, employees r agents shall be personally responsible for any liability arising under or by virtue of this A' -nt. Each insurance policy required by this Agreement shall be endorsed to state that. 3.2.1 ducts' tes and Self -Insurance Retentions. Any deductibles or self -insured retentions must b cla ed to and approved by the Commission. If the Commission does not approve the deductibles or self -insured retentions as presented, Contractor shall guarantee that, at the option of the Commission, either: - insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the Commission, its directors, officials, officers, employees and agents; or, (2) the Contractor shall procure a bond guaranteeing payment of losses and related investigation costs, claims and admini native . ud defense expenses. 3.2.11.5 Acce e tabili nsurers. In nce is to be placed with insurers with a current A.M. Best's rating no less than A:VIII, licensed t. business in California, and satisfactory to the Commission. 3.2.11.6 Verification of Cover. . Contractor shall furnish Commission with original certificates of insurance and endorsements effecting coverage required by this Agreement on forms satisfactory to the Commission. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements must be received and approved by the Commission before work commences. The Commission reserves the right to require complete, certified copies of all required insurance policies, at any time. 3.2.11.7 Subcontractor Insurance Requirements. Contractor shall not allow any subcontractors or subcontractors to commence work on any subcontract until they have provided evidence satisfactory to the Commission that they have secured all insurance required under this section. Policies of commercial general liability insurance provided by such subcontractors or subcontractors shall be endorsed to name the Commission as an additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. If 10 17336.00603\41508592.1 39 requested by Contractor, the Commission may approve different scopes or minimum limits of insurance for particular subcontractors or subcontractors. 3.2.12 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspect' n and maintenance of all safety measures. 3.2.13 Accountin records with respect t shall be clearly identi business hours to exam documents created pursuari documents, proceedings, and a from the date of final payment u ecords. Contractor shall maintain complete and accurate expenses incurred under this Agreement. All such records or .11 allow a representative of Commission during normal ranscripts or copies of such records and any other ontractor shall allow inspection of all work, data, o the Agreement for a period of three (3) years der t ' 1• - ement. 3.2.14 Additional State Law Reauire»Lnts. Displaced Janitor Opportunity Ac . appli• Contractor agrees to retain, for a 60 -day transition employment period, employe h . e b - employed by the terminated Contractor or its subcontractor as required in Sect n . 1 • 10 . the California Labor Code pertaining to the Displaced Janitor Opportunity Act. Property Service Workers Protection Act. Contrac provisions of the Property Service Workers Protection Act set seq.to the extent applicable. 11 gre to comply with the in Labor Code §§ 1420 et 17336.00603\41508592.1 40 3.3 Fees and Payments; Labor Code Requirements. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. The total compensation to be provided under this Agreement, including all Task Orders issued pursuant to this Agreement shall not exceed One Million, Fifty -Seven Thousand, Three Hundred Forty -Five Dollars ($1,057,345). The total compensation per Task Order shall be set forth in the relevant Task Order, and shall not exceed said amount without the written approval of the Commissioner's Executive Director. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Contractor shall submit to Commission a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement s ► • escribe the amount of Services and supplies provided since the initial commencement da •r s - the start of the subsequent billing periods, as appropriate, through the date of the • ement. mmission shall, within 45 days of receiving such statement, review the statement '. pay all a ove charges thereon. 3.3.3 Rei em- or nses. Contractor shall not be reimbursed for any expenses unless authorized in w ' g ► o ssion. 3.3.4 Extra Work. Atny time du ' the term of this Agreement, Commission may request that Contractor perform E a Work ed herein, "Extra Work" means any work which is determined by Commission to be necessary for the aoper completion of the Project, but which the parties did not reasonably anticipate would be" ecessary at the execution of this Agreement. Contractor shall not perform, nor be compensated Extra Work without written authorization from Commission's Representative 3.3.5 Prevailing Wages. Contractor is aware of the ements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as C .rnia ode of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which , s ire the payment of prevailing wage rates and the performance of other requirements on ". • lic works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. Commission shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the Commission, its officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.3.6 Payroll Records. In accordance with the requirements of California Labor Code Section 1776, Contractor shall keep accurate payroll records which are either on forms provided by the Division of Labor Standards Enforcement or which contain the same information 12 17336.00603\41508592.1 41 required by such forms. Responsibility for compliance with California Labor Code Section 1776 shall rest solely with Contractor, and Contractor shall make all such records available for inspection at all reasonable hours. 3.3.7 Registration. If the Services are being performed as part of an applicable "public works" or "maintenance" project, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Contractor and all subcontractors must be registered with the Department of Industrial Relations. Contractor shall maintain registration for the duration of the Project and require the same of any subcontractor. This Project may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Contractor's sole responsibility to comply with all applicable registration and labor compliance requirements. 3.3.8 Employment of Apprentices. This Agreement shall not prevent the employment of properly indentured apprentices in accordance with the California Labor Code, and no employer or labor union shall refuse to accept otherwise qualified employees as indentured apprentices on the work performed hereunder solely on the ground of race, creed, national origin, ancestry, color or sexOrvery qualified apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade in which he or she is employed and shall be employed only in the craft or trade to which he or she is registered. If California Lab ode Section 1777.5 applies to the Services, Contractor and any subcontractor hereunder wh employs uu rkers in any apprenticeable craft or trade shall apply to the joint apprenticeship council a nistering able standards for a certificate approving Contractor or any sub -contractor for employment lid training of apprentices. Upon issuance of this certificate, Contractor and any sub -contractor shall mploy the number of apprentices provided for therein, as well as contribute to the fund to ad in ter the apprenticeship program in each craft or trade in the area of the work hereunder. 44 % The parties expressly understand that the 5ponsi for compliance with provisions of this Section and with Sections 1777.5, 1777.6 and 177 the California Labor Code in regard to all apprenticeable occupations lies with Contract 3.3.9 Eight -Hour Law. Pursuant to the provis s of the California Labor Code, eight hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight - Hour Law"), unless Contractor or the Services are not subject to the Eight -Hour Law. Contractor shall forfeit to Commission as a penalty, $50.00 for each worker employed in the execution of this Agreement by him, or by any sub -contractor under him, for each calendar day during which such workman is required or permitted to work more than eight hours in any calendar day and forty hours in any one calendar week without such compensation for overtime violation of the provisions of the California Labor Code, unless Contractor or the Services are not subject to the Eight -Hour Law. 13 17336.00603\41508592.1 42 3.4 Termination of Agreement. 3.4.1 Grounds for Termination. Commission may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services which have been adequately rendered to Commission, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause. 3.4.2 Effect of Termination. If this Agreement is terminated as provided herein, Commission may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (1 s of the request. 3.4.3 At tional S rvices. In the event this Agreement is terminated in whole or in part as provided herein, Commission may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5 General Provisio 3.5.1 Delivery ofNotiel's. All notices ermitted or required under this Agreement shall be given to the respective partile at the followii address, or at such other address as the respective parties may provide in writing *this purpose: CONSULTANT: Ultimate Maintenance Services 4237 Redondo Beach Blvd Lawndale, CA 90260 Attn: Claudia Salomon SSION: ver e County Tvonspo n Commission 4080 Lem eet, 3rd Floor Riversi A 01 Attn• ecutive Director Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.2 Indemnification. 3.5.2.1 Scope of Indemnity. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold the Commission, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury of any kind, in law or equity, to property or persons, including wrongful death, in any manner arising out of, pertaining to, or incident to any alleged acts, errors or omissions of Contractor, its officials, officers, employees, subcontractors, contractors or agents in connection with the performance of the Services, the Project, this 14 17336.00603\41508592.1 43 Agreement or any Task Order, including without limitation the payment of all consequential damages, expert witness fees and attorneys' fees and other related costs and expenses. Notwithstanding the foregoing, to the extent Contractor's Services are subject to Civil Code Section 2782.8, the above indemnity shall be limited, to the extent required by Civil Code Section 2782.8, to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor. 3.5.2.2 Additional Indemnity Obligations. Contractor shall defend, with Counsel of Commission's choosing and at Contractor's own cost, expense and risk, any and all claims, suits, actions or other proceedings of every kind covered by Section 3.5.2.1 that may be brought or instituted against Commission or its officials, officers, employees, volunteers and agents. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against Commission or its officials, officers, employees, volunteers and agents as part of any such claim, suit, action or other proceeding. Contractor shall also reimburse Commission for the cost of any settlement paid by Co 'lion or its officials, officers, employees, agents or volunteers as part of any such claim, suit tion °mother proceeding. Such reimbursement shall include payment for Commission's attorneys' fees and costs, including expert witness fees. Contractor shall reimburse Commission and its officials, officers, employees, agents, and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein providezl: Contractor's obligation to indemnify shall survive expiration or termination of this Agreement, and shall not be'restricted to insurance proceeds, if any, received by the Commission, its officials officerst, employees, a ents, or volunteers. 3.5.3 Governing LawiGov , nt de Claim Compliance. This Agreement shall be governed by the laws of the State of California. Venue shall be in Riverside County. In addition to any and all contract requirements pertaining to notices of and requests for compensation or payment for extra work, disputed work, claims and/or chan conditions, Contractor must comply with the claim procedures set forth in Government Code sect' s 900 et seq. prior to filing any lawsuit against the Commission. Such Government Code claims any subsequent lawsuit based upon the Government Code claims shall be limited to those m. . t remain unresolved after all procedures pertaining to extra work, disputed work, cla' , and/o changed conditions have been followed by Contractor. If no such Government claim is submitted, or if any prerequisite contractual requirements are not otherwise satisfi- . as specified herein, Contractor shall be barred from bringing and maintaining a valid lawsuit against the Commission. 3.5.4 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.5 Commission's Right to Employ Other Contractors. Commission reserves right to employ other contractors in connection with this Project. 3.5.6 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.7 Assignment or Transfer. Contractor shall not assign, hypothecate or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the Commission. Any attempt to do so shall be null and void, and any 15 17336.00603\41508592.1 44 assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. 3.5.8 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to Commission include its officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content or intent of this Agreement. 3.5.9 An. me%t odification. No supplement, modification or amendment of this Agreement shall b ding unless executed in writing and signed by both Parties. 3.5.10 Diver. _ No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily, given or performed by a Party shall give the other Party any contractual rights by custom, estoppel or otherwise. 3.5.11 No Third Party eneficiaries. cept to the extent expressly provided for in Section 3.5.7, there are no intended third party beneficiarie of any right or obligation assumed by the Parties. 7 3.5.12 Invalidity; Severability. If an r on o is Agreement is declared invalid, illegal, or otherwise unenforceable by a court of c peten 'sdiction, the remaining provisions shall continue in full force and effect. 3.5.13 Prohibited Interests. Contractor maintai ' . nd warrants that it has not employed nor retained any company or person, other than a . fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Contractor further agrees to file, or shall cause its employees or subcontractors to file, a Statement of Economic Interest with the Commission's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, Commission shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of Commission, during the term of his or her service with Commission, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.14 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 16 17336.00603\41508592.1 45 3.5.15 Authority to Enter Agreement. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.16 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.5.17 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.18 Federal Provisions. If funding for the Services is provided, in whole or in part, by the Federal Transportation Administration ("FTA") Contractor shall also fully and adequately comply with the provisions included in Exhibit "C" (Federal Requirements) attached hereto and incorporated herein by reference ("Federal Requirements"). With respect to any conflict between such Federal Requirements and the terms of this Agreement and/or the provisions of state law, the more stringent requirement shall control. 3.5.19 Electronically Transmitted Signatures; Electronic Signatures. A manually signed copy of this Agreement which is_transmitted by facsimile, email or other means of electronic transmission shall be deemed to have th e legal effect as delivery of an original executed copy of this Agreement for all purposes. his Agreement may be signed using an electronic signature. 4 17 17336.00603\41508592.1 46 SIGNATURE PAGE FOR ROUTINE AND ON -CALL JANITORIAL SERVICES AGREEMENT IN WITNESS WHEREOF, the Parties have entered into this Agreement as of the date first set forth above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION Anne Mayer, Executive Dir Approved as to form: Best Best & Krieger LLP General Counsel ULTIMATE MAINTENANCE SERVICES Signature Name Title ractor's License imber: assifi n: AT�T: Signature Name Title A corporation requires the signatures of two corporate officers. One signature shall be that of the chairman of board, the president or any vice president and the second signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation. If the above referenced persons are not the intended signators, evidence of signature authority shall be provided to RCTC. 18 17336.00603\41508592.1 47 EXHIBIT "A" - SCOPE OF SERVICES 19 17336.00603\41508592.1 48 STATEMENT OF WORK Commuter Rail Stations The Contractor shall provide complete cleaning, grounds cleaning, and janitorial services of the Metrolink station properties owned and managed by the Riverside County Transportation Commission (Commission), including the Riverside Downtown Station and Eastside Parking lot, the Pedley/Jurupa Valley Station, the La Sierra Station, the West Corona Station, North Main Corona Station, Hunter Park Station, Moreno Valley Station, Perris Multimodal Station, South Perris Station, and the Riverside Downtown Control Center. Property information for commuter rail stations are as follows: Location In Service Date Size Riverside nto 406 Rivers!.. June 1993 26.5 acres Pedley/Jurupa Valley 6001 Pedley Road, Jurupa Valley 1993 '40e\ October 1995 4011‘ 4.5 acres 24.69 acres La Sierra Metrolink and RTA Bus Depot Lots A&B 10901 Indiana Avenue, Riverside West Corona 155 South Auto Center Drive, Corona October 1995 5.49 acres North Main Corona 250 East Blaine Street, Corona November 2022 6.72 acres Perris Multimodal 121 South C Street, June 2016 (bus transit center opened 2010) 5.5 acres 20 17336.00603\41508592.1 49 Perris Riverside -Hunter Park/UCR 1101 Marlborough Avenue, Riverside June 2016 9.35 acres Moreno Valley/March Field 14160 Meridian Parkway, Riverside June 2016 14.47 acres Perris So 1304 ' - e Road, Pe June 2016 40.57 acres Riverside Downtow Operations Control Ce 4344 Vine Street, Riverside April 2016 IC)' 3,000 square feet Contractor is required to maintain the work sites in a safe, attractive and usable condition. The Contractor shall be responsible for providing all necessary equipment, materials, tools, transportation, supplies, cleaning chemicals and other items needed to do the cleaning and grounds maintenance as directed herein. The Contractor shall use only cleaning chemicals and equipment that will not damage paint or other surfaces and the Contractor shall be fully responsible for repairing or replacing all property damaged by such cleaning activities. A wet floor sign and other appropriate signs shall be placed on the platform, walkways and bridges during wet mopping, steam cleaning and other hazardous activities and shall remain until the hazard condition is removed. 21 17336.00603\41508592.1 50 Services for the Commuter Rail Stations A. SCHEDULING OF WORK 1. The Contractor shall accomplish all routine cleaning and janitorial services required under this contract between the hours of 6:00 a.m. and 6:00 P.M., Monday through Friday. The Property Manager may grant, on an individual basis, permission to perform cleaning and janitorial services at other hours. The Contractor shall establish a schedule of routine work to be followed in the performance of this contract. A copy of this schedule shall be provided to and approved by the Property Manager. The Contractor shall conduct the work at all times in a manner which will not interfere with pedestrian traffic on adjacent sidewalks or bridges or vehicular traffic on adjacent streets. B. WORK FORCE 1. The Con 2. The Con supervisory skills. 3. The Contractor sh` ' nsur personnel, directly employ by the Co 4. The Contractor shall be rR<a 4onsi of Contractor's employees be U.S. Citizens or legal residents. 5. The Contractor shall provide appro identifying the name of contractor i 6. The Contractor shall perform the w ed to improve upon the appearance of the station grounds. at all work is supervised by Contractor employed technically qualified and possess management ork is performed by fully qualified, experienced ctor. skills, methods, appearance and action done. The Contractors employees shall ation. provi. - • for direction of the Property Manager or his or her d The Property Manager or his or her representative time and may request that the Contractor perfor employees including shirts i is contract under the ted representative. make inspections at any ditional work or services to bring Contractor's performance to the level requir- by the agreement. 7. The Contractor shall correct discrepancies and deficiencies in the work immediately as determined by the Property Manager. C. SAFETY 1. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. 2. Contractor shall submit to RCTC their company Safety Plan prior to work. 3. Contractor shall ensure that their employees are provided with and utilize the proper Personal Protective Equipment (PPE) while performing the work. 4. Contractor shall designate at least one ( 1) Safety Representative acceptable to RCTC, provided that acceptance may be withdrawn at any time, who shall be 22 17336.00603\41508592.1 51 responsible for ensuring that the Work is performed in accordance with the requirements set forth in the Agreement, the Contractor's Safety Plan, and all applicable laws and regulations. 5. Contractor shall have at least one individual on site who is First Aid and CPR trained. The individual shall be identified, and the contractor will provide copies of their safety training certifications. 6. The Contractor shall post and ensure all employees are aware of the name, location, phone numbers of local doctors, hospitals, ambulance services, and emergency services that they contact in the event of an on -site emergency. 7. Contractor shall ensure that all employees have received Blood borne Pathogens Training: Preventing Disease Transmission. 8. Contractor shall comply with the requirements of the specifications relating to safety measures applicable in particular operations or kinds of work. 9. In carrying out its state and fed precautions the cond D. STORM WATER ork, the Contractor shall at all times follow all applicable local, s, rules and regulations, and shall exercise all necessary ty of employees appropriate to the nature of the Work and ch the Work is to be performed. 1. Contractor shall e e tha Site -Specific Storm Water a. No discharge of f b. No blowing or sw c. No hosing down of the par d. No vehicle washing or main TION PROGRAM (SWPPP) loyees are trained and are aware of the following Ilution Pre tion Requirements: e, and wastes into street or storm drains; to street or storm drains; e. f. 9. Close dumpster lids at all t No disposing of wash water i street • storm -ins. Remove all foreign 'objects (leaves, cans, cigar in front of drainage inlets and gutter areas. tts, paper etc. from 2. The Contractor must provide annual refresher tra ing on the Site -Specific Storm Water Pollution Prevention Requirements. 3. The Contractor shall document the training on the attached Site -Specific Storm Water Pollution Prevention Training Log and provide it annually to RCTC. Form included in Attachment A. E. CLEANING PRODUCTS/CHEMICALS 1. Contractor shall provide a list of all cleaning products/chemicals that are proposed to be used on the project. This list will need to be submitted to RCTC for review and approval, prior to use of the cleaning products/chemicals. 2. Contractor shall provide Material Safety Data Sheets (MSDS) for all cleaning products and chemicals that are to be used on the project. 23 17336.00603\41508592.1 52 3. Contractor shall ensure the field crews carry copies of the MSDS for all cleaning products or chemicals they have while on -site. 4. Contractor is encouraged to use Bio-degradable or environmentally friendly cleaning product/chemicals 5. Contractor shall ensure that all employees are properly trained in the use and handling of the approved cleaning products/chemicals. 6. Contractor shall ensure that all employees utilize the proper Personnel Protective Equipment (PPE) as specified by the cleaning product/chemical or the Contractor's safety plan, whichever is most stringent. Routine Cleaning Services All routine cleaning shall be performed to the satisfaction of the Property Manager. Routine cleaning shall include but not be limited to the following services at the Metrolink Stations: A. STATION CLEANIN chedule cleaning) 1. All ticke -nding m. ine validates, kiosks, benches, trash receptacles, pole structures, -cure .w- es, signs, drinking fountains and soda vending machines sha or ly d -d and cleaned. 2. Trash receptacles i -mp • and re -lined. In the event that the Property Manager determin that h receptacles require emptying on more than a weekly basis, Contractor all prove• •-week emptying and re -lining of trash receptacles at no extra st it mission. Contractor to dispose of the collected trash at each Stati 3. All recycle bins shall be emptied and r ned n tor is responsible for disposing recycled products appropriately. 4. All station platform floors, including w ��h.> ay `u�[ia •s, p r -strian bridges, elevators and stairways, shall be swept to remove trash and other s•11 :- •e. These areas shall be wet mopped when necessary. 5. All walls, partitions, windows and doors shall be spo. '. ` aned. 6. All handrails on walkways, stairways and handica•; ;y` ps shall be dusted and wiped clean. 7. All walkways shall be spot cleaned and shall have grease and other residue removed. 8. All litter and debris shall be removed from platforms, parking lots and planter areas. 9. Areas shall be cleared of birds' nests and bird droppings. 10. Contractor shall be prepared to clean up and disinfect platform floors, walkway ramps, pedestrian bridges, elevators, walls, windows, handrails, handicap ramps, and stairways due to human and animal urination or defecation. 11. Contractor shall be prepared to clean up and disinfect areas due to biological spills (blood) and properly dispose of any materials used in the cleaning process. 12. Clean bicycle enclosure, buildings, storage, lids, etc. 24 17336.00603\41508592.1 53 13. Clean all guard sheds and storage buildings at each station including trash enclosure areas. 14. Pick up trash in parking lots and landscape areas (Commerce Street is considered part of the Riverside Downtown station 15. Clean port -a -potties at each station. ****** Commerce Street Lot is part of the Riverside Downtown station work B. STATION CLEANING SCHEDULE Monday Tuesday Wednesday Thursday ,:ridgy Saturday Sunday Stations On Call Riverside Downtown x x x On Call Operations ControlCenter :, x x x On Call Pedley/Jurupa Valley %: \ x On Call La Sierra -A x x x On Call La Sierra -B RTA Bus De x x On Call North Main Corona x x On Call West Corona 401 x x x On Call Hunter Park UCR x x x On Call Moreno Valley/March Field x x On Call Perris Downtown x x On Call South Perris x Al x x On Call C. ADDITIONAL WEEKLY CLEANING AT RIVERSIDE DOWNT STATION, PERRIS MULTIMODAL, RIVERSIDE DOWNTOWN OPERATIONS CENTER AND NORTH MAIN CORONA STATION 1. Clean restroom including sink, toilet, fixtures and walls. 2. Mop floor. 3. Empty trash receptacle. 4. Replenish paper products including toilet paper and paper towels. D. ADDITIONAL WEEKLY CLEANING AT RIVERSIDE DOWNTOWN STATION, RIVERSIDE LA SIERRA STATION, NORTH MAIN CORONA STATION, AND WEST CORONA STATION 1. Clean elevator floors, walls, doors and control panels. 2. Sweep and clear debris from stairways and pedestrian bridge. 3. Clean inside surfaces of bridge windows. 25 17336.00603\41508592.1 54 4. Clean/wipe down inside of bridge windows 5. Ceiling bridge cleaning. The bridge ceiling surface shall be wiped down along with the light fixtures and its cover. On -Call Services On -Call Services include but are not limited to: Respond to emergency cleaning needs within 2 -hours (Example: Human and animal waste removal, broken glass, debris removal, and Holiday cleanings, carpet cleaning in Operational Control Center, wax floors) Extraordinary and New Clea ing Services Extraordinary cleaning e r fired pursuant to the terms of the contract for cleaning and grounds maintenance Additional routine cleaning may be required as set forth in the contract. Payment for add-on cleaning shall be based on the square footage of added area. 4 Toll Operations Facilities The Contractor shall provide complete' janitorial services of the Commission properties owned and managed by the Commission, including two Toll Utility Buildings (TUB's), Storage and Maintenance Facility (SAM), 291 Corporate Terrace Circle Facility, and the 301 Corporate Terrace Circle Facility. Contractor is required to maintain the work sites in a safe, attractive and usable condition. Start dates for facilities to be determined. Square footage for each toll facility is as follows: Toll Utility Building (TUB) 1: Toll Utility Building (TUB) 2: Storage and Maintenance Facility (SAM): Office Area: Warehouse/Loft Area: 291 Corporate Terrace Circle Facility: 301 Corporate Terrace Circle Facility: Services for the Toll Operations Facilities 26 416 square feet 416 square feet 3,462 square feet 7,956 square feet 9,382 square feet 6,579 square feet 17336.00603\41508592.1 55 TUB 1 & TUB 2 are located within the 91 Express Lanes East of the 71 Interchange. Access to these facilities require entry at Express Lanes entrances, SR -91 WB from McKinley, 1-15 NB from Ontario, and SR -91 EB from Gypsum Canyon. TUB 1 This building is 400 sqft and has one restroom. Contractor shall provide complete janitorial service for the cleaning of TUB 1 once per month. Crew/team must have knowledge and ability to enter and exit highway areas of construction and medians safely. Service vehicle to and from TUB'S shall possess advance warning detection of emergency lights or rotator. Work to include: 1. Empty all trash rece and replace trash liners 2. Dust and wipe - n all su es 3. Clean windows 4. Sweep and mop floors 5. Clean restroom including sink, t et, and fixtu -s 6. Spot clean walls, partitions an o• -nitize door handles 7. Sweep entrance 8. Wipe down all rails 9. Remove debris around building area TUB 2 This building is 400 sqft and has one restroom. Contractor shall provide complete janitorial service for the cleaning of TUB 2 twice per month. Crew/team must have knowledge and ability to enter and exit highway areas of construction and medians safely. Service vehicle to and from TUB'S shall possess advance warning detection of emergency lights or rotator. Work to include: 1. Empty all trash receptacles and replace trash liners 2. Dust and wipe down all surfaces, light fixtures, vents 3. Clean windows- Monthly 27 17336.00603\41508592.1 56 4. Sweep and mop floors/ Vacuum areas 5. Clean restroom including sink, toilet and fixtures, also supplies, (toilet paper, paper towels, etc. Store extra supplies 6. Spot clean walls, partitions and doors 7. Sweep entrance 8. Wipe down all rails and clean/sanitize door handles 9. Remove debris around building area Storage and Maintenance (SAM) Facility 120 North Joy Street, Corona CA The facility consists of a warehouse area of 7,956 sqft, which has four office spaces. The building office area is 3,462 sqft and has eight office spaces, two commons areas, and three restrooms (each with one stall ear Thesf area subject to change, but the overall square footage will remain. Provide complete janitorial se fort ter+ ng of SAM Facility office area twice a week and warehouse area once a week. Work to include: 1. Empty all trash receptacles and replace tr 2. Dust and wipe down all surfaces, light fi 3. Clean windows- Monthly 4. Sweep and mop floors/ Vacuum carpet and rug areas 5. Clean restroom including sink, toilet and fixtures 6. Spot clean walls, partitions and doors 7. Sweep entrance and walkways 8. Wipe down all rails and door handles 9. Remove debris around building area 10. Replenish all paper products 11. Clean kitchen area including sink and fixtures 28 rs internal and external 17336.00603\41508592.1 57 12. Outside windows- Quarterly 13. Pressure wash all walkways- Quarterly 291/301 Corporate Terrace Facilities Corporate Terrace Circle, Corona CA 291 Regional Operations Center (ROC) and 301 Provide complete janitorial service for the cleaning of 291 and 301 Facility daily. The regional operations center (291 facility) includes two separate areas of the building. One side for the Riverside County Transportation Commission staff, which includes 4 office spaces, 2 cubicles, 1 common area, and 1 conference room. The other side is for the tenant Kapsch, which includes, 1 server room, 3 conference rooms, 12 office spaces, 1 storage room, 1 kitchen, 2 restrooms (3 stalls in each), and 1 shared area with 30 cubicles. These areas are subject to change, but the overall square footage will remain. The customer service center (301 facility) includes two separate areas of the building. One side for the Customer Service area which includes, one restroom (1 stall) and a storage room, reception and waiting room area, customer service desk area for around eight workers. The other side is for the tenant CUSA, which includes, 1 server room, 1 storage room, 1 conference room, 1 training room, 5 office spaces, 1 kitchen, 2 restrooms (3 stalls in the women's and 2 in the Men's), and 1 shared area with 30 cubicles. These areas are subject to change, but the overall square footage will remain. Work to include: zd\. Entrance and Lobby Areas Daily 1. Remove trash from receptacles, replace liner, spot clean receptacle 2. Vacuum carpeting and matting also vacuum behind the counter and under the desks 3. Clean both sides of glass doors and adjacent windows, wipe frames 4. Spot clean walls, light switches and partition glass 5. Dust mop / wet mop hard surface flooring 6. Clean and sanitize countertops 7. Sanitize door handles 8. Wipe down plastic partitions 29 17336.00603\41508592.1 58 Weekly 1. Clean door jambs and polish thresholds 2. Dust HVAC ventilation grills 3. Vacuum upholstered furniture Monthly 1. Dust all walls, doors, window frames above six feet 2. Dust HVAC ventilation grills 3. Vacuum/dust windo • ings All Office Areas, Meet' onferen Rooms and Hallways Daily 1. Remove trash, replace li 2. Remove recycle trash per com • y schedule 3. Vacuum carpeting wall to wall 4. Dust mop / wet mop hard surface flooring 5. Dust all accessible baseboards 1 6. Dust all furniture and fixtures 7. Dust all walls, light switches, window frames above six few 8. Spot clean walls, light switches, doors, and window frames 9. Spot clean carpeting when needed 10. Clean and polish drinking fountains, coffee machine area 11. Clean and sanitize conference table and credenzas 12. Sanitize door handles Weekly 1. Clean and sanitize call center cubicle surfaces an receptacle 30 17336.00603\41508592.1 59 2. Clean and sanitize office desks Monthly 1. Dust /vacuum window coverings 2. Dust HVAC ventilation grills 3. Vacuum upholstered furniture 4. Clean the windows from the inside Break and Kitchen Areas Daily 1. Remove trash, repl s, and spot clean receptacles 2. Dust mop / we .pall harp .urface flooring 3. Vacuum and du •+o• m• ,.rd surface flooring, 4. Dust furniture, fixtures 5. Clean and sanitize counter tops abinets, ta.--s and chairs 6. Clean table bases and chair le 7. Spot clean walls, light switches and doors 8. Dust and clean vending machines Monthly 1. Clean the windows from the inside 2. Dust/vacuum window coverings Restrooms Daily 1. Remove trash, replace liner and spot clean receptacle 2. Vacuum sweep, and mop with germicidal disinfectant 3. Replenish paper products, hand soap, and feminine napkins 4. Clean and sanitize all toilets, urinals and adjacent wall surfaces 5. Clean and sanitize walls and doors 31 17336.00603\41508592.1 60 6. Clean all mirrors, sinks and countertops 7. Clean and sanitize stall partitions, shelves, fixtures / dispensers 8. Dust HVAC ventilation grills 9. Clean, sanitize and polish all metal bright work 10. Pour water in floor drains, add enzymes as needed 11. Clean and sanitize shower areas where applicable 12. Sanitize door handles Server Room Monthly 1. Sweep/dry m dinated and scheduled with tenant. The contractor must provide a d plies and materials original invoice receipt with the following markup % for any materials/supplies procured for the areas being maintained and cleaned: Markup Amount (%) 5% Extraordinary and New Cleaning Services Extraordinary cleaning may be required pursuant to the terms of the contract for cleaning and grounds maintenance services. i Additional routine cleaning may be required as set forth in the contract. Payment for add-on cleaning shall be based on the square footage of added area. End of Statement of Work 32 17336.00603\41508592.1 61 EXHIBIT "B" - COMPENSATION 33 17336.00603\41508592.1 62 EXHIBIT "B" COMPENSATION SUMMARY FIRM PROJECT TASKS/ROLE COST Prime Consultant: Ultimate Maintenance Services Janitorial Services $ 1,057,345.00 Sub Consultants: 1 Commission authorization pertains to total contract awar mount. Compensation adjustments between consultants may occur; however, the maximum total compensation authorized m ot b ded. TOTAL COSTS $ 1,057,345.00 63 EXHIBIT "C" - FTA FUNDING REQUIREMENTS 34 17336.00603\41508592.1 64 FTA FUNDING REQUIREMENTS (Non-construction/maintenance work) As used herein, "RCTC" shall have the same meaning as the "Commission." The term "contract" or "Contract" shall have the same meaning as the "Agreement." 1. No Obligation by the Federal Government a. RCTC and Consultant acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Consultant, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. b. The Consultant agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subconsultant who will be subject to its provisions. 2. Program Fraud rid False or Fraudulent Statements or Related Acts a. The Consultant acknow es That th rovisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U. .C. § 3801st seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, ap ply to its ac inskertaining to this Project. Upon execution of the underlying contract, the Consu rtifies of affirms the truthfulness and accuracy of any statement it has made, it makes, ay t or comes to be made, pertaining to the underlying contract or the FTA assisted project f• hich this c tract work is being performed. In addition to other penalties that may be appli. .le Consu t further acknowledges that if it makes, or causes to be made, a false, fictitiou fraudulent c , statement, submission, or certification, the Federal Government reserves the right to impose th nalties of the Program Fraud Civil Remedies Act of 1986 on the Consultant to the extent th d Government deems appropriate. b. The Consultant also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Consultant, to the extent the Federal Government deems appropriate. c. The Consultant agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subconsultant who will be subject to the provisions. 3. Access to Records 35 17336.00603\41508592.1 65 The Consultant agrees to the following access to records requirements: a. To provide RCTC, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Consultant which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Consultant also agrees, pursuant to 49 C. F. R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Consultant access to Consultant's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. b. To make available in the case of a contract for a capital project or improvement, as defined above and awarded by other than competitive bidding in accordance with 49 U.S.C. 5325(a), records related to the contrac to RCTC, the Secretary of Transportation and the Comptroller General or any authorized o or employee of any of them for the purposes of conducting an audit and inspection. c. To maintain a books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation orsettlement of claims arising from the performance of this contract, in which case Consultant agrees to maintain same until RCTC, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exception elated t - `. eference 49 CFR 18.39(i)(11). d. To permit any of the foregoing p ies . 3 oduce any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 4. Federal Changes The Consultant shall at all times comply with all applicable FTA re: o •olicies, procedures and directives, including without limitation those listed directl sy reference in the Master Agreement between RCTC and FTA, as they may be amende . promulgated from time to time during the term of this contract. Consultant's failure to so comply shall constitute a material breach of this contract. 5. Civil Rights The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332 and 49 CFR part 21, the Consultant agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, 36 17336.00603\41508592.1 66 national origin, sex, age, or disability. In addition, the Consultant agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Consultant agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regula ns, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Consultant agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the foowing: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue (b) Age - In accordance with sec •n 4 Age rimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623, Federal , ansi 49 U.S.C. § 5332, the Equal Employment Opportunity Commission (U.S. O la s, "Age Discrimination in Employment Act," 29 C.F.R. part 1625, the Ag- rim ion - of 1975, as amended, 42 U.S.C. § 6101 et seq., U.S. Health and Human Services regu ations, sdiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financia si s ce," 45 C.F.R. part 90, the Consultant agrees to refrain from discrimination against pr- and prospective employees for reason of age. In addition, the Consultant agrees to ply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Consultant agrees that it will not discriminate against individuals on the basis of disability, and that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. 37 17336.00603\41508592.1 67 (3) The Consultant also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 6. FTA Disadvantaged Business Enterprise (DBE) Requirements A. General DBE Requirements: In accordance with Federal financial assistance agreements with the U.S. Department of Transportation (U.S. DOT), Commission has adopted a Disadvantaged Business Enterprise (DBE) Policy and Program, in conformance with Title 49 CFR Part 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Programs" (the "Regulations"). This RFP is subject to these stipulated regulations. In order to ensure that Commission achieves its overall DBE Program goals and objectives, Commission encourages the participation of DBEs as defined in 49 CFR 26 in the performance of contracts financed in whole or in part with U.S. DOT funds. It is the policy of the Co 1. Ensure nondiscri 2. Create a level playing fie . on 3. Ensure that the DBE program is narr nd administration of DOT -assisted contracts; an compete fairly for DOT -assisted contracts; ailored in accordance with applicable law; 4. Ensure that only firms that fully m 26 eligibility standards are permitted to participate as DBE's; 5. Help remove barriers to the participation of D contracts; 6. To promote the use of DBEs in all types of federally assisted c acts and procurement activities; and 7. Assist in the development of firms that can compete success in the marketplace outside the DBE program. B. Discrimination: Consultant shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Any terms used herein that are defined in 49 CFR Part 26, or elsewhere in the Regulations, shall have the meaning set forth in the Regulations. C. Commission's Race -Neutral DBE Program: A Race -Neutral DBE Program is one that, while benefiting DBEs, is not solely focused on DBE firms. Therefore, under a Race -Neutral DBE Program, Commission does not establish numeric race -conscious DBE participation goals on its DOT -assisted contracts. There is no FTA DBE goal on this Project. 38 17336.00603\41508592.1 68 Consultant shall not be required to achieve a specific level of DBE participation as a condition of contract compliance in the performance of this DOT -assisted contract. However, Consultant shall adhere to race -neutral DBE participation commitment(s) made at the time of award. D. Race -Neutral DBE Submissions and Ongoing Reporting Requirements (Post -Award): At termination of the Contract, the successful Consultant shall complete and submit to Commission a "DBE Race -Neutral Participation Listing" in the form provided by Commission. In the event DBE(s) are utilized in the performance of the Agreement, Consultant shall comply with applicable reporting requirements. E. Performance of DBE Subconsultants: DBE subconsultants listed by Consultant in its "DBE Race -Neutral Participation Listing" submitted at the time of proposal shall perform the work and supply the materials for which they are listed, unless Consultant has received prior written authorization from Commission to perform the work with other forces or to obtain the materials from other sources. Cons manner of any changes t to the commencement t shall provide written notification to Commission in a timely anticiuted DBE participation. This notice should be provided prior at portion of the work. F. DBE Certificatio f a lis d-IDBE subconsultant is decertified during the life of this Agreement, the decertified subconsultant shall notify Consultant in writing with the date of decertification. If a non -DBE subconsiltant becomes a certified DBE during the life of this Agreement, the DBE subconsultant shall no'ti'fy Consul ant in writing with the date of certification. Consultant shall furnish the written doc mentati • • � mmission in a timely manner. Consultant shall include this requirement in all su -o G. Consultant's Assurance Clause Regarding Non -Discrimination: In compliance with State and Federal anti -discrimination laws, Consultant shall affirm; that it willpot exclude or discriminate on the basis of race, color, national origin, or sex in consideration of act award opportunities. Further, Consultant shall affirm that they will consider, and ut lize sub ultants and vendors, in a manner consistent with non-discrimination objectives. H. Violations: Failure by the selected Consultant(s) to carry these requirements shall be a material breach of the contract to be awarded pursuant to this RFP, which may result in the termination of the contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Consultant from future bidding as non -responsible. 49 C.F.R. § 26.13(b). I. Prompt Payment: Consultant shall pay its subconsultants for satisfactory performance of their contracts no later than 30 days from receipt of each payment Commission makes to the Consultant. 49 C.F.R. § 26.29(a), unless a shorter period is provided in the contract. 39 17336.00603\41508592.1 69 J. Compliance with DBE Requirements Contained in FTA Provisions: Consultant shall comply with all DBE reporting and other requirements contained in this Agreement. 7. Incorporation of Federal Transit Administration (FTA) Terms The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Consultant shall not perform any act, fail to perform any act, or refuse to comply with any RCTC requests which would cause RCTC to be in violation of the FTA terms and conditions. 8. Debarment and Su The Consultant agree e following: (1) It will comply with t e following requirements of 2 CFR Part 180, subpart C, as adopted and supplemented by U.S. DOT regulations at 2 CFR Part 1200. (2) It will not enter into any "covered trssion" (as that phrase is defined at 2 CFR §§ 180.220 and 1200.220) with any subconsulta whose princiAtil is, suspended, debarred, or otherwise excluded from participating in cover transactions, 'except as authorized by— (i) U.S. DOT regulations, "Nonprocurement Suspension and Debarment' CFR Part 1200; (ii) U.S. OMB regulatory guidance, "Guidelines to Agencies on Gove 'de Debarment and Suspension (Nonprocurement)," 2 CFR Part 180; and (iii)4 Other applicab ederal laws, regulations, or requirements regarding participation with debarred or suspendet ecipients or third party participants. (3) It will review the U.S. GSA "System for Award Management Federal Procurement and Nonprocurement Programs," if requir Part 1200. 9. ADA Access Requirements sts of Parties Excluded from U.S. DOT regulations, 2 CFR The Consultant shall comply with all applicable requirements of the Americans with Disabilities Act of 1990 (ADA), 42 USC Section 12101 et seq; Section 504 of the Rehabilitation Act of 1973, as amended, 29 USC Section 794; 49 USC Section 5301(d). 10. Fly America To the extent applicable to the Services, the Consultant agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and sub recipients of Federal funds and their 40 17336.00603\41508592.1 70 consultants are required to use U.S. Flag air carriers for U.S. Government -financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Consultant shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Consultant agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 11. Cargo Preference - Use of United States -Flag Vessels To the extent applicable to the Services, the Consultant agrees: 1. To use privately o ned United States -Flag commercial vessels to ship at least 50 percent of the gr .nnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) olved, whenever shipping any equipment, material, or commodities pursuant to e underlying contract to the extent such vessels are available at fair and reasonable s f nited States -Flag commercial vessels; 2. To furnish wit in 20 v (king d!!1`ys following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of diig in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the Consultant ' . the c e of a subconsultant's bill -of -lading.) 3. To include these requirements in all su act ued uant to this contract when the subcontract may involve the transport of equipment, m al, or commodities by ocean vessel. 11. Buy America — Not applicable. 12. Employment Provisions To the extent applicable to the Services, Consultant shall comply with the following: A. Equal Employment Opportunity Not applicable. B. Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) Not applicable. C. Contact Work Hours and Safety Standards Act (40 U.S.C. 327-333) —Not applicable. D. Release of Retainage 41 17336.00603\41508592.1 71 No retainage will be withheld by the RCTC from progress payments due Consultant. Retainage by Consultant or subconsultants is prohibited, and no retainage will be held by the prime consultant from progress due subconsultants. Any violation of this provision shall subject the violating Consultant or subconsultants to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to Consultant or subconsultant in the event of a dispute involving late payment or nonpayment by Consultant or deficient subconsultant performance, or noncompliance by a subconsultant. 13. Termination for Convenience RCTC may terminate the Agreement for convenience in accordance with the terms of the Agreement. After such termination, the Consultant shall submit a final termination settlement proposal to RCTC as directed. If the Consultant fails to submit a proposal within the time allowed, RCTC may determine, on the basis of information available, the amount, if any due the Consultant because of the termination and shall pay the amount determined. After the Consultant's proposal is received, RCTC and Consultant shalinegotiate a fair and equitable settlement and the contract will be modified to reflect the negotiated agreement. If agreement cannot be reached, RCTC may issue a final determination and pay the amount determined. If the Consultant does not agree with this final determination or the determination res ting from s`e lack of timely submission of a proposal, the Consultant may appeal under the Disp es clause. 14. Administrative and Contractual Remed'es on Breach; Termination for Cause y a. The Consultant may be declared m breach is A men : reach") if the Consultant fails to make delivery of the supplies or to perform the services within t me specified herein or any extension thereof; or if the Consultant fails to perform any o - . -r provisions of the contract, or so fails to make progress as to endanger performanc this contract in accordance with its terms. In case of any of the foregoing, RCTC shall n the Consultant of the Breach, and the Consultant shall have a period of ten (10) days (or such longer period as RCTC may authorize in writing) after receipt of notice from RCTC to cure the Breach. b. RCTC may, by written notice of termination to the Consultant specifying the effective date thereof, terminate the whole or any part of this contract, in the case of a Breach that is not cured within the timeframe set forth in (a) above ("Uncured Breach"). c. If the contract is terminated in whole or in part for an Uncured Breach, RCTC may procure upon such terms and in such manner as RCTC may deem appropriate, supplies or services similar to those so terminated, or may complete the services with its own forces. The Consultant shall be liable to RCTC for any excess costs for such similar supplies or services, and for any other costs incurred by RCTC as a result of the Uncured Breach. The Consultant shall continue the performance of this contract to the extent not terminated under the provisions of this clause. 42 17336.00603\41508592.1 72 d. Except with respect to defaults of Subconsultants, the Consultant shall not be liable for any excess costs if the failure to perform the contract arises out of causes beyond the control and without the fault or negligence of the Consultant. If the failure to perform is caused by the default of a Subconsultant, and if such default arises out of causes beyond the control of both the Consultant and the Subconsultant, and without the fault or negligence of either of them, the Consultant shall not be liable for any excess costs for failure to perform, unless the supplies or services to be furnished by the Subconsultant were obtainable from other sources in sufficient time to permit the Consultant to meet the required project completion schedule. e. Payment for completed services or supplies delivered to and accepted by RCTC shall be at the contract price. RCTC may withhold from amounts otherwise due the Consultant for such completed services or supplies such sum as RCTC determines to be necessary to protect RCTC against loss because of outstanding liens of claims of former lien holders, or to reimburse RCTC for any other costs related to tli Uncured Breach. f. If, after notice of termination of this contract for cause, it is determined for any reason that an Uncured Breach did not exist, the rights and obligations of the parties shall be the same as if the notice of termination had een s'}ed pursuant to the provisions for termination for convenience of RCTC. g. The rights and remedies of RCTC profiled in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law, equity or under this contract including, but not limited to, the right to specific forma h. Notwithstanding the above, R m.7 ithout providing an opportunity to cure, terminate the contract in accordance with the tim. :me t forth in Section 17 of the contract, if RCTC determines such action is in its best intere • as the natulre of the Breach. Such actions shall not limit any of RCTC's remedies set forth a 16. Disputes a. Except as otherwise provided in this Agreement, any di e concerning a question of fact arising under this Agreement which is not disposed of by supplemental agreement shall be decided by RCTC's Deputy Executive Director, who shall reduce the decision to writing and mail or otherwise furnish a copy thereof to the Consultant. The decision of the RCTC Deputy Executive Director shall be final and conclusive unless, within thirty (30) days from the date of receipt of such copy, Consultant mails or otherwise furnishes to the RCTC Deputy Executive Director a written appeal addressed to RCTC's Executive Director. The decision of RCTC Executive Director or duly authorized representative for the determination of such appeals shall be final and conclusive. b. The provisions of this Paragraph shall not be pleaded in any suit involving a question of fact arising under this Agreement as limiting judicial review of any such decision to cases where fraud by such official or his representative or board is alleged, provided, however, that any such decision shall be final and conclusive unless the same is fraudulent or capricious or arbitrary or so 43 17336.00603\41508592.1 73 grossly erroneous as necessarily to imply bad faith or is not supported by substantial evidence. In connection with any appeal proceeding under this Paragraph, the Consultant shall be afforded an opportunity to be heard and to offer evidence in support of its appeal. c. Pending final decision of a dispute hereunder, Consultant shall proceed diligently with the performance of this Agreement and in accordance with the decision of ROTC's Deputy Executive Director. This "Disputes" clause does not preclude consideration of questions of law in connection with decisions provided for above. Nothing in this Agreement, however, shall be construed as making final the decision of any RCTC official or representative on a question of law, which questions shall be settled in accordance with the laws of the State of California. 17. Lobbying See the Byrd Anti-Lobbyin• Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L .5 [to be codified at 2 U.S.C. § 1601, et seq.] - Consultants who apply or bid for an awar. ,100,00,0 or more shall file the certification required by 49 CFR part 20, "New Restrictions on obbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or =employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with not -Federal dswith respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. , losur s are forwarded from tier to tier up to the recipient. The Offeror shall complete an ub with its bid/proposal the attached Certification Regarding Lobbying, and if applicable, the Stang rd F -L - , "Disclosure Form to Report Lobbying." 18. Energy Conservation The Consultant agrees to comply with mandatory standards efficiency which are contained in the state energy conservation Energy Policy and Conservation Act. 19. Clean Water policies relating to energy issued in compliance with the a. The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Consultant agrees to report each violation to RCTC and understands and agrees that RCTC will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. d. The Consultant further agrees that: (1) It will not use any violating facilities; 44 17336.00603\41508592.1 74 (2) It will report the use of facilities placed on or likely to be placed on the U.S. EPA "List of Violating Facilities;" (3) It will report violations of use of prohibited facilities to FTA; and (4) It will comply with the inspection and other requirements of the Clean Air Act, as amended, (42 U.S.C. §§ 7401— 7671q); and the Federal Water Pollution Control Act as amended, (33 U.S.C. §§ 1251-1387). The Consultant also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FTA. 20. Clean Air a. The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean A it Act, as amended, 42 U.S.C. §§ 7401 et seq. The Consultant agrees to report each viola RCTC and understands and agrees that RCTC will, in turn, report each violation as r red ssure notification to FTA and the appropriate EPA Regional Office. b. The Con ultant fu er agrees that: (1) It will not use any violating (2) It will report the use of faci ities p e..n or likely to be placed on the U.S. EPA "List of Violating Facilities;" (3) It will report violations of use of p i cili s to FTA; and (4) It will comply with the inspection and other requirement f the Clean Air Act, as amended, (42 U.S.C. §§ 7401— 7671q); and the Federal Wat Pollution Control Act as amended, (33 U.S.C. §§ 1251-1387). c. The Consultant also agrees to include these "requirements in e subcontract exceeding $150,000 financed in whole or in part with Federal assistance provi 21. Recycled Products Recovered Materials - The Consultant agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. 21. SPECIAL PROVISION FOR PROMOTING COVID-19 SAFETY Section 49. Centers for Disease Control and Prevention Order on Requirements for Persons to Wear Masks While on Conveyances and at Transportation Hubs. 45 17336.00603\41508592.1 75 (a) Compliance with CDC Mask Order. The Centers for Disease Control and Prevention ("CDC") Order of January 29, 2021, titled Requirement for Persons to Wear Masks While on Conveyances and at Transportation Hubs ("CDC Mask Order"), applies to this Agreement. One of the objectives of the CDC Mask Order is "[m]aintaining a safe and operating transportation system." Consultant agrees that it will comply, and will require all subconsultants to comply, with the CDC Mask Order, to the extent the CDC Mask Order remains in effect. (b) Enforcement for non-compliance. Consultant agrees that FTA and RCTC may take enforcement action for non-compliance with the CDC Mask Order, to the extent the CDC Mask Order remains in effect, including: (1) enforcement actions authorized by 49 U.S.C. § 5329(g); (2) referring Consultant to the CDC or other Federal authority for enforcement action; (3) enforcement actions authorized by 2 CFR §§ 200.339 — .340; and (4) any other enforcement action authorized by Federal law or regulation. 22. Safe Operation of 1 Vehicles Pursuant to Federal Executive Order No. 13043, "Increasing Seat Belt Use in the United States," April 16, 1997, 23 U.S.C. Section 402 note, FTA encourages each third party consultant to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company owned, rented, or personally operated vehicles, and to include this provision in each third party subcontract involving the project. a. The Consultant is encouraged to adopt and job ite on-the-job seat belt use policies and programs for its employees and other personnel that operate company -owned vehicles, company - rented vehicles, or personally operated vehicles. The terms "company -owned" and "company - leased" refer to vehicles owned or leased either by the Consultan or RCTC. b. The Consultant agrees to adopt and enforcwork lace safe policies to decrease crashes caused by distracted drivers, including policies to text messag'I while using an electronic device supplied by an employer, and driving a vehicle the driver owns o s ts, a vehicle Contactor owns, leases, or rents, or a privately -owned vehicle when on offici. . si in connection with the work performed under this contract. 23. Notification to FTA. a. If a current or prospective legal matter that may affect the Federal Government emerges, the Consultant must promptly notify the FTA Chief Counsel and FTA Regional Counsel for the Region in which this Agreement is being performed. The types of legal matters that require notification include, but are not limited to, a major dispute, breach, default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason. b. Matters that may affect the Federal Government include, but are not limited to, the Federal Government's interests in the Award, the accompanying Underlying Agreement, and any Amendments thereto, or the Federal Government's administration or enforcement of federal laws, regulations, and requirements. 46 17336.00603\41508592.1 76 c. Additional Notice to U.S. DOT Inspector General. The Consultant must promptly notify the U.S. DOT Inspector General in addition to the FTA Chief Counsel or Regional Counsel for the Region in which the Commission located, if Consultant has knowledge of potential fraud, waste, or abuse occurring on a Project receiving assistance from FTA. The notification provision applies if a person has or may have submitted a false claim under the False Claims Act, 31 U.S.C. § 3729, et seq., or has or may have committed a criminal or civil violation of law pertaining to such matters as fraud, conflict of interest, bid rigging, misappropriation or embezzlement, bribery, gratuity, or similar misconduct involving federal assistance. Knowledge, as used in this paragraph, includes, but is not limited to, knowledge of a criminal or civil investigation by a Federal, state, or local law enforcement or other investigative agency, a criminal indictment or civil complaint, or probable cause that could support a criminal indictment, or any other credible information in the possession of the Consultant. In this paragraph, "promptly" means to refer information without delay and without change. 24. Prohibition on ' tain Te ommunications and Video Surveillance Services or Equipment Consultant shall not contr. or - d or o ew a contract) to procure or obtain equipment, services, or systems that uses c ed co unications equipment or services as a substantial or essential component of any system, o tical technology as part of any system funded under this Contract. As described in Public w 11 ection 889, covered telecommunications equipment is telecommunications equip uc . y Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of suc ities) a. For the purpose of public safety, securi of government . cilities, physical security surveillance of critical infrastructure, and other national security purp , video surveillance and telecommunications equipment produced by Hytera Communicati s 1• oration, Hangzhou Hikvision Digital Technology Company, or Dahua Technology pany or any subsidiary or affiliate of such entities). b. Telecommunications or video surveillance services provided by such entities or using such equipment. c. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. 47 17336.00603\41508592.1 77 EXHIBIT "D" - CALTRANS FUNDING REQUIREMENTS 0 48 17336.00603\41508592.1 78 CALTRANS FUNDING REQUIREMENTS 1. Invoices & Payments. Invoices shall be mailed to Commission's Contract Administrator at the following address, unless otherwise directed in writing by the Commission: Riverside County Transportation Commission Attention: Accounts Payable P.O. 12008 Riverside, CA 92502 Payment shall be made for costs incurred by Contractor in performance of the Services. No advance payment or payment for work not actually performed shall be made under this Agreement. 2. Cost Principles and ' mistra - Re • uirements. Contractor agrees Acquisition Regulation cost allowability of individua i em ost Principles and Procedures, 48 CFR, Federal art 31.000 et seq., shall be used to determine the Contractor also agrees to comy with - procedures in accordance with 2 CFR, Part 200, Uniform Administrative Requirement- Cost Prir s, and Audit Requirements for Federal Awards. Any costs for which payment has been made t audit to be unallowable under 2 CFR, Part 200 System, Chapter 1, Part 31.000 et seq., are su t are determined by subsequent deral Acquisition Regulations y Contractor to Commission. All subcontracts in excess of $25,000 shall contain the above provisio 3. Retention of Records/Audit. For the purpose of determining c• +liance with Public Contract Code 10115, et seq. and Title 21, California Code of Regulati• ., Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of this Agreement pursuant to Government Code 8546.7; Contractor, subcontractors, and Commission shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of this Agreement, including but not limited to, the costs of administering this Agreement. All parties shall make such materials available at their respective offices at all reasonable times during the Agreement period and for three years from the date of final payment under this Agreement. The State, State Auditor, Commission, or any duly authorized representative of the State Government shall have access to any books, records, and documents of Contractor and it's certified public accountants (CPA) work papers that are pertinent to this Agreement for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. Subcontracts in excess of $25,000 shall contain this provision. 4. Accounting System. Contractor and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate expenditures by line item 49 17336.00603\41508592.1 79 for the Services. The accounting system of Contractor and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. 5. Travel & Subsistence. Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the Agreement, as may be applicable. In addition, any payments to Contractor for travel and subsistence expenses claimed for reimbursement or applied as local match credit shall not exceed rates authorized to be paid exempt non -represented State employees under current State Department of Personnel Administration (DPA) rules, unless otherwise authorized by Commission. If the rates invoiced are in excess of those authorized DPA rates, and Commission has not otherwise approved said rates, then Contractor is responsible for the cost difference and any overpayments shall be reimbursed to the Commission on demand. 6. Equipment Purchase Prior authorization, in wri Contractor enters into or services. Contra such costs. For purchase of any item, servi exceeding $5,000 prior auth required. Three competitive quotatio or the absence of bidding must be ad ommission's Contract Administrator shall be required before ed purchase order, or subcontract for supplies, equipment, e an evaluation of the necessity or desirability of incurring ng work not covered in the Cost Proposal and ng, by Commission's Contract Administrator is be submitted with the request for such purchase, ately ju Any equipment purchased as a result `-0 s ent is; ubject to the following: Contractor shall maintain an inventory of all nonexpendab ope expendable property is defined as having a useful life of at least two years an i n isiti. ost of $5,000 or more. If the purchased equipment needs replacement and so I y -ded ommission shall receive a proper refund or credit at the conclusion of this A emen r if th agreement is terminated, Contractor may either keep the equipment and credit Commission in mount equal to its fair market value, or sell such equipment at the best price obtainable : psi ;'c or private sale, in accordance with established Commission procedures; and cr ii Commission in an amount equal to the sales price. If Contractor elects to keep the eq ent, fair market value shall be determined at Contractor's expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by Commission and Contractor. If Contractor determines to sell the equipment, the terms and conditions of such sale must be approved in advance by Commission. 2 CFR, Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the Project. All subcontracts in excess $25,000 shall contain the above provisions. 50 17336.00603\41508592.1 80 7. National Labor Relations Board Certification. In accordance with Public Contract Code Section 10296, and by signing this Agreement, Contractor certifies under penalty of perjury that no more than one final unappealable finding of contempt of court by a federal court has been issued against Contractor within the immediately preceding two-year period, because of Contractor's failure to comply with an order of a federal court that orders Contractor to comply with an order of the National Labor Relations Board. 8. Nondiscrimination; Statement of Compliance. Contractor's signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California that Contractor has, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. During the performance of this Agreement, Contractor and its subcontractors shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. Contractor and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Contractor and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a -f) et seq.) and the applicable regulations promulgated there under (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a -f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. 51 17336.00603\41508592.1 81 AGENDA ITEM 6F RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects Committee David Lewis, Capital Projects Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Amendment No. 4 with WSP USA Inc., for Professional Services, and Operations and Maintenance Agreement with Caltrans for the Interstate 15 SMART Freeway Pilot Project WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve Agreement No. 21-31-063-04, Amendment No. 4, to Agreement No. 21-31-063-00 with WSP USA Inc., (WSP) to provide professional services for the Interstate 15 SMART Freeway Pilot Project (Project), in the amount of $698,102 plus a contingency amount of $69,810 for an additional amount of $767,912, and a total amount not to exceed $4,767,912; 2) Approve Agreement No. 23-31-063-00 with Caltrans for the draft operations and maintenance (O&M) of the Project; 3) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; 4) Authorize the Executive Director, or designee, to approve contingency work as may be required for the Project; and 5) Authorize the Executive Director or designee, pursuant to legal counsel review, to execute non -funding amendments to the agreements on behalf of the Commission. BACKGROUND INFORMATION: At its Annual Commission Workshop held on January 31, 2020, a presentation was provided about technology -based traffic management strategies, referred to as "SMART Freeways". This meeting launched a feasibility study for a pilot project along 1-15 from the San Diego County line to Winchester Road in Temecula. The proposed pilot project would control traffic using software called STREAMS, developed by an Australian company called Transmax. Subsequently on September 28, 2020, Interstate 15 Corridor Ad Hoc Committee received an update on the project status which outlined the framework for the next steps after completion of the feasibility study. Agenda Item 6F 82 At the May 12, 2021, Commission meeting, the Commission awarded Agreement No. 21-31-063-00 to WSP, to provide professional services for preliminary engineering, environmental documents, final design, construction support, and operation support services for the Project. In addition, the Committee approved Agreement No. 21-31-059-00 with Caltrans to obtain State Highway Operation and Protection Program (SHOPP) Minor Funds contribution of $1.2 million towards the Project's construction. At its November 9, 2022, Commission meeting the Commission approved the award of Agreement No. 22-31-098-00 to Anser Advisory for construction management services, materials testing, and construction surveying for the Project. At its September 13, 2023, Commission meeting the Commission was provided an update on the project status and awarded Agreement Nos. 23-031-034-00 and 23-031-035-00 with Transmax Pty Ltd (Transmax) for the software license agreement and professional services. The Commission was also informed of the challenges experienced with obtaining approval of this first -of -a -kind project and the additional effort that will be addressed in this agenda item. Project Scope The scope of the Project is to add active traffic management strategies to the northbound direction of 1-15 from the San Diego County line to Winchester Road. The system was developed by the Victoria Department of Transport (VDOT) and implemented by Transmax in Australia. This will be a first -of -kind approach in the state of California. The system has been extensively used in Melbourne's Managed Motorway system and extends over 100 miles of freeway. The system and software to be utilized have been piloted in the United States between 2021 to 2022 on 1-25 in Colorado as part of Colorado Department of Transportation (CDOT) SMART 25 project. In addition, Contra Costa Transportation Authority (CCTA) is developing a similar project on the 1-680 called the Innovate 680 Program. CCTA's program will utilize STREAMs software as well as other ITS Systems and elements utilized in Melbourne's Managed Motorway system. The Project to be implemented on 1-15 will include the following elements: • Improvements to the northbound entrance ramps at Temecula Parkway and Rancho California Road, including pavement widening, barriers, and miscellaneous improvements (civil improvements); • Installation of an Intelligent Transportation System, which includes enhanced traffic detection devices consisting of traditional loop detectors, TIRTLs (The Infra -Red Traffic Logger) and Coordinated Adaptive Ramp Metering (CARM) at northbound Temecula Parkway, Rancho California Road, and Winchester Parkway (ITS improvements); and • Implementation of the STREAMS software platform provided by Transmax to monitor and operate the CARM system. Agenda Item 6F 83 The pilot Project will construct the improvements and operate the system for two years. Regular monitoring reports will be prepared during the operations phase and presented to the Commission and Caltrans; the reports will compare the performance of the system to established criteria. Criteria that will be used in this assessment include travel time, travel time savings, average speeds, traffic flow during peak periods, decrease in congestion time, ramp meter queue length and duration. At the end of the pilot period, the Commission, in partnership with Caltrans, will assess the data and reports to decide whether to continue operating the system. During the pilot period, discussions will be held with Caltrans to identify funding and the necessary agreements to allow for the continued operation of the SMART freeway system if the results are positive and it is determined to continue the systems operation under Caltrans management. Project Status After the May 12, 2021 Commission meeting, RCTC staff and the consultant team developed the environmental and design documents for the project. As of September 12, 2023, the 100 percent design has been approved. The Caltrans encroachment permit was approved on November 9, 2023. It is anticipated that all necessary documents, approvals, and funding authorizations will allow for advertisement for construction by January 2024. DISCUSSION: Over the past two years of the Project's development, several challenges have presented themselves resulting in out -of -scope work. This work has resulted in an increase in the effort required by WSP and an increase in the total project cost. The following is a list of what was encountered and the measures that will be taken to ensure project success: • Adjacent Projects — During the Projects development, multiple projects were identified as being within and adjacent to its limits. To mitigate the risk of impacts to the Projects construction and pilot program operations, coordination between the projects will be conducted. The following is a list of projects that have been identified as requiring coordination: o Caltrans Auxiliary Lane Project (1K400) is in the PS&E phase and overlaps the Project at the Rancho California Direct On -Ramp. o City of Temecula 1-15 Auxiliary Lane Project (1K402) is in the construction phase and overlaps the Project between the 1-15 Temecula and Rancho California Interchanges. o City of Temecula French Valley Phase II (FVP) project was in design and will be in the construction phase at the same time as the Project. The projects overlap from the Winchester interchange to the Project's northerly limits. o Caltrans District 11, 1-15 Pavement Rehabilitation project is in the construction phase and limits begin just outside of the Project's southerly boundary. Agenda Item 6F 84 • Post -Design Revisions at Winchester - FVP overlaps the Project from the Winchester interchange to the project limits to the north. Project design changes will be conducted to address overlapping work and integrate the ITS system into the completed FVP project. • Hazardous Waste Analysis — Soil sampling for hazardous waste analysis was not anticipated to be required due to recent disturbance in the project area. Caltrans requested additional analysis be performed to determine if soil sampling would be required prior to construction. • Contract Extensions and Rate Adjustment — The WSP contract for the Project had a completion date of March 31, 2025. Due to the need for additional technical studies beyond the original project scope, the project was delayed. These delays resulted in the need for a contract extension through the conclusion of the pilot period in Early 2027. The contract term date will be extended from March 2025 to 2027 and the costs are adjusted accordingly. • Surveys — It was determined post execution of the WSP contract that the project schedule would benefit from surveys being performed by WSP. To facilitate this additional scope, budget from future activities was shifted to permit WSP to perform the work. • Public Outreach — At the time that the contract scope for WSP was being developed, the pandemic required that public outreach be performed virtually. Now that restrictions have been lifted, the addition of public meetings, interactive tools, and animations are needed. WSP Agreement — Amendment No. 4 At the May 12, 2021, Commission meeting, the Commission awarded Agreement No. 21-31-063- 00 to WSP, to provide professional services for preliminary engineering/environmental documents, final design, construction support, and operation support services for the Project. As noted earlier in this item, several unforeseen and complex issues arose during the design development that resulted in unanticipated out of scope work. To address the additional effort and to ensure the project maintained the schedule, budget adjustments were made to reallocate funds from tasks no longer required or future tasks, including design support during construction and operations support during the 2 -year pilot period. Amendment No. 2 was issued to WSP and included a budget reallocation to cover some of this out -of -scope work, additional budget is required to replenish the future tasks and address potential risks during the pilot period. Staff has negotiated the revised scope of work (including the appropriate level of effort, labor categories/mix, etc.), cost, and schedule received from WSP for the Project services, and has established a fair and reasonable price. The proposed cost for Amendment No. 4 is $698,102 plus a contingency of $69,810 for a total amount not to exceed $767,912. Agenda Item 6F 85 Caltrans Draft Operations & Maintenance Agreement During the 2 -year pilot period, RCTC will operate the CARM system, monitor its operations and make any necessary repairs or maintenance to ensure the system is operational 24 hours a day / 7 days a week. An O&M agreement between Caltrans and RCTC is required for RCTC to perform this task on Caltrans right of way. This agreement outlines the roles and responsibilities of both parties and details the project requirements. This is a no cost agreement, but it must be executed to allow the project to proceed to the construction and operations phase. The draft agreement is in the final stages of legal review and approval. Only minor revisions are anticipated. Attachment 1 is the draft O&M agreement with Caltrans. Staff is seeking authorization for the Chair or Executive Director to execute, on behalf of the Commission, the above referenced draft O&M agreement, pursuant to legal counsel review. FISCAL IMPACT: Funding Source Breakdown Item Dollar Amount Fund Source 1 2 WSP Caltrans O&M $767,912 N/A CMAQ N/A Total $767,912 Expenditure Schedule FY 2023/24+ GL/Project Accounting No. 1 2 WSP Caltrans O&M $767,912 N/A 003051 811100000000/2 61 31 81110 N/A Total $698,102 Financial Information In Fiscal Year Budget: Yes Year: FY 2024/2025 FY 2025/2026 Amount: $230,374 $537,538 Source of Funds: CMAQ Budget Adjustment: No GL/Project Accounting No.: 003051 81110 00000 0000/261 31 81110 Fiscal Procedures Approved: Date: 11/14/2023 Attachment: Caltrans O&M Draft Agreement No. 23-31-063-00 Agenda Item 6F 86 Approved by the Western Riverside County Programs and Projects Committee on November 27, 2023 In Favor: 11 Abstain: 1 No: 0 Agenda Item 6F 87 CALTRANS/RCTC I-15 SMART FREEWAYS PILOT PROJECT OPERATIONS AND MAINTENANCE AGREEMENT 1. Parties and Date. This I-15 Smart Freeways Pilot Project Operations and Maintenance Agreement ("Agreement") entered on , 2023 ("Effective Date") is between the STATE OF CALIFORNIA, acting by and through its Department of Transportation, referred to herein as "Caltrans," and the RIVERSIDE COUNTY TRANSPORTATION COMMISSION, referred to herein as "RCTC." Caltrans and RCTC are sometimes referred to herein, individually, as "Party" and, collectively, as "Parties". 2. Recitals. 2.1 RCTC intends to undertake a I-15 Smart Freeways Pilot Project ("Project") in Riverside County, on Interstate 15 (I-15). northbound (NB) from the San Diego County line. to Murrieta Hot Springs Road north of the I -15/I-215 split in the between Post Miles 0 and 9.8, 9.9. 2.2 The Project will be implemented by RCTC, in cooperation with Caltrans and the City of Temecula, patterned after the. Managed Motorway system developed by the Victoria Department of Transport in Australia. 2.3 RCTC will install, operate, and maintain, for the pilot period, systems to collect real-time traffic data and operate active traffic management devices intended to reduce collisions, improve traffic flow, maximize the use of existing freeway capacity, and react to incidents that cause delay. 2.4 The Project is expected to improve traffic flow through use of Intelligent Transportation Systems ("ITS"), which include Coordinated Adaptive Ramp Metering (CARM) for three NB onramps, STREAMS Software System, vehicle detection and variable speed limit signs. Coordinated ramp meters are located at the NB entrance ramps at Temecula Parkway, Rancho California Road, and Winchester Parkway. $ -. 2.5 The Design Engineering Evaluation Report (DEER) and Pilot Project Decision Document were completed and finalized on October 6, 2023. RCTC will obtain Project Encroachment Permit EA IL900 from Caltrans prior to construction. 2.6 ITS improvements include cloud -based STREAMS Software (to be operated by RCTC through Amazon Web Service), hardware (including ramp metering, sensors, and signs) and conduit (including fiber optic cables and wires) to be installed within the State Highway System (SHS) and connected to the TIRTL and Caltrans fiber optic backbone system ("FO Backbone"). 2.7 Concept Drawings of the ITS system are attached to this Agreement as Exhibit "A" and incorporated herein by reference. A Detailed Diagram of the ITS system indicating which Party will be responsible for maintaining equipment identified in the diagram is attached to this Agreement as Exhibit "B" and incorporated herein by reference. 2.8 RCTC obtained approval of a Public Interest Finding (PIF) from FHWA/Caltrans on {insert date} for sole source services from WSP and equipment from STREAMS. 2.9 RCTC prepared the Project Concept of Operations (finalized on February 2, 2023), and design of civil improvements (including, modifications to the NB on -ramps, ramp widening, and consolidation of tangent ramps) and ITS elements (including, installation of TIRTL vehicle detectors, new ramp metering, closed circuit televisions and variable speed limit signs ). RCTC will also provide design support during construction of the civil and ITS elements; provision of hardware and software; system integration work; and operation, maintenance and support of the traffic management system. If the Project performs satisfactorily, according to project approved Key Performance Indicators (KPI), as determined by Caltrans and RCTC, it is the intent of RCTC for Caltrans to continue operation of the Project following termination of this Agreement subject to funding availability. 3. Term. 3.1 This Agreement shall be effective as of the last of the dates each Party's authorized representative has executed this Agreement. 3.2 The operations and maintenance period under this Agree ent shall extend for a period of two (2) years commencing on the first day of operation for use by the public (the "Term"). 3.3 This Agreement shall expire at the end of the two (2) year period set forth in Section 3.2 above unless the Term is extended upon written mutual agreement of the Parties. 4 4. Encroachment Permits. 4.1 RCTC must obtain the necessary Encroachment Permits from Caltrans's District 8 Encroachment Permit Office prior to entering Caltrans right of way to perform RCTC's operation and maintenance responsibilities. 4.2 RCTC will submit the final form of the Project's Plans, Specifications and Estimates ("PS&E'*), prepared, stamped and signed by a licensed civil engineer, to Caltrans's District Permit Engineer for review and approval and will obtain and have in place a valid necessary encroachment permit prior to the start of any work within Caltrans right of way. Project must meet Caltrans's applicable standards. 4.3 RCTC contractors will be required to obtain an Encroachment Permit prior to the start of any work within Caltrans right of way. 4.4 An Encroachment Permit rider may be required for any changes to the scope of work allowed by this Agreement prior to the start of any work within Caltrans's right of way 2 89 4.5 to them. Caltrans shall issue encroachment permits to RCTC and its contractors at no cost 4.6 Operation and maintenance of the ITS shall be completed in accordance with the Encroachment Permit, and with the Project plans and specifications completed during the PS&E phase of the Project and approved by Caltrans. 5. General Responsibilities 5.1 RCTC Responsibilities. (a) RCTC shall be the implementing agency for the Project, including project design and construction. (b) RCTC shall be responsible fo or requests for information related to the Project. dressing any public inquiries, complaints (c) RCTC shall be responsible for operation, management and maintenance of the ITS including, but not limited to, performing or causing to be performed traffic management activities associated with the operation of the Project, as further detailed in this Agreement. (d) RCTC shall provide reports to Caltrans o further detailed in Section 7 below. ormance of the Project, as (e) RCTC shall ensure that data from the Caltrans ITS system in operation as of the Effective Date shall continue to be available during the Term, and that data generated by the Project shall be integrated into the Caltrans ITS system. (f) RCTC shall make all reasonable efforts to keep the ITS operational at all times but does not warrant or otherwise guarantee its availability. If the ITS becomes non- operational, it will immediately revert to Caltrans default ramp metering system until ITS is restored within 24 hours by RCTC. +11 (g) RCTC shall transfer to Caltrans all records pertaining to material maintenance, operations, safety, and modifications of the ITS generated during the Term of this Agreement. -14 (h) RCTC shall apply for an Encroachment Permit from Caltrans for the Project Contractor to access and complete work in Caltrans Right -of -Way (i) RCTC shall maintain the Project civil improvements. . RCTC shall apply for Relief of Maintenance prior to Caltrans maintaining Project Civil improvements. (J) RCTC will operate and maintain the Project during the pilot period in cooperation with Caltrans, and RCTC will fund 100% the Project with a mix of local funds, Congestion Mitigation and Air Quality Improvement (CMAQ) funds from Federal Highway Administration ("FHWA"), and State Highway Operation and Protection Program (SHOPP) funds 3 90 5.2 Caltrans Responsibilities. (a) Caltrans shall provide oversight for the Project per Caltrans Standards and Procedures. Oversight does not include any efforts necessary to develop or deliver Project or any validation by verifying or rechecking Project. When Caltrans performs oversight, it does so for its own benefit and is not subject to liability for its performance of oversight. (b) Caltrans shall make all reasonable efforts to keep the FO Backbone operational at all times but does not warrant or otherwise guarantee its availability. (c) Caltrans shall make all reasonable efforts to keep the electrical power within Project area operational at all times but does not warrant or otherwise guarantee its availability. (d) Caltrans shall review and approve, as deemed appropriate, a no cost Encroachment Permit for the Project Contractor to access and complete work in Caltrans Right - of -Way. 5.3 Joint Responsibilities. (a) The Parties shall cooperate and coordinate during the Term on ongoing traffic management and operation of the Project, and for sharing, use and protection of Project Data (defined below). 6. Coordination Related to Operation of ITS. � r 6.1 Unless otherwise agreed upon by the Parties, the ITS installed by RCTC during the Term of this Agreement shall not unreasonably interfere with or adversely affect the operation of any Caltrans' equipment existing at the time RCTC installs its equipment. 6.2 Unless otherwise agreed upon by the Parties, any projects or equipment installed by Caltrans during the Term of this Agreement shall not unreasonably interfere with or adversely affect the operation of the ITS or any other equipment installed by RCTC. 6.3 All networking equipment and cloud services procured by RCTC will meet the ISO27001 security standard. In addition, RCTC shall require that its ITS software vendor make reasonable effort to ensure that the networking equipment and cloud services meet Caltrans IT Standards and are configured to meet existing Caltrans security requirements. 7. Project Operations. 7.1 Use of Project Data. During the Term of this Agreement, Caltrans will allow RCTC to collect, analyze and use data generated from the ITS installed within the SHS ("Project Data"), and to use the Project Data to implement traffic management. 7.2 Performance Standards. 4 91 (a) Key Performance Indicators (KPI) were developed as performance metrics for the Project. These performance metrics will serve as the basis for evaluating the success of the Project. (b) During the operations period, RCTC will provide regular reports using the agreed upon performance metrics and present them to Caltrans for review and input on operations decisions. (c) RCTC shall, prior to the end of the Term, provide a final report to Caltrans on Project performance. Caltrans shall have the ultimate authority to approve or reject the final report. 7.3 General Access to FO Backbone and ITAiSioiht\ (a) Except as set forth below, any access by RCTC to the FO Backbone shall be requested through the Caltrans Representative and Caltrans staff shall accompany RCTC staff to troubleshoot and repair/alter the ITS. Any work requiring Caltrans assistance shall be conducted in such a manner so as to minimize impacts to Caltrans. Caltrans recognizes the potential time - sensitivity of access needed to resolve network connection problems, and will, take all reasonable steps to facilitate expedited access to the FO Backbone. (b) Any access by Caltrans to the ITS shall be requested through the RCTC Representative and RCTC staff will accompany Caltrans staff to troubleshoot. Any work requiring RCTC assistance shall be conducted in such a manner so as to minimize impacts to Project ITS. RCTC recognizes the potential time -sensitivity of access needed to resolve network connection problems, and will, take all reasonable steps to facilitate expedited access to the ITS fiber network when such access impacts the ITS. (c) Access for operations and/or maintenance purposes within Project area shall be through notice and coordination. (d) Caltrans will allow RCTC access to live video images from freeway cameras for the sole purpose of assessing and managing the operation of the Project. 8. Ownership of Project Improvements; Post -Pilot Operations. 8.1 Ownership During Term. (a) During the Term, RCTC shall own the ITS installed in the SHS, required for the Project. (b) Caltrans shall own and maintain all civil improvements to the SHS completed as part of the Project upon {insert either Project acceptance (the closing of the encroachment permit)? or termination or expiration of the Term of this Agreement?} thereof by Caltrans. 8.2 Post Pilot Period ITS Operations; Ownership. Prior to the end of the Term of this Agreement, a report will provide recommendations regarding post -pilot period operations. 5 92 Following review of the report and a determination of funding availability, the Parties shall agree to evaluate an approach for the continued operation and maintenance of the ITS. If following the end of the Term, the ITS will remain in operation, RCTC shall transfer ownership of the ITS to Caltrans, subject to the terms and conditions outlined in a future agreement ("Post -Pilot Operations Agreement"). The Post -Pilot Operations Agreement shall address responsibility over ITS as mutually agreed upon by both Parties and have no effect until executed by both Parties. 8.3 Removal of ITS and Temporary Civil Improvements. Upon termination or expiration of this Agreement RCTC shall remove the ITS and other temporary civil improvements, if any, or portions thereof, from the SHS. RCTC shall coordinate with Caltrans and timely complete the work to remove the ITS. If RCTC fails to remove the ITS, Caltrans shall remove for RCTC at RCTC's sole expense. The remaining ramp meters shall be left in the standard Caltrans configuration as shown in the Caltrans Highway Design Manual. The provisions in this section are expressly subject to any Post -Pilot Operations Agreement entered into by the Parties, and shall not apply if the ITS will remain in operation. 8.4 Budget Contingency. Notwithstanding the foregoing, the Parties recognize that Caltrans' continued operation of the Project post -pilot period, even if the Project is deemed to have been successful, remains contingent u sin the Legislature appropriating sufficient funds under the Budget Act, the encumbrance of fund' i Caltrans's District 8 and the availability of funding therefor. 9. Legal Relations and Responsibilitie 9.1 Nothing within the provisions of t is greement ended to create duties or obligations to or rights in third parties not Parties to this Agreem t or to affect the legal liability of a party to the Agreement by imposing any standard of care with respect to the operation and maintenance of Caltrans highways and local facilities different from the standard of care imposed by law. 9.2 Neither RCTC nor any officer or employee thereof is responsible for any injury, damage or liability occurring by reason of anything done or omitted to be done by Caltrans, under or in connection with any work, authority or jurisdiction conferred upon Caltrans and arising under this Agreement. It is understood and agreed that Caltrans shall fully defend, indemnify and save harmless RCTC and all of its officers and employees from all claims, suits or actions of every name, kind and description brought forth under, including, but not limited to, tortious, contractual, inverse condemnation and other theories or assertions of liability occurring by reason of anything done or omitted to be done by Caltrans under this Agreement with the exception of those non -negligent actions of Caltrans necessary to cure a noticed default on the part of RCTC 9.3 Neither Caltrans nor any officer or employee thereof is responsible for any injury, damage or liability occurring by reason of anything done or omitted to be done by RCTC under or in connection with any work, authority or jurisdiction conferred upon RCTC and arising under this Agreement. It is understood and agreed that RCTC shall fully defend, indemnify, and save harmless Caltrans and all of its officers and employees from all claims, suits or actions of every 6 93 name, kind and description brought forth under, including, but not limited to, tortious, contractual, inverse condemnation or other theories or assertions of liability occurring by reason of anything done or omitted to be done by RCTC under this Agreement. 10. Default/Remedies. 10.1 RCTC Default. If during the term of this Agreement, RCTC should cease to operate or maintain the Project in accordance with the material terms of as provided by this Agreement, Caltrans may either undertake to perform operation and/or maintenance on behalf of RCTC, at RCTC's sole expense, or direct RCTC to remove or itself remove Project at RCTC's sole expense and restore Caltrans's right of way to its prior or a safe operable condition. RCTC hereby agrees to pay said Caltrans expenses, within thirty (30) days of receipt of billing by Caltrans. However, prior to Caltrans performing any operation and/or maintenance or removing or requiring removal of the Project, Caltrans will provide written notice to RCTC to cure the default and RCTC will have thirty (30) days to commence cure and ninety (90) days within which to affect that cure, or such longer period as reasonably agreed upon by the Parties if cure cannot be completed within ninety (90 days), and RCTC commences and diligently pursues completion of such cure. 10.2 Caltrans Default. If during the term of this Agreement, Caltrans fails or delays to perform any material term of this Agreement, RCTC shall provide written notice to Caltrans of breach. In the event that Caltrans fails to commence to cure, correct or remedy such breach within thirty (30) calendar days following receipt of written notice, or thereafter fails to diligently complete such cure, correction or remedy, a default of this Agreement shall be deemed to have occurred. In the event of a Caltrans default, RCTC may exercise the right to seek damages, specific performance or other injunctive or equitable relief. 11. .Termination. If either Party determines that continued operation of the Project is financially infeasible, poses unacceptable risk, or results in increased congestion or accidents on the SHS, the Party desiring to terminate shall inform the other Party of its intent, and the Parties shall engage in the same process set forth in Sections 12.1 and 12.2 below for disputes. If following such process, the Party desiring to terminate this Agreement is unable to resolve its concerns, such Party shall have the right to issue a written notice of termination, which shall set forth the effective date of termination. 12. Dispute Resolution. 12.1 If the Parties are unable to reach agreement on a particular issue, the Parties agree to promptly elevate the issue to the Level I Field Representatives, listed on the Issue Escalation Ladder shown in Exhibit "D" and incorporated herein by reference. If Level I Representatives are unable to resolve the issue, Parties agree they are to promptly elevate the issue up to the Level II Project Managers so on and so forth through Level III Project Sponsors. If Level III Sponsors are unable to resolve the issue, Parties agree to promptly elevate the issue to Level IV Executives. The primary objective of the issue resolution process is timely decision making. 12.2 The Parties will form an Executive Oversight Committee (EOC) composed of the two executives appearing as Level IV, EOC members in Exhibit D as part of the issue resolution 7 94 process. The EOC will be available to provide direction to the Project team when issues are elevated to the EOC. The EOC will be the final step in the Project level dispute resolution process. The primary objective of the EOC will be to ensure that issues are resolved in a timely manner. The EOC will meet on an as -needed basis to resolve issues that otherwise threaten or impact the overall success of the Project. 13. Other Miscellaneous Standard Provisions. 13.1 Approvals. (a) Caltrans' Approvals. Whenever Caltrans' comment, approval or consent is required under this Agreement, such comment, approval, or consent shall not be unreasonably withheld or delayed and, unless otherwise expressly provided herein, Caltrans' consent, comments or approval shall be provided within a reasonable period, provided that such time may be extended by mutual agreement. (b) RCTC Approvals. Whenever RCTC's comment, approval or consent is required under this Agreement, such comment, approval, or consent shall not be unreasonably withheld or delayed and, unless otherwise expressly provided herein, RCTC's consent or approval shall be deemed given after such requesfUteived, provided that such time may be extended by mutual agreement. 13.2 Subcontracting. RCTC may, in its sole discretion and in compliance with all applicable legal requirements, enter subcontracts with third party contractors or consultants for performance of any of its obligations hereunder. Such rights of RCTC include the right of RCTC to subcontract for operation and/or maintenance of the ITS and, except as expressly set forth herein, for performance of any other obligations of RCTC under this Agreement. 13.3 Designation of Representatives. Caltrans shall designate Caltrans operations and maintenance representatives to represent Caltrans and RCTC shall designate RCTC operations and maintenance representatives to represent RCTC. All communications between the two agencies shall be channeled through the designated representatives listed as Level I contacts on the Issue Resolution Ladder attached as Exhibit D. 13.4 Notice. Any notice provided pursuant to or required by this Agreement shall be in writing and shall be deemed sufficiently provided when sent by U.S. Mail, to the Parties at the following addresses: RCTC: CALTRANS: Riverside County Transportation Commission PO Box 12008 Riverside, CA, 92502-2208 Erik Galloway California Department of Transportation 464 West Fourth Street San Bernardino, California 92401 Attn.: Attn.: Deputy District Director, Traffic Operations Any notice so given shall be considered received by the other Party three (3) days after deposit in the U.S. Mail, first class postage prepaid, addressed to the Party at the above address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 13.5 Amendments. This Agreement may be amended at any time by the mutual consent of the Parties by an instrument in writing; however, no amendments or other modifications of this Agreement shall be binding unless executed in writing by both Parties hereto. 14. Insurance. 14.1 RCTC and its contractors to perform work under this agreement (term, insurance, bodily injury, damage liability, insured amount, certificate of insurance). Certificate of insurance is provided in Exhibit C. 15. PARTIES are empowered by Streets and Highways Code Section 114 and 130 to enter into this Agreement and have delegated to the undersigned the authority to execute this Agreement on behalf of the respective agencies and covenants to have followed all the necessary legal requirements to validly execute this Agreement. STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION By: Catalino A. Pinning III, District 8 Director 14106,, RIVERSIDE 'COUNTY RANSPOR "' ON COMMISSION 9 By: Anne Mayer, Executive Director Date: Date: APPROVED AS TO FORM: By: Legal Counsel Best, Best & Krieger LLP Date: 9 96 Exhibit "A" Concept Drawings [attached behind this page] 97 Dist COUNTY ROUTE DATE SIGNED LICENSE Exp DATE REGISTRATION No, CALTRANS DESIGN OVERSIGHT APPROVAL INDEX OF PLANS SHEET No. DESCRIPTION 1 TITLE AND LOCATION MAP 2-7 TYPICAL CROSS SECTIONS 8-9 KEY MAP AND LINE INDEX 10 PROJECT CONTROL 11-18 LAYOUT 19-21 PROFILE AND SUPERELEVATION DIAGRAMS 22-43 CONSTRUCTION DETAILS 44-52 DRAINAGE PLAN AND QUANTITIES 53-60 UTILITY PLAN 61-62 CONSTRUCTION AREA SIGNS 63-66 MOTORIST INFORMATION PLAN 67-91 STAGE CONSTRUCTION AND TRAFFIC HANDLING INDEX 92-104 PAVEMENT DELINEATION PLAN AND QUANTITIES 105-117 SIGN PLAN, DETAILS AND QUANTITIES 118-120 SUMMARY OF QUANTITIES 121-170 ELECTRICAL SYSTEMS PLAN 0 00 m 0 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION PROJECT PLANS FOR CONSTRUCTION STATE HIGHWAY IN RIVERSIDE COUNTY IN TEMECULA ON INTERSTATE 15, NORTHBOUND OR PLAN FROM THE SAN DIEGO COUNTY LINE TO 0.3 MILE NORTH OF THE MURIETTA HOT SPRINGS OVERCROSSING AND IN MURRIETA ON INTERSTATE 215 NORTHBOUND FROM THE 15/ 215 CONNECTOR OVERCROSSING TO 0.4 MILE NORTH OF THE MURRIETTA HOT SPRINGS OVERCROSSING TEMECULA 0G)„ Go 1S TEMECULA BORDER PATROL STATION - SUB STATION BD 90 /00 O TEMECULA Begin Work Sta "A2" 75+10 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 NOTE: 1. THE CONTRACTOR SHALL POSSESS THE CLASS (OR CLASSES) OF LICENSE AS SPECIFIED IN THE "NOTICE TO BIDDERS" 30 TO BE SUPPLEMENTED BY STANDARD PLANS DATED 2022 BEGIN CONSTRUCTION (ROUTE 15) Sta. "A2" 126+50 PM R1.4 POST MILES TOTAL PROJECT SHEET No. TOTAL SHEETS 08 Riv 15, 215 R0.0/9.8 R8.9/R9.9 1 170 Et. LOCATION MAP END CONSTRUCTION (ROUTE 15) Sta. "A2" 516+21.00 PM 9.8 END CONSTRUCTION (ROUTE 215) Sta. "E" 520+02 PM R9.9 ROUTE 15 rn 0 0 SANTA GERTRUDIS CREEK Br No. 56-0271R TEMECULA 0 00 BEGIN CONSTRUCTION (ROUTE 215 CONNECTOR) Sta. "E" 459+07.00 PM R8.9 NO SCALE r 13 530 So\ae r~ ..per End Work Sta 42 520+21 End Work Sta. "E" 521 +1 8 7 �/frerO $ SLCr dika ran 1LPA''l.�.Fs' nn PROJECT ENGINEER DATE MURRIETA REGISTERED CIVIL ENGINEER PLANS APPROVAL DATE THE STATE OF CALIFORNIA OR /T5 OFFICERS OR AGENTS SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR CO,NPLETEN£SS OF SCANNED COPIES OF THIS PLAN SHEET. MERIDETH C. CANN NO. C57057 ExP 6/30/25 CIVl SOMMER ENGINEERING INC 334 WALNUT STREET NEWPORT BEACH, CA 92663 RCTC 4080 LEMON STREET RIVERSIDE, CA 92501 '`.w CONTRACT No. 08-1L9004 PROJECT ID 0821000012 0 O 0 0 0 BORDER LAST REVISED 8/1/2016 CALTRANS WEB SITE IS: HTTP//WWW.DOT.CA.GOV/ RELATIVE BORDER y5/�.E - IS IN INCHES 72S L USERNAME _> CWynter I DON FILE A> 0800020178ob001.Ogn UNIT 2232 PROJECT NUMBER & PHASE 08 x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA w 0 om F W J Z = Ju aW v0 x 10 a a a a z � 12 Z 0 L << J - 2 z J CHECKED BY CALIFORNIA - DEPARTMENT OF TRANSPORTATION 1/1 NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. 4. THE GRAYED OUT LINE WORK IS SHOWN FOR REFERENCE ONLY. SEE SHEETS E-5 AND E-23 FOR MORE INFORMATION. LEGEND: 11 INSTALL POE CCTV IP CAMERA SYSTEM ON TOP OF TYPE CCTV 35 POLE. SEE SHEET ED -16 AND CALTRANS STANDARD PLAN ES -168 FOR DETAILS. INSTALL 1-CAT6 CABLE (CCTV) IN CONDUIT. CONNECTED TO SWITCH LOCATED INSIDE CABINET. SEE SHEET E-5 FOR CONDUITINSTALLAT!ON. SHOWN FOR REFERENCE ONLY. / / 1 " / •� / / / // , / // °' � 3 "A2" LINE / / MGS 3-1 cl I J80 'I I 1 I I x' 175 4.. • 6 *-�., s•-7. 8 / 9 / I / /' 1 NB ROUTE 15 1 �,'/ --fo— lI y\—fo---fo— —fV,—t:; / /7 ) .../e -/- NB Ex/it.RAMP . ' / r -� 1, //// / /'/ / / / 7 / / "� '--....-/-- /./.>":( / Q±�� ".1„ �. 0" /�' *� 4,J �� h 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 MGS 3-2-' SB ROUTE 15 1 I 3 CCTV LOCATION 1 90.72" Rt "A2" 181+61.67 TO CENTER OF POLE ---- _-- 2 80 4 N8 ENTRANCE RAMP .r'�-f~�` PROPOSED 3"C, 2-CAT6 CABLE (TIRTL)) TYPE D FOC (SEE SHEET E-5) APPROVED FOR ELECTRICAL WORK ONLY 01 SB ENTRANCE RAMP is• ' 1 4 fo - ` -=}'- Exist TYPE 334 CABINET 185 SB Dist COUNTY ROUTE 08 Riv 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 122 170 LQ REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE IRE sun- Ar CAL /MAW OR /TS OFFICERS OR 'awn SWAG NOT 8E RES/VHS/8LE F09 TIC ACCIM/CY 09 Caine r t.ss A9 scowO COR/ES Of IRIS fl4N 5811!. OSE R D LA GARZA JR N, C59366 En..06-30-25 CIVIL WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 I I 6 6 f0 r- R/W R/W 7 8 7 8 R/W E L E N T Y P E mmwmcz zo--4ar)or INSTALL EQUIPMENT A. Q J-' 45* 0 q <, x V pV Qv O� fro �J, �`1 CCTV 1 1 1 1 1 1 1 1 CAMERA SYSTEMS SCALE: 1" = 50 E-2 BORDER LAST REVISED 7/2/2010 USERNAIE -> rspprl4-Pr-svc OGN FILE .> 0800020178ua002.Ogn RELATIVE BORDER SCALE IS IN INCHES O 99 I 2 31 1 1 i 1 1 UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x X REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA w om 1-0 a w J Z U = JV/ aw CC VO a 12 CHECKED BY STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. LEGEND: 0 O ED ED Eg 12 14 15 16 19 30 FURNISH AND INSTALL MODEL 342 LX CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -17 FOR EQUIPMENT LAYOUT. INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. INSTALL 2-DMS SIGN (4'X4') ON TYPE 1-6 (12') POLE. INSTALL 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -9 FOR SPLICE DETAILS. INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. CONDUIT TO BE JACK AND BORED UNDER FREEWAY. INSTALL 3"C, 2#8 AND 1*8 (G) (DMS) AND 1 -TYPE D FOC CABLE (DMS). LINE 2 fo 3 RiW fo _-fo-- _ fo 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 4 — fo — fo- - 10.05'Rt "Al" 128+15.17 TO FRONT OF ENCLOSURE 125— 6 MGS 1-1 32 34 39 INSTALL INSTALL INSTALL CONDUIT R/1V 1"C PVC, 1-CAT6 CABLE (TIRTL). 2*8 AND 1#8 (G) (DMS) AND 2 -TYPE D FOC CABLE (DMS) IN CONDUIT. SOLAR UNIT ARRAY AND ASSOCIATED BATTERY CABINET AND AND WIRES. FOR DETAILS SEE SHEET ED -17, ED -23 AND ED -24. R/W —fo---fo 113.50'Rt "Al" 128+15.17 TO FRONT OF ENCLOSURE 111.30'Rt "Al" 129+07.30 TO FACE OF CABINET (T) 11 fo 7.53'Rt "Al" 130+38.18 TO CENTER OF POLE 0 DMS SYSTEM - LOCATION 1 TIRTL SYSTEM - LOCATION 1 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONL Y 0 Dist COUNTY 08 Riv ROUTE 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET No. 123 TOTAL SHEETS 170 LQ STEREO CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE THE sun- c CJL/PGWNu A9 /TS OFFICERS OR 'awn 5NALL NOT 8E RESPAVS/8LE FOR JIAE ACCURACY 09 COLPLEJEA.F55 LK SC4/#fO COR/ES 09 TN/5 PLAN SREEI. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE. CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 R/W 1 PROTECT IN PLACE Exist OH ELECTRICAL LINE (SCE) SB ROUTE 15 2 NB ROUTE 15 0 3 ROUTE 15 N8 4 fo fo — — — fo SEE SHEET ED -9 a') "Al" LINE 135 fo TIRTL SYSTEM SCALE: 1" = 50 6 fo-- R/W E-3 BORDER LAST REVISED 7/2/2010 USERNAIiE -> rspprl4-Pr-svc OGN FILE A> 0800020178ua003.09n RELATIVE BORDER SCALE IS IN INCHES 1001 , UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA w 0 CHECKED BY r J w CALIFORNIA - DEPARTMENT OF TRANSPORTATION LJ 1.01 NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. LEGEND: R/W FURNISH AND INSTALL MODEL 342 LX CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -17 FOR EQUIPMENT LAYOUT. INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. INSTALL 2-OMS SIGN (4'X4') ON TYPE 1-8 (12') POLE. INSTALL 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -9 FOR SPLICE DETAILS. INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. 9 SB ROUTE 15 1 150 2 3 NB ROUTE 15 — fo— — - fo- - — fo— — —f0— R/W 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 r,4"/ 19 30 31 32 34 39 CONDUIT TO BE JACK AND BORED UNDER FREEWAY. INSTALL 3"C, 2#8 AND 1*8 (G) (DMS) AND 1 -TYPE D FOC CABLE (DMS). INSTALL 3"C, 2#8 AND 1*8 (G) (DMS) AND 2 -TYPE D FOC CABLE (DMS). INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). INSTALL 2*8 AND 1#8 (G) (DMS) AND 2 -TYPE D FOC CABLE (DMS) IN CONDUIT. INSTALL SOLAR UNIT ARRAY AND ASSOCIATED BATTERY CABINET AND CONDUIT AND WIRES. FOR DETAILS SEE SHEET ED -17, ED -23 AND ED -24. N H 16°19'04" W 2557.76' 4 155 — fo— — — fo— / R/W 14.80'Rt "Al" 158+94.32 TO CENTER OF POLE 18.16'Rt "Al" 157+69.17 TO FRONT OF ENCLOSURE 1 6 —fo- 7 MGS 2-1 MGS 2-2 — fo-- SEE SHEET ED -9 C 1 103.10'Rt "Al" 157+69.17 TO FRONT OF ENCLOSURE R/W DMS SYSTEM - LOCATION 2 TIRTL SYSTEM - LOCATION 2 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY (T) (T) Dist COUNTY 08 Riv ROUTE 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 124 170 LQ REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE )'ME sun- c CIL/FO VII OR /TS OFFICERS oR IGENrs 5NI[C NOT 81 RESROVS/BLE FOR TIC ICCU7ICY OR COIPIEren1F55 OF SC4/#fO COP/E5 2" rN/5 ROAN 5811!. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 i 2 "Al" LINE 3 SE R/W NE TEMECULA Pkwy NB OFF -RAMP() 11 —fo---fo---fo--- -.j -_- 114.43' R1 "Al" 158+94.32 TO CENTER OF POLE 136.71'Rt "Al" 158+33.67 TO FACE OF CABINET TIRTL SYSTEM SCALE: 1" = 50 R/W E-4 BORDER LAST REVISED 7/2/2010 USERNAIE •> rspprl4-pr-svc OGN FILE •> 0800020178ua004.0 n RELATIVE BORDER SCALE IS IN INCHES 101, , UNIT 2232 PROJECT NUMBER & PHASE 08000201781 Dist COUNTY ROUTE POST MILES T PROJECT SHEET No. TOTAL SHEETS NOTES: 08 Riv 15, 215 ROLO/9. 125 170 R8.9/R9.9 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. te4G� 08-04-23 x 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. v / Qppi L aMSS/ R STERED DATE + CIVIL ENGINEER ° OSE RD (,' - LA GARZA JR C59366 A 4. THE GRAYED OUT LINE WORK IS SHOWN FOR REFERENCE PLANS APPROVAL DATE % No °6C1YIl 25 ONLY. SEE SHEETS E-2 AND E-23 FOR MORE INFORMATION. LEGEND: E INSTALL TIRTL TRANSMITTER INSIDE TIRTL CABINET ENCLOSURE. 7/AE ST/!£ AF CAL/FQ9N/I OR /75 QiF/CfPS 4 E4' OR AGENTS SNAIL NOT BE R£SPONS/BLE Fag `T nit ACCUPACY oe coantTE4655 LF SCANItro tcr CR%f5 LK TN/5 PLAN .5NETT. cry 5 INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). F SHOWN FOR REFERENCE ONLY. WSP USA 1100 TOWN & COUNTRY RCTC r m 0 w 6 INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). 30 INSTALL 3"C, 2#8 AND 1#8 (G) (DMS) AND 1 -TYPE D FOC CABLE (DMS). SUITE 200 ORANGE, CA 92868 4080 LEMON St RIVERSIDE, CA 92501 REVISED 1 DATE REV1! 9 12 13 INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE MOUNTED ON POLE. INSTALL 2-DMS SIGN (4'X4') ON TYPE 1-8 (12') POLE. INSTALL TYPE D FOC IN CONDUIT. 31 32 INSTALL 3"C, 2#8 AND 1#8 (G) (DMS) AND 2 -TYPE 0 FOC CABLE (DMS). INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). ATE PLOTTED .> 4-AUG-2023 ME PLOTTED =) 20:m5 X MARLO MAYNIGO JOE DE LA GARZA 14 15 19 INSTALL 3"C AND 1 -TYPE D FOC. /'./ SPLICE TYPE 0 FOC TO EXISTING FO CABLES. _ �� CONDUIT TO BE JACK AND BORED UNDER FREEWAY. SEE SHEET ED -9 FOR SPLICE DETAILS. 'f —17._:.'51: _ -------- , SB ENTRANCE RAMP '-' 1 .— ' ' o'' < —.. D'a TSB — �I1\ j / SB ROUTE 15 — — / / '4!' CALCULATED - DESIGNED BY CHECKED BY 3 I / / 1 cis 6.03'LR/t "A2" 181+60.50 1 3� 3 L. l 1 8 1/ MGS 3-1 0 CENTER OF POLE I 1 7 "A2" �� 6 LINE ► _ (T) 4 t s5 { F 3 1 { 8 / 9 (T) 6 7 "A2" 175 5.82' Rt 181+73.74 2 I I 1 .� NB f / / X CONSULTANT FUNCTIONAL SUPERVISOR MELISSA BRADY i TO FRONT OF ENCLOSURE 3. ' SEE SHEET ED -9 o} II • '`Va ` 1 3� 1 5 MGS 3-2 88.24' Rt "A2" 181+73.74 ' 1 NB ROUTE / TO FRONT - 1 ,, — — fo— OF ENCLOSURE �2 ��' —f0---f0---fr4�) / .�90.72'Rt"A2"181+61.50,. (T) (T) (T �� _- -� _ ----__ `'f. - / / TO CENTER OF POLE \\ _ - - - - \• �/ j1,/. _ ��-f" - •- • �;, }� ._r-dt)40,' - { '—� '________/ ‘__ It E N RAM? r_ ---r' NB EXIIt RAMP NTRQ CE NB— —r;:�` MGS 3-3 , • 3, ALIFORNIA - DEPARTMENT OF TRANSPORTATION �/ / x + / ..."--..,-e7 / o, e SEE SHEET E-23 FOR SERVICE INFORMATION .' / �' � R 1� � / P *7 J .tea �+� Q ,,. r STATE OF C ,jam its �I 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 DMS SYSTEM - LOCATION 3 TIRTL SYSTEM TIRTL SYSTEM - LOCATION 3 SCALE: 1" = 50' MODIFYING FIBER OPTIC SYSTEM E-5 APPROVED FOR ELECTRICAL WORK ONLY € g 1 o = o BORDER LAST REVISED 7/2/2010 USERNAME •>wsppri4-pr-svc DGN FILE -> oaoouzoiTs"000s.o� RELAT ORDER 2 IsIVE INBINCHESSCALE 1021 , I , I , { UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x x x x REVISED BY DATE REVISED MARLO MAYNIGO DE LA GARZA w 0 CHECKED BY >- cc J NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. LEGEND: D FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. M -J U . R/W FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. INSTALL 3"C, 2#8 AND 1#8 (G). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. INSTALL 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -9 FOR SPLICE DETAILS. INSTALL 2"C, 4-DLC. EXISTING 2"C. INSTALL 2#8 AND 1#8 (G). INSTALL 2-3"C, 4-DLC. INSTALL 2#8 AND 1#8 (G) IN CONDUIT. CONNECT POWER CABLE TO EXISTING POLE MOUNTED SERVICE CABINET. ADD 30A CIRCUIT BREAKER. 3 4 205 6 R/W 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 7 8 To-- -TO-- 118.50'Rt "A2" 208+00.00 TO FACE OF CABINET SB ROUTE 15 9 NB ROUTE 15 � Exist POLE MOUNTED SCE 1 SERVICE ADD: 30 A, 120 V, 1P CB 210 0 0 C • Y• • —fo— lll 0 f o,11' �1 fole iC615 SEE SHEET ED -9 2 "A2" LINE — fo— SB 3 4 24 38 TIRTL SYSTEM - LOCATION 4 MODIFYING FIBER OPTIC SYSTEM At -'I -ROVED FOR ELECTRICAL WORK ONL Y Dist COUNTY ROUTE 08 Riv 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 126 170 IQLQ A STEREO CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE THE STATE OF CALIFORNIA OR /TS OFFICERS OR AGENTS SRO(( At7T BE R£SPLWSTe8E FOR nit ACCURACY OR CaineTEA(SS OF SCAM -0 COP/ES OF MIS P[ AN SREET WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 R/W — fo — NBA 215 r\ —fo- 6 R/W - fo - TIRTL SYSTEM SCALE: 1" _ 50' E-6 0 u t N - 0 to O 0 0 W I~-• H O p a a. w o1 o a 0 i .o BORDER LAST REVISED 7/2/2010 USERNAIE •>'app.I4-D -Svc OGN FILE -> 0800020178ua006.09n RELATIVE BORDER SCALE 1S IN INCHES 103; i UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA W 0 om 4 W J Z U = JW 4W VO x a J Q 4 O m .- V 0 7 4 J a 2 4 J CHECKED BY CALIFORNIA - DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. LEGEND: FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). INSTALL 3"C, 2#8 AND 1*8 (G). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D INSTALL TYPE D FOC IN CONDUIT. INSTALL 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES.SEE SHEET ED -10 FOR SPLICE DETAILS. CONDUIT TO BE JACK AND BORED UNDER FREEWAY. INSTALL TIRTL TRANSMITTER INSIDE TIRTL CABINET ENCLOSURE. INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). INSTALL 2#8 AND 1#8 (G) IN CONDUIT. INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17. 1 r fo 8 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 9 FOC. fob {0� SR ROVjE 15 250 NB ROTE 15 {o - SEE SHEET ED -10 / 1 {0 / 5.43'Rt "A2" 234+10.00 TO FRONT OF ENCLOSURE 2 MGS 5-1 MGS 5-2 234+10.00 TO FRONT OF ENCLOSURE 1 } (T TIRTL SYSTEM - LOCATION 5 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY 1 PLACE POLE Min 30'FROM EDGE OF TRAVEL WAY 120.90'Rt "A2" 234+10.00 TO FACE OF CABINET Dist COUNTY ROUTE 08 Riv 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 127 170 REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE THE surf cY CJL/PGWNu 09 /TS OFFICERS 09 'awn 5NAL[ MW 81 RESPOVs/BLE FOR TIC ACCUP/CY 09 c WW Er18155 A, SC4/#fO COP/ES OF TN/5 RiAN 5811!. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE. CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 TIRTL SYSTEM SCALE: 1" = 50 E-7 0 e v :o o0 rr rr as rW 7 0 H g0 0 o 0 =o BORDER LAST REVISED 7/2/2010 USERNAIE->rsppul4-pr-svc OGN FILE -> 0800020178ua007.09n RELATIVE BORDER SCALE IS IN INCHES 104 UNIT 2232 PROJECT NUMBER & PHASE 08000201781 r W W W 0 MARLO MAYNIGO LA GARZA w 0 w 0 om �-o W J Z u� Ju 4 W vo CHECKED 8 MELISSA BRADY 1- 0 z 1- d CM • 1- 1/1 NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. 4. THE GRAYED OUT LINE WORK IS SHOWN FOR REFERENCE ONLY. SEE SHEET E-24 FOR MORE INFORMATION. EXISTING 120 / 240 V TYPE I11 -CF SERVICE EQUIPMENT ENCLOSURE METER 1: 100 A, 240 V, 2P CB MAIN TC-1 20 A, 120 V, 1P CB IRRIGATION) 20 A, 240 V, 2P CB SIGN) 20 A, 240 V, 2P CB LIGHTING) 30 A, 120 V, 1P CB (RAMP METERING) 20 A, 120 V, 1P CB (DATA NODE) 20 A, 120 V, 1P CB (WVDS) 20 A, 120 V, 1P CB (WVDS) ADD: 30 A, 120 V, 1P CB (TIRTL) 30 A, 120 V, 1P CB (RAMP METERING) 30 A, 120 V, 1P CB (DMS) SEE SHEET E-24 CTID: 08 -56 -015 -0 -R005.000 -M METER 2: 100 A, 240 V, 2P CB MAIN LS -3 40 A, 240 V, 2P CB (LIGHTING) 30 A, 240 V, 2P CO ((SIGN) 20 A, 120 V, 1P CB SPARE) 15 A, 120 V, 1P CB (CONTROL) CTID: 08 -56 -015 -0 -R005.001 -M 11 17747q--41 0 � II 71 Ih-H- MGS 6-1 MGS 6-2 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 g!W SEE SHEET E-24 SEE SHEET ED -10 "A2" LINE 6.50' Rt "A2" 255+18.19 TO FRONT OF ENCLOSURE FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. INSTALL 3"C AND 1 -TYPE D FOC. INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). 15 INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -10 FOR SPLICE DETAILS. INSTALL 3"C, 2#8 AND 1#8 (G). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. INSTALL INSTALL INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE MOUNTED ON POLE. 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. TYPE 0 FOC IN CONDUIT. EXISTING 3"C, 2*8 (WVDS), 2*4 (WVDS), 2*8 (DATA NODE), 1#6 (G) PROPOSED 2#4 (RM SERVICE), 2#8 (DMS), 1#8 (G) (SEE SHEET E-24) EXISTING 3"C 2#8 (WVDS), 2#4 PROPOS#2#6 4GED (RM SERVICE), 2#8 (DMS), 1#8 (G) (SEE SHEET E-24) EXISTING 3"C, 2#4 (WVDS): ICC 1#6 (G) PROPOSED 2#4 (RM SERVICE), 2#8 (DMS), 1#8 (G) (SEE SHEET E-24) s8 ExIT RAMP EXISTING 2"C, 2#4 (WVDS), 1#6 (G) PROPOSED 2#4 (RM SERVICE), 2*8 (DMS), 1*8 (G) (SEE SHEET E-24) 1 12.91 ' Rt "A2" 255+66.84 TQ FACE OF CABINET 86.64' Rt "A2" 255+18.19 TO FRONT OF ENCLOSURE Na FkI RAMP i EXISTING 3"C, 2#4 (WVDS), 1#6 (G) PROPOSED 2#4 (RM SERVICE), 2*8 (DMS), 1#8 (G) (SEE SHEET E-24) TIRTL SYSTEM - LOCATION 6 TIRTL SYSTEM - LOCATION 7 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY SEE SHEET ED -10 —fo— SB ROUTE 15 Exist 3"C, 2-CAT5E CABLE EXISTING 2"C, 2#4 (WVDS), 1#6 (G) PROPOSED 2#4 (RM SERVICE), 2#8 (DMS), 1*8 (G) (SEE SHEET E-24) 18 19 32 33 35 41 RAW COUNTY Dist 08 ROUTE 15, 215 CIVIL ENGINEER PLANS APPROVAL DATE POST MILES TOTAL PROJECT SHEET No. TOTAL SHEETS R0.0/9.8 R8.9/R9.9 `08-04-23 DATE TALC sun- OE CJL/PGWNu OR /TS OFFICERS OR IGENrs 5NA[[ MW 81 RESPAYS/BLE FOR Tie ACCURACY 09 COJPIEr(8155 A- SC4/#fO COR/ES 09 TN/5 PLAN 5811!. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 /o —fo---fo- 7.65'Rt "A2" 267+46.50 TO FRONT OF ENCLOSURE 73.72'Rt "A2" 267+46.50 TO FRONT OF ENCLOSURE MGS 7-1 265 O 0 Exist 3"C, 1-CAT5E 0 0 CABLE MGS 7-2 RCTC 4080 LEMON St RIVERSIDE, CA 92501 R/W fo INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE ON TYPE 60MC MOD TIRTL CB. SEE SHEET C-22 FOR DETAILS. CONDUIT TO BE JACK AND BORED UNDER FREEWAY. SHOWN FOR REFERENCE ONLY. INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). DISCONNECT EXISTING FIBER AT NEAREST SPLICE POINT. PULL OUT EXISTING FIBER AND REPULL INTO NEW CONDUIT AND MAKE SPLICE CONNECTIONS. INSTALL 2#8 AND 1#8 (G) IN CONDUIT. INSTALL 1"INNERDUCT TO ENCLOSE PROPOSED FOC. TIRTL SYSTEM SCALE: 1" = 50 E-8 0 N 00 -- 0 H as f W OP 0 0 0 0 0 0 BORDER LAST REVISED 7/2/2010 USERNAIE .> wsppri4-pu•Svc OGN FILE •> 0800020178ua008.Ogn RELATIVE BORDER SCALE I IS IN INCHES 10 I 1 " UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA W 0 Om F O W -12 = Ju 4 W (JO x cc 0 J < CC 2 .- V 0 0 4 J a 2 4 J ZN CHECKED BY STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. LEGEND: a FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. 5❑ INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). INSTALL 3"C, 2#8 AND 1#8 (0). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. 10 INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. Q3 INSTALL TYPE D FOC IN CONDUIT. 14 INSTALL 3"C AND 1 -TYPE 0 FOC. 15 SPLICE TYPE D FOC TO EXISTING FO CABLES.SEE SHEET ED -10 FOR SPLICE DETAILS. 111 6 INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. R/W R/W R/W 19 CONDUIT TO BE JACK AND BORED UNDER FREEWAY. INSTALL TIRTL RECEIVER INSIDE TIRTL CABINET ENCLOSURE. 32 INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). 35 INSTALL 2#8 AND 1#8 (G) IN CONDUIT. 36 INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17. —fo---fo---fo---fo---fo---fo— I 4 275 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 R/W 6 7 R/W 1 8 9 - fo- — fo— — — fo— — — fo— SB ROUTE 15 MGS 8-1 280 11.O9'Rt "A2" 282+34.84 TO FRONT OF ENCLOSURE "A2" LINE 1 NB ROUTE 15 MGS 8-2 8.42 - A2" 282+34.84 TO FRONT OF ENCLOSURE 6 TIRTL SYSTEM - LOCATION 8 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY - 1 1 / (.T) 3 Dist COUNTY ROUTE 08 Riv 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 129 170 RILQ STEREO CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE THE STA/E OF CJL/FORVIA 09 /TS OFFICERS OR AGENrs SNALL MW 8E RESPCIVS/BLE FOR JIAE ACCUP/CY 09 Caine reness A, SCAA61f0 COR/ES OF TN/5 PLAN 5811!. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE. CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 SEE SHEET ED -10 �-fo— Y�—fo-7. (T) 4 95.03'Rt "A2" 282+84.00 TO FACE OF CABINET —fo— I 285 I 6 f0 TIRTL SYSTEM SCALE: 1" = 50 R/W R /W E-9 BORDER LAST REVISED 7/2/2010 USERNAIE > wsppul4-pw•Svc OGN FILE •> 0800020178ua009.o9n RELATIVE BORDER SCALE IS IN INCHES 1061 2 3 I I UNIT 2232 PROJECT NUMBER & PHASE 08000201781 Dist COUNTY ROUTE P05T MILES T SHEET it. TOTAL NOTES: 08 08 Riv 15, 215 R0.0/9.8 O. 9.8 130 170 R8.9/R9.9 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. �y"- ^ G, ,eL�7 08-04-23 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. A STEREO DATE Q«°iEssL° OSERD CIVIL ENGINEER :4, LA URIA JR C59366 LEGEND: PLANS APPROVAL DATE A 06"30"25 1 FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. 19 '+,� CONDUIT TO BE JACK AND BORED UNDER FREEWAY. J. E e TALC STIR£ Cr CAL /FORM/ A4 /TS AFT/GEES CIYII oR 'awn SMALL Nor BE RESPOVS/SLE FOR /> cN/Es 4misPL ,cowi(fr ss of ' a �� 5 INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). INSTALL TIRTL RECEIVER INSIDE TIRTL CABINET ENCLOSURE. wsP USA 1100 TOWN & COUNTRY RCTC r m 0 w 6 INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). 32 INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). SUITE 200 ORANGE, CA 92868 4080 LEMON St RIVERSIDE, CA 92501 REVISED DATE REV1! 7 8 10 INSTALL 3"C, 2*8 AND 1*8 (G). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE MOUNTED ON POLE. INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. 35 36 INSTALL 2#8 AND 1*8 (6) IN CONDUIT. INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17. ITE PLOTTED •> 4-AUG-2023 WE PLOTTED •> 20:46 x MARLO MAYNIGO JOE DE LA GARZA 13 14 102 INSTALL TYPE 0 FOC IN CONDUIT. INSTALL 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -11 FOR SPLICE DETAILS. CALCULATED - DESIGNED BY CHECKED BY Rith C-YICC F iv _� CONSULTANT FUNCTIONAL SUPERVISOR MELISSA BRADY - 1'C= SEE SHEET ED -11 x fo — fo— — i)G fo — — fo— — — fo— — — fo— — — fo — — —fo--- fo --fo---fo---fo---fo---fo---fo — 1' 1' -(T) ., I 7 7 / 7 7 3. 3 7 7 7 / SEES ROUTE 15 9.78' Rt "A2" 300+29.8 8 / "A2" LINE TO FRONT OF FNCLOSUR 1 1 1 1 I I I I I (_T ) 3 4 305 4 .2 -- 1 2 3 4 295 R 7 s 4� - - 1 _2 ALIFORNIA - DEPARTMENT OF TRANSPORTATION 15 NB ROUTE MGS 9-1 3� 1 61 1 7 7 7 7 MGS 9-2 i 7 7 T - 1t 5 1 "A2" R/W 85.04' Rt 300+29.84 2 (T) -6 103 TO FRONT OF ENCLOSURE PLACE POLE Min 30'FROM EDGE OF TRAVEL WAY 3 1 115.35'Rt "A2" 300+47.28 ---_____- TO FACE OF CABINET _ R/W STATE OF C e 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 TIRTL SYSTEM TIRTL SYSTEM - LOCATION 9E SCALE: 1" = 50 MODIFYING FIBER OPTIC SYSTEM E -1O APPROVED FOR ELECTRICAL WORK ONLY �~ go i $ , : o BORDER LAST REVISED 7/2/2010 USERNAIE .>rspprl�•pr-svc OGN FILE A> 08000201 M0010.071 RELATIVE BOROER SCALE IS IN INCHES 10 �I i I I I , I UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA w 0 CHECKED BY CALIFORNIA - DEPARTMENT OF TRANSPORTATION w 1/1 NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. LEGEND: FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). INSTALL 3"C, 2#8 AND 1#8 (0). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE MOUNTED ON POLE. INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE MOUNTED ON POLE. INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. INSTALL TYPE D FOC IN CONDUIT. INSTALL 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -11 FOR SPLICE DETAILS. R/W fo— — fo— —fo— — fo— —f0— —fo- CONDUIT TO BE JACK AND BORED UNDER FREEWAY. INSTALL SPLICE ENCLOSURE AND SPLICE TRAY. SEE CALTRANS STANDARD PLAN ES -8C FOR DETALS. INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). INSTALL 2#8 AND 1#8 (G) IN CONDUIT. INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17. — fo— SB ROUTE 15 6 R/W 7 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 8 9 310 1 2 NB ROUTE 15 3 fo-- 2" LINE 4 fo fo 31 MGS 10-1 MGS 10-2 (T) SEE SHEET ED -11 —fo fo Dist COUNTY ROUTE 08 Riv 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 131 170 LQ REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE TALE STI/E OF CJL/FORVII OR /TS OFFICERS OR IGENrs 5NALe MW 81 RESPCIYS/BLE F09 TIC ICCUP/CY OR c WW ET18155 A9 SCow° COR/ES OF TN/5 fl4N 5811!. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 �fo J r lfo t fo ! r_fo 9.68'Rt "A2" 316+77.76 TO FRONT OF ENCLOSURE 8 3, 9 87.22'Rt "A2" 316+77.76 6 1 19 ` TO FRONT OF ENCLOSURE 92.45'Rt "A2" 316+42.00 TO FACE OF CABINET TIRTL SYSTEM - LOCATION 10 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY T 9 TIRTL SYSTEM SCALE: 1" = 50 370 R /W E-11 BORDER LAST REVISED 7/2/2010 USERNAIiE .>wsppwl4-pw-svc OGN FILE -> 0800020178u0011.ogn RELATIVE BORDER SCALE IS IN INCHES 10f, i UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA w om F W J O = 1/) C) 4 W VO x a N Or J < 4 � 12 .- 0 0 7 w << J - 2 z J ZN CHECKED BY CALIFORNIA - DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. 4. THE GRAYED OUT LINE WORK I5 SHOWN FOR REFERENCE ONLY. SEE SHEET E-25 FOR MORE INFORMATION. LEGEND: Dist COUNTY ROUTE 08 Riv 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 132 170 LQ REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE )'ME sun- OF CALIFORNIA OR /TS OFFICERS OR IGcNrs 5NALL MW BE RESPONSIBLE FOR Tie ACCURACY OR COLPLEr1A1F55 CR SC4/#f° COP/E5 2' NI/5 PLAN SRFEr. OSE R D LA GARZA JR No C59366 Exp06-30-25 CIVIL FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. 15 SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -11 FOR SPLICE DETAILS. WSP USA FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. 1100 TOWN & COUNTRY INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 19 CONDUIT TO BE JACK AND BORED UNDER FREEWAY. ORANGE, 92868 FOR DETAILS. ©2 INSTALL TIRTL TRANSMITTER INSIDE TIRTL CABINET ENCLOSURE. INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). © INSTALL 2 -TYPE 0 FOC IN CONDUIT. INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). V/1 SHOWN FOR REFERENCE ONLY. INSTALL 3"C, 2#8 AND 1#8 (G). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. 32 INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). CB15SEE SHEET ED 11 INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE MOUNTED ON POLE. 35 INSTALL 2*8 AND 1#8 (0) IN CONDUIT. INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. ®0 POWER SPLICE 2*8 AND 1#8 (G) (TIRTL AT STA 352+22.28) WITH 2#8 AND 1#8 (G) (TIRTL AT _, .fo INSTALL TYPE D FOC IN CONDUIT. STA 367+60.62). SPLICED 2*8 AND 1#8 (G) (TIRTL) TO CONNECT TO EXISTING TYPE III -C r r fo / 120/240V SERVICE EQUIPMENT ENCLOSURE (ADDRESS: 41634 WINCHESTER RD.) _ °-- j INSTALL 3"C AND 1 -TYPE D FOC. l r fo r / AA \\--- {.L� —for 131 19 f `► -c 1 / f — —7 f O ,1 / D � fO � � � 1 5 6 64' Lt "A2" 352+2 .28 �' Pi / /' �- fK / ' C.. i I I/ 0 c„.- / - J \A /"0 S - /- '--�1-� 0. Ifo� lk 3 3 3 0 3 3 1 340 7 0 o o o 7.26'Rt "A2" 343+60.84 TO FRONT OF ENCLOSURE MGS 11-1 MGS 11-2 R/W 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 87.27'Rt "A2" 343+60.84 TO FRONT OF ENCLOSURE 1511 RCTC 4080 LEMON St RIVERSIDE, CA 92501 i f°f 1 1 SB ROUTE TO FRONT OF ENCLOSURE _ (T) 4 z NE n I,�1 't A2 LINE l m _cam , \ 350 6 1 I 9 3, 1 ' rcl •� 8 TT) 345 6 / 11 TIRTL SYSTEM - LOCATION 11 TIRTL SYSTEM - LOCATION 12 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY NB ROUTE 15 7% 97.29'Rt "A2" 352+22.28 TO FRONT OF ENCLOSURE 125.08'Rt "A2" 352+9.46 TO FACE OF CABINET -..."5.5"."' •\`\ / /` Y'/ l rG -�, <N�R� ‘ / ▪ / /' 0 / /' 35 fit_ 9 PROPOSED 3"C, 2#8 AND 1#8 (0) (DMS AND 2 -TYPE D FOC CABLE (DMS), (4 2#4 (SERVICE), (2) 2#8 (SERVICE), 1#8 (0) (SEE SHEET E-25) (T` PROPOSED 3"C, TYPE D % FOC (RM) (SEE SHEET E-25) 2 4C1CB PROPOSED 3"C, 2 DLC 2-5 CSC (FLASHING BEACON), (2) 2#4 (SERVICE), 2#8 (SERVICE) 1#8 (G), 2#8 AND 1#8 (G) (DMS) AND 2 -TYPE D FOC CABLE (DMS) (SEE SHEET E-25) ID PROPOSED 3"C, 4 DLC, 2-5 CSC (FLASHING BEACON), (2) 2#4 (SERVICE), 2#8 (SERVICE), 1#8 (G), 2#8 AND 1#8 (G) (DMS) AND 2 -TYPE D FOC CABLE (DMS) (SEE SHEET E-25) w EXISTING TYPE III -C 120/240V SERVICE EQUIPMENT ENCLOSURE. ADDRESS: 41634 WINCHESTER RD. CTID: 080560160006.638M METER A: 100 A, 240 V, 2P CB (MAIN BREAKER) LS -3 30 A, 240 V, 2P CB (LTG) 30 A, 120 V, 1P CB ((LTG) 30 A, 120 V, 1P CB SIGNAL) 15 A, 120 V, TEST SWITCH (FUTURE) ADD:30 A, 120 V, 1P CB (TIRTL) 30 A, 120 V, 1P CB (((RAMP METER) SEE SHEET E-25 30 A, 120 V, 1P CB RAMP METER) SEE SHEET E-25 30 A, 120 V, 1P CB DMS) SEE SHEET E-25 TIRTL SYSTEM SCALE: 1" = 50 E-12 0 40 Ww 00 00 as f W t = 0 - o -> 0 0 =o BORDER LAST REVISED 7/2/2010 USERNAIiE .>wsppwl4-pw-svc OGN FILE •> 0800020178u0012.09n RELATIVE BORDER SCALE IS IN INCHES 109; , 2 3 I l I UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA W 0 Om F O W J Z u" Ju 4 W VO x a J < 4 � 12 r 0 V � << a 4 J CHECKED BY DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. 4. THE GRAYED OUT LINE WORK IS SHOWN FOR REFERENCE ONLY. SEE SHEET E-25 FOR MORE INFORMATION. LEGEND: El 4❑ EJ ❑7 10 13 14 15 FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). INSTALL 3"C, 2#8 AND 1#8 (G). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE MOUNTED ON POLE. INSTALL INSTALL INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. TYPE D FOC IN CONDUIT. 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -11 FOR SPLICE DETAILS. R/W - ` •y SB EXIT RAMP 1- fo- LJ W 7 7 7 7 7 7 7 7 355 6 7 7 7 7 7 7 7 R* PROPOSED 3"C (2) 2#4 (SERVICE) 2#8 (SERVICE?), 1#8 (G), 2#8 AND 1#8 (0) (DMS) 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 7 (T) —fo— — fo- 8 9 CONDUIT TO BE JACK AND BORED UNDER FREEWAY. SHOWN FOR REFERENCE ONLY. INSTALL SPLICE ENCLOSURE AND SPLICE TRAY. SEE CALTRANS STANDARD PLAN ES -8C FOR DETALS. INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). INSTALL 2#8 AND 1#8 (G) IN CONDUIT. —fo---fo---fo---fo,y 9 (T) — fo— fo— SB ROUTE 15 — fo f f Dist COUNTY 08 Riv ROUTE 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET No. 133 TOTAL SHEETS 170 STEREO CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE TALE sun- OF CALIFORNIA A4 /TS OFFICERS OR IG(Nrs 5H4LL MW BE RESPONSIBLE FOR Tie ACCURACY A4 COLPLEr1A1F55 LK SC4AAE0 COP/E5 2' rN/5 PLAN SRFEr. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 R/W — — fo— IEYr 6.42'Rt "A2" 367+62.00 TO FRONT OF ENCLOSURE "A2" LINE 1 1 I I I 3 4 365 'a -i 360 MGS 12-1 97.13'Rt "A2" 367+62.00 TO FRONT OF_FNCLOSURE_ 360 (T) PROPOSED 4"C, 1#8 (G), 1#10 (SIGNAL), 8-DLC, 3-12CSC 1 2 1 NB ROUTE 15 SEE SHEET ED -11 — fo— — — f9— II 32 (T) TIRTL SYSTEM - LOCATION 13 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR EL EC TRICAL WORK ONL Y (T) MGS 12-2 (T) 5111191---„, 142.63'Rt "A2" 367+62 70 TO FACE OF CABINET (T) TIRTL SYSTEM SCALE: 1" = 50 R/W E-13 0 U' A O 0 0 0 rF 0 as f 0 0 H z0 0 =o BORDER LAST REVISED 7/2/2010 USERNAIE -> rspprl4-Pr-svc OGN FILE A> 08000201 78ua01 3.090 RELATIVE BORDER SCALE IS IN INCHES 11U1 2 3 I I UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA w O CHECKED BY STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. \ 1 1 R/W — fo— 1 8 I 1 9 \\ 380 FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). INSTALL 3"C, 2#8 AND 1#8 (G). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE MOUNTED ON POLE. INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. INSTALL 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES.SEE SHEET ED -12 FOR SPLICE DETAILS. SB ROUTE 15 a 3 \ NB ROUTE 15 f - fo — — ,•, 1 4 — to— \ R/W 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 19 CONDUIT TO BE JACK AND BORED UNDER FREEWAY. 32 INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). 35 INSTALL 2#8 AND 1#8 (0) IN CONDUIT. 36 INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17. s8 EXI T_ RAMP 7.28'Rt "A2" 386+59.84 TO FRONT OF ENCLOSURE MGS 13-1 MGS 13-2�. — f o 87.12'Rt "A2" 386+59.84 TO FRONT OF ENCLOSURE PLACE POLE Min 30'FROM EDGE OF TRAVEL WAY (T) TIRTL SYSTEM - LOCATION 14 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY (T) 6 (T) j1 1 1 1-, - 7 1 > I '> 6I191----1) ,—,i o 1 -�4J fo 3 a 3 3 ICC 291 "A2" LINE, 9 8 CEIE — f SEE SHEET ED -12 1.3 131.06'Rt "A2" 386+77.09 TO FACE OF CABINET 390 -- fo— Dist 08 COUNTY Fly ROUTE 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET No. 1 34 TOTAL SHEETS 170 42 REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE TALE sun- OF CAL/FARM/A OR /TS OFFICERS OR AGENTS 5NALL MW 81 RESPONSIBLE FAR T/AE ACCURACY OR CAIPLEr18155 AT SC4/#fO COP/E5 2' TN/5 PLAN SREEr. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 to to TIRTL SYSTEM SCALE: 1" = 50 R/W E-14 0 N A O :0 Ww 00 00 as f W 0 o� z0 0 =o BORDER LAST REVISED 7/2/2010 USER NAME .>rsppul4-p.-Svc CCN FILE •> 0800020178ua014.09n RELATIVE BORDER SCALE 1S IN INCHES 111, 2 UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA W O om F O W J O = Ju 4 W VO x a Or J < 4 � 12 Z 0 L << J a 2 4 J CHECKED BY STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. LEGEND: E FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. 40 INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. 5❑ INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). © INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). 7O INSTALL 3"C, 2*8 AND 1#8 (G). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE MOUNTED ON POLE. El INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. 13 INSTALL TYPE D FOC IN CONDUIT. 14 INSTALL 3"C AND 1 -TYPE D FOC.SEE SHEET ED -12 FOR SPLICE DETAILS. 15 SPLICE TYPE D FOC TO EXISTING FO CABLES. 19 32 36 37 R/W CONDUIT TO BE JACK AND BORED UNDER FREEWAY. INSTALL SPLICE ENCLOSURE AND SPLICE TRAY. SEE CALTRANS STANDARD PLAN ES -8C FOR DETALS. INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). INSTALL 2#8 AND 1#8 (G) IN CONDUIT. INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17. CONTRACTOR TO DISCONNECT FIBER AT NEAREST SPLICE POINT AND PULL BACK TO NEW SPLICE LOCATION.AFTER NEW SPLICE IS CONNECTED, REPULL FIBER BACK TO NEAREST SPLICE POINT AND RECONNECT TO WORKING COMMUNICATIONS. Dist COUNTY ROUTE 08 Riv 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 135 170 LQ REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE TALC surf OF CJL /FORVIA 09 /TS OFFICERS OR IGENTS SMAti MW 8E RES.0VS/8CE F09 J/AE ICCU7ICY 09 COJPIETEA1F55 A, SCIAAEO COR/ES OF TH/5 RYAN 5811!. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 SB ROUTE 15 19.10' Rt "A3" 397+69.18 TO FRONT OF ENCLOSURE 3 4 --fo — R /W 395 —fo —fo- 101.15'Rt "A3" 397+69.18 TO FRONT OF ENCLOSURE MGS 14 -1 -if 14-2 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 8 51 1013 "A3" LINE 9 400 SEE SHEET ED -12 142.94'Rt "A3" 398+00.00 1 PLACE POLE Min 30'FROM TO FACE OF CABINET EDGE OF TRAVEL WAY TIRTL SYSTEM - LOCATION 15 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY 2 NB ROUTE 15 3 4 fig "'====— — �_ — ____to R/W / 8 405 7 / 0 I TIRTL SYSTEM SCALE: 1" = 50 R/W E-15 BORDER LAST REVISED 7/2/2010 USERNAIE->wsppul4-pr-svc OGN FILE -> 0800020178ua015.09n RELATIVE BORDER SCALE IS IN INCHES 112, , 2 3 I I UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA w 0 om F W J Z = Ju 4W (JO x CC O. J < CC I� m i Q 0 L << J a 4 1 CHECKED BY STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. LEGEND: FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. 40 INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. 50 INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). © INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). 70 INSTALL 3"C, 2*8 AND 1*8 (6). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE MOUNTED ON POLE. 10 INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. 13 INSTALL TYPE D FOC IN CONDUIT. 14 INSTALL 3"C AND 1 -TYPE D FOC. 15 SPLICE TYPE 0 FOC TO EXISTING FO CABLES. SEE SHEET ED -12 FOR SPLICE DETAILS. fo — R/W ----fo ----fo 9 z N co 0 +— v 420 MGS 15-1 0 CO MGS 15-2 124.44'Rt "A3" 421+31.17 TO FRONT OF ENCLOSURE 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 R/W 32 6 ICBI15 SEE SHEET ED -12 0 3 --fo-- 19.55'Rt "A3" 421+31.17 TO FRONT OF ENCLOSURE 4 19 CONDUIT TO BE JACK AND BORED UNDER FREEWAY. 32 INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). 35 INSTALL 2#8 AND 1*8 (G) IN CONDUIT. 36 INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17. fo fo— — ----fo SEE SHEET ED -12 fo —fo Q r SB ROUTE 215 TO SB ROUTE 15 CONNECTOR SB ROUTE 15 425 1 7 MGS 16-1 8 9 (T)c� 1 1 LII 14119 r 18.62'Rt 3" 429+45.17 8 I TO FRONT OF ENCLOSURE L.-461131191 3 4 PLACE POLE Min 30'FROM EDGE OF TRAVEL WAY 165.11'Rt "A3" 421+69.52 TO FACE OF CABINET NB ROUTE 15 425 6 TIRTL SYSTEM - LOCATION 16 TIRTL SYSTEM - LOCATION 17 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY ) 430 MGS 16-2� 123.66'Rt "A3" 429+45.17 TO FRONT OF ENCLOSURE 7 430 8 Dist COUNTY ROUTE 08 Riv 15, 215 POST MILES TOTAL PROJECT RO.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 136 170 LQ REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE TALC ST4/E cY CJL/FORVIA A4 /TS OFFICERS G4 IGENrS SN41L MW BE RESPONSIBLE FOR TIC ACCURACY OR CGIPLETEA1E55 Gr SC4AAf0 CGP/E5 2' TN/5 PLAN SREEI. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 f0— -fo- I "A3" LINE 2 3 1 2 PLACE POLE Min 30'FROM EDGE OF TRAVEL WAY 185.73'Rt "A3" 429+60.77 TO FACE OF CABINET TIRTL SYSTEM SCALE: 1" = 50 E-16 BORDER LAST REVISED 7/2/2010 USERNAIE .> wsppwl4•pw•Svc OGN FILE •> 0800020178ua016.Ogn RELATIVE BORDER SCALE IS IN INCHES 1131 , UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA w CHECKED BY - DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. — fo— - fo- ! �fo 4:9 7 8 I9 T� fo 460 1 fo 7 8 9 SEE SHEET ED -13 C 1 1 Exist 4"C, 3-1" INNERDUCTS, 2 TYPE F FOC 0.00'Rt "E" 459+08.60 TO FRONT OF ENCLOSURE MGS 17-1 > Ne MGS 17-2 68.24'Rt "E" 459+08.60 TO FRONT OF ENCLOSURE (T) 100% SUBMITTAL 1 NOT FOR CONSTRUCTION AUGUST 2023 1 'S TO 460 1 co 2 \ \\ N � , fog PLACE POLE Min 30'FROM EDGE OF TRAVEL WAY TO FA4.85'CEtOFE CABINET '62 ,/r O fo fo SB ROUTE 15 "A3" LINE 2 3 NB ROUTE 15 4 TIRTL SYSTEM - LOCATION 18 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY ,fo 6 465 fo fo 7 8 Dist COUNTY 08 Riv ROUTE 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET No. 137 TOTAL SHEETS 170 RILQ STEREO CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE THE STA/E Lr CAL /MAW 09 /TS OFFICERS OR AGENTS SMALL NOT BE RES.0I /BLE F09 TIC ACCUP/CY 09 Caine rent- 55 A9 SCAAAtO COR/ES OF TM/5 PLAN 5811!. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE. CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 LEGEND: 1❑ FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. 50 INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). © INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). 7❑ INSTALL 3"C, 2#8 AND 1#8 (G). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. ® INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE MOUNTED ON POLE. 10 14 15 19 32 35 36 40 INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE MOUNTED ON POLE. INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. INSTALL 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -13 FOR SPLICE DETAILS. CONDUIT TO BE JACK AND BORED UNDER FREEWAY. INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). INSTALL 2#8 AND 1#8 (G) IN CONDUIT. INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17. INSTALL 4-1 GIG SFP INSIDE Exist MINI HUB CABINET. CONTRACTOR TO CONFIRM COMPATIBILTY WITH EXISTING ROUTER. TIRTL SYSTEM SCALE: 1" = 50 E-17 0 N A O :o 0 0 p- 0 as f 0 - c.0 o 12 0 =o BORDER LAST REVISED 7/2/2010 USERNAiiE •> rspprl4-Pr-svc OGN FILE •> 08000201 78ua0 1 I.09n RELATIVE BORDER SCALE 1S IN INCHES 114 2 UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA w 0 CHECKED BY CALIFORNIA - DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. LEGEND: a 10 13 14 15 FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EOUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). INSTALL INSTALL INSTALL INSTALL INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). 3"C, 2*8 AND 1118 (0). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. TYPE D FOC IN CONDUIT. 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -13 FOR SPLICE DETAILS. — f�— fo fo— -- fo— --fo— SB ROUTE 15 fo fo — — — fo- 4170 1 NB ROUTE 15 R /W 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 2 30.97'R? "A3" 474+47.1i/ TO FRONT OF ENCLOSURE MGS 18-1 117.12'Rt "A3' 474+47.17 TO FRONT OF ENCLOSURE MGS 18-2 PLACE POLE Min 30'FROM EDGE OF TRAVEL WAY MELJ LLJLa CONDUIT TO BE JACK AND BORED UNDER FREEWAY. INSTALL TIRTL TRANSMITTER INSIDE TIRTL CABINET ENCLOSURE. INSTALL TIRTL RECEIVER INSIDE TIRTL CABINET ENCLOSURE. INSTALL SPLICE ENCLOSURE AND SPLICE TRAY. SEE CALTRANS STANDARD PLAN ES -8C FOR DETALS. INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). INSTALL 2118 AND 1*8 (0) IN CONDUIT. INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17. CONTRACTOR TO DISCONNECT FIBER AT NEAREST SPLICE POINT AND PULL BACK TO NEW SPLICE LOCATION.AFTER NEW SPLICE IS CONNECTED, REPULL FIBER BACK TO NEAREST SPLICE POINT AND RECONNECT TO WORKING COMMUNICATIONS. SEE SHEET ED -13 —fo---fo— (7) 475 i 6 139.35'Rt "A3" 474+67.94 TO FACE OF CABINET 7 —fo— "A3" LINE Dist COUNTY 08 Riv ROUTE 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 138 170 LQ STEREO CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE TALC surf OF CJL /FORVIA OR /TS OFFICERS OR IGENrs 5NALe MW 8E RESP0VS/8CE F09 J/AE ICCU7ICY 09 COJPIETEA1F55 A9 SCIAAEO COR/ES 09 TN/5 RYAN 5811!. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 — fo— — — fo — — — fo- z 0 0 R/W fo 8 9 TIRTL SYSTEM - LOCATION 19 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY 480 1 2 TIRTL SYSTEM SCALE: 1" = 50 1 3 R/W— E-18 0 U' o O 0 00 f w 0 O as f W 0 o17 g O 0 0 0 o BORDER LAST REVISED 7/2/2010 USERNAIE •> rspprl4-Pr-svc OGN FILE •> 08000201 78ua0 1 8. Oqn RELATIVE BORDER SCALE IS IN INCHES 1157 , I 2 3 I I I UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA w 0 CHECKED BY STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. LEGEND: rn ❑7 0 14 15 19 FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). INSTALL 3"C, 2#8 AND 1#8 (0). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. INSTALL 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -13 FOR SPLICE DETAILS. CONDUIT TO BE JACK AND BORED UNDER FREEWAY. INSTALL TIRTL TRANSMITTER INSIDE TIRTL CABINET ENCLOSURE. EXISTING 3"C, 1 -TYPE D FOC. INSTALL NEW 1 -TYPE D FOC. 32 INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). ©5 INSTALL 2#8 AND 1*8 (G) IN CONDUIT. fo— --fo---fo— SB ROUTE 15 "43" LINE —fo— — ----fo---- -r-- t:14. 4 495 TO TRAFFIC SIGNAL CONTROLLER. REMAINDER OF CIRCUIT NOT SHOWN. NB ROUTE 15 6 QeL SERVICE GTYPE CABINETII ADD:30A, 120V, 1P R/w _ CB (TIRTL) EXISTING 2"C, 2#6 (SIGNAL) 2#10 (LIGHTING), 2#10 (TDC/, 2#6 (WVDS), 1*8 (G) INSTALL 2#8 (TIRTL) 7 8 EXISTING 2"C, 2#6 (WVDS), 1*8 (0) INSTALL 2*8 (TIRTL) 0- • 9 f0 50u ,7 30.94'Rt "A3" 502+88.17 JO, FRONT OF ENCLOSURE D LINE 1 MGS 19-1 2 100.07'Rt "A3" 502+88.17 TO FRONT OF ENCLOSURE EXISTING 3"C, 2#6 (WVDS), 1#8 (G) INSTALL 2*8 (TIRTL) NB ENTRANCE RAMP Se T) ) MGS 19-2 I-1 fo — 6I19 EXISTING 2"C 2#6 (WVDS), 1*8 (0) INSTALL 2*8 (TIRTL) SEE SHEET ED -13 fo 4 505 140.29'Rt "A3" 502+85.52 TO FACE OF CABINET 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 TIRTL SYSTEM - LOCATION 20 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY Dist COUNTY 08 Riv ROUTE 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET No. 139 TOTAL SHEETS 170 LQ REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE THE STA/E OF CJL/FORVIA 09 /TS OFFICERS OR IGtNrs SNAL1 M9T BE RESPONSIBLE F09 TIRE ACCUP/CY 09 CaPLETE8SS A' SCAA61f0 COP/ES OF TN/S PLAN 5811!. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE. CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 S B 4.xIT R4MA fo b fo TIRTL SYSTEM SCALE: 1" = 50 7 fo E-19 0 0 M A N N 0 0 0 s f o1- a o 0 =o BORDER LAST REVISED 7/2/2010 USERNAIE .> rspprl4-pr-svc OGN FILE •> 0800020178ua019.Ogn RELATIVE BORDER SCALE IS IN INCHES 1161 , 2 UNIT 2232 PROJECT NUMBER & PHASE 08000201781 Dist COUNTY ROUTE POST MILES T OTAL SHEET No. TOTAL SHEETS NOTES: 08 Riv 15, 215 R0.0/9.J8cT 140 170 R8.9/R9.9 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. ^ 08-04-23 ,eLQ . I°N* 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. A STEREO DATE 99O{ESS CIVIL ENGINEER :4,75f:6( LA R JR LEGEND: PLANS APPROVAL DATE s 06-30-25 1 FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. 16 INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE ON CONCRETE PAD. SEE SHEET ED -21 FOR DETAILS. P En. TALC START cY CALIFORNIA OR /T5 Cella -RS ova OR 'awn SNUG MVT Be RESPONS/9Ge FOR f. c�/Es ICY q em ss of sckvAro ' a,. G,�„ 5 INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). 19 CONDUIT TO BE JACK AND BORED UNDER FREEWAY. wsP USA 1100 TOWN & COUNTRY RCTC r m o 6 INSTALL 3°C AND 1-CAT6 CABLE (TIRTL). ge INSTALL TIRTL RECEIVER INSIDE TIRTL CABINET ENCLOSURE. SUITEORANG200 92868 4080 LEMON St RIVERSIDE, CA 92501 REVISED DATE REV1! 7 10 13 INSTALL 3"C, 2#8 AND 1*8 (6). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. INSTALL TYPE D FOC IN CONDUIT. 32 92 36 INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). INSTALL 2*8 AND 1#8 (G) IN CONDUIT. INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17. ITE PLOTTED •> 4-AUG-2023 ME PLOTTED •> 20:4T " MARLO MAYNIGO JOE DE LA GARZA 14 15 INSTALL 3"C AND 1 -TYPE D FOC. SPLICE TYPE D FOC TO EXISTING FO CABLES. SEE SHEET ED -13 FOR SPLICE DETAILS. Raw CALCULATED - DESIGNED BY CHECKED BY o/ fo` R/W R/w kV S � to B EkIT fog to ," 6(E)(T) RAMP _fog X CONSULTANT FUNCTIONAL SUPERVISOR MELISSA BRADY fc, _ P* 1 f0 3 1 \. SB _ fo 0415 SEE SHEET ED -13 ROu l E 15 to �f)!3 9 510 1 y_ 1 R/W fay 3 A3" LINE 0 1 1 4 �� Po Sig ,1 6 c) o ALIFORNIA - DEPARTMENT OF TRANSPORTATION T) NB ROUTE 15 3. I 9 (T) 520 6 1 ' 1 • r 56.45' Rt "A3" 517+90 1' TO FRONT OF ENCLOSURE —RA Ri1y r = -, It 121.77'Rt "A3" 515+90.02 1 3 TO FACE OF CABINET (T) 51 126 126.60' Rt "A3" 571+90 10135 2 TO FRONT OF ENCLOSURE i R/W PLACE POLE MINIMUM 30' 3 FROM EDGE OF TRAVEL WAY STATE OF C e NOT 100% SUBMITTAL FOR CONSTRUCTION AUGUST 2023 TIRTL SYSTEM TIRTL SYSTEM - LOCATION 21 0 MODIFYING FIBER OPTIC SYSTEM SCALE: 1" = 5", E-20 APPROVED FOR ELECTRICAL WORK ONL Y o o ! ' -, o BORDER LAST REVISED 7/2/2010 USERNAIE •>wspprl4-pr-svc OGN FILE -> 0800020178u°020.ogn RELATIVE BORDER SCALE Is IN INCHES nil' 1 i i I UNIT 2232 PROJECT NUMBER & PHASE 08000201781 Dist COUNTY ROUTE MS t P PAWL SHEET No. tOTAL SHEETS NOTES: 08 Riv 15, 215 R0.0/9.8cT 141 170 R8.9/R9.9 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 13 INSTALL TYPE D FOC IN CONDUIT. �jJ F 4�� 08-04-23 ES ° S/ 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. 14 INSTALL 3"C AND 1 -TYPE D FOC. A STERED V J 1 DATE pa°H CIVIL ENGINEER e ��° 05E R D + - LA GARZA JR " 19 CONDUIT TO BE JACK AND BORED UNDER FREEWAY. C59366 LEGEND: PLANS APPROVAL DATE a No s 1 FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. 21 E INSTALL WIRELESS MODEM IN CABINET. INSTALL TIRTL RECEIVER INSIDE TIRTL CABINET ENCLOSURE. P E„P06-3O-25 m SUUrr Cr CAL/P0604,107 /75 C4,1741775 clva oe Ic£Nrs SNAG M9T BE RfsaWS/BGf roe f. cop/es �maFL FrfrrAr 'rss or scAn/lco 'to,. cm. 3 INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE ON TYPE 60MC MOD TIRTL CB. SEE SHEET C-22 FOR DETAILS. E INSTALL SPLICE ENCLOSURE AND SPLICE TRAY. SEE CALTRANS WSP USA 1100 TOWN & COUNTRY RCTC >- w 5 INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). STANDARD PLAN ES -8C FOR DETALS. SUITE 200 ORANGE, CA 92868 4080 LEMON St RIVERSIDE, CA 92501 REVISED DATE REV1! 6 INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). 7 INSTALL 3"C, 2#8 AND 1#8 (6). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. gs 02 36 INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). INSTALL 2#8 AND 1#8 (G) IN CONDUIT. 14 INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17 1 ITE PLOTTED •> 4-AUG-2023 WE PLOTTED •> 20:46 MARLO MAYNIGO JOE DE LA GARZA 10 INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. — - — - _ - _ _ — _ _ _ — _� _ — _ — _ (rl 4E" LINE w — ,.E„ _—__—___�-------- 14 LINE 4 14 —r— -- 1 2 j _ -�-� �, 470 14 (T) - � — f ` r 6 —�r.� � 7 sNB ROUTE 2:EXIT n., 5 N RAMP q 4 —' C") S r J 1- co0 w w o 1 CALCULATED - DESIGNED BY CHECKED BY c1 Am .1 1 x CONSULTANT FUNCTIONAL SUPERVISOR MELISSA BRADY 1 14 .._ 14 SB ROUTE 215 ---------- (T) � -1=11.80' Lt "E" 507+17.166 TO FRONT OF ENCLOSURE ------------ ----------- t I I (T) I I------'----- 9A E a �- z I_--- I I I I 1LINE ._ _ 5 6 7 8 9 500 1 2 3 4 505 6 7 8 NB ROUTE 215 1 z ALIFORNIA - DEPARTMENT OF TRANSPORTATION v 32 N 1 3 5 32 I 61 1• 0 F- Ix z _ '—� w �fRANCE RAMP a ° 90.05' Rt " 5E 05+88.50 221 6 —_ -_ ~w(T) - --- -- • 0 a w � 58 EN cn TO FACE OF CABINET - — 9 14 7 O MGS 20-1 FR EDGEEOFOTRAVEL WAY w NB ENTRANCE RAMP +3 73.40'Rt "E' 14 TO FRONT OF tc qMP 507+17.166 ENCLOSURE STATE OF C e 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 TIRTL SYSTEM - LOCATION 22 TIRTL SYSTEM MODIFYING FIBER OPTIC SYSTEM SCALE: 1" = 5", E-21 APPROVED FOR ELECTRICAL WORK ONLY � ~ gg o ' - o BORDER LAST REVISED 7/2/2010 USERNAIE -> rspprl4-pr-Svc DGN FILE -> 0800020178uo021.09n RELATIVE BORDER SCALE Is IN INCHES 11 1 1 1 1 1 1 RAW UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x x REVISED BY DATE REVISED MARLO MAYNIGO DE LA GARZA w Om 1- 4 O 4 W —/Z U = Ju 4 W WO I� CC a 0 J < CC O m r Q V << J a 2 4 1 Zut CHECKED BY STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. LEGEND: FURNISH AND INSTALL MODEL 334 LS CABINET AND INSTALL CONCRETE EQUIPMENT PAD. FRONT DOOR OPENING SHALL FACE NORTH. SEE SHEET ED -1 FOR EQUIPMENT LAYOUT. INSTALL TIRTL TRANSMITTER IN TIRTL ENCLOSURE ON TYPE 60MC MOD TIRTL CB. SEE SHEET C-22 FOR DETAILS. INSTALL 3"C AND 2-CAT6 CABLE (TIRTL). INSTALL 3"C AND 1-CAT6 CABLE (TIRTL). INSTALL 3"C, 2#8 AND 1#8 (0). TERMINATE POWER AT PROPOSED MODEL 334 LS CABINET. 510 11 1? 13 - -----------------1 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 (T) E 4097.42' Z a 13 14 19 21 a 32 35 36 INSTALL TIRTL RECEIVER IN TIRTL ENCLOSURE MOUNTED ON POLE. INSTALL 2-3"C, 2-CAT6 CABLE (TIRTL) AND 1 -TYPE D FOC. INSTALL TYPE D FOC IN CONDUIT. INSTALL 3"C AND 1 -TYPE D FOC. CONDUIT TO BE JACK AND BORED UNDER FREEWAY. INSTALL WIRELESS MODEM IN CABINET. INSTALL TIRTL RECEIVER INSIDE TIRTL CABINET ENCLOSURE. INSTALL SPLICE ENCLOSURE AND SPLICE TRAY. SEE CALTRANS STANDARD PLAN ES -8C FOR DETALS. INSTALL 1"C PVC, 1-CAT6 CABLE (TIRTL). INSTALL 2#8 AND 1#8 (G) IN CONDUIT. INSTALL SOLAR POWER SYSTEM. SEE DETAIL A ON SHEET ED -17. SB EXIT RAMP SB ROUTE 215 "E" LINE 515 16 NB ROUTE 215 NB ENTRANCE RAMP TIRTL SYSTEM - LOCATION 23 MODIFYING FIBER OPTIC SYSTEM APPROVED FOR ELECTRICAL WORK ONLY 0.00'Rt "E" 519+61.75 TO FRONT OF ENCLOSURE 69.16'Rt "E" 519+61.75 TO FRONT OF ENCLOSURE _ I 17 18 A 520 11311 9 Dist COUNTY ROUTE 08 Riv 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 142 170 RILQ REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE TALC sun- OF CJL /FORVIA OR /TS OFFICERS OR IGENrs SNA[C MW 8E RESPORS/8CE FOR J/AE ACCU7/CY 09 COJPIETEAIF55 A, SCAAAEO COR/ES OF TN/5 fl4N 5811!. WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 1121 21 22 78.79'Rt "E" 520+02.08 TO FACE OF CABINET PLACE POLE Min 30'FROM EDGE OF TRAVEL WAY TIRTL SYSTEM SCALE: 1" = 50 E-22 BORDER LAST REVISED 7/2/2010 USERNAIE->wsppul4-pr-svc OGN FILE -> 0800020178ua022.Ogn RELATIVE BORDER SCALE IS IN INCHES 11g , 2 3 I I UNIT 2232 PROJECT NUMBER & PHASE 08000201781 x x REVISED BY DATE REv1SED MARLO MAYNIGO DE LA GARZA w 0 CHECKED BY >- cc J LIFORNIA - DEPARTMENT OF TRANSPORTATION 1- 1- 1/1 1 NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. 4. THE GRAYED OUT LINE WORK IS SHOWN FOR REFERENCE ONLY SEE SHEETS E-2 AND E-5 FOR MORE INFORMATION. CONDUCTOR AND CONDUIT SCHEDULE CONDUCTOR DESIGNATION RUN NUMBER NUMBER OF CONDUCTORS 0 © ® ® & *8 SERVICE - - - - - - - #10 SIGNAL COMMON 1 1 1 1 1 1 2 DLC SURVEILLANCE - - - - - 16(E) 16(E) DEMAND - 3 6 3 9 9 9 PASSAGE - 1 2 1 3 3 3 QUEUE - - - - - - 8 COUNT - - - - - - - TOTAL DLC's PER RUN - 4 8 4 12 28 36 *8 GROUND 1 1 1 1 1 1 1 12CSC RAMP SIGNAL 1 2 1 2 3 3 3 5CSC FLASHING BEACON - - - - - - 2 CCTV CABLE - - - - - - 1 PERCENT FILL 18 19 16 19 19 29 21 CONDUIT SIZE 2"(E) 3" 3" 3" 4"(E) 4"(E) 2133('€) ALL CONDUCTORS/CABLES AND CONDUITS ARE NEW UNLESS INDICATED AS (E) - EXISTING 175 —f0---fo— EXISTING 3"C, 3#6 (RM SERVICE) 3#6 (CAMERA) ADD: 2#8 (DMS), 2#8 (TIRTL), 1#8 (G) NB EX/- RAMP rr ' /C. �P / es<e 8 9 - fo- / EXISTING 2"C, 3#6 (RM SERVICE) / '' ADD: 2#8 (DMS), 2/ (G8) (TIRTL), 1#8<,/' 1. EXISTING 2"C, 3#6 (RM SERVICE), 3#6 (CAMERA) ADD: 2#8 (DMS), 2#8 (TIRTL), 1#8 (G) 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 LEGEND: (THIS SHEET ONLY) ❑1 INSTALL DEPARTMENT -FURNISHED NEW MODEL 2070 CONTROLLER WITH TYPE 1C MODULE, DMS CONTROLLER, NEW ETHERNET SWITCH AND 12 SMFO FDU IN Exist TYPE 334 CABINET. g PROTECT IN PLACE EXISTING RMS FLASHING BEACON ASSEMBLY. �3 FURNISH AND INSTALL NEW POLE FOUNDATION FOR RELOCATED TYPE 27-4-100 SIGNAL POLE. E EXISTING 120/240 V TYPE III -CF SERVICE EQUIPMENT ENCLOSURE WITH 2 -TYPE V PEC AND WITH THE FOLLOWING CIRCUIT BREAKERS: METER A: TC-1 (CTID No. 08-56-015-0-003.576-S) 100 A 240 V 2P CB (MAIN) 30 A 120 V 1P CB (RAMP METERING LOCATION 1) 20 A 120 V 1P CB (IRRIGATION CONTROLLER "B") 20 A 120 V 1P CB (CCTV - DIGITAL CAMERA) ADD:30 A 120 V 1P CB (DMS) 30 A 120 V 1P CB (TIRTL) METER 8: LS -3 (CTID NO. 08-56-015-0-003.576-L) 100 A 240 V 2P CB (MAIN) 30 A 240 V 2P CB LIGHTING) (N & S) 30 A 240 V 2P CB SIGN ILLUMINATION) (N & S) 15 A 120 V 1P CB TEST SWITCH - SIGN) SB ENTRANCE RAMP o' / 180 - - EXISTING 3"C, 2#14 (FLASHING BEACON), 2#14 (SPARE), 3-DLC, 1#6 (G) da / / EXISTING 2"C, 1 CAT 5E CABLE 1#8 (G) .—T— 2 NB ROUTE 15 EXISTING 2"C 3#6 (RM SERVICE) EXISTING 2"C ADD: 2#8 (DMS), 6 (RM SERVICE) 2#8 (TIRTL), 1#8 ADD: 2#8 (DMS), (G), - 2#8 (TIRTL), 1#8 - (G) EXISTING 2"C, 4#14 (FLASHING BEACON), 4#14 (SP RE), 5-DLC, 1#6 EXISTING 2"C, 2#14 (FLASHING BEACON), 2#14 (SPARE), 1#6 (G) EXISTING 2"C, 4#14 (FLASHING BEACON), 4#14 (SPARE), 5-DLC, 1#6 (G) ADD: 3-DLC EXISTING 2"C, 2#6 (RM SERVICE) 1#6 (G) ADD: 2 -TYPE D EXISTING 2"C FOC (DMS), 2#8 1 CAT 5E CABLE, (TIRTL) 1#8 (G) EXISTING 2"C, 4#14 (FLASHING BEACON), 4#14 (SPARE), 5-DLC, 1#6 (G) ADD: 3-DLC MODIFYING RAMP METERING SYSTEM (SR 79/TEMECULA Pkwy AT NB 1-15 RAMP) APPROVED FOR EL EC TRICAL WORK ONL Y SB ROUTE 15 "42'l LINE x-56 3 )R L.j EXISTING 3"C 1 CAT 5E CABLE, 1#8 (G) Dist COUNTY 08 Riv ROUTE 15, 215 POST MILES TOTAL PROJECT R0.0/9.8 R8.9/R9.9 SHEET TOTAL No. SHEETS 143 170 LQ REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE TALC sun- OF CA/IOW/4 09 /TS OFFICERS 09 IGENTS SMALe MW BE RESRGYS/BLE FOR TIC ICCU7ICY 09 COIPIET(8155 OF SCIARf° COP/r5 GY ORS P[IN 5811!. OSE R D LA GARZA JR N, C59366 Exp06-30-25 CIVIL WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 6 R/W R/W LEGEND: (CONTINUED) 7 NB -I. 8 R /W O INSTALL RAMP METER LIMIT LINE LOOPS. SEE INSTALLATION DETAIL ON SHEET ED -15. © INSTALL 2-DMS (3'X3') ON TYPE 1-B POLE. SEE SHEET ED -23 FOR DETAILS. O 3"C, 2#8 AND 1#8 (G) AND 2 -TYPE D FOC CABLE (DMS). MODIFYING RAMP METERING SCALE: 1" = 50 SYSTEM E-23 0 •0 00 Ww 00 C1.6. 1-'- W 0 0 H i 0 0 It 1 0 o BORDER LAST REVISED 7/2/2010 USERNAIE •> rspprl4-Pr-svc OGN FILE •> 08000201 78ua023. 09n RELATIVE BORDER SCALE IS IN INCHES 12U, 3 UNIT 2232 PROJECT NUMBER & PHASE 08000201781 Dist COUNTY ROUTE SHEET No. TOTAL SHEETS EVISED BY 0 MARLO MAYNIGO w 0 0m W r p W J z V = J N 4w V0 CHECKED 8 .1 W CTIONAL S u. 1- I z z V a cc CC Ci- uJ W a w N NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. 4. THE GRAYED OUT LINE WORK IS SHOWN FOR REFERENCE ONLY SEE SHEET E-8 FOR MORE INFORMATION. EXISTING 3"C, 2#8 (WVDS), 2#4 (WVDS), 2#8 (DATA NODE), 1#6 (0) ADD: 2#4 (RM SERVICE.)', 2#8 (DMS), 1#8 (G) EXISTING 3"C 2#8 (WVDS) 2#4 (WVDS), 1#6 (G') ADD: 2#4 (RM SERVICE), 2#8 (DMS), 1#8 (G) EXISTING 3"C 2#4 (WVDS), 1#6 ('0) ADD: 2#4 (RM SERVICE) 2#8 (DMS), 1#8 (G) EXISTING 2"C, 2#4 (WVDS), 1#6 (G) ADD: 2#4 (RM SERVICE) 2#8 (DMS), 1#8 (GI 9 8 EXISTING 2"C 2#4 (STREET l LIGHTING) 1#6 (G)� ADO: 2#8 AND 1#8(G)(DMS) AND 1 -TYPE D FOC CABLE (DMS). ae c T RgMp 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 EXISTING 3"C, 2#4 (WVDS)- 1#6 (6) ADD 2#4 (RM SERVICE) #8 (DMS), 1#8 (G) ;it 1CC CONDUCTOR AND CONDUIT SCHEDULE CONDUCTOR DESIGNATION RUN NUMBER NUMBER OF CONDUCTORS #10 SIGNAL COMMON 1 1 1 2 DLC DEMAND - - 9 9 PASSAGE - - 3 3 QUEUE - - - 7 TOTAL DLC's PER RUN - - 12 19 #8 GROUND 1 1 1 1 #8 DMS - - - 3 12CSC RAMP SIGNAL 1 1 3 3 5CSC FLASHING BEACON - - - 2 CAT6 CABLE (TIRTL) - - - 2* 12 SMFO (TIRTL) - - - 1* 12 SMFO (DMS) - - - 2 12 SMFO (RAMP METER) - - - 1 PERCENT FILL 18 8 19 18 CONDUIT SIZE 2" 3" 4" 2-4" *SEE SHEET E-8 F ABLE INSTALLATION f OR fo—C— —fo— \ EXISTING 3"C PROPOSED \ TYPE D FOC ('TIRTL) (SEE SHEET E-8) ADD: TYPE 0 FOC (RM) \\ "A2" LINE 2 \\\-------EXITING 3"C, 2-CAT5E CABLE, PROPOSED TYPE \\ D FOC (TIRTL) (SEE NB ROUTE 15\\ SHEET E-8) 0 ADD: TYPE D FOC (RM) EXISTING 3"C, 1-CATSE CABLE PROPOSED TYPE D FOC (TIRTL( (SEE SHEET E-8) ADD: 1-DLC, TYPE D FOC (RM) (T)i f EXISTING 120 / ENCLOSURE METER 1: 100 A, 240 20 A, 120 20 A, 240 20 A, 240 30 A, 120 20 A, 120 20 A, 120 20 A, 120 ADD:30 A, 120 30 A, 120 240 V TYPE III -CF SERVICE EQUIPMENT V, MAIN TC-1 i'1P CB P B(IRRIGATION) V, 2P CB (SIGN) V, 2P CB ((LIGHTING) V, 1P CB RAMP METERING) V, 1P CB DATA NODE) V, 1P CB WVDS) V, 1P CB (WVDS) V, 1P CB ((RAMP METERING) V, 1P CB DMS) CTID: 08 -56 -015 -0 -R005.000 -M METER 2: 100 A, 240 V, 2P CB MAIN LS -3 40 A, 240 V, 2P CB (LIGHTING) 30 A, 240 V, 2P CB (SIGN) 20 A, 120 V, 1P CB (SPARE) 15 A, 120 V, 1P CB `CONTROL) CTID: 08 -56 -015 -0 -R005.001 -M /l.: L_,•__ fO — fo— SB ROUTE 15 PROPOSED 3"C, 1" TYPE D FOC (SEE SHEET E-8 ADD: 1-DLC, TYPE D FOC (RM 265 EXISTING 2"C 2#4 (WVDS), 1#6 ('G) ADD: 2#4 (RM SERVICE), 2#8 (DMS), 1#8 (G) 3 3 0 3 D 7 3 PROPOSED 3"C, 2#8 AND 1#8 (G) (SEE SHEET E-8) ADD: 2#4 (RM SERVICE) 2#8 (DMS), 1#8 (G) LEGEND: (THIS SHEET ONLY) ❑1 ❑2 fo INSTALL DEPARTMENT -FURNISHED NEW TYPE 334LS CONTROLLER CABINET COMPLETE WITH MODEL 2070 CONTROLLER, TYPE 1C MODULE, DMS CONTROLLER ETHERNET SWITCH AND 12 SMFO FDU ON NEW FOUNDATION. SEE SHEET ED -15 FOR EQUIPMENT LAYOUT. INSTALL FLASHING BEACON POLE AND MAST ARM PER CSP ES -14C. INSTALL 1-DMS (3'X3') ON MAST ARM CENTERED OVER SHOULDER. INSTALL 1-DMS (4'X4') TO BE INSTALLED ON POLE. SEE SHEET ED -22 FOR DETAILS. INSTALL TYPE 28-5-100(MOD) SIGNAL STANDARD WITH SIGNAL HEADS. SEE DETAILS ON SHEET ED -20. INSTALL TYPE 1-B (10') SIGNAL STANDARD WITH SIGNAL HEADS. FOR DETAILS SEE SHEET ED -15. RAMP METERING SYSTEM (RANCHO CALIFORNIA Rd AT NB 1-15 RAMP) APPROVED FOR ELECTRICAL WORK ONL Y — fo — POST MILES TOTAL PROJECT 08 Riv 15, 215 R0.0/9.8 R8.9/R9.9 144 170 CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE Tn£ STATE OF CALIFORNIA OR /T5 OFFICERS OR AGENTS SNAIL AOT SE RESPONS/BC£ FOR INC ACCURACY OR couPtETEAEY5 or SCAAIIO CO°/ES or TN/S PLAN SNEET. Q„pf f 0* OSE R D LA GARZA JR N, C59366 Ev 06-30-25 CIVIL 0, uL1rOti WSP USA 1100 TOWN & COUNTRY SUITE 200 ORANGE, CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 1© 3"C, 2-DLC. 1I CONDUIT TO BE JACK AND BORED UNDER FREEWAY. 1© INSTALL 1-DMS (3'X3') ON TYPE 1-B POLE. SEE SHEET ED -22 FOR DETAILS. 1® 3"C, 2#4 (RM SERVICE), 2#8 (DMS), 1#8 (0) 1© SPLICE TYPE D FOC (RM) TO EXISTING FO CABLES. SEE SHEET ED -10 FOR SPLICE DETAILS. — fo— -- fo— --fo— SB EXIT RAMP PROPOSED 3"C, 2-CAT6 CABLE (TIRTL) TYPE D FOC (SEE SHEET €-8) ADD: 1-DLC, TYPE D FOC IRM) 9 270 O INSTALL YELLOW RMS W3-8 "RAMP METERED SHEET ED -15. ©A D' 1#8(G)(DMS) AND �7 3"C, 18 (G), 2 DLC, AND 1#8(G)(DMS) AND 11 9A R/W FLASHING BEACON ASSEMBLY WITH WHEN FLASHING" SIGN PER DETAIL 2-5 CSC (FLASHING BEACON), 2#8 2 -TYPE D FOC CABLE (DMS). 2-5 CSC (FLASHING BEACON), 2#8 2 -TYPE D FOC CABLE (DMS). 3"C, 1-5 CSC (FLASHING BEACON), 2#8 AND 1#8(G)(DMS) AND 1 -TYPE 0 FOC CABLE (DMS). NOT USED. 1- 2 INSTALL RAMP METER LIMIT LINE LOOPS. SEE INSTALLATION DETAIL ON SHEET ED -15. INSTALL 1-DMS (3'X3') ON EXISTING STREET LIGHT POLE. SEE SHEET ED -22 FOR DETAILS. f 3"C, 2#8 AND 1#8(G)(DMS) AND 1 -TYPE D FOC CABLE (DMS), 2-DLC. RAMP METERING SYSTEM SCALE: 1" = 50' E-24 leo Q O 4 0 O 0 O O 0 BORDER LAST REVISED 7/2/2010 USERNAIE •>wsppwl4-pot- Svc DGN FILE e> 0800020178uo024.dgn RELATIVE BORDER SCALE q 1 2 110 15 IN INCNES —1 1 I 1 I I I UNIT 2232 PROJECT NUMBER & PHASE 08000201781 Dist COUNTY ROUTE x x REVISED BY DATE REVISED MARLO MAYNIGO JOE DE LA GARZA om 1- 1- O W J Z = Jv' W vo CHECKED BY CONSULTANT FUNCTIONAL SUPERVISOR CALIFORNIA - DEPARTMENT OF TRANSPORTATION 5 O~ MELISSA BRADY NOTES: 1. FOR GENERAL NOTES, LEGEND AND ABBREVIATIONS, SEE SHEET E-1. 2. FOR ACCURATE RIGHT OF WAY DATA, CONTACT RIGHT OF WAY ENGINEERING AT THE DISTRICT OFFICE. 3. FOR PROPOSED MGS, SEE SHEET C-21. 4. THE GRAYED OUT LINE WORK I5 SHOWN FOR REFERENCE ONLY. SEE SHEET E-12 FOR MORE INFORMATION. LEGEND: (THIS SHEET ONLY) El INSTALL DEPARTMENT -FURNISHED NEW TYPE 334LS CONTROLLER CABINET COMPLETE WITH MODEL 2070 CONTROLLER, TYPE 1C MODULE, ETHERNET SWITCH AND 12 SMFO FDU ON NEW FOUNDATION. SEE SHEET ED -15 FOR EQUIPMENT LAYOUT. EXISTING TYPE III -C 120/240V SERVICE EQUIPMENT ENCLOSURE. ADDRESS: 41634 WINCHESTER RD. CTID: 080560160006.638M METER A: 100 A, 240 V, 2P CB (MAIN BREAKER) LS -3 30 A, 240 V, 2P CB LTG) 30 A, 120 V, 1P CB LTG) 30 A, 120 V, 1P CB SIGNAL) 15 A, 120 V, TEST SWITCH (FUTURE) ADD:30 A, 120 V, 1P CB (RAMP METER) 30 A, 120 V, 1P CB (RAMP METER) 30 A, 120 V, 1P CB (DMS) METER B: 100 A, 240 V, 2P CB (MAIN BREAKER) TC-1 50 A, 120 V, 1P CB SIGNAL) 20 A, 120 V, 1P CB CITY CCTV) 15 A, 120 V, 1P CB WVDS) 15 A, 120 V, 1P CB FUTURE) 15 A, 120 V, 1P CB (TDC) • .4 345 EXISTING 1 1/2"C 2#8 (LTG), 2#12 (LTG) ADD: 2#8 (DMS), 1#8 (0) 100% SUBMITTAL NOT FOR CONSTRUCTION AUGUST 2023 6 CONDUCTOR AND CONDUIT SCHEDULE CONDUCTOR DESIGNATION RUN NUMBER NUMBER OF CONDUCTORS A A A A\ #10 SIGNAL COMMON 1 1 2 1 1 2 DLC SURVEILLANCE - - - - - - DEMAND - 6 6 - 6 6 PASSAGE - 2 2 - 2 2 QUEUE - - 4 - - 4 COUNT - - - - - - TOTAL DLC's PER RUN - 8 12 - 8 12 #4 SERVICE - - 2 - - 2 #g SERVICE - - 2 - 2 * 2 *8 GROUND 1 1 1 1 1 1 #8 DMS - - - - - 2 12CSC RAMP SIGNAL 1 2 2 1 3 3 5CSC FLASHING BEACON - - 2 - - 2 12 SMFO - - 1 - - 2 PERCENT FILL 8 23 18 8 19 23 CONDUIT SIZE 3" 3" 2-3" 3" 4" 2-3" SHEET E-13 FOR tl 11` \\ R v; 8 CABLE INSTALLATION 9 AZ" LINE 1 350 PROPOSED 3"C 2-CAT6 CABLE (TIRTL) 2 -TYPE D FOC (TIRTL) (SEE SHEET E-12) ADD: TYPE D FOC (RM) 1l RAMP METERING SYSTEM (SR 79/WINCHESTER Rd AT NB 1-15 RAMP) (SR 79/WINCHESTER Rd AT NB 1-15 LOOP RAMP) APPROVED FOR ELECTRICAL WORK ONLY 2 f fo 3"C, 5 CSC (FLASHING BEACON) INSTALL TYPE 1-6 (10') SIGNAL STANDARD WITH SIGNAL HEADS. FOR DETAILS SEE SHEET ED -15. INSTALL RMS FLASHING BEACON ASSEMBLY WITH W3-8 "RAMP METERED WHEN FLASHING" SIGN PER DETAIL SHEET ED -15. 3"C, (2) 2#4 (SERVICE), 2#8 (SERVICE), 1#8 (G), 2#8 AND 1#8 (G) (DMS) 3"C, (2) 2#4 (SERVICE), 2#8 (SERVICE), 1#8 (G), 2#8 AND 1#8 (G) (DMS). 3"C, 1-5 CSC (FLASHING BEACON). CONDUIT TO BE JACK AND BORED. POST MILES TOTAL PROJECT SHEET No. TOTAL SHEETS 08 Riv 15, 215 R0.0/9.8 R8.9/R9.9 145 170 LQ REd`.(STERED CIVIL ENGINEER 08-04-23 DATE PLANS APPROVAL DATE T* sun- Ar CJL/PGWNu A9 /TS OFFICERS OR IG(Nrs SNA[e MW 8E RESROVS/BLE FOR Tie ICCU7ICY OR COJPIEr18155 Ar scowO COP/E5 2' rN/5 ROAN 5811!. WSP USA 1100 TOWN Sc COUNTRY SUITE 200 ORANGE. CA 92868 RCTC 4080 LEMON St RIVERSIDE, CA 92501 3"C, 2#8 AND 1*8 (G) (DMS) AND 1 -TYPE D FOC CABLE (DMS), 2#4 (SERVICE), 2#8 (SERVICE) 3"C, 2 DLC, 1-5 CSC (FLASHING BEACON), 2#4 (SERVICE), 2#8 (SERVICE) f t0` f0+ 0 0 SB ROUTE 15 ""—PROPOSED 3"C, 2 -TYPE 0 FOC (TIRTL) (SEE SHEET E-12) ADD: TYPE D FOC (RM) 4 355 NB ROUTE 15 —PROPOSED 3"C 1-CAT6 CABLE (TIRTL)', 2 -TYPE D FOC (TIRTL) (SEE SHEETE-12) _ - ADD: TYPE D FOC (RM) � 2© 3"C, 1 -TYPE D FOC CABLE (DMS) 24 3"C, 2 DLC, 1-5 CSC (FLASHING BEACON) 2` EXISTING 1 1/2"C, 2#8 (LTG), 2#12 (LTG) ADD: 2#8 (DMS), 1#8 (G), 2#4 (SERVICE), 2#8 (SERVICE) 26 3"C, 1 -TYPE D FOC CABLE (DMS). CONDUIT TO BE JACK AND BORED. 2© 3"C, 1 -TYPE D FOC CABLE (RM). CONDUIT TO BE JACK AND BORED. 2® SPLICE TYPE D FOC (RM) TO EXISTING FO CABLES. SEE SHEET ED -11 FOR SPLICE DETAILS. 3 6 a 0 D 0 1 16 g07115 - PROP 3"C, 1#8(G3 SEE SHEET E-13 3"C 2#8 AND 1*8 (G) (DMS), (4) 2#4 (SERVICE), (2) 2#8 (SERVICE), 1#8 (G) 1© INSTALL TYPE 28-5-100(MOD) SIGNAL STANDARD WITH SIGNAL HEADS. SEE DETAILS ON SHEET ED -20. 13 INSTALL 1-DMS (3'X3') ON TYPE 1-B POLE. SEE SHEET ED -22 FOR DETAILS. 0E3 3"C #4, (4M) S) 2#4 (SERVICE), (2) 2#8 (SERVICE), 1#8 (G), 2#8 AND 1 {D 1© 3"C, 2#8 (DMS), 1#8 (G), 2#4 (SERVICE), 2#8 (SERVICE) El INSTALL DEPARTMENT -FURNISHED DMS CONTROLLER INSIDE CONTROLLER CABINET. 1©3"C, 2#4 (SERVICE), 2#8 (SERVICE) 1® INSTALL RAMP METER LIMIT LINE DETAIL ON SHEET ED -15. 1® INSTALL 1-DMS (3'X3') ON Exist STREET LIGHT POLE. SEE SHEET ED -22 FOR DETAILS. 2A3"C, 4 DLC, 2-5 CSC (FLASHING BEACON), 2 -TYPE D FOC CABLE (DMS). 1 -TYPE D FOC CABLE (RM). 213"C, 2 DLC, 2-5 CSC (FLASHING BEACON), 2 -TYPE D FOC CABLE (DMS). 2®3"C, 2 -TYPE D FOC CABLE (DMS) LOOPS. SEE INSTALLATION RAMP METERING SYSTEM SCALE: 1" _ E-25 LAST rttvISIQN 0 0 0 0 0 0 BORDER LAST REVISED 7/2/2010 USERNAIE -> rspprl4-p--svc OGN FILE -> 0800020178uo025.090 RELATIVE BORDER SCALE IS IN INCHES 122 , UNIT 2232 PROJECT NUMBER & PHASE 08000201781 Exhibit "B" Detailed Diagram of the ITS system 1-15 I I 1 I I I I 1 I 1 I I I I I I I I I I I I I I I 1 1 I I I 1 I I 1 I I I I I I I I I 1 I I I I I 1 I I I I I I I I 1 I I I I I I I I I I 6] 1 1 L r I r1 i i Roadside Cabinet 1 Ethernet Switch STREAMS)] FP TIRTL Processor, Loop Controller -1 2070 ATC Beacon RamP Sign Roadside Cabinet Ethernet Switch I: STREAMS FP TIRTL Processor VSLS Controller Jump Boo( RCTC System Maintenance Warranty VPN 110 STREAMS STREAMS Application Explorer Server () STREAMS AWS Network STREAMS Gateway Smart Motorways Dashboard 123 Exhibit "C" Certificate of Insurance [attached behind this page] 124 125 AC -01? D CERTIFICATE OF LIABILITY INSURANCE DATE (MMDD YYYY) '0130/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED. If SUBROGATION IS WAIVED, subject to the terms and conditions this certificate does not confer rights to the certificate holder in lieu the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. of the policy, certain policies may require an endorsement. A statement on of such endorsement(s). PRODUCER Alliant Insurance Services, Inc. 18100 Von 'Carman Ave 10th Fl Irvine CA 92612 I+censeti• OCASAR1 INSURED Riverside County Transportation Commission 4080 Lemon St., Third Floor Riverside CA 92501 RIVECOU-04 COVERAGES CERTIFICATE NUMBER: 2045698495 CONTACT NAME: Rita Carey (A CONo. Ext : 949 527 9819 FAX No): 949-756-2713 ADORL ESs: Rita.Carey(a?alliantcom INSURER(S) AFFORDING COVERAGE NAIC INSURER A: Homesite Insurance Company INSURER B : 17221 INSURER C : INSURER D INSURER E : INSURER F : REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LIS LED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRF TYPE OF INSURANCE LT ADDL "ISO SUBR wvD POLICY NUMBER POLICY EFF (MM•DD:YYYY) POLICY EXP (MINDD/yYVY) LIMITS COMMERCIAL GENERAL LIABILITY i CLAIMS -MADE 0 OCCUR 1 EACH OCCURRENCE $ D GE 10 REITE0 PREMISES (Ea occurrence) $ MED EXP (Any one person) 8 PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRODUCTS- COMP/OP AGG $ $ AUTOMOBILE _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY —^ SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident( $ $ X UMBRELLA LIAR EXCESS LIAB — OCCUR CLAIMS MADE AMRSD00011-02 9/29/2023 9/29/2024 EACH OCCURRENCE $10,000,000 AGGREGATE $ 10,000,000 $ DED X RETENTION $ vi nnn nun WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y 1 N ANYPROPRIETORPARTNEREXECUTIVE Q OFF(CER+MEMBEREXCLUDED? (Mandatory In NH) It yes, describe under DESCRIPTION OF OPERATIONS below N+A I PERTUTE I I 011-1- ER E L. EACH ACCIDENT $ E L, DISEASE - EA EMPLOYEE $ E L, DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS,' LOCATIONSVEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) As respects 1-15 Smart Freeways Pilot Project Operations and Maintenance Agreement between the State of Califomia, acting by and through its Department of Transportation, Caltrans, and the Riverside County Transportation Commission. CERTIFICATE HOLDER CANCELLATION California Department of Transportation Attn: Deputy District Traffic Operations 464 West Fourth Street San Bernardino CA 92401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016 03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 126 RIVECOU-04 MJIMEN& ACORO CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 10/30/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: tf the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License # 0C36861 Irvine-Alliant Insurance Services. Inc. 18100 Von Karman Ave 10th Fl Irvine, CA 92612 INSURED RIVERSIDE COUNTY TRANSPORTATION COMMISSION 4080 LEMON ST, 3RD FLOOR RIVERSIDE, CA 92501 ES CERTIFICATE NUMBER: CONTACT Patricia K Guisler NAME: PHONE FAX (AIC, No, Ext): (AMC, No): AA�ESS: pguisler@alliant.com INSURER(S) AFFORDING COVERAGE INSURERA:Great American E & S Insurance Company NAIC 0 37532 INSURER B: INSURER C: INSURER D: INSURER E : INSURER F : SIGN NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POUCY NUMBER POLICY EFF fIdMIDDNYYY1 POUCY EXP IMMIDD/YYYY1 UNITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE Q OCCUR X 214510006 9129/2023 9/29/2024 PR' '°M sEs IEaENTLD-encel a 1.000,000 X GL DED: $50,000 MED EXP (Any one person) $ 0 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 0 X J POLICY JEE07 LOC PRODUCTS -COMP/OP AGG $ 1,000,000 OTHER: $ AUTOMOBILE LIABILITY Ea (Ea dEenntSINGLE LIMIT $ ANY AUTO BODILY INJURY (Per person) $ ^- OWNED AUTOSRE ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ _ AUTOS ONLY _ AUTOS ONLYY (Per PROPERTYtDAMAGE $ _� , _ $ UMBRELLA UAB OCCUR EACH OCCURRENCE T EXCESS LIAB — CLAIMS -MADE AGGREGATE $ DED RETENT ONE $ WORKERS COMPENSATION AND EMPLOYERS' UABILITY I STATUTE I I PER OT Y 1 N ER ANY PROPRIETORIPARTNERIEXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N I A EL. DISEASE - EA EMPLOYEE $ Ryes. descnbe under DESCRIPTION OF OPERATIONS bekwr EL. DISEASE - POLICY UMIT J DESCRIPTION OF OPERATIONS i LOCATIONS / VEHICLES IACORD 101. Additional Remarks Schedulemay be attached if mo e space is requi ed) Additional Insured endorsement attached. Policy form does not contain a General Liability Aggregate. Notice of cancellation will be delivered only to the participating named insured as stated in Item 1 of the Participation Endorsement. Subject to policy terms, conditions and exclusions. AS RESPECTS THE AGREEMENT BETWEEN RIVERSIDE COUNTY TRANSPORTATION COMMISSION AND CALIFORNIA DEPARTMENT OF TRANSPORTATION REGARDING THE 1-15 SMART FREEWAY PILOT PROJECT OPERATIONS AND MAINTENANCE AGREEMENT BETWEEN THE STATE OF CALIFORNIA, ACTING BY AND THROUGH ITS DEPARTMENT OF TRANSPORTATION, CALTRANS AND THE RIVERSIDE COUNTY TRANSPORTATION COMMISSION. CALTRANS, ITS OFFICERS, AGENTS AND EMPLOYEES ARE NAMED AS ADDITIONAL INSURED WITH REGARD TO GENERAL LIABILITY ONLY. CALIFORNIA DEPARTMENT OF TRANSPORTATION IS NAMED AS ADDITIONAL INSURED AS RESPECTS GENERAL UABILITY ONLY ARISING OUT OF THE OPERATIONS BY OR ON BEHALF OF THE NAMED INSURED. CERTIFICATE HOLDER CANCELLATION California Department of Transportation Attn: Deputy District Traffic Operations 464 West Fourth of Street San Bernardino. CA 92401 ACORD 25 (2016103) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED 'REPRESENTATIVE ED CO 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 127 ACORO AGENCY CUSTOMER ID: RIVECOU-04 LOC #: ADDITIONAL REMARKS SCHEDULE MJIMENEZ Page 1 of 1 AGENCY Irvine-Alliant Insurance Services, Inc. POLICY NUMBER SEE PAGE 1 License # 0C36861 NAMED INSURED RIVERSIDE COUNTY TRANSPORTATION COMMISSION 4080 LEMON ST, 3RD FLOOR RIVERSIDE. CA 92501 CARRIER SEE PAGE 1 NAIC CODE SEE P1 EFFECTIVE GATE- SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/Locations/Vehicles: Carriers on Policy: Great American E&S Insurance Company StarStone Specialty Insurance Company ACORD 101 (2008101) 12008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 128 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Additional Insured - Designated Person or Organization This endorsement modifies insurance provided under the following: SPECIAL LIABILITY POLICY FOR PUBLIC ENTITIES AND NON-PROFIT CORPORATIONS Name of Person or Organization: Any person or entity that the "Named Insured" has entered into a written agreement, prior to a loss, to provide defense, indemnity or additional insured protection. The following is added to Section V. PERSONS OR ENTITIES INSURED: Any person(s) or organization(s) listed in the Schedule above is an Additional Insured, but only as respects "Personal Injury" (including "Bodily Injury") and "Property Damage" arising, in whole or in part, out of the operations of the Named Insured. The inclusion of such Additional Insured shall not serve to increase the "Company's" Limit of Liability as specified in the participation endorsement of this Policy: However, additional insured coverage provided by this insurance will not be broader than coverage required in the written agreement. CL330138 0916 Includes copyrighted material of ISO Properties, Inc., 2004 with Page 1 of 1 its permission 129 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Primary and Non -Contributory Coverage Endorsement This endorsement modifies insurance provided under the following: SPECIAL LIABILITY POLICY FOR PUBLIC ENTITIES AND NON-PROFIT CORPORATIONS The following is added to Section VIII. COMMON POLICY CONDITIONS: If insurance similar to this insurance is held by a person or organisation that is an additional insured on this policy, this insurance is primary to that other insurance. The "Company" shall not seek contribution from that other insurance for amounts payable under this insurance for liability arising out of the "Participating Natned lnsured's" ongoing operations performed for that person or organization undera written agreement. However, the provisions of this endorsement do not apply to a person or organization unless the "Participating Named insured" had a written agreement with that person or organization requiring: a. This insurance be primary insurance; b They be an additional insured on this Policy; and c. The written agreement was entered into prior to the date the "Participating Named Insured's" operations for that person or organization conunenccd. GL330152 0911 Includes copyrighted material of ISO, Inc., used with permission Page 1 of 1 130 Exhibit "D" ISSUE RESOLUTION LADDER I-15 SMART FREEWAYS PILOT PROJECT OPERATIONS AND MAINTENANCE AGREEMENT ISSUE RESOLUTION LADDER RCTC Cal ns LEVEL I - FIELD Operations Maintenance Operations Maintenance Joie Edles Yanez nJohn Tarascio Nisa Hester b. )01° Joie Edles Yanez ' • ester Shaddy Gobran w • name (TBD) Chad Slater — Area Maintenance Superintendent MIL Dirk Spaulding • name (TBD) Peter Acosta - Electrical Maintenance Superintendent LEVEL II - PROJECT MANAGERS David Lewis Mourshad Haider LEVEL III - SPONSORS Erik Galloway Thomas Ainsworth LEVEL IV — EXECUTIVES (EOC) Anne Mayer Catalino A. Pinning III Changes to representatives listed in Exhibit D can be made upon 30 days' written notice to other party and do not require formal amendment. 131 AGENDA ITEM 6G RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee John Tarascio, Senior Capital Projects Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Quarterly Reporting of Contract Change Orders for Construction Contracts BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Receive and file the Quarterly Report of Contract Change Orders for Construction Contracts for the three months ended September 30, 2023. BACKGROUND INFORMATION: During the past quarter, July through September 2023, the Commission has had the following projects under construction: 1. Mid County Parkway (MCP) Placentia project 2. SR -71 / SR -91 Interchange Project 3. 1-15 Railroad Canyon Interchange project 4. MVMF Platform and Track Expansion 5. SR -60 Truck Lanes Project 6. 15/91 Express Lanes Connector DISCUSSION: At the direction of the Executive Committee at its March 2021 meeting, a report will be filed each quarter listing the construction contract change orders that were issued in the previous quarter. The following table summarizes the Contract Change Orders that occurred in the third quarter (15t quarter of FY 2024/25). Agenda Item 6G 132 Contractor Change Orders executed in the 3rd Quarter of CY 2023 Project CCO No. Description Amount MCP Placentia Project CCO 52 Pull Boxes only within the Gore Area $77,543.00 CCO 24-S1 Drainage Modifications $15,406.40 CCO 53 Extension of Time (TRO) $90,200.00 CCO 19-S1 Placing AC for Overside Drains (Small Areas) $3,417.32 CCO 54 DLC Cables NB on Ramp & Signal Heads $11,950.38 CCO 57 City Monument Signs $3,100.00 CCO 59 Vandalism— Electrical work on Bridge $23,504.72 CCO 33 Wireless Communication System $7,207.19 CCO 58 Replace Stolen Fence along NB On Ramp $15,160.00 CCO 18-S1 DS connection onto the private property $34,257.20 CCO 55 Additional SWPPP Inspection $14,030.00 CCO 45 Street Lights on RR Bridge $220,000.00 SR -71 / SR -91 Interchange Project CCO 1 Maintain Traffic $250,000.00 CCO 2 Maintain Electrical $50,000.00 CCO 3 SWPPP Maintenance $97,600.00 CCO 4 Trash Removal $75,000.00 CCO 5 RTN Station (Survey) $95,000.00 CCO 7 Environmental Bio Surveys, NRPP, and HMMP $25,000.00 CCO 17 Repair Existing HMA $75,000.00 CCO 10 Environmental Monitoring Biologist - full time $198,587.00 CCO 11 Truck Haul $467,500.00 CCO 18 Bent 3 CIDH - Differing Site Conditions $109,256.93 CCO 8 Stage 1A K -rail VECP ($10,710.00) CCO 20 Drainage Change $53,132.38 1-15 Railroad Canyon Interchange Project CCO 34-S1 Item Adjustments $43,228.78 CCO 34-S2 Item Adjustments $4,350.00 CCO 37 City Location 2 EVMWD Fire Hydrant Additional Work $9,450.00 CCO 38 RFI 3, MSE Wall change $18,000.00 CCO 57-S1 Fertilizer Applications, Supplemental ($2,740.00) CCO 88-S1 Add Freeway Markings to Railroad Canyon Rd $7,000.00 CCO 89-S1 Drainage Remediations $9,000.00 CCO 90-S1 Erosion Repair $9,746.00 CCO 91 Weeding in Hydroseed Area $60,182.83 CCO 92 Maintenance of Slopes Due to Weather Event $17,723.79 MVMF Platform and Track Expansion CCO 4 Ped Crossing Reconstruction $128,624.00 CCO 6 Ballast Depth and Gradation Modifications $205,400.00 CCO 8 Platform Isolation $7,250.00 CCO 9 Underdrain CleanoutAddition $1,189.00 SR -60 Truck Lanes Project CCO 91 Concrete Jacking at EB STA 735+10 to STA 735+50 (Wildlife Crossing) $95,644.02 CCO 89 Time Adjustment $24,390.00 15/91 Express Lanes Connector CCO 24 Installation of Route Shields $90,000.00 CCO 25 Purchase of Spare 400 AMP Service Cabinet $17,236.00 CCO 26 Modify Channelizer Spacing Requirement $40,849.27 CCO 27 DSC at Overhead Sign Foundation 7-1 $8,894.00 CCO 28 Pavement (EB SR 91 Pothole repair) $13,437.87 CCO 30 TTMS Pole Height (Construction) $17,386.00 FISCAL IMPACT: The Contract Change Orders were executed using available contingency authorized with the construction contract for each project. Agenda Item 6G 133 AGENDA ITEM 6H RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee David Knudsen, External Affairs Director THROUGH: Anne Mayer, Executive Director SUBJECT: Traffic Relief Plan Public Engagement Program BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Award Agreement No. 24-15-032-00 to AlphaVu for Public Engagement Program services for an eight -month term, in an amount not to exceed $986,034; and 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. BACKGROUND INFORMATION: The Commission has long valued open, transparent, and continuous communication and outreach to communities across Riverside County. Public outreach and community engagement requires the Commission to actively listen to the public, respond to their feedback, and provide factual information and education about the Commission's work. Over the last several years, the Commission has implemented a robust public outreach effort to hear directly from Riverside County residents concerning transportation issues facing the region as well as projects and planning efforts to address congestion. In 2019, RCTC launched the #RebootMyCommute public engagement program, which generated thousands of public comments from residents, its leaders, and local stakeholder groups about the County's transportation needs. As a two-way dialog between RCTC and communities across Riverside County, the #RebootMyCommute program brought to light various priorities and preferences from Riverside County residents about all facets of transportation and needed improvements, from Coachella Valley Rail and expanded transit services to improvements to interchanges, local streets and roads, bike paths, and trail networks. These public comments, in addition to feedback collected through public opinion surveys, in -person community events, and focus group meetings, were evaluated and used to inform the Commission -adopted 2020 Traffic Relief Plan (TRP or Plan). The TRP is a transportation infrastructure planning and funding strategy to deliver a backlog of transportation improvements and address the County's future transportation and mobility Agenda Item 6H 134 needs. While the 2020 TRP was not funded, it identifies the Commission's vision, values, and long-term transportation priorities for Riverside County. Over the last three years, RCTC has delivered numerous projects that have benefited Riverside County residents, from the 15 Express Lanes and the Route 60 Truck Lanes to the first segment of the Mid County Parkway (1-215 Placentia Avenue Interchange), to interchanges and Metrolink station improvements. Although strides are being made by RCTC, transportation needs have only compounded as Riverside County faces continual population growth and exponential growth in goods movement on the region's roadways. At its February 2023 Commission Workshop, Commissioners discussed these issues, as well as reducing traffic congestion, supporting multimodal transportation options, increasing the use of passenger rail and bus transit, and reducing the burden of goods and freight movement on the county's transportation system. Based on this discussion, staff was directed to bring back to the Commission recommendations that would help identify strategies to fund and deliver planned projects. In addition, the Commission directed staff to evaluate the 2020 TRP and update it based on new information, including new state policies, state and federal funding opportunities, changes in project delivery costs and feasibility, and input from the County's residents. Staff completed its evaluation of the TRP and outlined draft updates to the 2023 Projects and Funding Strategies Ad Hoc Committee (Committee) at its September meeting. Staff also indicated that a public outreach procurement would be advertised to help complete public outreach and education and collect input from residents to help finalize the updates to the TRP. On October 11, 2023, the Commission approved the Draft 2024 Traffic Relief Plan for public outreach and engagement. Public Outreach Approach The Public Engagement Program procurement is intended to inform the TRP and provide information to the Commission regarding a future funding strategy. Inherent in the Public Engagement Program's design are accountability and performance management features that will ensure taxpayers' dollars are invested to achieve maximum return on investment. These features include: • Goal -oriented work plan that keeps the consultant and staff focused on integrated outcomes, rather than independent outputs; • Real-time, customized reporting of results of public engagements; • Continuous improvement based on results received; • Use of current and emerging digital communication methods to reach a large population with multiple levels of information; and • Data privacy and security reviews throughout the program to ensure personal information of citizens who engage with the Commission are handled ethically, in compliance with the law, and in congruence with maintaining public trust. The Public Engagement Program aims to achieve distinctive objectives apart from other communications from the Commission regarding existing projects. Agenda Item 6H 135 Goal -Oriented Approach Commission staff took a goal -oriented approach for this Public Engagement request for proposal (RFP). Typically, public outreach contracts are structured with requirements to complete specific tasks. In order better harness the private sector's valued creativity and state-of-the-art technological capabilities to engage the public in today's fast moving media environment, staff identified three goals with deadlines and challenged the proposers to develop best methods to achieve the goals. The goals are not rooted in increasing engagement or impressions, alone. The goals require a comprehensive approach that not only delivers the TRP to the community in a digital and grassroots fashion, but also gauges public knowledge of provisions contained in the TRP and solicits public feedback. Development of the goals was also guided by recent experiences of the Commission and other California transportation agencies, including, but not limited, to: • Successful and unsuccessful public engagement programs in California regarding transportation; • Public opinion research in Riverside County; • Previous communication activities by the Commission; and • Existing staff and budget resources. The three goals for the Public Engagement Program are as follows: 1. Goal Deadline Directly engage 5% of the county's total population in guiding the Commission's decisions about the county's transportation future. July 2024 2. Directly deliver the draft Traffic Relief Plan to 50% of the adult population of Riverside County, with the plan accessible to 100% of the population. March 2024 3. Conduct a public opinion survey that informs the Commission about general public support for funding the TRP (By June 1, 2024). May 2024 Through these goals, Commission staff seeks to accomplish the following: • Assist the Commission in finalizing policy and investment decisions with limited resources and constrained funding environment; • Fulfill the Commission's goal of gathering public input on transportation needs; • Increase transparency and accountability to the Commission's constituents by outlining transportation goals and potential investments; and • Fulfill the Commission's direction to explore funding options that would be viable if the Commission chooses to seek support from County residents. Following a competitive procurement process as discussed below, the recommendation is to award this Public Engagement Program contract to AlphaVu. Agenda Item 6H 136 The Team: AlphaVu AlphaVu has assembled a public engagement team with the breadth and depth of specialized skills and local experience necessary to execute a comprehensive, measurable, and meaningful public engagement program on behalf of the Commission. AlphaVu is the prime contractor and proposes a suite of sub -consultants for niche tasks to achieve the goals established by the Commission. Team Member Specialized Role AlphaVu Arellano Associates OPR Communications Hammons Strategies Moonbeam FM3 The Strategy Project management, advanced analytics and reporting, strategy, ad placement. In -person public outreach, facilitation, public event management, and one-on-one engagement. Opinion leader outreach and nontraditional stakeholder engagement, earned media. Writing, content development, media relations. Moonbeam will design and produce print, graphic, video, and web elements. Public opinion research, analysis, and strategy through surveys. AlphaVu's strategy is to generate high -quality content for Riverside County residents regarding their transportation system on the information channels they use, and that match their interests. AlphaVu will capture, aggregate, and measure responses from all individuals to continually improve communications and allow staff and Commissioners to make upcoming policy and investment decisions based on direct public feedback. AlphaVu relies on proprietary computer modeling to measure public response online and present it in easy -to -read charts and graphs. Additionally, AlphaVu's software is designed to ensure the content being created by the Commission is placed in front of the intended audience at the intended time to maximize impact rather than placing sole control of content distribution at the discretion of the social media platform itself. The Commission has utilized AlphaVu's technology since 2017 to obtain feedback from Riverside County residents on transportation projects across the county. That research helped staff understand what priorities exist within the diverse sub -regions of the county. This digital engagement work is conducted in compliance with all laws of California and the United States regarding privacy and data collection. AlphaVu's strategy also includes on -the -ground public outreach countywide. Sub -consultants Arellano Associates and OPR Communications will conduct organized and methodical outreach at community events and through one-on-one targeted stakeholder engagements. Using data collected online, the AlphaVu team will ascertain the most impactful events to attend to achieve the Commission's goals and will also help identify community influencers to whom the Commission should ensure it is listening and responding. The Public Engagement Program must Agenda Item 6H 137 be inclusive of all Riverside County residents and stakeholders, as well. Communities representative of county diversity, environmental groups, taxpayer advocacy groups, labor, and other communities of interest will be engaged. Public opinion surveys will also be conducted during the program. Using data gathered throughout the program, the AlphaVu team will help finalize the draft 2024 TRP that can potentially achieve support of two-thirds of Riverside County residents, which will be presented to the Commission for input by early summer 2024. In summary, the AlphaVu strategy proposes to build a holistic real -world understanding of what residents pay attention to regarding transportation and how the Commission can be most responsive to their concerns. The AlphaVu approach goes beyond anecdotal intelligence - gathering, or use of well -established networks of people from whom we are most likely to hear from on a regular basis; instead, the approach proposes a data -driven effort to listen and speak broadly to the county's diverse constituency with whom the Commission does not interact with on a regular basis. The evaluation panel selected AlphaVu for its sophisticated use of data and technology to reach wide and deep across Riverside County in a manner that can give the Commission assurances that its funds are being spent on engagements that are effective and can be used for actionable purposes. Procurement Process Staff determined the weighted factor method of source selection to be the most appropriate for this procurement, as it allows the Commission to identify the most advantageous proposal with price and other factors considered. Non -price factors included qualifications of each firm, personnel, and the ability to respond to the Commission's needs for a Public Engagement Program as set forth under the terms of RFP No. 24-15-032-00. RFP No. 24-15-032-00 was released on September 20, 2023. The RFP was posted on the Commission's PlanetBids website, which is accessible through the Commission's website. Utilizing PlanetBids, emails were sent to 328 firms, forty of which are located in Riverside County. Through the PlanetBids site, 52 firms downloaded the RFP. Staff responded to all questions submitted by potential proposers by October 4, 2023. Five firms —AlpaVu (Washington, DC); Kleinfelder Construction Services (Riverside); McCormick -Busse DBA MBI Media (Covina); CLC Publicidad DBA Sherpa Marketing Solutions (Sherman Oaks); and Southwest Strategies (San Diego) - submitted responsive proposals prior to the 2:00 p.m. submittal deadline on October 18, 2023. Utilizing the evaluation criteria set forth in the RFP, all firms were evaluated and scored by an evaluation committee comprised of Commission and Coachella Valley Association of Governments staff. Based on the evaluation committee's assessment of the written proposals and pursuant to the terms of the RFP, the evaluation committee shortlisted and invited two firms — AlphaVu and Agenda Item 6H 138 Southwest Strategies —to the interview phase of the evaluation and selection process. Interviews of the shortlisted firms were conducted on November 1. Subsequently, the evaluation committee determined AlphaVu to be the most qualified firm to provide services for the Public Engagement Program. The overall evaluation ranking of written proposals, based on highest to lowest total evaluation score, and price are presented in the following table. Firm Price Overall Ranking AlphaVu $986,034 1 Southwest Strategies $975,238 2 Kleinfelder $985,063 3 MBI Media $908,003 4 Sherpa Marketing Solutions $929,600 5 STAFF RECOMMENDATION As a result of the evaluation committee's assessment of the written proposals and interviews, the evaluation committee recommends contract award to AlphaVu for a term of 8 months, in a total amount not to exceed $986,034, as this firm earned the highest total evaluation score. The Commission's professional services agreement will be entered into with the consultant subject to any changes approved by the Executive Director and pursuant to legal counsel review. Staff oversight of the contract will maximize the effectiveness of the consultant and minimize costs to the Commission. Financial Information In Fiscal Year Budget: Yes Year: FY 2023/24 FY 2024/25 Amount: $886,034 $100,000 Source of Funds: Measure A Budget Adjustment: No GL/Project Accounting No.: Expenditure: 002325 65520 00000 0000 106 67 65520 Fiscal Procedures Approved: 7) ;� / Date: 11/15/2023 Attachment: Draft Agreement No. 24-15-032-00 to AlphaVu Agenda Item 6H 139 Approved by the Budget and Implementation Committee on November 27, 2023 In Favor: 10 Abstain: 0 No: 0 Agenda Item 6H 140 Agreement No. 24-15-032-00 RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT FOR PUBLIC ENGAGEMENT AND OUTREACH PROGRAM WITH ALPHAVU 1. PARTIES AND DATE. This Agreement is made and entered into this 1st day of January, 2024, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("the Co- mmission") and ALPHAVU ("Consultant"), a Limited Liabilit orporation. 2. RECITALS. 2.1 Consultant desires to perform and assum'responsibility for the provision of certain professional consulting services required by Commission on the terms and conditions set forth in this Agreement. Consultant represents that it is a professional consultant, experienced in providing public engagement and outreach programs to public clients, is licensed in the State of California, and is familiar with the plans of Commission. 2.2 Commission desires to engage Consultant to render certain consulting services for the Public Engagement and Outreach Program ("Project") as set forth herein. 3. TERMS. 3.1 General Scope of Services. Consultant promises and agrees to furnish to Commission all labor materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately provide professional consulting services and advice on various issues affecting the decisions of Commission regarding the Project and on other programs and matters affecting Commission, hereinafter referred to as "Services". The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state, and federal laws, rules and regulations. 3.2 Term. The term of this Agreement shall be from the date first specified above to August 31, 2024, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement and shall meet any other established schedules and deadlines. 17336.00000\8752982.5 141 3.3 Schedule of Services. Consultant shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit "B" attached hereto and incorporated herein by reference. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, the Commission shall respond to Consultant's submittals in a timely manner. Upon request of the Commission, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.4 Independent Contractor; Control and Payment of Subordinates. The Services shall be performed by Consultant under its supervision. Consultant will determine the means, method and details of performing the Services subject to the requirements of this Agreement. Commission retains Consultant on an independent contractor basis and Consultant is not an employee of Commission. Consultan etains the right to perform similar or different services for others during the term of Agreement. Any additional personnel performing the Services under this Agreeme► «ehalf of Consultant shall not be employees of Commission and shall at all tim- •e u -r Consultant's exclusive direction and control. Consultant shall pay all w -s, salarie d other amounts due such personnel in connection with their perform. e of ' rvices u er this Agreement and as required by law. Consultant shall be re - for all reports and obligations respecting such additional personnel, including, • . of limited to: social security taxes, income tax withholding, unemployment 1 e, an. orkers' compensation insurance. 3.5 Conformance ;.. A rements. All work prepared by Consultant shall be subject to t . •val , Commission. 3.6 Substitu Commission that certai Agreement. Should substitute other p approval of Commis the substitution of key p for cause, pursuant to pro ' _ ;% s of Section 3.16 of this Agreement. The key personnel for performance of this Agreement are as follows: Scott G. Wilkinson; Zachary Hernandez; Justin Browning; Marshall McCraw; Richard Bernard; Adam Sonenshein; Gale Hammon; Patrick J. O'Reilly; Michael Fisher; Maddy Bogh; Maria Yanez-Forgash; Joshua Francis; Sohrab Mikanik; Ilian Ramirez; Russ Hennings. sonnel. Consultant has represented to nel will perform and coordinate the Services under this ch personnel become unavailable, Consultant may lea ' equal competence and experience upon written ent that Commission and Consultant cannot agree as to Commission shall be entitled to terminate this Agreement 3.7 Commission's Representative. Commission hereby designates the Executive Director, or his or her designee, to act as its representative for the performance of this Agreement ("Commission's Representative"). Commission's representative shall have the power to act on behalf of Commission for all purposes under this Agreement. Consultant shall not accept direction from any person other than Commission's Representative or his or her designee. 17336.00000\8752982.5 142 3.8 Consultant's Representative. Consultant hereby designates Scott G. Wilkinson, or his or her designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his or her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.9 Coordination of Services. Consultant agrees to work closely with Commission staff in the performance of Services and shall be available to Commission's staff, consultants and other staff at all reasonable times. 3.10 Standard of Care; Licenses. Consulta under this Agreement in a skillful and competent mann generally recognized as being employed by professio, State of California. Consultant represents and maint calling necessary to perform the Services. Con subcontractors shall have sufficient skill and ex to them. Finally, Consultant represents that it, i licenses, permits, qualifications and approvals of to perform the Services and that suc throughout the term of this Agreement. expense and without reimbursem-.rom errors or omissions which ar standard of care provided fo all damages and other liabi `� 0v Agreement arising fro � ; , o `--; , ant's errors shall perform the Services onsistent with the standard the same discipline in the that skilled in the professional nt warran at all employees and perfor he Services assigned yees and subcontractors have all ever nature that are legally required approvals shall be maintained all perform, at its own cost and issi , any Services necessary to correct Consultant's failure to comply with the e fully responsible to the Commission for in the indemnification provisions of this and omissions. 3.11 aws and ',;;-gu :tions. Consultant shall keep itself fully informed of and in compliance wi affecting the perform requirements, and shall gi violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to Commission, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold Commission, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. to and federal laws, rules and regulations in any manner he Project or the Services, including all Cal/OSHA II notices required by law. Consultant shall be liable for all 17336.00000\8752982.5 143 3.12 Insurance. 3.12.1 Time for Compliance. Consultant shall not commence work under this Agreement until it has provided evidence satisfactory to the Commission that it has secured all insurance required under this section, in a form and with insurance companies acceptable to the Commission. In addition, Consultant shall not allow any subcontractor to commence work on any subcontract until it has secured all insurance required under this section. 3.12.2 Minimum Requirements. Consultant shall, at its expense, procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Agreement by the Consultant, its agents, representatives, employees or subcontractors. Consultant shall also require all of its su ontractors to procure and maintain the same insurance for the duration of the Agree t. Such insurance shall meet at least the following minimum levels of coverage: (A) Minimum Scop O nsurance. verage shall be at least as broad as the latest version of the following ; ` Ge,;:.ral Liabi y: Insurance Services Office Commercial General Liability coverag ,;• rence form CG 0001 or exact equivalent); (2) Automobile Liability Insurance Se es Office Business Auto Coverage (form CA 0001, code 1 (any auto) or exac i .lent), • (3) Workers' Compensation and Employer's Liability Workers' Compen, -ion -n'e as required by the State of California and Employer's Liabilit ( limits no less than: (1) Gen personal injury and pro form with general a separately to this required occurrence and property damage; and Employer's Liability: the State of California. Employer's Practices Liability limits of $1,000,000 per accident. its of Insurance. Consultant shall maintain 000,000 per occurrence for bodily injury, If Commercial General Liability Insurance or other sed, either the general aggregate limit shall apply atio or the general aggregate limit shall be twice the mobile Liability: $1,000,000 per accident for bodily injury Consultant has an employees, Workers' Compensation ers' Compensation limits as required by the Labor Code of 3.12.3 Professional Liability. Consultant shall procure and maintain, and require its sub -consultants to procure and maintain, for a period of five (5) years following completion of the Project, errors and omissions liability insurance appropriate to their profession. Such insurance shall be in an amount not less than $1,000,000 per claim. This insurance shall be endorsed to include contractual liability applicable to this Agreement and shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Consultant. "Covered Professional Services" as designated in the policy must specifically include work performed under this Agreement. The policy must "pay on behalf of" the insured and must include a provision establishing the insurer's duty to defend. 17336.00000\8752982.5 144 3.12.4 Insurance Endorsements. The insurance policies shall contain the following provisions, or Consultant shall provide endorsements on forms approved by the Commission to add the following provisions to the insurance policies: (A) General Liability. (i) Commercial General Liability Insurance must include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury; (3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7) contractual liability with respect to this Agreement; (8) broad form property damage; and (9) independent consultants coverage. (ii) The policy shall tain no endorsements or provisions limiting coverage for (1) contractual liability; (2) s liability exclusion for claims or suits by one insured against another; or (3) contain er exclusion contrary to this Agreement. (iii) The p officials, officers, employees, and agents insure 10 10 01 and 20 37 10 01, or endorsements provi ive the mmission, its directors, using ISO endorsement forms 20 the exact same coverage. (iv) . • . sured coverage under the policy shall be "primary and non -con _- *.utory : wi not seek contribution from the Commission's insurance or sel u ce . • shall be at least as broad as CG 20 01 04 13, or endorsements provide ► he a '°``ct sa coverage. mobile Liabilit . The automobile liability policy shall be endorsed to sta. hat: (1) t Co mission, its directors, officials, officers, employees and agents shall b .vered - additional insureds with respect to the ownership, operation, maintenanc-, a ading or unloading of any auto owned, leased, hired or borrowed by the Consul .:u''or for which the Consultant is responsible; and (2) the insurance coverage shall be primary insurance as respects the Commission, its directors, officials, officers, employees and agents, or if excess, shall stand in an unbroken chain of coverage excess of the Consultant's scheduled underlying coverage. Any insurance or self-insurance maintained by the Commission, its directors, officials, officers, employees and agents shall be excess of the Consultant's insurance and shall not be called upon to contribute with it in any way. 17336.00000\8752982.5 145 (C) Workers' Compensation and Employers Liability Coverage. (i) Consultant certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing work under this Agreement. (ii) The insurer shall agree to waive all rights of subrogation against the Commission, its directors, officials, officers, employees and agents for losses paid under the terms of the insurance policy which arise from work performed by the Consultant. (D) All Coverages. (1) Defense is shall b limits set forth hereunder. able in addition to the (ii) Require `s of specific coverage or limits contained in this section are not inten• a lim on on coverage, limits, or other requirement, or a waiver of any coverage ed by any insurance. It shall be a requirement under this Agreement. -t any ble 1 surance proceeds broader than or in excess of the specified minimu verage requirements and/or limits set forth herein shall be available to t em ion, i • irectors, officials, officers, employees and agents as additional insure • R icies. Furthermore, the requirements for coverage and limits s� •e the minimum coverage and limits specified in this Agreement; or (2) th •a. +ve e and maximum limits of coverage of any insurance policy or proceeds ilable to - n.' ed insured; whichever is greater. (iii) The limits of insurance required in this Agreement may be satisfied by a co t.!-' ation of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the Commission (if agreed to in a written contract or agreement) before the Commission's own insurance or self-insurance shall be called upon to protect it as a named insured. The umbrella/excess policy shall be provided on a "following form" basis with coverage at least as broad as provided on the underlying policy(ies). (iv) Consultant shall provide the Commission at least thirty (30) days prior written notice of cancellation of any policy required by this Agreement, except that the Consultant shall provide at least ten (10) days prior written notice of cancellation of any such policy due to non-payment of premium. If any of the required coverage is cancelled or expires during the term of this Agreement, the Consultant shall deliver renewal certificate(s) including the General Liability Additional Insured Endorsement 17336.00000\8752982.5 146 to the Commission at least ten (10) days prior to the effective date of cancellation or expiration. (v) The retroactive date (if any) of each policy is to be no later than the effective date of this Agreement. Consultant shall maintain such coverage continuously for a period of at least three years after the completion of the work under this Agreement. Consultant shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced past the effective date of this Agreement; B) if the policy is cancelled or not renewed; or C) if the policy is replaced by another claims -made policy with a retroactive date subsequent to the effective date of this Agreement. (vi) The foregoing requirements as to the types and limits of insurance coverage to be maintained by Consultant, and any approval of said insurance by the Commission, is not intended to and shall no the liabilities and obligations otherwise assumed by t Agreement, including but not limited to, the provisions (vii) If at any policy of insurance required under this A specifications or is canceled and not replaced, obtain the insurance it deems necessary and promptly reimbursed by Consultant or C premium from Consultant payments. In Agreement. The Commission ma insurance policies in effect for officials, officers, empl arising under or by v be endorsed to state th any manner limit or qualify onsultant pursuant to this ning indemnification. during th °u;a.- of the Agreement, any does n comply with these on has the right but not the duty to mium paid by Commission will be ithhold amounts sufficient to pay , Commission may cancel this ant to provide complete copies of all the Project. er the Commission nor any of its directors, ents shall be personally responsible for any liability ment. Each insurance policy required by this Agreement shall 3.12.5 Deductibles and Self -Insurance Retentions. Any deductibles or self -insured retentions must be declared to and approved by the Commission. If the Commission does not approve the deductibles or self -insured retentions as presented, Consultant shall guarantee that, at the option of the Commission, either: (1) the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the Commission, its directors, officials, officers, employees and agents; or, (2) the Consultant shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense expenses. 3.12.6 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating no less than A:VI I I, licensed to do business in California, and satisfactory to the Commission. 17336.00000\8752982.5 147 3.12.7 Verification of Coverage. Consultant shall furnish Commission with original certificates of insurance and endorsements effecting coverage required by this Agreement on forms satisfactory to the Commission. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements must be received and approved by the Commission before work commences. The Commission reserves the right to require complete, certified copies of all required insurance policies, at any time. 3.12.8 Subconsultant Insurance Requirements. Consultant shall not allow any subcontractors or subconsultants to commence work on any subcontract until they have provided evidence satisfactory to the Commission that they have secured all insurance required under this section. Policies of commercial general liability insurance provided by such subcontractors or subconsultants shall be endorsed to name the Commission as an additional insured using ISO form CG 20 providing the exact same coverage. If requested by C approve different scopes or minimum limits of insuran subconsultants. 04 13 or an endorsement Itant, the Commission may articular subcontractors or 3.13 Safety. Consultant shall e to . ^.:,• maintai its work so as to avoid injury or damage to any person or property. In • out its Services, the Consultant shall at all times be in compliance with all a•plicabl al, state and federal laws, rules and regulations, and shall exercise all nec �.����,_•rec 4�� •ns for the safety of employees appropriate to the nature of the work an ; T o s under which the work is to be performed. Safety precautions as • •lica•° all in ude, but shall not be limited to: (A) adequate life protection and li a' • e•" " •ment and procedures; (B) instructions in accident prevention for all ploy- an• ubcontractors, such as safe walkways, scaffolds, fall protection la • • .. •ang planks, confined space procedures, trenching and shoring - - •m. and other safety devices, equipment and wearing apparel as are nece ry o required to prevent accidents or injuries; and (C) adequate facilities " the prop: nsp-ction and maintenance of all safety measures. 3.14.1 Compensation. Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit "C" attached hereto. The overhead rates included in the attached Exhibit "C" shall be fixed for the term of the Master Agreement, and shall not be subject to adjustment, unless required by the applicable funding source. The total compensation shall not exceed Nine Hundred Eighty -Six Thousand Thirty -Four Dollars ($986,034) without written approval of Commission's Executive Director ("Total Compensation"). Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.14.2 Payment of Compensation. Consultant shall submit to Commission a monthly statement which indicates work completed and hours of Services rendered by Consultant. The statement shall describe the amount of Services and supplies 17336.00000\8752982.5 148 provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. Commission shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.14.3 Reimbursement for Expenses. Consultant shall not be reimbursed for any expenses unless authorized in writing by Commission. 3.14.4 Extra Work. At any time during the term of this Agreement, Commission may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by Commission to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization f Commission's Executive Director. 3.15 Accounting Records. Consulta records with respect to all costs and expenses Agreement. All such records shall be clear.,, d representative of Commission during normal bu transcripts or copies of such records and any Agreement. Consultant shall allow insp and activities related to the Agreement fo payment under this Agreement. 3.1 Consultant, terminat cause by giving effective date thereo services which have b effective date of the to all m in complete and accurate urred an. -s charged under this ent ,!', ble. C•' sultant shall allow a ours to examine, audit, and make ocuments created pursuant to this data, documents, proceedings, h ee (3) years from the date of final for Termination. Commission may, by written notice to y part of this Agreement at any time and without o :nsultant of such termination, and specifying the nation, Consultant shall be compensated only for those and adequately rendered to Commission through the ation, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.16.2 Effect of Termination. If this Agreement is terminated as provided herein, Commission may require Consultant to provide all finished or unfinished Documents and Data, as defined below, and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. 3.16.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, Commission may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 17336.00000\8752982.5 149 3.17 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: AlphaVu LLC 1100 15th Street NW 4th Floor Washington, DC 20005 Attn: Scott G. Wilkinson COMMISSION: Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Attn: Executive Director Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, fi class postage prepaid and addressed to the party at its applicable address. Actual ne:N''r`e shall be deemed adequate notice on the date actual notice occurred, regardless o ethod of service. 3.18 Ownershi • of Materials/Conf. 3.18.1 Documents & Data. perpetual license for Commission to copy use copyrights and designs embodied in pl materials, data and other documents or w expression, including but not limite.-• phy recorded on computer disket Consultant under this Agree eement creates an exclusive and , reuse, or sub -license any and all s, studies, drawings, estimates, s ip fixed in any tangible medium of rams gs or data magnetically or otherwise prepared or caused to be prepared by & Data"). Co.,- -nt ,ll require all subcontractors to agree in writing that Commission is grant : n e u' si d perpetual license for any Documents & Data the subcontractor pre eement. Co It - epresents and warrants that Consultant has the legal right to grant the exclusive an• petual license for all such Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the Commission. Commission shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at Commission's sole risk. 3.18.2 Intellectual Property. In addition, Commission shall have and retain all right, title and interest (including copyright, patent, trade secret and other proprietary rights) in all plans, specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, enhancements, documents, and any and all works of authorship fixed in any tangible medium or expression, including but not limited 17336.00000\8752982.5 150 to, physical drawings or other data magnetically or otherwise recorded on computer media ("Intellectual Property") prepared or developed by or on behalf of Consultant under this Agreement as well as any other such Intellectual Property prepared or developed by or on behalf of Consultant under this Agreement. The Commission shall have and retain all right, title and interest in Intellectual Property developed or modified under this Agreement whether or not paid for wholly or in part by Commission, whether or not developed in conjunction with Consultant, and whether or not developed by Consultant. Consultant will execute separate written assignments of any and all rights to the above referenced Intellectual Property upon request of Commission. Consultant shall also be responsible to obtain in writing separate written assignments from any subcontractors or agents of Consultant of any and all right to the above referenced Intellectual Property. Should Cons - nt, either during or following termination of this Agreement, desire to use any of Jpove-referenced Intellectual Property, it shall first obtain the written approval of t►- om , "- ion. All materials and documen Consultant for general use prior to the executio copyright of any other party or publicly available continue to be the property of the Cons stated prior to execution of this Agreemen the right to grant the exclusive an• •-rpet► ens provided herein. Commis perpetual license to co otherwise owned b collective, insurrec re deve ped or prepared by the Agreement and which are not the y other computer applications, shall unless otherwise identified and represents and warrants that it has for all such Intellectual Property as anted by Consultant a non-exclusive and dify or sub -license any and all Intellectual Property h is the basis or foundation for any derivative, em-ntal work created under this Agreement. 3. C• dentiality. All ideas, memoranda, specifications, plans, procedures, drawings, de tions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of Commission, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use Commission's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of Commission. 17336.00000\8752982.5 151 3.18.4 Infringement Indemnification. Consultant shall defend, indemnify and hold the Commission, its directors, officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, for any alleged infringement of any patent, copyright, trade secret, trade name, trademark, or any other proprietary right of any person or entity in consequence of the use on the Project by Commission of the Documents & Data, including any method, process, product, or concept specified or depicted. 3.19 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.20 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out or in connection with this Agreement, the prevailing party in such litigation shall be e : "ed to have and recover from the losing party reasonable attorney's fees and costs • actions. 3.21 Indemnification. To the fulles defend (with counsel of Commission's choos directors, officials, officers, employees, cons harmless from any and all claims, demands, cau loss, damage or injury, in law or equity, t any manner arising out of or incident t misconduct of Consultant, its o contractors arising out of or in c or this Agreement, includin expert witness fees, and attor shall defend, at Consul actions or other lega Commission, its di Consultant shall pa against Commission or volunteers, in any such su Commission and its directors, officials, officers, employees, consultants, agents, and/or volunteers, for any and all legal expenses and costs, including reasonable attorney's fees, incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by Commission, its directors, officials officers, employees, consultants, agents, or volunteers. ent permit` •y law, Consultant shall ind - nify an hold Commission, its olunteers, and agents free and of action, costs, expenses, liability, ons, including wrongful death, in agent acts, omissions, or willful Is, o .` , e ployees, agents, consultants, and he performance of the Services, the Project the payment of consequential damages, her related costs and expenses. Consultant st, expense and risk, any and all such aforesaid suits, very kind that may be brought or instituted against , o ` cers, employees, consultants, agents, or volunteers. any judgment, award or decree that may be rendered rs, officials, officers, employees, consultants, agents, or tion or other legal proceeding. Consultant shall reimburse If Consultant's obligation to defend, indemnify, and/or hold harmless arises out of Consultant's performance as a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant, and, upon Consultant obtaining a final adjudication by 17336.00000\8752982.5 152 a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. Consultant's obligations as set forth in this Section shall survive expiration or termination of this Agreement. 3.22 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be supplemented, amended, or modified by a writing signed by both parties. 3.23 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Riverside County. 3.24 Time of Essence. Time is of the esse► for each and every provision of this Agreement. 3.25 Commission's Ri•ht to Em•l• ether Con .nts. The Commission reserves the right to employ other consultants ' onn- ion with is Project. 3.26 Successors and Assi•ns. T agreement shall be binding on the successors and assigns of the parties, a ` - not b . signed by Consultant without the prior written consent of Commission. 3.27 Prohibited w an it c' ,onflicts. 3.27.1 S employed nor retained solely for Consultant it has not paid nor employee working so gift or other considerate Agreement. For breach o rescind this Agreement without liability. Itant maintains and warrants that it has not or person, other than a bona fide employee working e this Agreement. Further, Consultant warrants that to p any company or person, other than a bona fide ultant, any fee, commission, percentage, brokerage fee, gent upon or resulting from the award or making of this lation of this warranty, Commission shall have the right to 3.27.2 Conflict of Interest. For the term of this Agreement, no member, officer or employee of Commission, during the term of his or her service with Commission, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.27.3 Conflict of Employment. Employment by the Consultant of personnel currently on the payroll of the Commission shall not be permitted in the performance of this Agreement, even though such employment may occur outside of the employee's regular working hours or on weekends, holidays or vacation time. Further, the employment by the Consultant of personnel who have been on the Commission payroll within one year prior to the date of execution of this Agreement, where this employment is 17336.00000\8752982.5 153 caused by and or dependent upon the Consultant securing this or related Agreements with the Commission, is prohibited. 3.27.4 Employment Adverse to the Commission. Consultant shall notify the Commission, and shall obtain the Commission's written consent, prior to accepting work to assist with or participate in a third -party lawsuit or other legal or administrative proceeding against the Commission during the term of this Agreement. 3.28 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply wit ► all relevant provisions of Commission's Disadvantaged Business Enterprise prog =- `, Affirmative Action Plan or other related Commission programs or guidelines curre r -ffect or hereinafter enacted. 3.29 Subcontracting. Consultant 1 not sub _: ;,,ract any portion of the work or Services required by this Agreement, ept xpress '� stated herein, without prior written approval of the Commission. Sub r , if any, shall contain a provision making them subject to all provisions stipulated in Agreement. 3.30 Prevailing Wages. idh of this Agreement, Consultant certified that it is aware of the requ ---, ents ifor a Labor Code Sections 1720 et seq. and 1770 et seq., as well as C. n . od- Regulations, Title 8, Section 16000 et seq. ("Prevailing Wage Laws"), h re► ire the payment of prevailing wage rates and the performance of other require s public works" and "maintenance" projects. If the Services are being ..- - e• part of an applicable "public works" or "maintenance" project, as defined b Pr- in • ge Laws, and if the total compensation is $1,000 or more, Consultant a -es to full imp with such Prevailing Wage Laws. The Commission shall provide Consul ` with a • •y of the prevailing rate of per diem wages in effect at the commencement of this -e t. Consultant shall make copies of the prevailing rates of per diem wages for each t, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant's principal place of business and at the project site. Consultant shall defend, indemnify and hold the Commission, its elected officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.30.1 DIR Registration. If the Services are being performed as part of an applicable "public works" or "maintenance" project, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Consultant and all subconsultants must be registered with the Department of Industrial Relations. If applicable, Consultant shall maintain registration for the duration of the Project and require the same of any subconsultants. This Project may also be subject to compliance monitoring and enforcement by the Department of 17336.00000\8752982.5 154 Industrial Relations. It shall be Consultant's sole responsibility to comply with all applicable registration and labor compliance requirements. 3.31 Employment of Apprentices. This Agreement shall not prevent the employment of properly indentured apprentices in accordance with the California Labor Code, and no employer or labor union shall refuse to accept otherwise qualified employees as indentured apprentices on the work performed hereunder solely on the ground of race, creed, national origin, ancestry, color or sex. Every qualified apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade in which he or she is employed and shall be employed only in the craft or trade to which he or she is registered. If California Labor Code Section 1777.5 applies to the Services, Consultant and any subcontractor hereunder who employs workers in an :. pprenticeable craft or trade shall apply to the joint apprenticeship council administe �,r` applicable standards for a certificate approving Consultant or any sub -consultant employment and training of apprentices. Upon issuance of this certificate, Con " ant any sub -consultant shall employ the number of apprentices provided for th '"'n, as well ontribute to the fund to administer the apprenticeship program in ea raft :F,. trade i the area of the work hereunder. The parties expressly and provisions of this Section and with Secti Labor Code in regard to all appre -able 3.32 No Wai strict compliance with any of t a waiver of such term, c rights or powers he relinquishment of esponsibility for compliance with 7.6 and 1777.7 of the California patio s lies with Consultant. ission to insist on any one occasion upon is or conditions hereof shall not be deemed ondition, nor shall any waiver or relinquishment of any ne time or more times be deemed a waiver or ower at any other time or times. 3.33 Ei.. o aw. Pursuant to the provisions of the California Labor Code, eight hours of labor constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight -Hour Law"), unless Consultant or the Services are not subject to the Eight -Hour Law. Consultant shall forfeit to Commission as a penalty, $50.00 for each worker employed in the execution of this Agreement by him, or by any sub -consultant under him, for each calendar day during which such workman is required or permitted to work more than eight hours in any calendar day and forty hours in any one calendar week without such compensation for overtime violation of the provisions of the California Labor Code, unless Consultant or the Services are not subject to the Eight -Hour Law. 3.34 Subpoenas or Court Orders. Should Consultant receive a subpoena or court order related to this Agreement, the Services or the Project, Consultant shall 17336.00000\8752982.5 155 immediately provide written notice of the subpoena or court order to the Commission. Consultant shall not respond to any such subpoena or court order until notice to the Commission is provided as required herein, and shall cooperate with the Commission in responding to the subpoena or court order. 3.35 Survival. All rights and obligations hereunder that by their nature are to continue after any expiration or termination of this Agreement, including, but not limited to, the indemnification and confidentiality obligations, and the obligations related to receipt of subpoenas or court orders, shall survive any such expiration or termination. 3.36 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.37 Labor Certification. By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the Cali ,: ?` is Labor Code which require every employer to be insured against liability for Work mpensation or to undertake self-insurance in accordance with the provisions of to . " Co. d agrees to comply with such provisions before commencing the perform of the S- ru es. 3.38 Counterparts. This Agreem av" be signed in counterparts, each of which shall constitute an original. 3.39 Incor•oration of Rec -c`' als set forth above are true and correct and are incorporated into 3.40 Invalidit invalid, illegal, or otherwise remaining provisions s 3.41 exhibits conflict in an terms and conditions co of the Parties and the performance of the Services. t as ough fully set forth herein. ny portion of this Agreement is declared y a court of competent jurisdiction, the in full force and effect. ions. In the event that provisions of any attached e provisions set forth in this Agreement, the language, this Agreement shall control the actions and obligations pretation of the Parties' understanding concerning the 3.42 Headings. Article and Section Headings, paragraph captions or marginal headings contained in this Agreement are for convenience only and shall have no effect in the construction or interpretation of any provision herein. 3.43 Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein, without the prior written consent of the Commission. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 17336.00000\8752982.5 156 3.44 Authority to Enter Agreement. Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.45 Electronically Transmitted Signatures. A manually signed copy of this Agreement which is transmitted by facsimile, email or other means of electronic transmission shall be deemed to have the same legal effect as delivery of an original executed copy of this Agreement for all purposes. This Agreement may be signed using an electronic signature. [Signatures on following <I( 17336.00000\8752982.5 157 SIGNATURE PAGE TO RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT FOR PUBLIC ENGAGEMENT AND OUTREACH PROGRAM WITH ALPHAVU LLC IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY CONSULTANT TRANSPORTATION COMMISSION ALPHAVU LLC By: By: Anne Mayer Executive Director Approved as to Form: \ Attest: By: Best Best & Krieger L General Counsel u re me itle By: Its: * A corporation requires the signatures of two corporate officers. One signature shall be that of the chairman of board, the president or any vice president and the second signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation. If the above persons are not the intended signators, evidence of signature authority shall be provided to RCTC. 17336.00000\8752982.5 158 EXHIBIT "A" SCOPE OF SERVICES 17336.00000\8752982.5 159 4. UNDERSTANDING AND APPROACH - HOW THE GOALS WILL BE MET It is first necessary to establish target audiences based on RCTC's goals. According to the US Census Bureau, the adult population of Riverside County was 2,473,902 as of July, 2022, with 76% of the population being 18 years of age or older. This yields an adult population of 1,880,166. To account for the time since the census data update and to be conservative in case of any undercount, we recommend increasing the assumed adult population by 2%, yielding an estimated adult population of 1,917,770. As such, the following audience sizes correspond with each goal. Goal Target Audience Deadline Directly engage 5% of the county's adult population. 95,889 July 2024 Directly deliver the draft of the TRP to 50% of the adult population. Make the plan available to the entire adult population. 958,885 March 2024 Make the plan available to the entire adult population. 1,917,770 March 2024 Public Opinion Survey 1,050 (Random Sample) May 20 In order to assure the best possible return on investm for the expenditure of public funds, it is imperative tha remain laser -focused on these specific goals. We pr highly specific, targeted method to reach these goal while maximizing the reach of information throughout the nty's incredibly diverse demographic and geographic r ge. his means target audiences must be reached throug a wide range of communications channels, as'appropriate for the demographic and geographic makeup of ell"i audience. As such, we propose the following specific methods to meet each goal. Goal 1 — Directly engage at least 95,889 adult resi- dents of Riverside County. We define direct engagement as an adult resident's direct opinion relative to the Traffic Relief Plan, or a component of the TRP, via survey, written, direct observable online, or oral input. The direct engagement must represent a measurable opinion of each individual and, therefore, must exclude metrics like reach and impressions. Our outreach for direct engagements must also be targeted to receive feedback from as diverse a cross section of the County population as is possible. To accomplish these ends for Goal 1, we recommend the following channels: Channel Target Audience & Demographic Target Audience Population Estimated Response Rate (rounded) Total Estimated Responses Survey Representative 1,050 Sample 29% 300 Public Meetings/ Events Key Community Stakeholder Groups 1,000 Direct Mail Responses Residents 65 years of age 386,000 1% 3,860 Facebook/ Instagram General population and non-English Akers WhatsApp/ Messeng 1,550,000 4% 64,000 anish- eaking population 500,000 3% 15,000 E .nd RCTC Contact List 10,000 3% 300 Mis. -ous Online .nup OTAL Countywide 500 Countywide 122,200 9% 11,000 95,960 We believe this represents a conservative and appropriate pathway to achieving direct public engagement from at least 5% of the County's adult population by the target date. This will also assure we receive feedback from a demographically and geographically diverse range of residents, representing those of all ages, genders, race-ethnicities, primary languages spoken, and residential locations. Local Partnerships Direct, in -person contact with residents is an important element of this goal. Arellano Associates will identify and staff key community events in each region of the County over the summer months in order to distribute the TRP, and to ask residents to provide their direct input via a survey that will be available at each event. Furthermore, in consultation with RCTC, OPR Communications will identify key community stakeholders and influencers throughout the County and will facilitate information sharing opportunities with RCTC staff. This will be an effective way to inform residents who will likely want a deeper, more detailed exchange of information about the TRP These information sharing sessions will also incorporate earned media outlets in AlphaVu 1/ THE FUTURE OF PUBLIC OPINION A - 1 RFP NO. 24-15-032-00 EXHI i:li l 4. UNDERSTANDING AND APPROACH - HOW THE GOALS WILL BE MET the County, so the media can have detailed access to all the relevant information as well as the opportunity to ask RCTC staff questions that may support their reporting efforts. Digital Content (Graphic Design & Video) Strong design for printed, digital, and audio elements is absolutely critical for effective public outreach. Arellano Associates with the support of Moonbeam will design and produce all print, graphic, video, and web elements. These elements will be the 'point of the spear' for all outreach for both Goals 1 and 2, including the annual report, digital ads, video ads/content, direct mail, and website regional maps. AlphaVu's targeting and ongoing measurements will assure only the most effective, high ROI content receives continued investment, regardless of channel. AlphaVu will also deploy its targeting techniques to make sure recipient audiences remain demographically and demographically representative of the County as a whole. OC Streetcar tel Fall into Cashion with the latest 'Jail styles in Downtown Santa Ana! From cozy sweaters to trendy boots, the shops in Santa Ana have your autumn wardrobe covered % J 7EaLShopFlay #DTSA #Dovrnto,wnSantaAna New EAT :kiOP PLAY DOWNTOWN SANTA ANA Fall into fashion in Downtown Santa Ana This is an example of an engaging graphic design by Arellano Associates that captures attention in a competitive media landscape. We also recognize that these outreach efforts, in the pursuit of Goals 1 and 2, will generate more pu interest and requests than RCTC staff may be used to on a regular bas s such, our team will asst any bandwidth challer RCTC staff may have in responding to public inquiries by: 4' • Developi : summary themes in pub quiries. • Developing draft recommended stock answers that effectively respond to these inquiries and provide access to further information, if desired. • Post responses to these public inquiries in the appropriate channels. • Continue to monitor, recommend responses, and post throughout the program. Goal 2 - Directly deliver the Traffic Relief Plan to 50% of the adult population of Riverside County, with the plan accessible to 100% of the population (958,885). Mass delivery of the TRP will be accomplished also using an all -channels approach, but with particular emphasis on direct mail and digital distribution. Again, in order to assure high return -on -investment, we recommend focusing direct mail resources on older residents, who are more likely to read and spend time with direct mail content, and digital content for younger and middle-aged residents. We also propose providing a link on the direct mail that will connect citizens to additional online information, regional maps, and to an online survey for ect public input. This will help us towards achieving both Is 1 and 2. Channel Dir: ail 40 Target Audience & Demographic •ents 65 years of.ge+ Estimated Audience Capable of Reaching 386,000 Facebook/Instagram Residents 18-65 years of ag and non- English speakers 775,000 Spanish speaking population 100,000 Ir YouTube/Video Residents 18-65 years of age 500,000 Google Display Residents 18-65 years of age 650,000 Email and SMS RCTC Contact List 10,000 We expect there to be overlap in unique audience members between channels, which is why the sum of reach among all channels is more than the stated goal. Between all the channels above, we expect the same individual to be counted 2 to 3 (2.5) times on average. In addition to direct receipt of the TRP by 50% of Riverside County's adult population, we also must be sure the TRP is accessible to any and every resident who wants it. As such, it's critical that we not only make the plan easily -accessible, readable, and understandable via web, but that we also assure its accessibility via non -digital modes. AlphaVu 1/ THE FUTURE OF PUBLIC OPINION A - 2 RFP NO. 24-15-032-00 EXHI is C, l 4. UNDERSTANDING AND APPROACH - HOW THE GOALS WILL BE MET TRP Web Design We propose County regional maps be designed and posted to the TRP website. These maps will empower residents to see what projects are within the TRP so they can determine for themselves the likely impact on their daily lives near their homes and workplaces. As such, these online maps should be the following features to maximize ROI and effectiveness: Western County Projects with Gas Tax (SB 1) Funding (does not include Local Streets & Roads projects) SAN BERNARDINO CO RIVERSIDE CO. RIVERSIDE CO. SAN DIEGO CO. flSR-71/SR-91 Interchange Project Environmental Revalidation nClark Street SM. Sidewe © SR -91 HOV/Pachappa Underpass ElJuanBautista De Anza Trail © Temescal Canyon Road Widening m Perris Valle fl1-15 Express Lanes Extension Environmental Document ® Hem © I-15 Railroad Canyon Road Interchange Riv fl1-15 French Valley Parkway Interchange ElCounty Line Road Transportation Corridor flSR -60 Truck Safety and Efficiency Project -Phase 1A Freeway Service Patrol Expansion n Chann ounty SRis• on SRTS• Sidewalk Sa •e County SRTS' Progra udis Creek Trail Exte Regional maps are a critically important tool for effect impact of transportation projects to the public. rsection Phase 2 oveme e Elsinore 'Safe Routes to School y communicating the • Each map should have its own direct link so maps can be seamlessly integrated into digital ads for hyper -local targeting. • Residents should be able easily determine their residential or work locations relative to projects. • Maps should allow users to filter by transportation mode, type of project, project size, and other desirable variables. • These web features are to be designed with generally accepted standards for web accessibility in order to assure usability by every Riverside County resident regardless of ability or native language spoken. Additional Accessibility We recognize not every citizen has digital access or may receive mail at home. As such, we propose the following distribution methods in order to assure the TRP is available to 100% of the adult population: • Physical copies of the TRP will be printed and mailed to every public library in the County. • Physical copies (in English and Spanish) will be available at key community stakeholder meetings and community events. 0 • An audio version of the TRP will be recorded and made available for visually impaired residents. Audio can also be cut for any ► -ntial podcast or radio ads, either during the TRP out '4 period or for future RCTC use. We are . ident unified, multi -channel plan will assure both ' -ct delivery o TRP to 50% of adults in the County as - ilability to •O% of residents. Dig While t dvertising haVu team will lean heavily into digital advertising TRP into the hands of as many residents as si• -, is important to note the principles which will guide is advertising: We will be highly focused on return on investment (ROI). ROI will guide many of our decisions, from channel to targeting to content. We will not, for example, advertise on Tik Tok because of that platform's lack of hyper - local targeting capabilities (in addition to other policy and security concerns). Without local targeting, RCTC resources would be wasted reaching residents outside of Riverside County. 2. We will target information only to the residents for whom that information is most relevant. For example, we will target information about certain capital projects only to the residents likely to be impacted by or to benefit from those projects. This assures residents will have greater attachment to information because it is relevant to their lives while also supporting return on investment on public funds. This will also aid with RCTC's goal of this being an integrated program. RCTC's existing projects can either be tied in with these targeting and ROI measurement efforts at any time either during or after this outreach program. 3. We will measure ROI on each piece of content. This will help us focus advertising funds only on the content that is proven the most effective. AlphaVu // THE FUTURE OF PUBLIC OPINION EXHI PA-3 RFP NO. 24-15-032-00 4. UNDERSTANDING AND APPROACH - HOW THE GOALS WILL BE MET Annual Report We do recommend and plan to create, with RCTC's guidance, an annual report. This report will, like other elements of the effort, will be a combination of elements that can be distributed via digital channels for easy understanding by the widest audience possible. We do not recommend the printing and distribution of a long annual report heavy with text. This simply will not be read by many residents. Such an extended version can be available online, but the majority of the effort will be focused on creating summary content that is appropriate for each geographic target audience. Targeting Mass distribution actually makes effective targeting more important, not less. In addition to traditional demographic and geographic targeting, AlphaVu has developed a new, Large Language Model (artificial intelligence) targeting system. This system ingests RCTC's public contact data (social media, email inquiries, public meetings lists, etc.), RCTC's public opinion polling research, as well as exogenous data (news, gas prices, etc) to constantly update a model of which citizens are most interested in which aspects of the TRP (specific proje funding, etc.). This has several high -value benefits: 1. in public opinion polling, both previous poll and th polling planned in this program. 2. Outreach will account for real -world factors, li prices, that impact the public's inte n tran tation. 3. Targeting for RCTC's outreach can be update an adjusted daily if necessary, so content is mat ed with the residents most interested in that content, ased on extremely fresh analysis rather than targeting decisions make weeks or months previously. Goal 3 — Conduct a public opinion survey that in- forms the Commission about general public support for funding the TRP (by June 1, 2024). Similar to the most recent May/June 2023 survey, FM3 proposes to utilize a dual -mode, voter -listed sampling methodology to conduct an 18- to 20 -minute survey among a random sample of 1,500 respondents. This dual -mode methodology employs two data collection methods (online and landline/cellular telephone interviews) and three contact methods (email and texting invitations, as well as telephone calls). In all, this methodology provides for a more inclusive and representative sample by allowing all likely voters to have a chance to be selected. Further, FM3 proposes to provide the survey in English and Spanish both online and by telephone. RCTC can continue to generate value from its investments Valley 25 in Palos Verdes Valley and 25 in the Mountain FM3 understands the significance of these survey results, which will be used as an important data point in the RCTC Board's deliberations as to whether to place a measure on the ballot in the November 2024 General Election. Many of the questions in the survey will be tracked to past surveys we have conducted for RCTC to help provide context for the results and a better understanding of the movement in public opinion. As RCTC is aware, previous research has found that while some opinions are homogenous across the county, some subregions differ in their transportation priorities and/or vary in the reasons they are likely to support or oppose a new transportation sales tax. Given the aforementioned findings, FM3 proposes to„Apain oversample particular subregions in order to ensure likely November 2024 voters across the county are heard. Because of these differences, FM3 recommends that there be a few subregional specific questions. To benefit from the proposed sub -regional approach, FM3 recommends employing the same sampling plan used in the 2023 Riverside County Transportation Survey. The Table below itemizes the proposed sample size by sub -regions of Riverside County. M3 propos,s to complete 1,500 interviews, consisting of 1,050 interviews in Western Riverside County, 400 in Coachella subregion. The entire proposed sample will yield a margin of error of ±2.8% at the 95% Confidence Level. The Western Riverside sample will have a margin of error of ±3.1 % and the Coachella Valley sample will yield a margin of error of ±4.9%. Table: Sample Sizes by Subregion Sub -Region Cities and Zip Codes Western Riverside Region Western Subregion 1 Corona, Norco, Eastvale, Jurupa Valley; ZIP Code: 92883 Western Subregion 2 City of Riverside; ZIP Codes: 92504,92508, 92518 Western Subregion 3 Moreno Valley, Perris; ZIP Code: 92570 Western Subregion 4 Hemet, San Jacinto; ZIP Codes: 92582, 92583, 92544, 92581 Western Subregion 5 Menifee, Murrieta, Temecula, Lake Elsinore, Canyon Lake/ Wildomar; ZIP Codes: 92530, 92562, 92590, 92028, 92595, 92592 240 160 150 100 300 AlphaVu 1/ THE FUTURE OF PUBLIC OPINION EXHI A - 4 RFP NO. 24-15-032-00 is is 4. UNDERSTANDING AND APPROACH - HOW THE GOALS WILL BE MET Sub -Region Cities and Zip Codes Sample 100 Western Subregion 6 Beaumont, Banning, Calimesa; ZIP Codes: 92223, 92220, 92230 Coachella Valley Region 400 Coachella Subregion 1 Indio, Coachella, La Quinta; ZIP Codes: 92274, 92254 160 Coachella Subregion 2 Desert Hot Springs, Palm Springs, Cathedral City; ZIP Codes: 92241, 92276, 92240, 92258 140 Coachella Subregion 3 Rancho Mirage, Indian Wells, Palm Desert 100 Palos Verde Valley Region 25 Mountain Subregion 25 The proposed sample size will again allow RCTC to test two different sales tax rates to assess current levels of support for each respective rate - given the cost of living, gas prices and the state of the labor market, just prior to Board deliberations. SECTION 4: UNDERSTANDING AND APPROACH - SUGGESTED MODIFICATIONS TO GOALS, ADDITIONAL GOALS, WITH RATIONALE We recommend two additional goals: 1. Positive average sentiment across all enga• e s — We recommend a goal of maintaining -average p live sentiment on engagements with TRP content. Wee ieve this is important because positive sentiment' dicates understanding and acceptance of the content This is not intended to dissuade negative engagements, because of course any citizen is free to disagree the plan. However, it is also true that content that effectively and efficiently disseminates information yields positive sentiment, so we believe positive sentiment is an important indicator of strong ROI. For this reason, we recommend tracking sentiment across all engagements and maintaining positive sentiment, on average, for the lifetime of the project. 2. We recommend maintaining an average video view time of 15 seconds. Video is an incredibly important mode of communication, so we believe a goal should be attached specifically to video, to assure its dissemination is yielding a strong return on investment. As such, a video view time of 15 seconds will clearly indicate residents are engaging with and receiving good information from RCTC's investments in video. We recommend the consideration of the modification of the timing of Goals 2 and 3: • If it is the intent of the Commission to measure the impact of the public outreach effort on the public's understanding of the Traffic Relief Plan, we recommend the Commission consider most closely aligning the deadlines for Goals 2 and 3. Goal 2 currently requires that maximum public outreach for this Goal conclude at the end of March while the public opinion research for Goal 3 would not begin until May. Therefore, only if we are correct about the intent of the Commission, we recommend that the deadline for Goals 2 and 3 be changed to more closely overlap. SECTION ' ` • ERSTANDING AND APPROACH - CHAL ES EETING THE GOALS Ch . nges to Mee s Goals e lea ' . from the pandemic, uncontrollable, env ntal factors can impact any program. While such factors 't be prevented, we can structure our organization and progra ing to be flexible and fast -reacting. As such, the AlphaVu team will maintain a flat organizational structure to assure quick and clear communications. Accounting and finances will also be very carefully maintained and monitored so that any unspent funds can be quickly returned to RCTC in case of unforeseen emergency circumstances that interrupt the program. The only other potential challenge to meeting the goals would be a significant, unexpected change in advertising costs (mail, digital, etc.). While we think this is highly unlikely, the best approach is to maintain a portfolio approach to our outreach — using as many channels as reasonably makes sense. For example, by using both direct mail and multiple digital channels (Facebook/Instagram, YouTube, WhatsApp etc.), we can quickly move resources from one channel to another as necessary for the maximum return on investment. We do note that we strictly adhere to the terms of service for every digital platform and we fully comply with California data privacy and security regulations. This may at times make it more difficult to count unique, non -duplicate engagements for the same resident. For this reason we recommend striving to surpass our goals to increase the likelihood unique residents and households engage with and receive our messaging. We believe the Commission's stated budget allows this. AlphaVu 1/ THE FUTURE OF PUBLIC OPINION EXHI A - 5 RFP NO. 24-15-032-00 4. UNDERSTANDING AND APPROACH SECTION 4: UNDERSTANDING AND APPROACH - REPORTING AND METRICS There are four reasons why well -planned reporting is absolutely essential for the success of this program: 1. Detailed, transparent reporting is the method of accountability for reaching the stated goals. 2. Well -designed reporting allows mid -course correction if outside factors impact TRP distribution plans. 3. Reporting is essential to public transparency and measurements of return on investment. 4. Reporting helps ensure deadlines are met according to plan, without a rush for completion near the end. Audience of Reports We propose designing three reports, one for each of the following audiences: 1. Analysts - AlphaVu analysts and RCTC staff working on the most detailed levels of the outreach program. 2. Senior Staff — RCTC staff managing/supervising the outreach program. 3. RCTC Board and Public — RCTC's governing board and general public. Reports will be customized for each audience an efficient distribution of critical informatio effective decision making. Frequency of Reports Report frequency should suit the�'arget audienc d the decision -making framework for each audience. 1. Analysts will have direct access to a web -based dashboard with detailed key metrics. This dashboard will update every 30 minutes during peak public outreach periods, and between every 1-4 hours in off periods. 2. Senior staff will receive a slightly less detailed summary report every week. 3. RCTC Board will receive an update for every monthly board meeting or committee meeting as directly by RCTC. These reports can be available to the public either by request or by posting to the RCTC website, as directed by RCTC. Metrics We propose the use of the following metrics and the reasoning for each: • Direct Engagement — this is the number of unique adult Riverside County residents who express an opinion of the TRP and/or ask a question about it. These engagements can come in through any channel, including digital (likes, reactions, comments, etc.), email, web form, tele-town hall survey, telephone survey, public meeting or community event, etc. This is the key metric for measuring progress towards Goal 1. • Distribution — this is the confirmed delivery of the TRP or summary TRP content to unique individuals. This is measured as the number of households receiving direct mail plus the digital reach and number of 15 -second video views online. By reach we mean unique impressions so as not to count tr - same resident twice in considering digital distributio •r platforms like Google that do not provide reach . ' impressions, we will count 6 impressions to es 1 un . • individual. This is the key metric for uring prog towards Goal 2. entiment — Sentiment (positive, negative, and neutral) key representation of the public's understanding and ac. nlance of the TRP. While we cannot and should not expe neutral or positive sentiment (some residents t ject to certain aspects of the TRP), it is imperative that we capture and measure all sentiment so we can Lire assess how receptive the public is to the plan, what questions commonly arise, and how we can continually improve our explanations of the TRP. • Topics — The TRP encompasses many aspects, from funding to roadways and from public transit to pothole repair. We plan to measure exactly what specific topics the public discusses relative to the TRP so we can DataVu: Metrolink Overall Engagement & Sentiment Engagement & Sentiment by Date - euee o„e ro rarer date MOO atb -1000 Tema Engagement -523' ItIL Sep21 Sep26 0.18 20,450 111130a se/Les', total engagement Om 1 Om 6 47°.2 Sentiment me,mety ,.DD Oct 11 00413 25D -050 1,298 14,332 1,124 unique engagements MU comments .unique commenters Engagement Fiitei Date Range Leg an tam 1110,2 WS_ RepeatAmernce Ian JQ New PMlance RepeetAutlience Neeune vs. numound 0EW9 Inbound ▪ outbound Oats 52urce 0 Wtl oExeranireragard Q 42022004 Insmgrem 0 Letter ✓0 Messeegm %mnecau ✓u Red42 �T,00sMs ▪ TwlVer ✓u We...Email Engagement and Sentiment are critical metrics and should be reported with the frequency appropriate for each audience, AlphaVu 1/ THE FUTURE OF PUBLIC OPINION EXHI lt; . A-6 RFP NO. 24-15-032-00 4. UNDERSTANDING AND APPROACH assess which topical areas of the plan cause the greatest concern, capture the most attention, and may need additional emphasis in ongoing communications. Topics in combination with Sentiment will help us understand the public's acceptance and understanding of each specific component of the plan. • Outside Mentions - We will track the level of organic awareness in the community outside of the direct engagement with the Commission. This involves social listening of community groups, stakeholder, and media public pages. Content of Reports The content of each report type will be customized for each intended audience: • Analyst reports will contain all of the referenced metrics for the entire time period of the project. Analysts will be able to filter by any time period, down to a single day. Their reporting dashboard will also allow them to view all of the underlying data, down to the individual record, feeding into each metric. This allows analysts and staff to have SECTION 4: UNDERSTANDING AND APPROACH - S the most granular access for detail analysis and problem solving. • Senior staff will have summary reports including summary charts and analyst notes. This will give senior staff the most important analysis in a quickly and easily digestible format. • RCTC Board reports will be provided in presentation format with summary charts and high-level notes explaining: • Progress towards each goal. • Overview of upcoming actions in the program. • These presentations will be first provided to RCTC staff in draft for for review in time for any necessary revisio efore Board or committee meetings. :11hr3" _ Janus FE Jary 'arch Goal 1 (July 2024 Deadline) Content Creation/Revision Public Opinion Survey Public Meetings/Events/Stakeholde Direct Mail Responses Digital Engagement (Social, Email, SMS) Tele-Town Halls Inquiry Response Support Reporting April May June July August Goal 2 (March 2024 Deadline) Content Creation/Revision Direct Mail Digital Advertising Inquiry Response Support Reporting Goal 3 (May 2024 Deadline) Public Opinion Survey Reporting AlphaVu 1/ THE FUTURE OF PUBLIC OPINION EXHIEW A - 7 RFP NO. 24-15-032-00 4. UNDERSTANDING AND APPROACH SECTION 4: UNDERSTANDING AND APPROACH - BUDGET AND LIMITATIONS Here we state anticipated spends through months 3, 5, and 7. While the Detailed Pricing Proposal Form divides costs by goal, here when we view costs through the lens of monthly expenditures we must recognize that funds will be expended for the goals in overlapping months. In particular, expenditures for Goal 1 will occur during work for Goal 3, meaning funds for both goals will be focused just before the 5th month. This explains the distribution of funds by time rather than by goal, but with the same amount accounted for in either structure. Spend Increments (3, 5, & 7 Months) Jan -March (through Goal 2) $508,236.40 April -May (Goal 3) $387,797.60 Through Completion (Goal 1) $90,000 TOTAL $986,034.00 Limitations Both AlphaVu and its subcontractors will at all time ere to state laws, regulations, and rules. No team member adding on behalf of the Commission will exhort any member of the public to vote for or against any ballot measure ot.c pdidate:� AlphaVu 1/ THE FUTURE OF PUBLIC OPINION EXHI A - 8 RFP NO. 24-15-032-00 i:l� r EXHIBIT "B" SCHEDULE OF SERVICES 17336.00000\8752982.5 168 January February March April May June July August Goal 1 (July 2024 Deadline) Content Creation/Revision Public Opinion Survey Public Meetings/Events/Stakeholders Direct Mail Responses Digital Engagement (Social, Email, SMS) Tele-Town Halls Inquiry Response Support Reporting Goal 2 (March 2024 Deadline) Content Creation/Revision Direct Mail Digital Advertising Inquiry Response Support Reporting Goal 3 (May 2024 Deadline) Public Opinion Survey Reporting 17336.00000\8752982.5 EXHI I: 11 B-1 EXHIBIT "C" COMPENSATION 17336.00000\8752982.5 170 PROJECT TOTALS GOAL GOAL DESCRIPTION Total Estimated Hours Total Labor Total ODC's Total Budget 1 Directly engage 5% of the county's total population in guiding the Commission's decisions about the county's transportation future. 942 $ 215,397.60 $ 178,000.00 $ 393,397.60 2 Directly deliver the draft Traffic Relief Plan to 50% of the adult population of Riverside County, with the plan accessible to 100% of the population. 642 $ 139,236.40 $ 369,000.00 § 508,236.40 3 Conduct a public opinion survey that informs the Commission about general public support for funding the TRP (By June 1, 2024) 12 $ 3,400.00 TOTAL $ PR. _ ' '.00 _CT BUDL, $ 84,400.00 986,034.00 EX 161T C - 1 AGENDA ITEM 61 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Tyler Madary, Legislative Affairs Manager David Knudsen, External Affairs Director THROUGH: Anne Mayer, Executive Director SUBJECT: State and Federal Legislative Update BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Adopt the Commission's 2024 State and Federal Legislative Platform; and 2) Receive and file a state and federal legislative update. BACKGROUND INFORMATION: Draft 2024 State and Federal Legislative Platform Each year, the Commission updates and adopts a legislative platform that serves as a framework for the policy positions the Commission will take on pieces of legislation, regulations, and administrative policies. The platform addresses broad themes critical to the Commission in both Sacramento and Washington, D.0 and allows staff, Commissioners, and the Commission's lobbyists to communicate in a timely, effective manner with state and federal agencies and elected officials as issues arise. The proposed 2024 State and Federal Legislative Platform builds on previously adopted platforms, with minor changes from the 2023 version. Recommended changes include: • Simplifying and consolidating language where feasible; • Eliminating or updating priorities that have either been addressed or are based on policies that are no longer in effect; and • Adding reference to the progressive design -build procurement method, following the passage of Senate Bill 617 by Senator Josh Newman earlier this year. The proposed 2024 State and Federal Legislative Platform is attached, along with a copy that includes track changes to highlight additions and deletions from the 2023 version. Agenda Item 61 172 State Update On November 21, Assembly Speaker Robert Rivas announced changes to Standing Committees for the second year of the 2023-24 Regular Session. Speaker Rivas deferred his long -expected shakeup of committee assignments to maintain consistency when he took his leadership role mid -session in July 2023. Notably, Assemblymember Lori Wilson of Suisun City replaced Assemblymember Laura Friedman as Chair of the Assembly Transportation Committee. Assemblymember Friedman was also removed from the committee. Staff intend to schedule a meeting with Chair Wilson's staff to identify her top committee priorities and the future of legislation that would impact how transportation projects are planned, programmed, and funded, such as Assembly Bill 6 (Friedman), Assembly Bill 7 (Friedman), and AB 1525 (Bonta). The State Legislature reconvenes on January 3 and Governor Gavin Newsom is expected to outline his budget proposal before the required January 10, 2024 deadline. Governor Newsom and Legislators will likely need to address a larger deficit next year than previously forecasted. According to the State Department of Finance (DOF) this is due to state tax revenue coming in below projections —possibly the result of the six-month extension in the state's tax filing deadline earlier this year. The 2023 Budget Act signed by Governor Newsom in June projected a $14 billion shortfall in the next fiscal year, which begins July 1, 2024. Federal Update On October 25, Representative Mike Johnson was elected Speaker of the House of Representatives. The House passed a new Continuing Resolution on November 14 to fund government operations beyond November 17, and the Senate is expected to do the same ahead of the deadline. This agreement funds agencies at Fiscal Year 2023 levels covered by the Agriculture; Energy -Water; Military Construction -Veterans Affairs; and Transportation -Housing & Urban Development bills through January 19, 2024, while all other appropriations bills will be extended to February 2, 2024. The new Continuing Resolution offers Congress an opportunity to keep the government open while negotiations continue for full Fiscal Year 2024 Appropriations legislation. FISCAL IMPACT: This is a policy and information item. There is no fiscal impact. Attachments: 1) Draft 2024 State and Federal Legislative Platform — Redline Version 2) Draft 2024 State and Federal Legislative Platform — Edits Accepted Version 3) Legislative Matrix— December 2023 Agenda Item 61 173 Approved by the Budget and Implementation Committee on November 27, 2023 In Favor: 9 Abstain: 0 No: 0 Agenda Item 61 174 ATTACHMENT 1 RIVERSIDE COUNTY TRANSPORTATION COMMISSION OBJECTIVE: The 2.0242024 State and Federal Legislative Platform serves as the framework that will guide Riverside County Transportation Commission's (RCTC or Commission) advocacy efforts for state and federal policy and funding decisions that enable the Commission to: implement Measure A, the Regional Transportation Plan (RTP), and adopted plans and programs; comply with state and federal requirements; and provide greater mobility, equitable access, improved quality of life, operational excellence, and economic vitality in Riverside County. RCTC's State and Federal Legislative Platform offers positions on key policy issues which are likely to be the focus in the next legislative and congressional sessions. Equity and Fairness • Ensure that rural, low-income, and disadvantaged communities in Riverside County benefit from equity -based transportation planning and implementation policies. • State and federal funding should be distributed equitably to Riverside County. This includes core formula funding as well as supplemental distributions. • Governance structures should ensure equitable representation and decision -making authority is provided to Riverside County. • Policies should be developed and implemented recognizing with regional variance to limit disproportionate impacts onby distinguishing high growth regions with fast-growing populationsfef population growth, including low-income and disadvantaged communities priced out of coastal urban centers. • Engage in policy discussions regarding the way public outreach and public meetings are conducted by public agencies. Regional Control • Project selection and planning authority for state/federal funds should be as local as possible, preferably in the hands of the Commission. • State and federal rulemakings, administrative processes, program guidelines, and policy development activities should include meaningful collaboration from regional transportation agencies. • Oppose efforts by non -elected, regulatory bodies and non -transportation interests to assert control over transportation funding and decision -making. • Policies should be sensitive to each region's unique needs and avoid "one size fits all" assumptions, over -reliance on single modes of transportation that would disadvantage regional mobility, and lack of distinction between urban, suburban, and rural needs. • State and federal policies should align authority related to select planning, programming, funding, clearing, or managing the performance of projects should align rather than conflict or duplicate, manage performance, and should recognize mandates and responsibilities placed upon regional and local governments. Protect Our Authority and Revenue • Existing statutory authorities for the Commission should be preserved and protected. • Oppose efforts to infringe on the Commission's discretion in collecting and administering its revenue sources including, but not limited to: Measure A, tolls, and TUMF. 175 • Oppose efforts to place mandates on agencies which could nullify RCTC mobility improvement priorities by driving up operating and project delivery costs and thereby reducing the amount of funds available to deliver mobility improvements. • Oppose efforts to remove or reduce tax exemption on -of municipal bond interest to avoid increased costs to financed projects. • Reinstate advanced refunding of municipal bond authority. • Oppose legislation that restructures or interferes with governance of the Commission or other local and regional transportation agencies without the support and consent of the entity affected. • Oppose legislation that amends procurement law in a manner that increases the Commission's exposure to litigation, costs, decreased private sector competition, conflicts of interest, or deviation from best practices. • Support efforts to preserve, stabilize, leverage and/or increase funding for transportation. •--Oppose policy changes that infringe on the ability of the Commission to receives maximum sales tax collections resulting from implementation of the Wayfair Supreme Court Decision relative to state sales taxes on internet sales or any other change in policy. • Innovation • Support implementation and expansion of state and federal initiatives to expedite and advance innovative transportation policies, programs, and technologies. Project Delivery Streamlining • Support all efforts to reduce project delivery timelines and provide flexibility to meet planning requirements due to changing circumstances, while maintaining important environmental protections. • Support the availability of project delivery tools such as the design -build and progressive design - build project delivery methods, construction manager/general contractor (CM/GC, or construction manager at -risk) project delivery method, and public -private partnerships to the Commission, the State, federal agencies, and other infrastructure agencies. Oppose efforts to add barriers to effective implementation of such tools. • Support the simplification of SB 743 Steinberg (Chapter 386, Statutes of 2013) VMT modeling and analysis for highway projects. • Support reciprocity of the California Environmental Quality Act (CEQA) for the National Environmental Protection Act (NEPA). • Support removing the statutory sunset on the NEPA Assignment program California participates in with the Federal Highway Administration which continues to benefit Commission projects. En_age with the California Department of Transportation (Caltrans) and U.S. Department of program. • Support creation of a low -interest loan program to support habitat conservation plans that mitigate the impacts of transportation infrastructure and make project approvals more efficient. • Support efforts to modernize the CEQA, including but not limited to: o Reduce the Commission's exposure to litigation; o Increase accountability and disclosure for plaintiffs in CEQA cases; o Limit courts' ability to invalidate an entire CEQA document when a writ of mandate can resolve discreet issues; o Exempt illegal actions from CEQA review; and o Prohibit "document dumping." • Support categorical exclusions for multimodal transit projects and for safety improvements on roads and highways. 176 Accountability • Revenue derived from transportation sources should be spent exclusively on planning, development, and implementation of transportation projects. Support measures to strengthen the relationship between transportation revenue and expenditures; oppose measures that weaken them. • Support efforts to ensure that all projects in a voter -approved sales tax measure expenditure plan are delivered to the public. • Encourage the adoption of on -time, balanced state budgets, and federal appropriation and authorization legislation to ensure transportation projects are delivered without delay or costly stoppages, and that adequate planning for future projects can take place. • Promote policies that ensure state and federal agencies have adequate funding in order to be responsive and accountable to Commission concerns when working on Commission projects. • Oppose efforts by non -elected, regulatory bodies to dilute, reduce, or withhold transportation funds. • Support maximum transparency of funding agencies through the clear scoring and evaluation of funding requests. Alignment of Responsibilities • Support strong collaborative partnerships with state and federal agencies. • Support local control and policies that incentivize self-help counties' continued funding contribution to transportation projects in California. • Support policies that provide decision -making authority and flexibility to agencies bearing financial risk for projects. Oppose policies that place unfunded mandates and other undue burdens and restrictions on agencies that bear financial risk for projects. • Support efforts by the state governments to improve maintenance and operations of the state highway and interstate systems. • Oppose efforts by the state government to negate their obligation to maintain the state and federal highway systems, or otherwise realign those costs and responsibilities to local and regional agencies. • Oppose efforts by the state legislature to deflect responsibility for voting on revenue for statewide transportation to local voters. Environment • Encourage efforts to limit impacts to the climate, air quality, and habitats in a manner that promotes improved quality of life and equitable outcomes for residents of Riverside County, provided that these efforts are sufficiently funded and do not negatively impact the mission of RCTC. Climate Action and Air Quality • Support a greater share of state greenhouse gas (GHG) reduction funds toward transportation investments to address the transportation sector's share of GHG emissions. • Ensure criteria for defining disadvantaged communities and environmental justice areas of concern accurately represent Riverside County and enable the region to compete for funding. • Oppose efforts to place new environmental criteria (such as GHG reduction or vehicle miles traveled reduction) on transportation projects and programs without commensurate funding for alternatives or mitigation. • Oppose legislative proposals or implementation measures (programming, funding, environmental 177 review, etc.) associated with the Climate Action Plan for Transportation Infrastructure (CAPTI), Caltrans System Investment Strategy (CSIS), Executive Order N-19-19, Executive Order N-79-20, AB 32 Nunez (Chapter 488, Statutes of 2006), SB 375 Steinberg (Chapter 728, Statutes of 2008), SB 743 Steinberg (Chapter 386, Statutes of 2013), SB 32 Pavley (Chapter 249, Statutes of 2016), AB 1278 Muratsuchi (Chapter 337, Statutes of 2022), or other climate action goals that hinder a just transition to multimodal transportation systems in Riverside County. • Support alternative metrics to Vehicle Miles Traveled (VMT) that more accurately account for environmental impacts. Support use of per capita measurements when mitigating transportation sector impacts in growing regions. • Support efforts that allow transportation agencies to receive credit for VMT-reducing projects that have been recently delivered or are included in future delivery plans. • Oppose legislation to authorize a multicounty revenue measure for environmental programs if the measure is not required to: (1) provide equitable funding to Riverside County, and (2) be developed through formal consultation with the Commission before and after passage, and (3) involve the Commission in expenditure of funds within Riverside County related to transportation projects, programs, and services; or if such a measure would negatively impact the Commission's ability to achieve voter approval of local transportation revenue. Habitat Conservation • Support efforts or initiatives that expedite the approval of Habitat Conservation Plans or Special Area Management Plans, or support existing plans. • Support funding for projects and programs that promote wildlife connectivity, if resources are not redirected from other transportation funding programs. • Oppose legislation that limits the streamlining benefit of the Western Riverside County Multiple Species Habitat Conservation Plan or Coachella Valley Multiple Species Habitat Conservation Plan by impugning or duplicating requirements for analysis and remediation of impacts. Alternatives to Driving • Support the continued development of a multimodal transit system in Riverside County that promotes equitable access through geographic reach and service frequency, commuter and mobility choice, and environmental sustainability, as well as maximizes regional competitiveness for state and federal funding. • Support integration of public transportation systems in southern California. Ridesharing • Support incentives to employers that enhance or create transit reimbursement or ridesharing programs. • Oppose new mandates on employers or transportation agencies that would result in disruption of the Commission's ridesharing program. • Support programs and policies that invest in and foster new technologies that promote ridesharing, traffic information, and commuter assistance. • Support regional cooperation toward establishing transportation data standards and technological integrations. • Support rideshare and vanpool program eligibility for state and federal transit funding, such as the Transportation Development Act. 178 Active Transportation • Support maximum regional control of project selection for funding of active transportation projects. • Support policies and programs that recognize when active transportation improvements are incorporated into other modal projects. Transit • Support all transit operators in Riverside County with legislative concerns impacting the operators' funding and operations. • Support efforts to provide flexibility of funding between capital and operating budgets from state/federal programs for transit agencies. • Support efforts to reevaluate transit performance measures in state and federal law. • Support policies and funding programs that promote the establishment or expansion of express bus service that utilizes the Riverside Express Lanes. • Support incentives for transit agencies that utilize alternative fuels and/or zero -emission buses. • Support additional funding for specialized transit programs within state and federal programs. • Support funding for micro -transit programs, as well as efforts to classify these programs as transit operations/transit operators within state and federal programs. • Oppose unfunded mandates that would negatively impact the operating budgets of transit agencies. Passenger Rail • Support inclusion and prioritization of Coachella Valley San Gorgonio Pass Rail service in the California State Rail Plan, Federal Corridor ID Program, and other state and federal plans and program pipelines. • Support legislation to better enable the Coachella Valley San Gorgonio Pass Rail service to become part of California's intercity rail network, such as legislation to allow intercity rail joint powers authorities to expand their service areas. • Support efforts to secure state and federal funding for the Coachella Valley San Gorgonio Pass Rail service project. • Support LOSSAN Rail Corridor Agency and Metrolink with legislative and regulatory concerns impacting funding and operations. • Support efforts to provide an equitable share of funding to west coast intercity rail systems as compared to the Northeast Corridor. • Support Metrolink's policy and funding needs with regards to implementation of positive train control and other rail safety items. • Support Metrolink's SCORE implementation and encourage early SCORE investments in Riverside County. • Support efforts to prioritize high-speed rail funding for connectivity improvements to existing transit systems and infrastructure in California's urban areas. In particular, support all efforts to ensure that funding is provided as soon as possible to projects included in the Memorandum of Understanding (MOU) between the California High Speed Rail Authority (CHSRA), the Southern California Association of Governments (SCAG), and the Commission. • Ensure that the Commission's rights and interests in passenger rail in southern California are properly respected in state, federal, and regional plans and policies. 179 Teleworking/Remote Working • Engage in policy discussions that utilize teleworking as a method to reduce traffic congestion and improve local economic and public health by permanently increasing the number of Riverside County residents who telecommute or work remotely. Tolling and Managed Lanes • Support legislation that ensures the full and accurate capture of toll revenues, to protect the Commission's debt and congestion management obligations. • Support legislation that authorizes toll agencies to pilot or deploy new technology to improve toll operations and mobility. • Support legislation and policies that strengthen existing statutory authority for connecting toll segments to be implemented in an adjacent county with approvals by both authorized counties. • Engage in legislation regarding privacy laws to ensure an appropriate balance between customer privacy, public safety, financial obligation, and practical operations is reasonably met. • Oppose legislation increasing the type and/or number of vehicles subject to free or reduced toll rates, to protect the Commission's debt and congestion management obligations, and to reduce operational costs and complexity. • Oppose state and federal policies which would dictate how tolling policy and rates are implemented on the Commission's tolled facilities. • Engage in policy discussions that may involve legislation or regulatory efforts that add statutory barriers to expanding the use of tolling. • Oppose policies that would dictate, limit use of, or create onerous requirements for utilizing surplua toll revenue. • Engage in legislation and monitor administrative policies relating to interoperability of business practices of tolled facilities statewide, regionally, and nationally, in order to ensure technical feasibility, efficient and effective operations, cost reasonableness, and customer satisfaction. • Support increased enforcement of managed lanes for improved travel time reliability and effective operation of express bus service. • Support policies that recognize the role of pricing and managed lanes as an integral part of multi - modal corridor mobility and achieving environmental goals. • Support initiatives and research that demonstrate the air quality improvements, VMT reduction, and economic benefits from the use of toll and managed lanes. Goods Movement • Policies should recognize the impact of goods movement from the Ports of Los Angeles and Long Beach and the U.S.-Mexico border on Riverside County. • Support state and federal legislative action to continue dedicated funding for goods movement projects, inasmuch as the funding source: o Has a nexus to the user; o Does not reduce funding to existing highway and transit programs; o Provides funding to California, and southern California in particular, commensurate with this region and state's significance to interstate goods movement; and o Can be spent on grade separation projects. • Provide input to the National Freight Advisory Committee and California Statc Freight Advisory Committee. • Advocate for accurate representation of Riverside County in the Primary National Highway Freight Network or other national or statewide freight route designations. • Advocate for freight funding from state and federal sources to be distributed based on a regional 180 consensus, in consultation with state and federal agency's freight plans. • Oppose increasing the capacity or intensity of freight movement in and near Riverside County without commensurate mitigation of impacts. • Support legislation to ensure that the Commission is eligible to seek federal goods movement and freight program discretionary grant funding. • Oppose policies that restrict the ability to deliver goods movement enhancements due to application of SB 743 or other VMT reduction or mitigation requirements. Projects • Support programs and policies that advantage transportation projects in Riverside County. • Oppose policies that inhibit the efficient, timely delivery of such projects. Funding • Support continued testing and analysis of California's road charge pilot program as a potential replacement of the state motor fuels excise tax as the primary funding mechanism for transportation and ensure that both urban, suburban, and rural communities are treated in an equitable manner. • Monitor the federal government's pilot program to explore potential replacement mechanisms for the federal gasoline excise tax. • Support all efforts to maintain, at the very least, level state/federal funding for transportation programs. • Support re -dedication of California truck weight fees to transportation accounts. • Monitor legislation relating to tax collection for impacts on Measure A revenues or administration fees. • Support maximizing Commission flexibility and discretion over funding decisions. • Funding sources should be discretionary and distributed by population share to facilitate expeditious project delivery and expenditure of funds. • Support maintaining the legislative intent behind Senate Bill 1 (Statutes 2017) and historic base program funding, by: o Opposing efforts to tie distribution of transportation funding to ancillary policy matters, such as housing. o Opposing efforts to deviate from legislative intent and existing statute. o Supporting efforts to adjust formula allocations to maximize funding decisions being made as locally as possible. o Ensuring program guidelines are as broad as possible with respect to mode, to the extent appropriate while adhering to legislative intent. Regional Partnerships • Collaborate with regional transportation agencies to impact transportation funding and regulatory policies to bring equity and fairness to the Inland Empire region. • Collaborate with public and private sector stakeholders on policy and funding matters that enhance economic development and quality of life in the Inland Empire region. • Engage in legislative efforts impacting regional transportation agencies, particularly when the efforts have a nexus to the Commission. • Support implementation of projects in other counties that are contained in the Southern California Association of Governments RTP/Sustainable Communities Strategy when requested by other counties and not in conflict with the Commission's interests. 181 ATTACHMENT 2 RIVERSIDE COUNTY TRANSPORTATION COMMISSION OBJECTIVE: The 2024 State and Federal Legislative Platform serves as the framework that will guide Riverside County Transportation Commission's (RCTC or Commission) advocacy efforts for state and federal policy and funding decisions that enable the Commission to: implement Measure A, the Regional Transportation Plan (RTP), and adopted plans and programs; comply with state and federal requirements; and provide greater mobility, equitable access, improved quality of life, operational excellence, and economic vitality in Riverside County. RCTC's State and Federal Legislative Platform offers positions on key policy issues which are likely to be the focus in the next legislative and congressional sessions. Equity and Fairness • Ensure that rural, low-income, and disadvantaged communities in Riverside County benefit from equity -based transportation planning and implementation policies. • State and federal funding should be distributed equitably to Riverside County. This includes core formula funding as well as supplemental distributions. • Governance structures should ensure equitable representation and decision -making authority is provided to Riverside County. • Policies should be developed and implemented with regional variance to limit disproportionate impacts on regions with fast-growing populations, including low-income and disadvantaged communities priced out of coastal urban centers. • Engage in policy discussions regarding the way public outreach and public meetings are conducted by public agencies. Regional Control • Project selection and planning authority for state/federal funds should be as local as possible, preferably in the hands of the Commission. • State and federal rulemakings, administrative processes, program guidelines, and policy development activities should include meaningful collaboration from regional transportation agencies. • Oppose efforts by non -elected, regulatory bodies and non -transportation interests to assert control over transportation funding and decision -making. • Policies should be sensitive to each region's unique needs and avoid "one size fits all" assumptions, over -reliance on single modes of transportation that would disadvantage regional mobility, and lack of distinction between urban, suburban, and rural needs. • State and federal authority related to planning, programming, funding, clearing, or managing the performance of projects should align rather than conflict or duplicate, and should recognize mandates and responsibilities placed upon regional and local governments. Protect Our Authority and Revenue • Existing statutory authorities for the Commission should be preserved and protected. • Oppose efforts to infringe on the Commission's discretion in collecting and administering its revenue sources including, but not limited to: Measure A, tolls, and TUMF. 182 • Oppose efforts to place mandates on agencies which could nullify RCTC mobility improvement priorities by driving up operating and project delivery costs. • Oppose efforts to remove or reduce tax exemption of municipal bond interest to avoid increased costs to financed projects. • Reinstate advanced refunding of municipal bond authority. • Oppose legislation that restructures or interferes with governance of the Commission or other local and regional transportation agencies without the support and consent of the entity affected. • Oppose legislation that amends procurement law in a manner that increases the Commission's exposure to litigation, costs, decreased private sector competition, conflicts of interest, or deviation from best practices. • Support efforts to preserve, stabilize, leverage and/or increase funding for transportation. • Oppose policy changes that infringe on the ability of the Commission to receive maximum sales tax collections relative to state sales taxes on internet sales or any other change in policy. Innovation • Support implementation and expansion of state and federal initiatives to expedite and advance innovative transportation policies, programs, and technologies. Project Delivery Streamlining • Support all efforts to reduce project delivery timelines and provide flexibility to meet planning requirements due to changing circumstances, while maintaining important environmental protections. • Support the availability of project delivery tools such as the design -build and progressive design - build project delivery methods, construction manager/general contractor (CM/GC, or construction manager at -risk) project delivery method, and public -private partnerships to the Commission, the State, federal agencies, and other infrastructure agencies. Oppose efforts to add barriers to effective implementation of such tools. • Support the simplification of SB 743 Steinberg (Chapter 386, Statutes of 2013) VMT modeling and analysis for highway projects. • Support reciprocity of the California Environmental Quality Act (CEQA) for the National Environmental Protection Act (NEPA). • Support removing the statutory sunset on the NEPA Assignment program California participates in with the Federal Highway Administration which continues to benefit Commission projects. • Support creation of a low -interest loan program to support habitat conservation plans that mitigate the impacts of transportation infrastructure and make project approvals more efficient. • Support efforts to modernize the CEQA, including but not limited to: o Reduce the Commission's exposure to litigation; o Increase accountability and disclosure for plaintiffs in CEQA cases; o Limit courts' ability to invalidate an entire CEQA document when a writ of mandate can resolve discreet issues; o Exempt illegal actions from CEQA review; and o Prohibit "document dumping." • Support categorical exclusions for multimodal transit projects and for safety improvements on roads and highways. 183 Accountability • Revenue derived from transportation sources should be spent exclusively on planning, development, and implementation of transportation projects. Support measures to strengthen the relationship between transportation revenue and expenditures; oppose measures that weaken them. • Support efforts to ensure that all projects in a voter -approved sales tax measure expenditure plan are delivered to the public. • Encourage the adoption of on -time, balanced state budgets, and federal appropriation and authorization legislation to ensure transportation projects are delivered without delay or costly stoppages, and that adequate planning for future projects can take place. • Promote policies that ensure state and federal agencies have adequate funding in order to be responsive and accountable to Commission concerns when working on Commission projects. • Oppose efforts by non -elected, regulatory bodies to dilute, reduce, or withhold transportation funds. • Support maximum transparency of funding agencies through the clear scoring and evaluation of funding requests. Alignment of Responsibilities • Support strong collaborative partnerships with state and federal agencies. • Support local control and policies that incentivize self-help counties' continued funding contribution to transportation projects in California. • Support policies that provide decision -making authority and flexibility to agencies bearing financial risk for projects. Oppose policies that place unfunded mandates and other undue burdens and restrictions on agencies that bear financial risk for projects. • Support efforts by the state government to improve maintenance and operations of the state highway and interstate systems. • Oppose efforts by the state government to negate their obligation to maintain the state and federal highway systems, or otherwise realign those costs and responsibilities to local and regional agencies. • Oppose efforts by the state legislature to deflect responsibility for voting on revenue for statewide transportation to local voters. Environment • Encourage efforts to limit impacts to the climate, air quality, and habitats in a manner that promotes improved quality of life and equitable outcomes for residents of Riverside County, provided that these efforts are sufficiently funded and do not negatively impact the mission of RCTC. Climate Action and Air Quality • Support a greater share of state greenhouse gas (GHG) reduction funds toward transportation investments to address the transportation sector's share of GHG emissions. • Ensure criteria for defining disadvantaged communities and environmental justice areas of concern accurately represent Riverside County and enable the region to compete for funding. • Oppose efforts to place new environmental criteria (such as GHG reduction or vehicle miles traveled reduction) on transportation projects and programs without commensurate funding for alternatives or mitigation. • Oppose legislative proposals or implementation measures (programming, funding, environmental 184 review, etc.) associated with the Climate Action Plan for Transportation Infrastructure (CAPTI), Caltrans System Investment Strategy (CSIS), Executive Order N-19-19, Executive Order N-79-20, AB 32 Nunez (Chapter 488, Statutes of 2006), SB 375 Steinberg (Chapter 728, Statutes of 2008), SB 743 Steinberg (Chapter 386, Statutes of 2013), SB 32 Pavley (Chapter 249, Statutes of 2016), AB 1278 Muratsuchi (Chapter 337, Statutes of 2022), or other climate action goals that hinder a just transition to multimodal transportation systems in Riverside County. • Support alternative metrics to Vehicle Miles Traveled (VMT) that more accurately account for environmental impacts. Support use of per capita measurements when mitigating transportation sector impacts in growing regions. • Support efforts that allow transportation agencies to receive credit for VMT-reducing projects that have been recently delivered or are included in future delivery plans. • Oppose legislation to authorize a multicounty revenue measure for environmental programs if the measure is not required to: (1) provide equitable funding to Riverside County, and (2) be developed through formal consultation with the Commission before and after passage, and (3) involve the Commission in expenditure of funds within Riverside County related to transportation projects, programs, and services; or if such a measure would negatively impact the Commission's ability to achieve voter approval of local transportation revenue. Habitat Conservation • Support efforts or initiatives that expedite the approval of Habitat Conservation Plans or Special Area Management Plans, or support existing plans. • Support funding for projects and programs that promote wildlife connectivity, if resources are not redirected from other transportation funding programs. • Oppose legislation that limits the streamlining benefit of the Western Riverside County Multiple Species Habitat Conservation Plan or Coachella Valley Multiple Species Habitat Conservation Plan by impugning or duplicating requirements for analysis and remediation of impacts. Alternatives to Driving • Support the continued development of a multimodal transit system in Riverside County that promotes equitable access through geographic reach and service frequency, commuter and mobility choice, and environmental sustainability, as well as maximizes regional competitiveness for state and federal funding. • Support integration of public transportation systems in southern California. Ridesharing • Support incentives to employers that enhance or create transit reimbursement or ridesharing programs. • Oppose new mandates on employers or transportation agencies that would result in disruption of the Commission's ridesharing program. • Support programs and policies that invest in and foster new technologies that promote ridesharing, traffic information, and commuter assistance. • Support regional cooperation toward establishing transportation data standards and technological integrations. • Support rideshare and vanpool program eligibility for state and federal transit funding, such as the Transportation Development Act. 185 Active Transportation • Support maximum regional control of project selection for funding of active transportation projects. • Support policies and programs that recognize when active transportation improvements are incorporated into other modal projects. Transit • Support all transit operators in Riverside County with legislative concerns impacting the operators' funding and operations. • Support efforts to provide flexibility of funding between capital and operating budgets from state/federal programs for transit agencies. • Support efforts to reevaluate transit performance measures in state and federal law. • Support policies and funding programs that promote the establishment or expansion of express bus service that utilizes the Riverside Express Lanes. • Support incentives for transit agencies that utilize alternative fuels and/or zero -emission buses. • Support additional funding for specialized transit programs within state and federal programs. • Support funding for micro -transit programs, as well as efforts to classify these programs as transit operations/transit operators within state and federal programs. • Oppose unfunded mandates that would negatively impact the operating budgets of transit agencies. Passenger Rail • Support inclusion and prioritization of Coachella Valley Rail service in the California State Rail Plan, Federal Corridor ID Program, and other state and federal plans and program pipelines. • Support legislation to better enable the Coachella Valley Rail service to become part of California's intercity rail network, such as legislation to allow intercity rail joint powers authorities to expand their service areas. • Support efforts to secure state and federal funding for the Coachella Valley Rail project. • Support LOSSAN Rail Corridor Agency and Metrolink with legislative and regulatory concerns impacting funding and operations. • Support efforts to provide an equitable share of funding to west coast intercity rail systems as compared to the Northeast Corridor. • Support Metrolink's policy and funding needs with regards to implementation of positive train control and other rail safety items. • Support Metrolink's SCORE implementation and encourage early SCORE investments in Riverside County. • Support efforts to prioritize high-speed rail funding for connectivity improvements to existing transit systems and infrastructure in California's urban areas. In particular, support all efforts to ensure that funding is provided as soon as possible to projects included in the Memorandum of Understanding (MOU) between the California High Speed Rail Authority (CHSRA), the Southern California Association of Governments (SCAG), and the Commission. • Ensure that the Commission's rights and interests in passenger rail in southern California are properly respected in state, federal, and regional plans and policies. 186 Teleworking/Remote Working • Engage in policy discussions that utilize teleworking as a method to reduce traffic congestion and improve local economic and public health by permanently increasing the number of Riverside County residents who telecommute or work remotely. Tolling and Managed Lanes • Support legislation that ensures the full and accurate capture of toll revenues, to protect the Commission's debt and congestion management obligations. • Support legislation that authorizes toll agencies to pilot or deploy new technology to improve toll operations and mobility. • Support legislation and policies that strengthen existing statutory authority for connecting toll segments to be implemented in an adjacent county with approvals by both authorized counties. • Engage in legislation regarding privacy laws to ensure an appropriate balance between customer privacy, public safety, financial obligation, and practical operations is reasonably met. • Oppose legislation increasing the type and/or number of vehicles subject to free or reduced toll rates, to protect the Commission's debt and congestion management obligations, and to reduce operational costs and complexity. • Oppose state and federal policies which would dictate how tolling policy and rates are implemented on the Commission's tolled facilities. • Engage in policy discussions that may involve legislation or regulatory efforts that add statutory barriers to expanding the use of tolling. • Oppose policies that would dictate, limit use of, or create onerous requirements for utilizing toll revenue. • Engage in legislation and monitor administrative policies relating to interoperability of business practices of tolled facilities statewide, regionally, and nationally, in order to ensure technical feasibility, efficient and effective operations, cost reasonableness, and customer satisfaction. • Support increased enforcement of managed lanes for improved travel time reliability and effective operation of express bus service. • Support policies that recognize the role of pricing and managed lanes as an integral part of multi - modal corridor mobility and achieving environmental goals. • Support initiatives and research that demonstrate the air quality improvements, VMT reduction, and economic benefits from the use of toll and managed lanes. Goods Movement • Policies should recognize the impact of goods movement from the Ports of Los Angeles and Long Beach and the U.S.-Mexico border on Riverside County. • Support state and federal legislative action to continue dedicated funding for goods movement projects, inasmuch as the funding source: o Has a nexus to the user; o Does not reduce funding to existing highway and transit programs; o Provides funding to California, and southern California in particular, commensurate with this region and state's significance to interstate goods movement; and o Can be spent on grade separation projects. • Advocate for accurate representation of Riverside County in the National Highway Freight Network or other national or statewide freight route designations. • Advocate for freight funding from state and federal sources to be distributed based on a regional 187 consensus, in consultation with state and federal agency's freight plans. • Oppose increasing the capacity or intensity of freight movement in and near Riverside County without commensurate mitigation of impacts. • Support legislation to ensure that the Commission is eligible to seek federal goods movement and freight program discretionary grant funding. • Oppose policies that restrict the ability to deliver goods movement enhancements due to application of SB 743 or other VMT reduction or mitigation requirements. Projects • Support programs and policies that advantage transportation projects in Riverside County. • Oppose policies that inhibit the efficient, timely delivery of such projects. Funding • Support continued testing and analysis of California's road charge pilot program as a potential replacement of the state motor fuels excise tax as the primary funding mechanism for transportation and ensure that both urban, suburban, and rural communities are treated in an equitable manner. • Monitor the federal government's pilot program to explore potential replacement mechanisms for the federal gasoline excise tax. • Support all efforts to maintain, at the very least, level state/federal funding for transportation programs. • Support re -dedication of California truck weight fees to transportation accounts. • Monitor legislation relating to tax collection for impacts on Measure A revenues or administration fees. • Support maximizing Commission flexibility and discretion over funding decisions. • Funding sources should be discretionary and distributed by population share to facilitate expeditious project delivery and expenditure of funds. • Support maintaining the legislative intent behind Senate Bill 1 (Statutes 2017) and historic base program funding, by: o Opposing efforts to tie distribution of transportation funding to ancillary policy matters, such as housing. o Opposing efforts to deviate from legislative intent and existing statute. o Supporting efforts to adjust formula allocations to maximize funding decisions being made as locally as possible. o Ensuring program guidelines are as broad as possible with respect to mode, to the extent appropriate while adhering to legislative intent. Regional Partnerships • Collaborate with regional transportation agencies to impact transportation funding and regulatory policies to bring equity and fairness to the Inland Empire region. • Collaborate with public and private sector stakeholders on policy and funding matters that enhance economic development and quality of life in the Inland Empire region. • Engage in legislative efforts impacting regional transportation agencies, particularly when the efforts have a nexus to the Commission. • Support implementation of projects in other counties that are contained in the Southern California Association of Governments RTP/Sustainable Communities Strategy when requested by other counties and not in conflict with the Commission's interests. 188 ATTACHMENT 3 RIVERSIDE COUNTY TRANSPORTATION COMMISSION - POSITIONS ON STATE AND FEDERAL LEGISLATION — DECEMBER 2023 Legislation/ Author Description Bill Status Position Date of Board Adoption AB 6 (Friedman) This bill provides significant new oversight to the California Air Resources Board in the approval process of a metropolitan planning organization's Sustainable Communities Strategy and the methodology used to estimate greenhouse gas emissions. These new burdensome requirements will likely result in significant delays to transportation projects. Passed the Assembly, referred to the Senate Transportation and Environmental Quality Committees on June 14, 2023. Two-year bill. September 15, 2023 Oppose Based on Platform 5/24/2023 AB 7 (Friedman) This bill requires the California State Transportation Agency, California Department of Transportation, and California Transportation Commission to consider specific goals as part of their processes for project development, selection, and implementation. AB 7 may impact the allocation of billions of dollars in state transportation funding, infringing on RCTC's ability to deliver critically needed transportation infrastructure in Riverside County. Ordered to the inactive file. Two-year bill. September 11, 2023 Oppose Based Oil Platform 5/25/2023 AB 558 (Arambula) This bill restructures the Fresno County Transportation Authority (FCTA) by increasing its board membership from nine to thirteen members. This restructuring is done without the consensus and support from regional stakeholders and sets a concerning precedent for RCTC and other regional transportation agencies that rely upon a collaborative process to be effective. Additionally, the bill was amended on April 18 to subject a county transportation expenditure plan prepared by the Fresno County Transportation Authority (FCTA) to the requirements of the California Environmental Quality Act. Hearing postponed by the Local Government Committee on April 24, 2023. Two-year bill. April 28, 2023 Oppose Based on platform 4/10/2023 AB 1385 (Garcia) This bill would raise RCTC's maximum tax rate authority from 1% to 1.5%. Approved by the Governor. October 8, 2023 Support 3/8/2023 189 Legislation/ Author Description Bill Status Position Date of Board Adoption AB 1525 (Bonta) This bill significantly narrows the location and types of projects eligible to receive state transportation funding by requiring 60% of funds to be allocated to priority populations. Held under submission in the Assembly Appropriations Committee on May 18, 2023. Two-year bill. May 18, 2023 Oppose Based on platform 4/11/2023 SB 617 (Newman) This bill, until January 1, 2029, would authorize a transit district, municipal operator, consolidated agency, joint powers authority, regional transportation agency, or local or regional agency, as described, to use the progressive design -build process for up to 10 public works projects in excess of $5 million for each project. The bill would specify that the authority to use the progressive design -build process. Approved by the Governor. October 4, 2023 Support Based on platform 4/5/2023 190 AGENDA ITEM 6J RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Jonathan Marin, Senior Management Analyst David Knudsen, External Affairs Director THROUGH: Anne Mayer, Executive Director SUBJECT: Quarterly Public Engagement Metrics Report, July - September 2023 BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Receive and file the Quarterly Public Engagement Metrics Report for July - September 2023. BACKGROUND INFORMATION: The Quarterly Public Engagement Metrics Report allows the Commission to monitor and gauge progress toward public engagement goals, analyze the effectiveness of its efforts, and provide transparency into how the Commission uses resources to engage with the public. This report covers the third quarter of 2023, from July to September. The Public Affairs staff continues to measure public engagement activities through the Commission's communication channels. Staff publishes information about Commissions' achievements, project deliveries, partnerships, and investments made through Measure A on these communication channels. Commission staff actively monitors digital engagement activities to respond to comments and questions, and to assess how audiences are engage with the digital information. The metrics provided are compared to the previous quarter, which can produce varying results based on the level of activity and other seasonal trends. For example, metrics can be significantly higher if the Commission boosts posts to raise awareness of closures or other activities. This quarter's report includes three sets of data: 1) Metrics for RCTC's overall public engagement activities including public sentiment on social media; social media followers, engagement, and reach; email notifications; website use and access; and top pages visited. Agenda Item 6J 191 2) Metrics for RCTC's 15/91 Express Lanes Connector Project including email activity, text messages, website sessions, and social media followers. 3) Metrics for RCTC's 71/91 Interchange Project including email activity, website sessions, and social media following. RCTC Overall Public Engagement 1) Social Media a. Overall public sentiment for the last quarter was generally positive. Posts highlighting the VanClub program, Metrolink discounts, and Rail Safety Month produced some of the highest levels of positive sentiment for the quarter. b. Facebook: Followers during this quarter grew slightly — up 0.1%, from 13,481 to 13,491. The Facebook page had garnered 24,613 forms of engagement, such as likes, comments, and video viewing and shares, representing a 59% decrease from the second quarter's 59,959. Overall, posts reached a total of 277,261 unique users for this quarter (followers and non -followers), a 17% decrease from the previous quarter's mark of 335,824. c. X (formerly known as Twitter): During the third quarter, followers on the platform increased from 1,723 to 1,745 — representing a 1% increase. Engagement decreased 13%, from 1,120 to 975, while post impressions increased by 24%, from 15,652 to 19,337. d. Instagram: A 3% increase in followers occurred during this quarter— climbing from 3,682 to 3,796. Overall engagement decreased 52%, from 16,839 to 7,966. The account reached 179,160 unique users, a significant increase of 124% from last quarter's 79,761. e. The decrease in overall engagement from quarter -to -quarter was due in large part to the high -profile 71/91 Interchange closure that took place during the second quarter — producing elevated levels of engagement as a result of increased ad spend. 2) The Point E -Newsletter: Public Affairs staff continually develops diverse and high -quality content for publication on the official RCTC blog, The Point. A collection of the month's stories is distributed as a monthly email newsletter. During the third quarter, subscribers to this newsletter decreased by 0.3%, from 6,211 to 6,191. On average, 48% of the newsletter subscribers opened the monthly The Point email, and 4.4% clicked on links to learn more. The open rate for this newsletter continues to outperform the industry (government) average of 34%. 3) Website a. Website sessions were up 47% in the third quarter, from 85,042 to 124,781. There were 111,025 unique users, an increase of 36% compared to the previous quarter's 81,777. b. Direct visits (keying in rctc.org) made up most web traffic at 79%. Users visiting the website through a search engine reached 17%. Referrals from external sites, Agenda Item 61 192 such as the FasTrak, City of Corona, and Caltrans websites, made up 2% of visits. Traffic from email and social media links each accounted for 1% of website sessions. c. Website access by device shifted during the third quarter. 87% of website visits originated from desktop, while mobile (phones and tablets) accounted for 13%, representing a drastic increase in desktop visits from last quarter. d. The home page (rctc.org) was the most visited page during the third quarter, followed by the project page for the 15/91 Express Lanes Connector and the 71/91 Interchange. 15191 Express Lanes Connector Public Engagement 1) Emails: Subscribers during the past quarter totaled 3,152, a slight increase of 0.2%. The project team has received 34 email inquiries to date. 2) Texts: A total of 525 people signed up to receive text message updates, representing a 0.3% increase from the previous quarter. 3) Webpage: 4,182 visits to the project page occurred during the third quarter - totaling 42,286 visits to date. 4) Social Media: Facebook page followers increased to 3,365 compared to 3,351 last quarter. Twitter grew by 0.4% from 431 to 448 followers. Instagram followers increased 0.5% from 925 to 971 followers. 71/91 Interchange Project Public Engagement 1) Emails: Email sign-ups during the third quarter totaled 2,508, representing a 16% increase in subscribers. The project team received 9 inquiries. 2) Texts: 1,101 people registered to receive text message updates of the project — a 116% increase from the previous quarter. A text message sign-up campaign through Facebook was launched during this quarter to facilitate new sign ups. 3) Webpage: Visits to the project, construction update, and closures webpages totaled 9,798. 4) Social Media: Facebook page followers totaled 1,195 compared to second quarter's 1,025 — a 15% increase. X (formerly known as Twitter) followers grew by 25% from 108 to 135. Instagram followers increased 9% from 1,592 to 1,748 followers. FISCAL IMPACT: This is an informational item. There is no fiscal impact. Attachments: 1) RCTC Overall Public Engagement Metrics 2) 15/91 Express Lanes Connector Construction Public Engagement Metrics 3) 71/91 Interchange Construction Public Engagement Metrics Agenda Item 61 193 ATTACHMENT 1 Public Engagement Metrics: Q3 Overall Social Media Sentiment 1.00 .50 0 -.50 -1.00 7/6 7/16 7/26 8/5 8/15 8/25 9/4 9/14 9/24 7/21: Positive sentiment on post promoting VanClub opportunities 8/30: Positive sentiment on back -to -school post highlighting Metrolink 9/30: Negative engagement calling for transit service to sports events Social Media Eblasts Subscribers 6,191 Average Open 48% Average Click 4.4% Instagram Followers 3,796 Engagement 7,966 Reach 179,160 -52% 1 July - September 2023 124,781 Number of Sessions Top Channels +47% o • • • 111,025 Number of +36 /o Unique Users Direct (79%) Organic (17%) External Referral (2%) Social (1%) Email (1%) Differences Direct visits to the website increased significantly in the third quarter. External referrals experienced a modest increase due to site links from the FasTrak, City of Corona, and Caltrans websites. Top Pages Visited 1 Home Page 2 15/91 Express Lanes Connector Project 3 71/91 Interchange Project - Construction Updates Desktop vs Mobile Users Desktop Mobile 13% • mr 15/91 EXPRESS LANES CONNECTOR Prn=i1 S2. T ,+ A1or+ Cinn-!Inc Quarterly "At -a -Glance" Metrics Report Number of Sign -Ups 4000 3500 3000 2500 2000 1500 1000 500 0 2,825 2,809 2,489 2,538 3,059 2,767 - 3,320 3,563 3,098 3,152 ti ti .ziti ti 3 `) 3 020 1"b )vc �2Q O20 fat .§s2 q9 V-4 0Lc )ais PQ )o� 06. • Email Sign -Ups • Text Sign -Ups Website Sessions Total Website visits to Date 50000 40000 30000 20000 10000 0 • 12,418 8,834 5 ■ 33,927 29,857 � 26,063 22,038 17,526 1 I 42,286 38,104 - Qe0 43, )�� 2Q 20 fat Jce c.,2Q ) Phi v O )ate Q�' )°\" OLc "t,' Prn=ile +r Prnine+ Tn=rn ATTACHMENT 2 July - September 2023 Number of Emails to Date 35 30 25 20 15 10 7 5 3 0 14 18 1 19 19 19 1 1 1 31 32 34 � ti LO`l'S ' 'II IS 191 r159 `91r ti "191ti 191E ,LO`1 , roti3 vo&j 20 4`§ )°c 2Q p20 ,`a` )0°2 �2Q Pic )ac c' P• )�� O )�o �� Social Media Followers Number of Followers 3500 3000 2500 2000 1500 1000 500 0 2,778 2,798 2,736 3,006 3,221 3,239 3,263 3,312 3,351 3,365 • 1 PQ� 195 • Facebook Followers • Instagram Followers Twitter Followers 71/91 INTERCHANGE. PROJECT 71/' iterchange Pi IlJICk. Quarterly "At -a -Glance" Metrics Report Email & Text Alert Sign -Ups Number of Sign -Ups 3000 2500 2000 1500 1000 500 0 949 402 2,169 509 2,508 1.101 � 'V ,19 loti� • Email Sign -Ups • Text Sign -Ups Website Sessions 0 +, m 0 0 V 50000 40000 N 30000 v 20000 v 10000 0 5,426 • 35,835 45,633 196 Emails to Project Team ATTACHMENT 3 July - September 2023 Number of Emails 20 15 10 5 0 17 8 9 atfvo,L`5 1 4,eQ lac PQc Social Media Follwers Number of Followers 2000 1500 1000 500 0 1,254 1,592 1,025 08 1,748 Instagram Followers • Facebook Followers • Twitter Followers Includes project, construction update, and closures pages AGENDA ITEM 6K RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Eric DeHate, Transit Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Riverside County Zero -Emission Bus Rollout Implementation Strategy Plans and Funding and BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Receive and file an update on the Riverside County Zero -Emission Bus (ZEB) Rollout Plans and Funding and Implementation Strategy (Project); 2) Direct staff to review existing transit funding policies and continue to work with the transit operators to strategize and leverage revenue sources to support the transition to zero -emission; and 3) Award sole source Agreement No. 24-62-042-00 with Center for Transportation and the Environment (CTE) for ongoing plan updates and zero -emission technical assistance for a three-year term in the amount of 150,000, plus a contingency of $15,000, for a total amount not to exceed $165,000. BACKGROUND AND DISCUSSION: The California Air Resources Board (CARB) adopted the Innovative Clean Transit (ICT) regulation in December 2018. Per the regulation, all California public transit (bus) operators are required to gradually transition to a 100 -percent zero -emission fleet by 2040. The rule sets a purchasing target, as shown in Table 1, for ZEBs of 25 percent beginning in 2023 for large transit operators and 2026 for small operators, and 100 percent by 2029 for all bus purchases. Table 1: ICT Purchasing Requirements for Large and Small Transit Operators Starting January 1 ZEB Percentage of Total New Bus Purchases Starting January 1 ZEB Percentage of Total New Bus Purchases Large Transit Operators Purchasing Rule Small Transit Operators Purchasing Rule 2023 25% 2026 25% 2026 50% 2029 100% 2029 100% Agenda Item 61< 197 The completion of the ZEB rollout plans will allow CARB to assess the financial impacts of the regulation on transit agencies and plan for future funding assistance opportunities to aid all agencies to reach the goal by 2040. In April of 2022, the Commission awarded a contract to CTE to complete the Project. The Project includes two main tasks: 1) completion of ICT ZEB Rollout Plans for the smaller transit agencies in Riverside County (County), which include the cities of Banning, Beaumont, Corona, and Riverside and the Palo Verde Valley Transit Agency (PVVTA), and 2) an analysis of the total overall funding needs countywide. The key activities for the Project included: A review of the existing conditions including any relevant demographics, service area characteristics, existing fleet sizes and conditions, location and status of charging and maintenance infrastructure in the project area. Stakeholder engagement with public utilities, municipalities, and any private properties owners who will be directly impacted by the implementation of ZEB infrastructure such as charging facilities and utility work related to charging infrastructure. Development of a detailed capital and operating financial analysis comparing the purchase of ZEBs to the purchase of existing CNG or gasoline buses for the preparation of a longer -term implementation financial strategy for an 18 -year period from Fiscal Years 2022 to 2040. Development of final ZEB rollout reports based on existing conditions and financial analysis. Approval of final ICT ZEB Rollout Plans by the transit agencies' boards and submission to CARB. Development of an 18 -year long-term funding analysis for complete transition to zero -emission including procurement and purchasing of zero -emission vehicles to meet regulation deadlines. Each of the smaller transit agencies were able to submit their required ICT ZEB rollout plans (Attachments 1 — 5) by the required June 30, 2023, deadline. The rollout plans analyzed two technologies, battery electric buses (BEB) and fuel cell electric buses (FCEB). Table 2 is a summary of the technology selected for the smaller agencies. Table 2: Small Transit Operator Technology Selection Agency Technology Selected Banning BEB fleet Beaumont Mixed BEB/FCEB fleet Corona Mixed BEB/FCEB fleet Riverside Mixed BEB/FCEB fleet PVVTA FCEB fleet Agenda Item 6K 198 If needed, the transit agencies may revise their plans in the future should they choose to select a different technology. Countywide Funding and Implementation Strategy As part of the 18 -year long-term implementation financial strategy, CTE also incorporated the zero -emission needs identified in Riverside Transit Agency's (RTA) and SunLine Transit Agency's (SunLine) ICT rollout plans to provide a countywide summary of the total impact of the CARB purchasing rule for Riverside County. RTA's board selected FCEB fleet as the preferred technology and SunLine's board selected a mixed BEB/FCEB fleet. The vast majority of SunLine's fleet will need to be FCEB due to the service area and range limitations of BEB. The core component of transitioning to zero -emission is to reduce greenhouse gas emissions. The 18 -year transition to zero -emission is projected to save about 132.1 million pounds of greenhouse gas emissions, which equates to removing approximately 13,335 gas powered vehicles from the roads. It is estimated that the minimum cost to transition all transit operators to zero -emission technology will be about $608.2 million more than the current fleet and operating configurations. This includes approximately $48.7 million more for ongoing operating costs and $560.0 million more for capital outlay and rolling stock needed through 2040. Table 3 summarizes the projected additional zero -emission costs for operations and capital by bus operator. Table 3: Additional Costs for Zero -Emission Transition from FY 2022 through 2040 Agency Additional Operating Costs for ZE Additional Capital Costs for ZE Total Costs for ZE Transition Banning $ 1,403,000 $ 11,091,000 $ 12,494,000 Beaumont 2,504,000 22,140,000 24, 644,000 Corona 2,783,000 31,924,000 34,707,000 Riverside 6,354,000 22,883,000 29,237,000 RTA* 35,271,000 322,312,000 357,583,000 SunLine** - 129,648,000 129,648,000 PVVTA 32,000 19,522,000 19,954,000 Total $ 48,747,000 $ 559,520,000 $ 608,267,000 *Additional costs may be needed for maintenance and warranties. **Operational impacts were not included in their ICT rollout plan. Other costs for workforce development, charging management systems and additional project management staff were not included in the analysis as they are unknown at this time. As the plans are revised, the funding analysis will also be updated. Agenda Item 6K 199 Funding Gap Analysis As the regional transportation planning agency and county transportation commission, the Commission provides allocations of federal, state and local funds to all of the transit operators in the County and has a vested interest to support and strategize how existing revenue sources can be leveraged to facilitate this transition. As part of this role, staff has projected the amount of funding over the zero -emission transition period to gauge the amount of revenue resources available. Over the 18 -year transition period, the Commission is expected to receive approximately $4.9 billion in formula funding for bus operators. Table 4 below summarizes the funding expected between FY 2022 to 2040. Table 4: Source and Anticipated Revenues from FY 2022 to 2040 Source of Funds* Anticipated Revenues* Federal** $ 920,182,000 State** 3,471,714,000 Local 482,730,000 Total $ 4,874,626,000 *Excludes other transit revenues for rail and commuter assistance. **Includes competitive funds already awarded. Over the same period, baseline ongoing operating and capital costs will require approximately $4.1 billion for operations and $562.8 million for capital, for a total of about $4.6 billion. Operating costs include ongoing salaries and benefits for staff, insurance, ongoing preventative maintenance costs for facilities, bus shelters and support vehicles, ITS, and security. Capital costs include support vehicles, bus shelters, ITS upgrades and components, bus shelters and other capital costs. This excludes increased service and associated capital support. Table 5 illustrates the projected need by bus operator over the same 18 -year period. Table 5: Projected Ongoing Operating and Capital Costs from FY 2022 to 2040 Agency Ongoing Operating Costs Ongoing Capital Costs Total Ongoing Operating and Capital Costs Banning $ 50,312,000 $ 19,813,000 $ 70,125,000 Beaumont 68,459,000 29,237,000 97,696,000 Corona 80,580,000 16,416,000 96,996,000 Riverside 112,852,000 29,189,000 142,041,000 RTA 2,566,160,000 226,033,000 2,792,193,000 SunLine 1,129,932,000 230,571,000 1,360,503,000 PVVTA 42,153,000 11,540,000 53,693,000 Total $ 4,050,448,000 $ 562,799,000 $ 4,613,247,000 Agenda Item 61< 200 Table 6 includes the ongoing operating and capital costs with all of the additional zero -emission costs provided by CTE. This includes approximately $4.1 billion in operating costs and $1.1 billion in capital costs for a total of $5.2 billion over the 18 -year transition period. Table 6: Projected Ongoing and Additional ZE Costs from FY 2022 to 2040 Type of Costs Operating Costs Capital Costs Total Projected Costs Ongoing Costs $ 4,050,448,000 $ 562,799,000 $ 4,613,247,000 Additional ZE Costs 48,747,000 59,520,000 608,267,000 Total $ 4,099,195,000 $ 1,122,319,000 $ 5,221,514,000 When comparing the anticipated revenues and the combination of ongoing costs and additional zero -emission costs, it is expected that projected costs will exceed the anticipated revenues by approximately $346.9 million over the 18 -year transition period, as shown in Table 7. Table 7: Revenues and Projected Costs from FY 2022 to 2040 Revenues/Projected Costs Estimated Total Anticipated Revenues $ 4,874,626,000 Total Projected Costs 5,221,514,000 Under/(over) Revenues $ (346,888,000) Next Steps This analysis serves as a roadmap for the transit operators to guide them to reach their ICT goals. However, the roadmap shows that traditional formula funds the Commission receives and provides is not sufficient on its own to fund the transit needs of our operators. This will require transit operators to seek additional federal and state competitive grants to ensure their ICT plan is fully funded. RTA and SunLine have been proactive in applying for federal and state competitive grants and have received about $70 million for zero -emission projects already. The projected shortfall only considers transitioning to zero -emission and does not include any expansion of services. As operators consider adding more frequency or routes, those may include additional capital and operating expenses. More funding will be needed to support these new planned services. Staff will work with the operators to understand their long-term plans and update the financial strategy as needed. Staff will continue to work with the transit operators to strategize how formula funding can be best leveraged with competitive state and federal programs and review existing funding policies to assess how they might be improved to address the funding needs for zero emission transition and growth for more service. This may also include advocating for the transit operators on a legislative level to seek additional funding. Agenda Item 6K 201 CTE Sole Source Contract Award Staff recommends approval of Agreement No. 24-62-042-00 for the award of a sole source contract to CTE for the next three years to utilize their services to update the funding and implementation analysis as well as provide technical assistance to Commission staff and transit operators. The total agreement is for a not to exceed amount of $165,000, which includes $150,000 over three years and a contingency of $15,000. This is based on CTE's hourly rates which are consistent with its current contract. CTE has the knowledge and expertise to advise on implementation strategies as the technology continues to mature and state and federal policies evolve. In addition, CTE has developed a strong understanding of the local needs and challenges that the transit operators face and has developed relationships with each that it would also be a cost savings to the transit operators for the Commission to extent their involvement in this Project. The original scope of the Project did not include an on -call task option; therefore, a sole source contract is needed. FISCAL IMPACT: There is no fiscal impact for receiving an update on the ZEB rollout plans and funding analysis at this time. The first three years of the 18 -year transition period have already been approved by the Commission through the Short -Range Transit Plan process. The funding needs over the remaining 15 -year period for each operator will be considered in the annual SRTP process. Sufficient funding is included in the approved budget to utilize CTE's services for the remainder of FY 2023/24. The contract will be on an as -needed basis and future expenditures will be included in future budget years. Financial Information In Fiscal Year Budget: Yes N/A Year: FY 2023/24 FY 2024/25+ Amount: $25,000 $140,000 Source of Funds: Local Transportation Funds (LTF) Budget Adjustment: No N/A GL/Project Accounting No.: 622305 65520 00000 0000 106 62 65520 Fiscal Procedures Approved: Date: 11/14/2023 Attachments: 1) City of Banning's ICT Rollout Plan 2) City of Beaumont's ICT Rollout Plan 3) City of Corona's ICT Rollout Plan Agenda Item 6K 202 4) City of Riverside's ICT Rollout Plan 5) PVVTA's ICT Rollout Plan Approved by the Budget and Implementation Committee on November 27, 2023 In Favor: 9 Abstain: 0 No: 0 Agenda Item 6K 203 ATTACHMENT 1 01; 10/ BANNING AI' BINNING CONNECT i R�N3�I gy31[M\ Zero -Emission Bus Rollout Plan Prepared by Banning Connect Transit Service with support from the Center for Transportation and the Environment, Arcadis IBI Group, and the Riverside County Transportation Commission DANNIND CONNECT Table of Contents Table of Contents 0 List of Tables 2 List of Figures 2 List of Abbreviations 3 Executive Summary 4 A Transit Agency Information 5 Banning Connect Profile 5 History 5 Service Area and Bus Service 5 Ridership 6 Banning Connect Basic Information 8 Fleet Facility 10 Banning Connect's Sustainability Goals 11 B Rollout Plan General Information 13 Overview of the Innovative Clean Transit Regulation 13 Banning Connect's Rollout Plan General Information 13 Additional Agency Resources 14 C Technology Portfolio 15 ZEB Transition Technology Selection 15 Local Developments and Regional Market 15 ZEB Transition Planning Methodology 16 Requirements Analysis & Data Collection 17 Service Assessment 17 Modeling & Procurement Assumptions 18 Fixed Route Results 18 DAR Results 19 Description of ZEB Technology Solutions Considered 20 D Current Bus Fleet Composition and Future Bus Purchases 22 Fleet Assessment Methodology 22 ZEB Cost Assumptions 22 Description of Banning Connect's Current Fleet 23 Fleet 23 Routes and Blocks 23 Current Mileage and Fuel Consumption 23 205 Maintenance Costs 24 Zero -Emission Bus Procurement Plan and Schedule 24 Additional Considerations 26 E Facilities and Infrastructure Modifications 28 Banning Connect Facility Configuration and Depot Layout 28 Facilities Assessment Methodology 28 Infrastructure Upgrade Requirements to Support Zero -Emission Buses 28 Description of Depot -Charging Infrastructure Considered 28 BEB Charging Infrastructure Summary 29 F Providing Service in Disadvantaged Communities 31 Providing Zero -Emission Service to DACs 31 Map of Disadvantaged Communities served by Banning Connect 32 Emissions Reductions for DACs 32 Estimated Ridership in DACs 33 G Workforce Training 34 Banning Connect's Current Training Program 34 Banning Connect's ZEB Training Plan 34 OEM Training 34 Bus and Fueling Operations and Maintenance 34 ZEB Training Programs 34 H Potential Funding Sources 36 Available Funding Opportunities 36 Federal 36 State 36 Local 37 I Start-up and Scale -up Challenges 38 Financial Challenges 38 Limitations of Current Technology 38 AppendixA—Approved Board Resolution 40 Appendix B — Glossary 41 Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 1 206 List of Tables Table 1 — Fleet Assessment Cost Assumption 22 Table 2 — Labor and Materials Cost Assumptions 24 Table 3 — Midlife Overhaul Cost Assumptions 24 Table 4 — Banning Connect Bus Capital Investment to transition to a 100% ZEB fleet by 2040 26 Table 5 — Annual Vehicle Operation Pollutants by Fuel Type 33 Table 6 — Incremental Cost of ZEB Transition 38 List of Figures Figure 1 — Banning Connect Service Area 6 Figure 2 — City of Banning Urbanized and Rural Map 9 Figure 3 — Banning Connect Fueling, Administrative, and Storage Facility Overview 10 Figure 4 — Banning Connect Community Services Facility Overview 11 Figure 5 — BEB Block Achievability by Year 19 Figure 6 — Dial -a -Ride Service Feasibility by Year 20 Figure 7 — Projected Fleet Procurements for Zero Emission Transition 25 Figure 8 — Annual Fleet Composition, Zero Emission Transition 26 Figure 9 — Infrastructure Project and Costs, ZEB Transition 29 Figure 10 — Banning Connect Disadvantaged Communities Service Map 32 Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 2 207 List of Abbreviations ADA: Americans with Disabilities Act A&E: Architecture and Engineering BEB: Battery Electric Bus CA: California CARB: California Air Resources Board CNG: Compressed Natural Gas COVID/COVID-19: Coronavirus Disease 2019 (SARS-CoV-2) CTE: Center for Transportation and the Environment DAC: Disadvantaged Community FCEB: Fuel Cell Electric Bus HVAC: Heating, Ventilation, and Air Conditioning ICE: Internal Combustion Engine ICT: Innovative Clean Transit kW: Kilowatt kWh: Kilowatt -Hour MW: Megawatt OEM: Original Equipment Manufacturer PM: Particulate Matter PPI: Producer Price Index CPI: Consumer Price Index RFP: Request for Proposals SCE: Southern California Edison (SoCal Edison) TDA: Transportation Development Act VTT: Verification of Transit Training ZEB: Zero -Emission Bus A glossary of useful terms can also be found in Appendix B - Glossary Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 3 208 Executive Summary Banning Connect Transit Service (Banning Connect) provides public transit services in and around the City of Banning, a suburban community located east of Riverside and southeast of San Bernardino in Riverside County. Banning Connect operates three fixed routes during the weekdays, two (2) fixed routes on the weekends, and Dial - A -Ride (DAR) service. Banning Connect's fleet, as of 2022, consists of four (4) Compressed Natural Gas (CNG) transit buses, three (3) CNG cutaways, and two (2) gasoline cutaways. Riverside County Transportation Commission (RCTC) awarded a contract to the Center for Transportation and the Environment (CTE) to perform a zero -emission bus (ZEB) transition study to create a plan for a 100% zero -emission fleet by 2040 on behalf of transit agencies and municipal transportation services in the cities of Banning, Beaumont, Corona and Riverside and the Palo Verde Valley Transit Agency to comply with the Innovative Clean Transit (ICT) regulation enacted by the California Air Resources Board (CARB). This report will focus on Banning Connect's transition plan to zero - emission technology. Banning Connect's Rollout Plan achieves a zero -emission bus fleet in line with the 2040 target of the ICT Regulation. To achieve this goal, Banning Connect will replace all CNG and gasoline buses with ZEBs when the vehicles reach the end of their 12 -year useful life. By 2040, all 9 of the agency's buses are expected to be battery electric buses (BEBs). The last of the agency's gasoline buses will reach end of life in 2025 and the last of the CNG buses will reach end of life in 2039. Banning Connect's entire fixed -route and DAR transit fleet operates out of 176 East Lincoln Street, known by the city as the Corporation Yard. The facility houses Banning's slow -fill CNG fueling station, its five maintenance bays, an outside vehicle wash bay, and its administrative facilities. In their SRTP, Banning Connect has listed plans to replace its current slow -fill CNG station, which is well beyond its useful life, in addition to including a public dispenser to the fueling station. Banning Connect plans to install charging infrastructure at this location to support their BEB fleet. Banning Connect's customer service operations are centered at the City of Banning Community Services Center at 789 North San Gorgonio Avenue, where riders can purchase bus passes, get bus schedules, and complete ADA applications. Banning Connect's bus service provides transportation opportunities to Disadvantaged Communities (DACs) and moving toward zero -emission buses will help improve the health of DACs and non-DACs alike. The agency will build upon an existing training structure for bus maintenance and operators to provide the necessary battery -electric bus (BEB) specific training that will be required for the agency to own and operate BEBs. The agency estimates that pursuing a ZEB fleet in place of a CNG and gasoline fleet will cost an additional $5M in bus costs and infrastructure alone between 2022 and 2040, which will require significantly more funding opportunities. Banning Connect plans to pursue funding opportunities at the federal, state, and local levels to help fill this funding gap. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 4 209 A Transit Agency Information Banning Connect Profile History The City of Banning ("Banning") is strategically located astride Interstate 10 between the Inland Empire and the Coachella Valley in the San Gorgonio Pass. The City, incorporated in 1913, has a rich and colorful history. Initially Banning served as a stagecoach and railroad stop between the Arizona territories and Los Angeles. This history has contributed to the present-day spirit of pioneer resourcefulness and "can do" attitude that is so prevalent in the community. Banning has provided public transportation service since April 1973, which expanded to two routes in September 1985. The current transit system comprises three fixed -route services and a Dial -a -Ride system that is limited to seniors (60 + years of age) and persons with disabilities, including riders certified under the Americans with Disabilities Act (ADA). The newest of the three fixed routes, the Cabazon service, which began in July 1995, extends from Banning east to the unincorporated area of Cabazon. This route was extended in January 2000 to provide a route deviation to serve a remote residential area in eastern Cabazon. The Banning transit system serves several areas, including the commercial and residential areas of Banning and Cabazon, as well as the commercial areas of the Morongo Indian Reservation and limited commercial areas in the City of Beaumont ("Beaumont"). Banning transit services cover approximately 35 square miles in the pass area with routes connecting to regional services. Within the service area, population is mixed with areas of both high and low densities. The current routes have been planned by taking advantage of this knowledge, allowing the system to operate more efficiently. There is significant growth happening in Banning with the development of two large specific plan development projects and several industrial developments. It is anticipated that the growth will provide additional opportunities that will benefit the Banning Connect Transit Service. Service Area and Bus Service Banning Connect Transit Service (Banning Connect) provides public transit services in and around the City of Banning, a suburban community located east of Riverside and southeast of San Bernardino in Riverside County. Banning Connect provides service along three fixed routes during the weekdays and two fixed routes on the weekends'. As of July 2022, the transit agency's bus fleet consists of four (4) 32 -ft. and 33.5 -ft. CNG transit buses, including two (2) ElDorado National E -Z Rider II CNG buses and two (2) ElDorado National XHF CNG buses, and two (2) 32 -ft ElDorado Bus CNG cutaways . Banning Connect's fixed route service connects the cities of Banning, Cabazon, Beaumont, and the Morongo Indian Reservation, covering an area of approximately 35 square miles. The Cities of Banning and Beaumont have executed an Interagency Service Agreement, which allows each city's transit service to operate within both cities, allowing Banning residents to access Beaumont's commercial area. Banning 1 Short Range Transit Plan, City of Banning Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 5 210 also has a Memorandum of Understanding with the Morongo Band of Mission Indians which allows bus stops within their property, including the Casino Morongo and the town of Cabazon. Within the City of Banning, bus routes provide service to the San Gorgonio Hospital, Mid -County Courthouse, Banning Library, Banning High School, Mount San Jacinto College and Hemmerling Elementary School. In addition to fixed -route service, Banning Connect provides dial -a -ride (DAR) service. This service is provided for Seniors 60 and older; persons with disabilities; and persons certified under the Americans with Disability Act (ADA). The DAR service is primarily used for medical appointments, workshop programs, and shopping areas. Unlike fixed - route service, the DAR service does not run a set route, and so a single vehicle may provide trips both within and outside of a DAC during a single day. As of July 2022, Banning's paratransit fleet consists of one (1) Glaval CNG cutaway, one (1) El Dorado gas cutaway, and one (1) Starcraft Bus gas cutaway. Banning Connect's service map is illustrated in Figure 1. CITY OF BANNING TRANSIT SYSTEM MAI' IL LEGEND Route 1 Route 5 Route 6 Route 5/6 Combo (Wknd Route Only) 24) Figure 1 — Banning Connect Service Area Ridership Banning Connect had a total of 87,624 passengers in the 2020/2021 fiscal year for both fixed route and DAR services and 49,612 in the third quarter of the 2021/2022 fiscal year. Based on this ridership data, Banning Connect staff estimated a total of 65,898 passengers in the 2022/2023 fiscal year, with 63,245 on fixed route services and 2,653 on DAR services. The Banning transit system has seen a slight downward trend in ridership since 2016. An increase in ridership was realized in the first quarter of the 2019/2020 fiscal year resulting from the new Interagency Services Agreement with the City of Beaumont, but later drastically dropped due to COVID-19. In the 2021/2022 fiscal year, final numbers are projected to be lower, by about 50% as compared to pre -pandemic numbers. While the reduction in ridership carried into the beginning of FY 2022/2023, ridership trends are now beginning to increase, indicating a potential return to near pre -pandemic ridership levels. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 6 211 Banning Connect staff will continue to monitor key performance metrics throughout the year in order to identify underperforming routes and trips and make adjustments as necessary. Additionally, staff plans to develop a Comprehensive Operational Analysis (COA) once ridership numbers normalize to pre-Covid-19 numbers, hopefully in FY 2023/2024. One goal of the COA will be to develop a plan for improving Banning Connect's routes to make them more efficient so the agency can continue to meet the needs of Banning's riders. Banning Connect also plans to increase ridership by participating in community events and raising awareness on the benefits of public transit. This will include agency staff attending senior community meetings, highlighting new routes in articles of local papers, partnering with nearby transit agencies to provide training to passengers in the area, and more. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 7 212 Banning Connect Basic Information Transit Agency's Name: Banning Connect Transit Service Mailing Address: Banning Connect Transit Service 176 East Lincoln Street Banning, CA 92220 Transit Agency's Air Districts: Banning Connect is part of the South Coast Air Quality Management District (SCAQMD). Transit Agency's Air Basin: South Coast Air Quality Management District is part of the South Coast Air Basin.2 Total number of buses in Annual Maximum Service: The maximum number of active buses operating fixed route and DAR services out of the Corporation Yard is nine (9). Urbanized Area: Banning, CA. Banning is 23 square miles of land area with 1,282 people per square mile living within that area. Population of Urbanized Area: Over 29,000 residents3 2 https://www.rcrcd.org/south-coast-air-quality-management-district-scagmd 3 Short Range Transit Plan, City of Banning Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 8 213 Figure 2 — City of Banning Urbanized and Rural Map45 Contact Information for Inquiries on the Banning Connect ICT Rollout Plan: Stephanie Sirls, Transit Manager, Banning Connect Transit Service 176 East Lincoln Street Banning, CA 92220 Tel: (951) 922-3243 ssirls@banningca.gov Is your transit agency part of a Joint Group? No 4https://www2.census.gov/geo/maps/dcl0map/UAUC RefMap/ua/ua75340 riverside-- san bernardino ca/DC10UA75340 000.pdf 5 Solid brown lines represent the boundaries of the urbanized area Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 9 214 Fleet Facility Banning Connect's entire fixed -route and DAR transit fleet operates out of 176 East Lincoln Street, known by the city as the Corporation Yard. The facility houses Banning's slow -fill CNG fueling station, its five maintenance bays, an outside vehicle wash bay, and its administrative facilities. In their Short -Range Transit Plan (SRTP), Banning Connect has listed plans to replace its current slow -fill CNG station, which is well beyond its useful life, in addition to including a public dispenser to the fueling station. Banning Connect's customer service operations are centered at the City of Banning Community Services Center at 789 North San Gorgonio Avenue, where riders can purchase bus passes, get bus schedules, and complete ADA applications. A map of the Corporation Yard is shown in Figure 3 and a map of the Community Services Center is shown in Figure 4 to understand the locations of Banning Connect's properties in relation to one another, as well as to routes and service areas. These facilities offer a starting point for the consideration of viable locations for BEB charging infrastructure. Administrative Building Figure 3 — Banning Connect Fueling, Administrative, and Storage Facility Overview Fleet Maintenance Garage CNG Fueling Station Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 215 10 Q 1e [ Gil mi 'I.ty Services Figure 4 — Banning Connect Community Services Facility Overview ii Community Services Center le , Banning Parks 4 &"Recreation.y,.,, Citizens Center v„.pir 4111011,•1111141-"'' City of Banning Repplier Park Aquatic Center Temporarily closed Banning Connect's Sustainability Goals Per their Clean & Green Report from June 20086, the City of Banning has dedicated themselves to sustainability; "maximizing energy efficiency; optimizing resource use while minimizing negative environmental impacts; minimizing waste production and pollution; capturing the benefits of natural processes while minimizing damage from natural events; and meeting the economic and social needs of all its people in a manner that does not degrade or destroy the productivity of its natural and man-made systems." The report details the City's commitment to improving the region's air quality, transit, and transportation issues through its Clean Fuel Fleet Program, City Rideshare Programs, etc. The Banning Electric Utility Department offers several rebates and incentives to its residential and commercial communities; however, it does not currently have any programs specific to electric vehicles (EVs). The utility's portfolio consists of 53.9% eligible renewable energy, with a greenhouse gas emissions intensity of 313 lbs. CO2e/MWh. California's plan to address public health, air quality and climate protection goals includes the Innovative Clean Transit (ICT) regulation, which aims to reduce greenhouse gas (GHG), nitrogen oxide (NOx), and diesel particulate emissions, with which Banning Connect will be compliant at the conclusion of this project. To accomplish its sustainability goals, Banning Connect is working to replace its CNG and gas fleet with 100% zero -emission vehicles by 2040 in accordance with ICT regulations. Banning Connect has developed a plan to transition to a fully zero emission bus (ZEB) fleet composed of battery electric buses by 2040, in accordance with the Innovative Clean Transit (ICT) regulation, requiring all California transit agencies to follow zero -emission procurement guidelines with the goal of achieving 100% zero -emission fleets by 2040. Banning Connect has committed to purchasing zero emission buses, demonstrating the agency's commitment to reducing emissions. Banning Connect has worked with CTE to select a plan that prioritizes local 6 https://www.ci.banning.ca.us/DocumentCenter/View/557/Banning_Clean--Green-Report?bidId= Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 11 216 needs and conditions, namely considering resilience, redundancy, and emergency response adaptation options. Banning Connect's transition to a fully ZEB fleet will ultimately benefit communities through cleaner air, greater independence from fossil fuels, and more environmental sustainability. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 12 217 6 Rollout Plan General Information Overview of the Innovative Clean Transit Regulation On December 14, 2018, CARB enacted the Innovative Clean Transit (ICT) regulation, setting a goal for California public transit agencies to have zero -emission bus fleets by 2040. The regulation specifies the percentage of new bus procurements that must be zero -emission buses for each year of the transition period (2023-2040). The annual percentages for Small Transit agencies are as follows: ICT Zero -Emission Bus Purchase Requirements for Small Agencies: January 1, 2026 - 25% of all new bus purchases must be zero -emission January 1, 2027 - 25% of all new bus purchases must be zero -emission January 1, 2028 - 25% of all new bus purchases must be zero -emission January 1, 2029+ - 100% of all new bus purchases must be zero -emission March 2021 -March 2050 — Annual compliance report due to CARB This purchasing schedule guides agency procurements to realize the goal of zero -emission fleets in 2040 while avoiding any early retirement of vehicles that have not reached the end of their 12 -year useful life. Agencies have the opportunity to request waivers that allow purchase deferrals in the event of economic hardship or if zero - emission technology cannot meet the service requirements of a given route. These concessions recognize that zero -emission technologies may cost more than current internal combustion engine (ICE) technologies on a vehicle lifecycle basis and that zero -emission technology may not currently be able to meet all service requirements. Banning Connect's Rollout Plan General Information Rollout Plan's Approval Date: May 23, 2023 Resolution No: 2023-91 Is a copy of the approved resolution attached to the Rollout Plan? Yes Contact for Rollout Plan follow-up questions: Stephanie Sirls, Transit Manager, Banning Connect Transit Service 176 East Lincoln Street Banning, CA 92220 Tel: (951) 922-3243 ssirls@banningca.gov Who created the Rollout Plan? This Rollout Plan was created by the City of Banning, with assistance from the Center for Transportation and the Environment (CTE) and the Riverside County Transportation Commission (RCTC). This document, the ICT Rollout Plan, contains the information for Banning Connect's zero -emission fleet transition trajectory as requested by the ICT Regulation. It is intended to outline the high-level plan for implementing the Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 13 218 transition. The Rollout Plan provides estimated timelines based on information on bus purchases, infrastructure upgrades, workforce training, and other developments and expenses that were available at the time of writing. Additional Agency Resources Banning Connect agency website: https://banningca.gov/ Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 14 219 C Technology Portfolio ZEB Transition Technology Selection Based on outcomes of the zero -emission fleet transition planning study completed by CTE, Banning Connect plans to transition its fleet to battery electric buses. By 2040, Banning Connect expects to operate a fully battery electric fleet of 9 transit vehicles. A BEB-only fleet scenario will allow Banning Connect to focus on implementing one zero -emission propulsion technology as opposed to a mixed technology zero -emission fleet as well as avoid the higher fuel cost of hydrogen for a mixed -fleet or FCEB-only fleet. This plan also summarizes the charging infrastructure costs needed to support a fleet of 9 BEBs. Local Developments and Regional Market California has become a global leader for zero -emission buses, as well as the zero -emission fuel and fueling infrastructure required to support these vehicles. California is home to four bus OEMs that manufacture zero - emission buses, all having experience in building BEB technology in particular. The state legislature has fostered growth in zero -emission fuels through the state's Low -Carbon Fuel Standard (LCFS) program, which incentivizes the consumption of fuels with a lower carbon intensity than traditional combustion fuels and through funding opportunities offered by CARB and CEC. The state's electrical utility companies have also supported the transition to ZEB technology by offering incentive programs for heavy duty EV charging infrastructure and service upgrades. California BEB deployments represent 37% of the nation's BEB deployments.' Three of the major BEB OEMs manufacture buses in California with two manufacturing sites located in Southern California. Nearby agencies such as Long Beach Transit, LA Metro, and Foothill California have some of the most mature BEB deployments in the country. This year, the FTA also awarded battery -electric bus and charging infrastructure projects under the FY2022 Low -No Emission Vehicle Program. In Los Angeles County, Los Angeles County Metropolitan Transportation Authority (LA Metro) was awarded $104.2 million, and the City of Gardena was awarded $2.22 million to procure battery -electric buses and charging equipment. In Riverside County, Sunline Transit Agency was awarded an additional $7.15 million to procure battery electric buses and charging stations, and in Orange County, Orange County Transportation Authority (OCTA) was awarded $2.51 million to purchase zero -emission buses to improve air quality and paratransit service. 7 CALSTART. 2021. THE ADVANCED TECHNOLOGY TRANSIT BUS INDEX: A NORTH AMERICAN ZEB INVENTORY REPORT. https://calstart.org/wp-content/u ploads/2022/01/2021-ZIO-ZEB-Final-Report_1.3.21.pdf Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 15 220 ZEB Transition Planning Methodology Banning Connect's ICT Rollout Plan was created in combination with Banning Connect's Existing Conditions Report and the Riverside County ZEB Financial Strategy Plan, utilizing CTE's ZEB Transition Planning Methodology. CTE's methodology consists of a series of assessments that enable transit agencies to understand what resources and decisions are necessary to convert their fleets to zero -emission technologies. The results of the assessments help the agency decide on a step-by-step process to achieve its transition goals. These assessments consist of data collection, analysis, and modeling outcome reporting stages. These stages are sequential and build upon findings in previous steps. The assessment steps specific to Banning Connect's Rollout Plan are outlined below: 1. Planning and Initiation 2. Requirements Analysis & Data Collection 3. Service Assessment 4. Fleet Assessment 5. Fuel Assessment 6. Maintenance Assessment 7. Facilities Assessment 8. Total Cost of Ownership Assessment 9. Policy Assessment 1 0. Partnership Assessment For Requirements Analysis & Data Collection, CTE collects data on the agency's fleet, routes and blocks, operational data (e.g., mileage and fuel consumption), and maintenance costs. Using this data, CTE establishes service requirements to constrain the analyses in later assessments and produce agency -specific outputs for the zero -emission fleet transition plan. The Service Assessment phase initiates the technical analysis phase of the study. Using information collected in the Data Collection phase, CTE evaluates the feasibility of using zero -emission buses to provide service to the agency's routes and blocks over the transition plan timeframe from 2022 to 2040. Results from the Service Assessment are used to guide ZEB procurement plans in the Fleet Assessment and to determine energy requirements in the Fuel Assessment. The Fleet Assessment projects a timeline for the replacement of existing buses with ZEBs that is consistent with Banning Connect's existing fleet replacement plan and known procurements. This assessment also includes a projection of fleet capital costs over the transition timeline and is optimized to meet state mandates or agency goals, such as minimizing costs or maximizing service levels. The Fuel Assessment merges the results of the Service Assessment and Fleet Assessment to determine annual fuel requirements and associated costs. The Fuel Assessment calculates energy costs through the full transition timeline for each fleet scenario, including the agency's existing CNG and gasoline buses. To more accurately estimate battery electric bus (BEB) charging costs, a focused Charging Analysis is performed to simulate daily system -wide energy use. As older technologies are phased out in later years of the transition, the Fuel Assessment calculates the changing fuel requirements as the fleet transitions to ZEBs. The Fuel Assessment also provides a total fuel cost over the transition timeline. The Maintenance Assessment calculates all projected fleet maintenance costs over the transition timeline. Maintenance costs are calculated for each fleet scenario and include costs of maintaining existing fossil -fuel buses that remain in the fleet and maintenance costs of new BEBs. The Facilities Assessment determines the infrastructure necessary to support the projected zero -emission fleet composition over the transition period based on results from the Fleet Assessment and Fuel Assessment. This assessment evaluates the required quantities of charging infrastructure and/or hydrogen fueling station projects and calculates the costs of infrastructure procurement and installation sequenced over the transition timeline. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 16 221 The Total Cost of Ownership Assessment compiles results from the previous assessment stages to provide a comprehensive view of all fleet transition costs, organized by scenario, over the transition timeline. The Policy Assessment considers the policies and legislation that impact the relevant technologies. The Partnership Assessment describes the partnership of the agency with the utility or alternative fuel provider. Requirements Analysis & Data Collection The Requirements Analysis and Data Collection stage begins by compiling operational data from Banning Connect regarding its current fleet and operations and establishing service requirements to constrain the analyses in later assessments. CTE requested data such as fleet composition, fuel consumption and cost, maintenance costs, and annual mileage to use as the basis for analyses. CTE conducted a screening -level analysis of Banning Connect's routes by determining their average speed and grades, and classified them as fast or slow and flat or hilly. CTE used these to model the energy efficiencies for each of Banning Connect's routes. The calculated efficiencies were then used in the Service Assessment to determine the energy requirements of Banning Connect's service. CTE evaluated BEBs and FCEBs to support Banning Connect's technology selection. The range of FCEBs, however, does not have the same level of sensitivity to environmental and operating conditions as BEBs. After collecting route and operational data, CTE determined that Banning Connect's longest block is 307 miles long. Based on observed performance, CTE estimates FCEBs are able to complete any block under 350 total miles, which means that FCEB technology already has the capability to meet Banning Connect's service requirements. Although FCEBs were determined to have the capability of serving all of the agency's routes, Banning Connect was interested in exploring BEB-only service scenarios, so it was necessary to determine how much of Banning Connect's service could feasibly be served by depot -only charged BEBs in order to develop a set of ZEB transition scenarios that would allow the agency to make an informed decision on what technology or technologies would be most suitable to the agency's needs. The energy efficiency and range of BEBs are primarily driven by bus specifications, such as on -board energy storage capacity and vehicle weight. Both metrics are affected by environmental and operating variables including the route profile (e.g., distance, dwell time, acceleration, sustained top speed over distance, average speed, and traffic conditions), topography (e.g., grades), climate (e.g., temperature), driver behavior, and operational conditions such as passenger loads and auxiliary loads. As such, BEB efficiency and range can vary dramatically from one agency to another or even from one service day to another. It was therefore critical for Banning Connect to determine efficiency and range estimates based on an accurate representation of its operating conditions. To understand BEB performance on Banning Connect's routes, CTE modeled the impact of variations in passenger load, accessory load, and battery degradation on bus performance, fuel efficiency, and range. CTE ran models with different energy demands that represented nominal and strenuous conditions. Nominal loading conditions assume average passenger loads and moderate temperature over the course of the day, which places low demands on the motor and heating, ventilation, and air conditioning (HVAC) system. Strenuous loading conditions assume high or maximum passenger loading and near maximum output of the HVAC system. This nominal/strenuous approach offers a range of operating efficiencies to use for estimating average annual energy use (nominal) or planning minimum service demands (strenuous). Route modeling ultimately provides an average energy use per mile (kilowatt-hour/mile [kWh/mil) for each route, bus size, and load case. In addition to loading conditions, CTE modeled the impact of battery degradation on a BEB's ability to complete a block. The range of a battery electric bus is reduced over time due to battery degradation. A BEB may be able to service a given block with beginning -of -life batteries, while later it may be unable to complete the entire block at some point in the future as batteries near their end -of -life or derated capacity (typically considered 70-80% of available service energy). Service Assessment The Service Assessment focused on evaluating the feasibility of BEBs in Banning Connect's service area. The efficiencies calculated in the Requirements Analysis & Data Collection stage were used to estimate the energy Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 17 222 requirements of Banning Connect's service. The main focus of the Service Assessment is called the block analysis, which determines if generic battery electric technology can meet the service requirements of a block based on range limitations, weather conditions, levels of battery degradation and route specific requirements. The Transit Research Board's Transit Cooperative Research Program defines a block as "the work assignment for only a single vehicle for a single service workday".8 A block is usually comprised of several trips on various routes. The energy needed to complete a block is compared to the available energy of the bus assigned to service the block. If the bus's usable onboard energy exceeds the energy required by the block, then the conclusion is that the BEB can successfully operate on that block. The Service Assessment projects the performance of a BEB that is charged overnight at the depot and operates on Banning Connect's service schedule at the time of the plan's writing. The results are used to determine when along the transition timeline a fleet of overnight depot -charged BEBs can feasibly serve Banning Connect's territory or if another zero -emission technology is required to maintain service. This information can then be used to inform the scale and timing of BEB procurements in the Fleet Assessment. Modeling & Procurement Assumptions CTE and Banning Connect defined the following assumptions and requirements used throughout the study as follows. The Service Assessment energy profile assumed a 5% improvement in battery capacity every year with a starting battery capacity of 440 kWh for a 35' bus and 580 kWh for a 40' bus, which were the average battery capacities seen in commercially -available buses in 2022. Electric cutaways are modeled to have a battery capacity of 120 kWh and were assumed to have the same 5% rate of improvement in battery capacity every year. This analysis also assumes Banning Connect will maintain blocks in a similar distribution of distance, relative speeds, and elevation changes to pre-COVID-19 service because buses will continue to serve similar locations within the service area and general topography remains constant even if specific routes and schedules change. Fleet size and vehicle length distribution do not change over time. The analysis assumed that buses reaching the end of their useful life would be replaced with vehicles of the same size. Total fleet size remains the same over the transition period. Buses are assumed to operate for a 12 -year service life and cutaways for a 5- or 7 -year service life. Usable on -board energy is assumed to be that of a mid-life battery (10% degraded) with a reserve at both the high and low end of the battery's charge potential. As previously discussed, battery age affects range, so a mid-life battery was assumed as the average capacity of the battery's service life. Charging batteries to 100% or dropping the charge below 10% also degrades the batteries over time, which is why the analysis assumes that the top and bottom portions of the battery are unusable. CTE accounts for battery degradation over the transition period with the assumption that Banning Connect can rotate the ZEBs to battery capacity to block energy requirements. As the zero -emission fleet transition progresses, older buses can be moved to shorter, less demanding blocks and newer buses can be assigned to longer, more demanding blocks to account for battery degradation in BEBs over time. Banning Connect can rotate the fleet to meet demand, assuming there is a steady procurement of BEBs each year to match service requirements. CTE accounts for this variability in battery age by using a mid-life usable battery capacity to determine block feasibility. Fixed Route Results The Service Assessment determines the timeline for when Banning Connect's service may become achievable by BEBs on a single depot charge. The block analysis determines when, or if, a full transition to BEBs may be feasible. Banning Connect and CTE can then use these results to inform ZEB procurement decisions in the Fleet Assessment. Results from this analysis are also used to determine the specific energy requirements and fuel consumption of the BTRB.s Transit Cooperative Research Program. 2014. TCRP Report 30: Transit Scheduling: Basic and Advanced Manuals (Part B). https://onlinepu bs.trb.org/on linepu bs/tcrp/tcrp_rpt_30-b.pdf Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 18 223 fleet over time. These values are then used in the Fuel Assessment to estimate the costs to operate the transitioning fleet. While routes and block schedules are unlikely to remain the same over the course of the transition period, these projections assume the blocks will maintain a similar distribution to current service because Banning Connect will continue to serve similar destinations within the city. This core assumption affects energy use estimates and block achievability in each year. The results of Banning Connect's Service Assessment for fixed route service can be seen below in Figure 5. Based on CTE's analysis, 0% of Banning Connect's blocks could be served by a single charge of a depot -only BEB with a 440 -kWh battery and, with the assumed 5% improvement every year, 33% of Banning Connect's blocks could be served by this technology by 2036, which means that Banning Connect's service is not feasible with depot -only charged BEBs within the transition period. However, service can be conducted with the addition of on -route charging. Percentage of Blocks that are Feasible 100% 90% 80% 70% 60% 50% 40% 30% 20% 10% 0% 17% 0% 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 2040 —Percentage of Blodcs that are Feasible Figure 5 — BEB Block Achievability by Year DAR Results CTE's modeling also included an analysis for battery electric cutaway vehicles using Banning Connect's paratransit operational data, the results of which are shown below in Figure 6. It is estimated that Banning Connect's paratransit service vehicles operate at an average daily distance of 70 miles per vehicle per day and a maximum of 104 miles per vehicle per day. CTE modeled the electric cutaway performance by calculating the energy demand for each service day and comparing to the usable capacity of a market -representative battery -electric cutaway (99 kWh). It was found that the average service day from 2022 would be feasible, given currently available battery capacity, while Banning Connect's more strenuous days upwards of 75 miles and requiring more than 99 kWh of usable energy would be infeasible. The average service day is similarly feasible in 2030 and 2040. Assuming that the projected battery improvements continue, in 2030, service days of up to 91 miles or 120 kWh will be feasible, while the agency's maximum DAR mileage of 104 miles is expected to only be feasible in 2040. Based on the results of the analysis, up until 2040, battery -electric cutaways would require some form of opportunity charging throughout the day to complete their service. Pantograph and inductive charging have not yet been demonstrated to be feasible for electric cutaways, so this option was not considered. Demand response service is run sporadically throughout the day, with vehicles typically returning to the depot after completing their assignments. Based on this service pattern, it was assumed that battery -electric cutaways could be charged throughout the day when they return to the depot which would allow them to complete all of Banning Connect's service. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 19 224 Dial -a -Ride Feasibility 140 120 100 80 rn 60 40 20 0 104 70---- 91 116 2022 2030 2040 — — — — 104 ----70 Electric cutaway range feasibility — •BCTS Avg. Miles/Day — •BCTS Max. Miles/Day Figure 6 — Dial -a -Ride Service Feasibility by Year Description of ZEB Technology Solutions Considered For this study, CTE developed 3 scenarios to compare to a baseline scenario and analyze the feasibility and cost effectiveness of implementing each bus technology as well as the co -implementation of both technologies. The scenarios are referred to by the following titles and described, in detail, below. A baseline scenario was developed to represent the typical "business -as -usual" case with retention of ICE buses for cost comparison purposes. 0. Baseline (current technology) 1. BEB Only 2. Mixed Fleet— FCEB & BEBs 3. FCEB Only In the BEB Fleet Transition, BEBs are purchased and deployed only on blocks that are within a BEB's achievable range as determined by CTE's modeling. If depot -charged BEBs are not capable of meeting a transit agency's daily service requirements, on -route charging is utilized on fixed -routes and returning to the depot for midday opportunity charging is used on DAR service to sustain energy on -board. Based on CTE's modeling, all of Banning Connect's blocks are fully achievable using BEB technology by 2040. In the Mixed Fleet Transition, FCEBs supplement a primarily BEB fleet to make up a fully ZEB fleet. Although there may be some exceptions, due to the higher range capacity of FCEBs, BEBs will be used for DAR service and FCEBs will be used for fixed route service. The costs for infrastructure and installation of two different charging and fueling infrastructures are taken into account. FCEBs and hydrogen fuel, however, are more expensive than BEBs and electricity, so this scenario allows Banning Connect to assign the less expensive BEB technology where possible and supplement service with FCEBs as needed in support of resilience and redundancy adaptation measures. Finally, the FCEB Fleet Transition was developed to examine the costs for hydrogen fueling and transitioning to a 100% FCEB fleet. A fully FCEB fleet avoids the need to install two types of fueling infrastructure by eliminating the need for depot charging equipment. Fleets composed entirely of fuel cell electric buses also offer the benefit of scalability compared to battery electric technologies. Adding FCEBs to a fleet does not necessitate large complementary infrastructure upgrades. Despite this benefit, the cost of FCEBs and hydrogen fuel are still more expensive than BEBs and electricity at current market prices. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 20 225 When considering the various scenarios, this study can be used to develop an understanding of the range of costs that may be expected for Banning Connect's ZEB transition, but ultimately, can only provide an estimate. Furthermore, this study aims to provide an overview of the myriad considerations the agency must take into account in selecting a transition scenario that go beyond cost, such as space requirements, safety implications, and operational changes that may differ between scenarios. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 21 226 D Current Bus Fleet Composition and Future Bus Purchases Fleet Assessment Methodology The Fleet Assessment projects a timeline for the replacement of existing buses with ZEBs. The timeline is consistent with Banning Connect's fleet replacement plan that is based on the 12 -year service life of transit buses and large cutaways and 7 -year service life for smaller cutaways. This assessment also includes a projection of fleet capital costs over the transition timeline. ZEB Cost Assumptions CTE and Banning Connect developed cost assumptions for future bus purchases. Key assumptions for bus costs for the Banning Connect Transition Plan are as follows: • CNG and gasoline vehicle prices were provided by Banning Connect and are inclusive of costs for configurable options and taxes. • All gas cutaways were scheduled to be replaced by CNG cutaways in the baseline scenario and replacements were priced accordingly. • Capital vehicle costs are derived from the 2022 California, Washington and New Mexico State Contracts plus the annual PPI (2%) and tax (7.75%). • Costs for retrofits or bus conversions are not included. Procurements assume new vehicle costs. Table 1 — Fleet Assessment Cost Assumption Length Cutaway (26'-32') 35' (32'-35') Fuel Type CNG/Gasoline $250,000 $550,000 Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 22 227 Description of Banning Connect's Current Fleet Banning Connect's current service and fleet composition provide the baseline for evaluating the costs of transitioning to a zero -emission fleet. Banning Connect staff provided the following key data on current service: • Fleet composition by powertrain and fuel • Routes and blocks • Mileage and fuel consumption • Maintenance costs Fleet As of 2022, the Banning Connect bus fleet includes 1 CNG and 2 gasoline cutaways used for DAR paratransit service and 4 CNG buses and 2 CNG cutaways used for fixed -route service. Bus services, including fueling and maintenance, operate out of one depot in Banning, CA. Customer service operations are performed at a separate facility in Banning, CA. Routes and Blocks Banning Connect's 2022 service consists of 5 fixed routes run on 6 blocks, 2 run on weekends and 3 run on weekdays. Blocks range in distance from 134 miles to 307 miles. Buses pull out as early as 5:00 AM and return as late as 10:15 PM. Banning Connect's service connects the cities of Banning, Cabazon, Beaumont, and the Morongo Indian Reservation. Current Mileage and Fuel Consumption Annual mileage of the fleet: 251,800 miles Banning Connect's ZEB Transition Plan assumes that the amount of service miles will remain the same. Annual fuel consumption: 71,307 GGE of CNG and gasoline Fleet average efficiency: 6.8 miles per GGE BANNING CONNECT current fuel expense: $90,453 per year Average fuel costs: $1.27 per GGE Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 23 228 Maintenance Costs Average maintenance costs per mile by vehicle type are estimated in Table 2. Buses also undergo one overhaul at midlife summarized in Table 3. These costs were utilized to project transition maintenance costs. Table 2 — Labor and Materials Cost Assumptions Vehicle Type Gas Cutaway CNG Cutaway 30'/35'/40' CNG Bus Battery Electric Cutaway 30'/35'/40' Battery Electric Bus Table 3 — Midlife Overhaul Cost Assumptions Vehicle Type Gas Cutaway CNG Cutaway Overhaul (FC/Transmission) Cost 30'/35'/40' CNG Bus Battery Electric Cutaway 30'/35' 40' Battery Electric Bus Per vehicle life Battery Warranty Cost Per vehicle life $0 $0 $0 $0 $30,000 $0 $0 $24,000 $0 $75,000 Zero -Emission Bus Procurement Plan and Schedule Banning Connect will provide service with a fleet made up entirely of depot -charged BEBs, while using on -route charging when able, as this vehicle composition will be sufficient for meeting the agency's service demands. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 24 229 Banning Connect's fleet transition strategy is to replace each compressed natural gas (CNG) and gasoline bus with a BEB as they reach the end of their 12 -year useful life beginning in 2028. Banning Connect's two CNG cutaways that are used for fixed route service are modeled as buses for the purpose of this analysis as they will need to be replaced with 35' BEBs in order to maintain the same passenger capacity. Figure 7 below provides the number of each bus type that will be purchased each year through 2040 with this replacement strategy and the total cost of that procurement. Banning Connect Transit System Battery -Electric Bus/Cutaway Fleet Procurement Cost $3.5 $3.2 M $3.0 52.5 51.0 $0.5 50.0 $0.3 M 2025 2026 $1.7 M 202, 2028 51.1 M $1.9 M Figure 7 — Projected Fleet Procurements for Zero Emission Transition 2029 2040 • Opportunity -Charged Cutaway • On -Route BEB • Depot -Charged BEB Gas Cutaway • CNG Cutaway • CNG Bus Figure 8 demonstrates the annual composition of Banning Connect's fleet through 2040. By 2040, Banning Connect's bus fleet will consist entirely of BEBs. The fleet will remain the same size throughout the transition period. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 25 230 Banning Connect Transit System Battery -Electric Bus/Cutaway Fleet Composition 10 9 8 7 6 5 4 3 2 1 0 2 3 3 3 4 3 5 3 5 3 5 3 6 ,'O ,O \O6 7 �O �O �O �O `�O �O ,'O �O �'O \-'O �O t �O • Opportunity -Charged Cutaway ■ On -Route BEB • Depot -Charged BEB Gas Cutaway CNG Cutaway • CNG Bus Figure 8 — Annual Fleet Composition, Zero Emission Transition As seen in Table 4, the capital investment required for purchasing ZEBs is significantly higher than for CNG and Gasoline buses. This highlights the importance of staying vigilant in the search for funding opportunities to help fill this gap. Table 4 — Banning Connect Bus Capital Investment to transition to a 100% ZEB fleet by 2040 CNG/Gas Baseline* ZEB Incremental Costs Total Investment Bus Capital Costs $9M $5M *Represents the capital costs that would have been incurred in the absence of the ICT Regulation Additional Considerations $14M When purchasing ZEBs, the process may differ slightly from the process Banning Connect currently uses to purchase vehicles. First, when contracting with ZEB manufacturers, Banning Connect should ensure expectations are clear between the bus OEM and the agency. As with CNG and gasoline purchases the agreement should be clear regarding the bus configurations, technical capabilities, build and acceptance process, production timing with infrastructure, warranties, training, and other contract requirements. Additionally, by developing and negotiating specification language collaboratively with the bus vendor(s), Banning Connect can work with the vendor(s) to customize the bus to their needs as much as is appropriate, help advance the industry based on agency requirements and recommended advancements, ensure the acceptance and payment process is fully clarified ahead of time, fully document the planned capabilities of the bus to ensure accountability, and generally preempt any unmet expectations. Special attention should be given in defining the technical capabilities of the vehicle, since defining these for ZEBs may differ from ICE buses. When developing RFPs and contracting for ZEB procurements, Banning Connect should specify the source of funding for the vehicle purchases to ensure grant compliance, outline data access requirements, define the price and payment terms, establish a delivery timeline, and outline acceptance and performance requirements. Banning Connect should test the buses upon delivery for expected performance in range, acceleration, gradeability, highway performance, and maneuverability. Any such performance requirements must be included in the Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 26 231 technical specification portion of the RFP and contract to be binding for the OEM. Defining technical specifications for ZEBs will also differ slightly from their current CNG and gasoline vehicles since they will need to include requirements for battery performance. It is also recommended that Banning Connect purchase an extended battery warranty for the vehicles, which should be specified in the RFP and contract. Banning Connect will also be able to apply for additional funding for these vehicles through zero -emission vehicle specific funding opportunities, which are discussed further in Section H: Available Funding Opportunities. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 27 232 E Facilities and Infrastructure Modifications Banning Connect Facility Configuration and Depot Layout Depot Address: 176 East Lincoln Street, Banning, CA 92220 Electric Utility: Banning Electric Located in a NOx Exempt Area? No Bus Parking Capacity: 9+ Current Vehicle Types Supported: Banning Connect's depot currently supports fueling and maintenance of CNG and gasoline buses and cutaways. Propulsion Types That Will be Supported at Completion of ZEB Transition: Battery electric propulsion Facilities Assessment Methodology BEB deployments such as Banning Connect's require installation of charging stations and improvements to existing electrical infrastructure. Planning and design work, including development of detailed electrical and construction drawings required for permitting, is also necessary once specific charging equipment has been selected. Building off of the fleet procurement schedule that was outlaid in the Fleet Assessment, CTE then uses industry average pricing to develop infrastructure scenarios that estimate the cost of building out the infrastructure necessary to support a full fleet transition to ZEBs. This plan assumes that infrastructure projects will be completed prior to each bus delivery. To project the costs of fueling infrastructure, CTE used industry pricing provided by A&E subcontractors and an infrastructure build timeline based on the procurement timeline. This plan assumes that infrastructure projects will be completed prior to each bus delivery. These projects are described in detail below. Infrastructure Upgrade Requirements to Support Zero -Emission Buses Description of Depot -Charging Infrastructure Considered In the BEB-only scenario, charging infrastructure is required to service a total of three (3) battery electric cutaways and four (4) battery electric buses to support a completely zero -emission bus fleet by 2040. The total cost for battery electric fueling infrastructure is approximately $2M. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 28 233 BEB Charging Infrastructure Summary In order to support the BEB portion of the fleet, Banning Connect will need to work with a contractor to conduct detailed infrastructure planning, purchase chargers and dispensers, and add service capacity to their site. The estimated infrastructure costs for these technology & infrastructure expenses are as follows: • INFRASTRUCTURE PLANNING. Building charging infrastructure requires planning at the depot. This assessment assumes that a planning project costs $200,000 and occurs only once per depot. The total cost of planning projects for Banning Connect's single depot is estimated at $200,000. • DISPENSERS AND CHARGERS. Banning Connect's BEB charging depot will consist of five chargers with two dispensers per charger and one on -route charger. Prices are estimated at $170,000 for a 150kW charger with two dispensers. One transit bus per charger can charge at a time, and two cutaways can charge simultaneously at one charger, each charging at 75kW. On -Route charging equipment was also estimated to cost around $900,000 per station for design and equipment. • ELECTRIC SERVICE UPGRADE. Banning Connect requires an estimated 1 MW of additional electricity capacity by 2040 to accommodate charging for 9 BEVs. To meet the growing demand for electricity, the depot will need to upgrade its system to at least 1 MW of capacity by 2027. This is estimated to cost around $200,000 over the transition period. • INFLATION FACTOR. 5.4% inflation is added on all project costs per the CPI. 3% inflation is added on all maintenance costs per industry standards. All costs listed above are in 2022 dollars, projects occurring after 2022 are inflated per the inflation factor. The estimated total BEB infrastructure cost for the BEB scenario is shown below in Figure 9. totaling to approximately $2 M over the transition period. Banning Connect Battery Electric Infrastructure Costs $10.0 $9.0 $8.0 $7.0 $6.0 $5.0 $4.0 $3.0 $2.0 $1.0 $0.0 Charging Infrastructure: 5 Depot Chargers Dispensers +1 On -Route Charger • iMW Power Upgrade $1.88 M Master $0.25 M Planning 5 0.02 M 7 Charger Maintenance Costs Inflated YOY 9 8 $0.03 M 2021 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 2040 Year =Total Depot and On -Route Infrastructure Costs —Number of Electric Vehicles Figure 9 — Infrastructure Project and Costs, ZEB Transition 10 9 8 7 6 5 4 3 2 1 Cumulative Number of Battery Electric Buses in Fleet Utility Partnership Review The City is sharing proposed planning documents to help Banning Electric understand future loads so that any required grid infrastructure improvements can be addressed prior to implementation. The City's discussion of short- and long-term fleet goals with Banning Electric will ensure that Banning Electric can properly plan grid -side electrical infrastructure upgrades to the City's Corporation Yard, and that the City can adequately upgrade equipment to support battery electric buses. Once the infrastructure upgrade needs are established, the City will incorporate the design and construction timelines into the overall transition plan timeline. The City recognizes Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 29 234 Banning Electric as a critical partner in electrification and will continue to partner with Banning Electric after the planning stages so that charge management strategies and fleet expansion efforts can be coordinated effectively. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 30 235 F Providing Service in Disadvantaged Communities Providing Zero -Emission Service to DACs In California, CARB defines disadvantaged communities (DACs) as communities that are both socioeconomically disadvantaged and environmentally disadvantaged due to local air quality. Lower income neighborhoods are often exposed to greater vehicle pollution levels due to proximity to freeways and the ports, which puts these communities at greater risk of health issues associated with tailpipe emissions.° ZEBs will reduce energy consumption, harmful emissions, and direct carbon emissions within the disadvantaged communities Banning Connect serves. The City of Banning includes one census tract designated as a DAC. Banning's fixed routes that are in and pass through DACs, along with their stops are shown in Figure 10 below. Environmental impacts, both from climate change and from local pollutants, disproportionately affect transit riders. For instance, poor air quality from tailpipe emissions and extreme heat harm riders waiting for buses at roadside stops. The transition to zero -emission technology will benefit the region by reducing fine particulate pollution and improving overall air quality. In turn, the fleet transition will support better public health outcomes for residents in DACs served by the selected routes. Public transit has the potential to improve social equity by providing mobility options to low-income residents lacking access to a personal vehicle and helping to meet their daily needs. In California, transit use is closely correlated with car -less households as they are five times more likely to use public transit than households with at least one vehicle.1° Although 21% of Californians in a zero -vehicle household are vehicle free by choice, 79% do not have a vehicle due to financial limitations. Many low-income people therefore rely solely on public transportation for their mobility needs.11 Banning Connect's current fleet of fixed route and DAR CNG and gasoline buses consume 71,308 Gasoline Gallons Equivalent (GGE) of fuel per year, operating for approximately 251,800 miles per year. Moving Banning Connect's fleet to zero -emission technology will help alleviate the pollution from tailpipe emissions, which will improve the health of communities impacted by NOx and particulate matter emissions and all local communities. Access to quality transit services provides residents with a means of transportation to go to work, to attend school, to access health care services, and run errands. By purchasing new vehicles and decreasing the overall age of its fleet, Banning Connect is also able to improve service reliability and therefore maintain the capacity to serve low- income and disadvantaged populations. Replacing CNG and diesel gasoline vehicles with zero -emission vehicles 9 Reichmuth, David. 2019. Inequitable Exposure to Air Pollution from Vehicles in California. Cambridge, MA: Union of Concerned Scientists. https://www.ucsusa.org/resources/inequitable-exposure-air-pollution-vehicles-california-2019 10Grengs, Joe; Levine, Jonathan; and Shen, Qingyun. (2013). Evaluating transportation equity: An inter -metropolitan comparison of regional accessibility and urban form. FTA Report No. 0066. For the Federal Transit Administration 11 Paul, J & Taylor, BD. 2021. Who Lives in Transit Friendly Neighborhoods? An Analysis of California Neighborhoods Over Time. Transportation Research Interdisciplinary Perspectives. 10 (2001) 100341. https://reader.elsevier.com/reader/sd/pi i/52590198221000488?token=CABB49E7FF438A88A19D1137A2B1851806514EF576E9 A2D9462D3FAF 1F6283574907562519709F8AD53DEC3CF95ACF27&origin Region=us-east-1&originCreation=20220216190930 Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 31 236 will also benefit these populations by improving local air quality and reducing exposure to harmful emissions from CNG and gasoline exhaust. Map of Disadvantaged Communities served by Banning Connect • J ' f5 Bus Stops and Disadvantaged Communities Bus Routes 5 6 — 5/6 InDAC . 0 . —1 Disadvantaged Communities 50 a 40 0 n 30 0 20 10 0 Outs3eDAC V5hmDAC Figure 10 — Banning Connect Disadvantaged Communities Service Map Emissions Reductions for DACs 2 7 4 .G- 0 04 08 1.7 Miles Greenhouse gasses (GHG) are the compounds primarily responsible for atmospheric warming and include carbon dioxide (CO2), methane (CH4), and nitrous oxide (N20). The effects of greenhouse gasses are not localized to the immediate area where the emissions are produced. Regardless of their point of origin, greenhouse gasses contribute to overall global warming and climate change. Criteria pollutants include carbon monoxide (CO), nitrogen oxides (NOx), particulate matter under 10 and 2.5 microns (PM10 and PM2.$), volatile organic compounds (VOC), and sulfur oxides (SOx). These pollutants are considered harmful to human health because they are linked to cardiovascular issues, respiratory complications, or other adverse health effects.12 These compounds are also commonly responsible for acid rain and smog. Criteria 12 Institute of Medicine. Toward Environmental Justice: Research, Education, and Health Policy Needs. Washington, DC: National Academy Press, 1999; O'Neill MS, et al. Health, wealth, and air pollution: Advancing theory and methods. Environ Health Perspect. 2003; 111: 1861-1870; Finkelstein et al. Relation between income, air pollution and mortality: A cohort study. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 32 237 pollutants cause economic, environmental, and health effects locally where they are emitted. CARB defines DACs in part as disadvantaged by poor air quality because polluting industries or freight routes have often been cited in these communities. The resulting decrease in air quality has led to poorer health and quality of life outcomes for residents. Banning Connect's operational Well -to -Wheel criteria emissions are summarized in Table 5. Table 5 — Annual Vehicle Operation Pollutants by Fuel Type Overall Annual Vehicle Operation Pollutants (Ibs.) Bus Group CO NOx PM10 PM2.5 VOC SOx PM10 TBW PM2.5 TBW CNG Gas 10,444 382.6 3.8 3.5 40.6 3.8 48.2 6.2 908 7.2 0.7 0.6 16.0 0.5 4.7 0.6 The transportation sector is the largest contributor to greenhouse gas emissions in the United States, accounting for more than 30% of total emissions, and within this sector, 25% of these emissions come from the medium- and heavy-duty markets, yet these markets account for less than 5% of the total number of vehicles. Electrifying these vehicles can have an outsized impact on pollution, fossil -fuel dependency, and climate change. ZEBs are four times more fuel efficient than comparable new Internal Combustion Engine (ICE) buses. Better fuel efficiency means less waste when converting the potential energy in the fuel to motive power. Less waste not only means less pollution, it results in more efficient use of natural resources. By transitioning to ZEBs from CNG and gasoline buses, Banning Connect's zero -emission fleet will produce fewer carbon emissions and fewer harmful pollutants from the vehicle tailpipes. Considering DACs experience significantly more pollution from harmful emissions, communities disadvantaged by pollution served by Banning Connect's fleet will therefore directly benefit from the reduced tailpipe emissions of ZEBs compared to ICE buses. Estimated Ridership in DACs As shown in Figure 10, of all the fixed -route stops, 73 (67%) are located within DACs. In addition, much of the DAR service area provided for Seniors 60 and older; persons with disabilities; and persons certified under the Americans with Disability Act (ADA) falls within DAC zones, but specific trips may start and/or end outside of DAC-designated areas. This includes ADA services within three-quarters of a mile of fixed -route service. Unlike fixed -route service, the DAR service does not run a set route, and so a single vehicle may provide trips both within and outside of a DAC during a single day. CMAJ. 2003; 169: 397-402; Zeka A, Zanobetti A, Schwartz J. Short term effects of particulate matter on cause specific mortality: effects of lags and modification by city characteristics. Occup Environ Med. 2006; 62: 718-725. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 33 238 G Workforce Training Banning Connect's Current Training Program Operator, Dispatcher and Mechanic Training Banning Connect staff works closely with the OEM providing vehicles to ensure all mechanics, service employees, and bus operators complete necessary training prior to deploying a new vehicle type and that these staff undergo refresher training annually and as needed. Management stays abreast of regulatory requirements and ensures that associated training takes place during annual VTT training or sooner. Banning Connect staff also brings up any issues or questions they may have about their training with their respective trainers. Banning Connect's ZEB Training Plan OEM Training Banning Connect plans to take advantage of trainings from the bus manufacturers and station suppliers, including maintenance and operations training, station operations and fueling safety, first responder training and other trainings that may be offered by the technology providers. OEM trainings provide critical information on operations and maintenance aspects specific to the equipment model procured. Additionally, many procurement contracts include train -the -trainer courses through which small numbers of agency staff are trained and subsequently train agency colleagues. This method provides a cost-efficient opportunity to provide widespread agency training on new equipment and technologies. Bus and Fueling Operations and Maintenance The transition to a zero -emission fleet will have significant effects on Banning Connect's workforce. Meaningful investment is required to upskill maintenance staff and bus operators trained in ICE vehicle maintenance and ICE fueling infrastructure. Banning Connect training staff will work closely with the OEM providing vehicles to ensure all mechanics, service employees, and bus operators complete necessary training prior to deploying ZEB technology and that these staff undergo refresher training annually and as needed. Banning Connect staff will also be able to bring up any issues or questions they may have about their training with their trainers. Additionally, trainers will observe classes periodically to determine if any staff would benefit from further training. ZEB Training Programs Several early ZEB adopters have created learning centers for other agencies embarking on their ZEB transition journeys. One such agency is SunLine Transit Agency, which provides service to the Coachella Valley and hosts the West Coast Center of Excellence in Zero Emission Technology (CoEZET). The Center of Excellence supports transit agency adoption, zero -emission commercialization and investment in workforce training. Similarly, AC Transit Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 34 239 offers training courses covering hybrid and zero -emission technologies through their ZEB University program. Banning Connect plans to take advantage of these trainings offered by experienced agencies. There are several transit agencies within and around Riverside County that have successfully begun their transition to zero -emission technology. In the region, Omintrans, a public transit agency serving the San Bernardino Valley recently received $9.3 million from the Federal Transit Administration (FTA) under the FY2022 Low -No Emission Vehicle Program to develop hydrogen refueling infrastructure and launch a workforce development program. These agencies can serve a resource for Banning Connect to use when implementing zero -emission technology and supporting programs into their services. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 35 240 H Potential Funding Sources Available Funding Opportunities Federal Banning Connect is ineligible for most federal funds apart from Federal Highway Administration Funds (FHWA). Banning is planning to pursue funding opportunities administered by the Federal Highway Administration such as the following: • Federal Highway Administration (FHWA) o Congestion Mitigation and Air Quality Improvement Program through SCAG o Surface Transportation Block Grant Program through SCAG o Carbon Reduction Program State CCTS will also seek funding from state resources through grant opportunities including but not limited to Senate Bill 1 State of Good Repair (SGR), Transit and Intercity Rail Capital Program (TIRCP), Low Carbon Transit Operations Program (LCTOP) funding, the California Energy Commission's Clean Transportation Program as well as Hybrid and Zero -Emission Truck and Bus Voucher Incentive Project (HVIP) for bus purchases when available. Annual Reliable Funding • Administered by California Department of Transportation (Caltrans) o Transportation Development Act Funds • Local Transportation Funds • State Transit Assistance (STA) o State of Good Repair (SB 1 funds) o Low Carbon Transit Operations Program (LCTOP) Future Funding Opportunities • California Air Resources Board (CARB) o Hybrid and Zero -Emission Truck and Bus Voucher Incentive Project (HVIP) o State Volkswagen Settlement Mitigation o Carl Moyer Memorial Air Quality Standards Attainment Program o Cap -and -Trade Funding o Low Carbon Fuel Standard (LCFS) • California Transportation Commission (CTC) o State Transportation Improvement Program (STIP) o Solution for Congested Corridor Programs (SCCP) o Local Partnership Program (LPP) • California Department of Transportation (Caltrans) o Transit and Intercity Rail Capital Program o Transportation Development Credits o New Employment Credit Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 36 241 • California Energy Commission LocaI Additionally, Banning Connect will pursue local funding opportunities to support zero -emission bus deployment. While the aforementioned funding opportunities are mentioned by name, Banning Connect will not be limited to these sources and will regularly assess opportunities for fiscal support for the ZEB program. Legislation Supporting the Zero -Emission Transition Policies and regulations supporting the transition to zero -emission are proliferating as the efforts to decarbonize the transportation sector expand. The city of Banning is monitoring the implementation of relevant policies and legislation. With the passage of the Bipartisan Infrastructure Law and issuance of Executive Order 14008: Tackling the Climate Crisis at Home and Abroad, the federal government has set a renewed focus on zero -emission transit. Riverside County's goal to deploy zero -emission vehicles supports the federal administration's priorities of renewing transit systems, reducing Greenhouse Gas emissions from public transportation, equity, creation of good paying jobs, and connecting communities. State legislation such as the Innovative Clean Transit Regulation further supports the replacement of fossil -fuel vehicles on the roads of California. Moreover, on August 25, 2022, the CARB approved the Advanced Clean Cars II Rule, requiring all new vehicles sold in California to be zero -emission vehicles (ZEVs) by 2035. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 37 242 1 Start-up and Scale -up Challenges Financial Challenges Challenges can arise with any new propulsion technology, its corresponding infrastructure, or in training operators and maintenance staff. Nearly all transit agencies must contend with the cost barriers posed by zero -emission technologies. The current market cost of ZEBs is between $980,000 and $1,310,000, which is about $320,000 to $650,000 more costly than traditional ICE buses. The predicted costs of zero -emission cutaways are between $300,000 and $370,000, which is about $120,000 and $200,000 more costly than traditional ICE cutaways. Additionally, the necessary infrastructure to support these buses adds to the financial burden of transitioning to a ZEB fleet, as outlined below in Table 6 showing the cost of the transition to BEB-only fleet. Banning Connect will seek financial support to cover the cost of their BEBs from the resources discussed in Section H. Table 6 — Incremental Cost of ZEB Transition Bus Capital Expense Fueling Infrastructure Total CNG/Gas Baseline* $9M $0 $9M BEB Incremental Costs $5M $2M $7M BEB Transition Scenario Costs $14M $2M $16M *Represents the capital costs that would have been incurred in the absence of the ICT Regulation As seen in Table 6, the costs of required fueling infrastructure and fueling operations for ZEB technologies pose another hurdle for transit agencies transitioning to zero -emission service. Continued financial support at the local, state and federal level to offset the capital cost of this new infrastructure is imperative. For alternative fuels such as hydrogen, financial support from state and federal grant opportunities for green hydrogen supply chains and increasing economies of scale on the production side will ultimately benefit transit agencies deploying and planning for BEBs. CARB can support Banning Connect by ensuring continued funding for the incremental cost of zero -emission buses and fueling infrastructure. Funding opportunities should emphasize proper transition and deployment planning and should not preclude hiring consultants to ensure best practices and successful deployments. Limitations of Current Technology Beyond cost barriers, transit agencies must also ensure that available zero -emission technologies can meet basic service requirements of the agency's duty cycles. The applicability of specific zero -emission technologies will vary widely among service areas and agencies. As such, it is critical that transit agencies in need of technical and planning support have access to these resources to avoid failed deployment efforts. Support in the form of technical consultants and experienced zero -emission transit planners will be critical to turning Rollout Plans into successful deployments and tangible emissions reductions. In addition to the uncertainty of technology improvements, there are other risks to consider in trying to estimate costs over the 18 -year transition period. Although current BEB range limitations may be improved over time as a result of advancements in battery energy capacity and more efficient components, battery degradation may re - Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 38 243 introduce range limitations, which is a cost and performance risk to an all-BEB fleet over time. While this can be mitigated by on -route charging, there may be emergency scenarios where the buses are expected to perform off - route or atypical service. In these emergency scenarios that require use of BEBs, agencies may face challenges performing emergency response roles expected of them in support of fire and police operations. Furthermore, fleetwide energy service requirements, power redundancy, and resilience may be difficult to achieve at any given depot in an all-BEB scenario. Although FCEBs may not be subject to these same limitations, higher capital equipment costs and availability of hydrogen may constrain FCEB solutions. RCTC, Banning Connect, CTE and Arcadis IBI Group will expand upon challenge mitigation and adaptation in the Riverside County ZEB Implementation & Financial Strategy Plan. Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 39 244 Appendix A — Approved Board Resolution Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 40 245 Appendix B — Glossary Auxiliary Energy: Energy consumed (usually as a by time measure, such as "x"kW/hour) to operate all support systems for non-drivetrain demands, such as HVAC and interior lighting. Battery Electric Bus: Zero -emission bus that uses onboard battery packs to power all bus systems. Battery Nameplate Capacity: The maximum rated output of a battery under specific conditions designated by the manufacturer. Battery nameplate capacity is commonly expressed in kWh and is usually indicated on a nameplate physically attached to the battery. Block: Refers to a vehicle schedule, the daily assignment for an individual bus. One or more runs can work a block. A driver schedule is known as a "run." Charging Equipment: The equipment that encompasses all the components needed to convert, control and transfer electricity from the grid to the vehicle for the purpose of charging batteries. May include chargers, controllers, couplers, transformers, ventilation, etc. Depot Charging: Centralized BEB charging at a transit agency's garage, maintenance facility, or transit center. With depot charging, BEBs are not limited to specific routes, but must be taken out of service to charge. Energy: Quantity of work, measured in kWh for ZEBs. Energy Efficiency: Metric to evaluate the performance of ZEBs. Defined in kWh/mi for BEBs, mi/kg of hydrogen for FCEBs, or miles per diesel gallon equivalent for any bus type. Fuel Cell Electric Bus: Zero -emission bus that utilizes onboard hydrogen storage, a fuel cell system, and batteries. The fuel cell uses hydrogen to produce electricity, with the waste products of heat and water. The electricity powers the batteries, which powers the bus. Greenhouse Gas Emissions: Zero -emission buses have no harmful emissions that result from diesel combustion. Common GHGs associated with diesel combustion include carbon dioxide (CO2), carbon monoxide (CO), nitrous oxides (NOx), volatile organic compounds (VOCs), and particulate matter (PM). These emissions negatively impact air quality and contribute to climate change impacts. Hydrogen Fueling Station: The location that houses the hydrogen production (if produced onsite), storage, compression, and dispensing equipment to support fuel cell electric buses. On -route Charging: BEB charging while on the route. With proper planning, on -route charged BEBs can operate indefinitely, and one charger can charge multiple buses. Operating Range: Driving range of a vehicle using only power from its electric battery pack to travel a given driving cycle. Route Modeling: A cost-effective method to assess the operational requirements of ZEBs by estimating the energy consumption on various routes using specific bus specifications and route features. 41 246 Useful Life: FTA definition of the amount of time a transit vehicle can be expected to operate based on vehicle size and seating capacity. The useful life defined for transit buses is 12 -years. For cutaways, the useful life is 7 years. Validation Procedure: to confirm that the actual bus performance is in line with expected performance. Results of validation testing can be used to refine bus modeling parameters and to inform deployment plans. Results of validation testing are typically not grounds for acceptance or non -acceptance of a bus. Zero -Emission Vehicle: A vehicle that emits no tailpipe emissions from the onboard source of power. This is used to reference battery -electric and fuel cell electric vehicles, exclusively, in this report. Well -to -wheel Emissions: Quantity of greenhouse gas, criteria pollutants, and/or other harmful emissions that includes emissions from energy use and emissions from vehicle operation. For BEBs, well -to -wheel emissions would take into account the carbon intensity of the grid used to charge the buses. For FCEBs, well -to -wheel emissions would take into account the energy to produce, transport, and deliver the hydrogen to the vehicle Prepared by City of Banning with support from CTE, Arcadis IBI Group, and RCTC 42 247 RESOLUTION 2023-91 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF BANNING, CALIFORNIA, APPROVING THE ZERO -EMISSION BUS ROLLOUT PLAN AND AUTHORIZING THE SUBMISSION OF SAID PLAN TO THE CALIFORNIA AIR RESOURCES BOARD (CARB) AS REQUIRED BY THE INNOVATIVE CLEAN TRANSIT REGULATION WHEREAS, in 2018, California Air Resources Board (CARB) adopted the Innovative Clean Transit (ICT) Regulation, which requires public transit agencies to gradually transition to a 100 percent Zero Emission Bus (ZEB) fleet with a goal for full transition by 2040; and WHEREAS, each transit agency must adopt and submit to GARB a ZEB Rollout Plan describing how the Agency will transition to a zero -emission fleet; and WHEREAS, the City of Banning's ZEB Rollout Plan must be submitted to CARB by July 1, 2023; and WHEREAS, per the requirements of the OCT, the Rollout Plan includes required information from the following sections: Section A: Transit Agency Information Section B: Rollout Plan General Information Section C: Technology Portfolio Section D: Current Bus Fleet Composition and Future Bus Purchases Section E: Facilities and Infrastructure Modifications Section F: Providing Service in Disadvantaged Communities Section G: Workforce Training Section H: Potential Funding Sources; and WHEREAS, the Rollout Plan is a living document intended to guide the Agency's conversion to a ZEB fleet and may be updated based on changes in vehicle technology, fleet size and operating requirements; and NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Banning as follows: SECTION 1. City Council hereby approves the City of Banning's Zero -Emission Rollout Plan and authorizes it's submittal to CARB. SECTION 2. The City Clerk shall certify the adoption of this Resolution and shall cause a certified resolution to be filed in the book of original resolutions. Resolution 2023-91 Page 1 of 4 248 PASSED, APPROVED AND ADOPTED this 23rd day of May 2023. Alberto S chz, Mayor City of fining ATTEST: o,a Caroline Patton, City City Clerk City of Banning APPROVED AS TO FORM AND LEGAL CONTENT: Serita Young, City Attorney Resolution 2023-91 Page 2 of 4 249 CERTIFICATION: I, Caroline Patton, Deputy City Clerk of the City of Banning, California, do hereby certify that the foregoing Resolution 2023-91, was duly adopted by the City Council of the City of Banning, California, at a regular meeting thereof held on the 23rd day of May 2023 by the following vote, to wit: AYES: Flynn, Sanchez, and Wallace. NOES: ABSENT: Gonzales and Minjares. ABSTAIN: Caroline Patton. Dept' City Clerk City of Banning, Califor Resolution 2023-91 Page 3 of 4 250 ATTACHMENT 2 BEAUMONT ',TRANSIT Zero -Emission Bus Rollout Plan R-epared by the City of Beaumont Transit System with support from the Center for Transportation and the Environment, Arcadis IBI Group, and the Rverside County Transportation Commission Table of Contents List of Tables 3 List of Figures 3 List of Abbreviations 4 Executive Summary 5 A Transit Agency Information 6 Beaumont Transit Profile 6 Service Area and Bus Service 6 Ridership 7 City of Beaumont Transit System Basic Information 8 Fleet Facility 10 City of Beaumont Transit Service Sustainability Goals 12 B Rollout Plan General Information 13 Overview of the Innovative Clean Transit Regulation 13 City of Beaumont Transit System Rollout Plan General Information 13 Additional Agency Resources 14 C Technology Portfolio 15 ZEB Transition Technology Selection 15 Local Developments and Regional Market 15 ZEB Transition Planning Methodology 15 Requirements Analysis & Data Collection 17 Service Assessment 17 Modeling & Procurement Assumptions 18 Results 18 Paratransit Modeling 19 Description of ZEB Technology Solutions Considered 20 D Current Bus Fleet Composition and Future Bus Purchases 22 Fleet Assessment Methodology 22 ZEB Cost Assumptions 22 Description of Beaumont Transit's Current Fleet 22 Fleet 23 Routes and Blocks 23 Current Mileage and Fuel Consumption 23 Maintenance Costs 24 Zero -Emission Bus Procurement Plan and Schedule 24 Additional Considerations 26 Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 1 252 E Facilities and Infrastructure Modifications 28 Beaumont Transit Facility Configuration and Depot Layout 28 Facilities Assessment Methodology 28 Infrastructure Upgrade Requirements to Support Zero -Emission Buses 29 Description of Depot -Charging Infrastructure Considered 29 BEB Charging Infrastructure Summary 29 FCEB Fueling Infrastructure Summary 29 F Providing Service in Disadvantaged Communities 32 Providing Zero -Emission Service to DACs 32 Map of Disadvantaged Communities served by Beaumont Transit 33 Emissions Reductions for DACs 33 Estimated Ridership in DACs 34 G Workforce Training 35 Beaumont Transit Current Training Program 35 Beaumont Transit ZEB Training Plan 35 OEM Training 35 Bus and Fueling Operations and Maintenance 35 ZEB Training Programs 35 H Potential Funding Sources 37 Available Funding Opportunities 37 Federal 37 State 37 Local 38 I Start-up and Scale -up Challenges 39 Financial Challenges 39 Limitations of Current Technology 39 Appendix A — Approved Board Resolution 41 Appendix B — Glossary 42 Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 2 253 List of Tables Table 1 — Fleet Assessment Cost Assumption 22 Table 2 — Labor and Materials Cost Assumptions 24 Table 3 — Midlife Overhaul Cost Assumptions 24 Table 4 — Beaumont Transit Bus Capital Investment to Transition to a 100% ZEB Fleet by 2040 26 Table 5 — Annual Vehicle Operation Pollutants by Fuel Type 34 Table 6 — Incremental Cost of ZEB Transition 39 List of Figures Figure 1 — Beaumont Transit Service Area 7 Figure 2 — City of Beaumont Urbanized and Rural Map 9 Figure 3 — Administrative Facility Overview 10 Figure 4 — Maintenance Operations Facility 11 Figure 5 — Planned CNG Fueling and Operations Facility 11 Figure 6 — BEB Block Achievability Percentage by Year 19 Figure 7 — Battery Electric Paratransit Service Assessment 20 Figure 8 — Projected Bus Procurements for ZEB Transition 25 Figure 9 — Annual Fleet Composition, ZEB Transition 26 Figure 10 — Infrastructure Projects and Costs, ZEB Transition 30 Figure 11 — Beaumont Transit Disadvantaged Communities Service Map 33 Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 3 254 List of Abbreviations ADA: Americans with Disabilities Act A&E: Architecture and Engineering BEB: Battery Electric Bus CA: California CARB: California Air Resources Board CNG: Compressed Natural Gas COVID/COVID-19: Coronavirus Disease 2019 (SARS-CoV-2) CTE: Center for Transportation and the Environment DAC: Disadvantaged Community FCEB: Fuel Cell Electric Bus HVAC: Heating, Ventilation, and Air Conditioning ICE: Internal Combustion Engine ICT: Innovative Clean Transit kW: Kilowatt kWh: Kilowatt -Hour MW: Megawatt OEM: Original Equipment Manufacturer PM: Particulate Matter PPI: Producer Price Index CPI: Consumer Price Index RFP: Request for Proposals SCE: Southern California Edison (SoCal Edison) TDA: Transportation Development Act VTT: Verification of Transit Training ZEB: Zero -Emission Bus A glossary of useful terms can also be found in Appendix B - Glossary Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 4 255 Executive Summary The City of Beaumont Transit System (Beaumont Transit) provides public transit services for the community in and around the City of Beaumont in Riverside County, operating six (6) fixed routes, two (2) commuter links, and paratransit services also known as Dial -a -Ride (DAR). Beaumont Transit's fleet as of 2023 consists of seven (7) gasoline cutaway vehicles, nine (9) CNG cutaway vehicles, one (1) CNG 32 -ft. bus, three (3) CNG 40 -ft. buses, and two (2) battery -electric van -style cutaways. Riverside County Transportation Commission (RCTC) awarded a contract to the Center for Transportation and the Environment (CTE) to perform a zero -emission bus (ZEB) transition study to create a plan for a 100% zero -emission fleet by 2040 on behalf of transit agencies and municipal transportation services in the cities of Banning, Beaumont, Corona and Riverside and the Palo Verde Valley Transit Agency to comply with the Innovative Clean Transit (ICT) regulation enacted by the California Air Resources Board (CARB). This report will focus on Beaumont Transit's transition plan to a zero -emission fleet composed of a mixture of fuel cell electric buses (FCEBs) and battery electric buses (BEBs). Beaumont Transit's Rollout Plan achieves a zero -emission bus fleet in line with the 2040 target of the ICT Regulation. To achieve this goal, Beaumont Transit will replace all CNG and gas vehicles with ZEBs when the vehicles reach the end of their 7- or 12 -year useful life. By 2040, 19 of the agency's vehicles are expected to be FCEBs and 3 will be BEBs. The last of the agency's CNG buses will reach end of life in 2039. Beaumont Transit's administrative services, dispatch, and operations are located in the heart of downtown Beaumont at the Beaumont Civic Center, 550 E 6th Street, Building D. Beaumont Transit's entire fleet of operations is domiciled at the Beaumont Civic Center. However, with the assistance of municipal departments, Beaumont Transit is in the process of developing a 6 -acre plot of land, next to the city's Wastewater Treatment Plant. The property is expected to house an administrative operations facility, a vehicle maintenance facility, and a CNG Fueling Station. The fleet maintenance operations are currently located at 550 California Avenue, less than 1 mile from the administrative building. Beaumont Transit plans to install both charging and hydrogen fueling infrastructure at this location to support their mixed fleet. Beaumont Transit's bus service provides transportation opportunities to Disadvantaged Communities (DACs) and moving toward zero -emission buses will help improve the health of DACs and non-DACs alike. The agency will build upon an existing training structure for bus maintenance and operators to provide the necessary battery -electric bus (BEB) and fuel cell electric bus (FCEB) specific training that will be required for the agency to own and operate BEBs and FCEBs. The agency estimates that pursuing a ZEB fleet in place of a compressed natural gas (CNG) fleet will cost an additional $14M in bus costs and infrastructure alone between 2021 and 2040, which will require significantly more funding opportunities. Beaumont Transit plans to pursue funding opportunities at the federal, state, and local levels to help fill this funding gap. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 5 256 A Transit Agency Information Beaumont Transit Profile Service Area and Bus Service The City of Beaumont operates public transit services in and around the city of Beaumont, a suburban community located southeast of Riverside in Riverside County. The City of Beaumont operates a system that provides services on five (5) fixed routes, two (2) commuter links, and paratransit services on weekdays, and one fixed route, one commuter link and paratransit services on Saturdays. The current bus fleet consists of 22 total vehicles, including six (6) gasoline cutaway vehicles, nine (9) CNG cutaway vehicles, one (1) CNG 32 -ft. bus, and three (3) CNG 40 -ft. buses. The transit system provides fixed -route, commuter link, and paratransit services to passengers across 50 square miles and extends from the City of Beaumont to Redlands, San Bernardino, the Loma Linda VA Hospital, Casino Morongo, the Desert Hills Premium Outlets, and parts of unincorporated Riverside County, also known as Cherry Valley. Services provide connections to other regional transportation providers such as Banning Connect, Riverside Transit Agency (RTA), the Sunline Transit Agency, Victor Valley Transit Agency (VVTA), Mountain Transit, and Metrolink from three central locations: the Beaumont Walmart, the Redlands Transit Center, and the San Bernardino Transit Center. The agency also provides DAR service, a specialized, reservation -based, ADA-compliant paratransit service. Beaumont provides curb -to -curb transportation services to qualified individuals certified under the Americans with Disabilities Act (ADA)that live in the City of Beaumont and parts of Cherry Valley. Additionally, DAR service is provided to persons who live within %-of-a-mile from a fixed -route stop traveling to a destination also within an area of %-of-a-mile from a fixed -route stop. Unlike fixed -route service, the DAR service does not run a set route, and so a single vehicle may provide trips both within and outside of a DAC during a single day. The paratransit fleet consists of one (1) gas cutaway and two (2) battery -electric van -style cutaways. Beaumont Transit's service map is illustrated in Figure 1. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 6 257 Figure 1 — Beaumont Transit Service Area Ridership Due to the pandemic, Beaumont Transit's system -wide ridership reached a low in FY 21 and ended the year with 39,201 passenger trips. This is a 69% decline when compared to FY 19's 203,660 passenger trips. In FY 22, passenger boardings increased by 75% accounting for 68,457 passenger trips. In FY 23, Beaumont projects passenger trips will reach 87,054, which represents 43% of FY 19. As services have returned to pre -pandemic levels, it is anticipated that ridership will continue to recover in the coming years. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 7 258 City of Beaumont Transit System Basic Information Transit Agency's Name: City of Beaumont Transit System Mailing Address: City of Beaumont Transit System 550 E. 6th Street Beaumont, CA 92223 Transit Agency's Air Districts: City of Beaumont Transit System is part of the South Coast Air Quality Management District (SCAQMD). Transit Agency's Air Basin: South Coast Air Quality Management District is part of the South Coast Air Basin. Total number of buses in Annual Maximum Service: The maximum number of active buses operating fixed route and DAR services out of the Corporation Yard is twenty-two (22). The fleet is composed of four (4) low floor transit buses and eighteen (18) cutaways. Urbanized Area: Beaumont, CA. Beaumont is 30.32 square miles of land area with 1,823 people per square mile living within that area.' Population of Urbanized Area: Over 55,280 residents' 1 http s: //www. census.gov/quickfacts/fact/tab le/beaumontcitycalifornia/RHI52522 1 Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 8 259 Gilman H Springs 4drnana (x_py Figure 2 — City of Beaumont Urbanized and Rural Map Contact Information for Inquiries on the City of Beaumont Transit System ICT Rollout Plan: Kari Mendoza Administrative Services Director, City of Beaumont Transit System 550 E. 6th Street Beaumont, CA 92223 Tel: 951-769-8530 karim@beaumontca.gov Is your transit agency part of a Joint Group? No Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 9 260 Figure 3 — Administrative Facility Overview Fleet Facility Administrative services, dispatch, and operations for Beaumont Transit are located in the heart of downtown Beaumont at the Beaumont Civic Center, 550 E 6th Street, Building D. Beaumont Transit's entire fleet of operations is domiciled at the Beaumont Civic Center, however, Beaumont Transit along with Public Works is in the process of developing a 6 -acre plot of land, next to the city's Wastewater Treatment Plant, into an operations and maintenance facility for transit. The fleet maintenance operations are located at 550 California Avenue, less than 1 mile from the administrative building. Beaumont Transit does not presently own a CNG fueling station, but is in the process of developing a CNG fueling station for both slow -fill transit buses as well as fast -fill public infrastructure on the parcel located on the corner of 4th Street and Veile Avenue in Beaumont. A map of Beaumont Transit's administrative, maintenance, and planned fueling facilities are provided below in Figure 3, Figure 4, and Figure 5 to better understand the locations of Beaumont Transit's properties in relation to one another, as well as to routes and service areas. These facilities offer a starting point for the consideration of viable locations for zero -emission fueling infrastructure, chargers, and/or a hydrogen fueling station. Liorange Ave_ Ora je Av -rang( We ge A\ Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 10 261 Figure 4 — Maintenance Operations Facility 550 N ealifornia Ave, Beaumont, BA 92=2a .IS Cabinets Temporari y closed Figure 5 — Planned CNG Fueling and Operations Facility City oI Beaurnon Fuel Cation Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 11 262 City of Beaumont Transit Service Sustainability Goals The City of Beaumont is committed to providing a more livable, equitable, and economically vibrant community through the incorporation of energy efficiency features and reduction of greenhouse gas (GHG) emissions. According to the City of Beaumont's Roadmap to Greenhouse Gas Reductions Report on all city vehicles from October 2015, 14% of Beaumont's municipal GHG emissions come from their municipal and transit vehicle fleet, thus decarbonizing their transit vehicles will be of paramount importance to reach their emission reductions goals for 2030 (160,501 metric tons of CO2 equivalents). Beaumont Transit has developed a plan to transition to a fully zero emission bus (ZEB) fleet composed of battery electric and fuel cell electric buses by 2040, in accordance with the Innovative Clean Transit (ICT) regulation, requiring all California transit agencies to follow zero -emission procurement guidelines with the goal of achieving 100% zero -emission fleets by 2040. Beaumont Transit has committed to purchasing zero emission buses, demonstrating the agency's commitment to reducing emissions. Beaumont Transit's transition to a fully ZEB fleet will ultimately benefit communities through cleaner air, greater independence from fossil fuels, and more environmental sustainability. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 12 263 6 Rollout Plan General Information Overview of the Innovative Clean Transit Regulation On December 14, 2018, CARB enacted the Innovative Clean Transit (ICT) regulation, setting a goal for California public transit agencies to have zero -emission bus fleets by 2040. The regulation specifies the percentage of new bus procurements that must be zero -emission buses for each year of the transition period (2023-2040). The annual percentages for Small Transit agencies are as follows: ICT Zero -Emission Bus Purchase Requirements for Small Agencies: January 1, 2026 - 25% of all new bus purchases must be zero -emission January 1, 2027 - 25% of all new bus purchases must be zero -emission January 1, 2028 - 25% of all new bus purchases must be zero -emission January 1, 2029+ - 100% of all new bus purchases must be zero -emission March 2021 -March 2050 — Annual compliance report due to CARB This purchasing schedule guides agency procurements to realize the goal of zero -emission fleets in 2040 while avoiding any early retirement of vehicles that have not reached the end of their 12 -year or 7 -year useful life. Agencies have the opportunity to request waivers that allow purchase deferrals in the event of economic hardship or if zero -emission technology cannot meet the service requirements of a given route. These concessions recognize that zero -emission technologies may cost more than current internal combustion engine (ICE) technologies on a vehicle lifecycle basis and that zero -emission technology may not currently be able to meet all service requirements. City of Beaumont Transit System Rollout Plan General Information Rollout Plan's Approval Date: 6/6/2023 Resolution No: 2023-16 Is a copy of the approved resolution attached to the Rollout Plan? Yes Contact for Rollout Plan follow-up questions: Kari Mendoza, Administrative Services Director Beaumont Transit System 550 E. 6th Street Beaumont, CA 92223 Tel: 951-769-8530 karim@beaumontca.gov Who created the Rollout Plan? This Rollout Plan was created by the City of Beaumont Transit System with assistance from the Center for Transportation and the Environment (CTE) and the Riverside County Transportation Commission (RCTC). Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 13 264 This document, the ICT Rollout Plan, contains the information for Beaumont Transit's zero -emission fleet transition trajectory as requested by the ICT Regulation. It is intended to outline the high-level plan for implementing the transition. The Rollout Plan provides estimated timelines based on information on bus purchases, infrastructure upgrades, workforce training, and other developments and expenses that were available at the time of writing. Additional Agency Resources City of Beaumont Transit System agency website: https://www.beaumontca.gov/90/Transit Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 14 265 C Technology Portfolio ZEB Transition Technology Selection Based on outcomes of the zero -emission fleet transition planning study completed by CTE, Beaumont Transit plans to transition its fleet to a mix of battery electric cutaways and fuel cell electric buses and cutaways. By 2040, Beaumont Transit expects to operate a fully zero -emission fleet of 22 transit vehicles. A mixed technology zero -emission fleet scenario provides a better range of options than a BEB-only fleet while mitigating the higher fuel cost of a FECB-only fleet. A mixed technology zero -emission fleet also offers resilience by allowing service to continue should either fuel (electricity or hydrogen) become temporarily unavailable. This plan summarizes the charging and hydrogen infrastructure costs needed to support a fleet of 3 battery electric cutaways and 15 fuel cell cutaways, and 4 fuel cell buses. Local Developments and Regional Market California has become a global leader for zero -emission buses, as well as the zero -emission fuel and fueling infrastructure required to support these vehicles. California is home to four bus OEMs that manufacture zero - emission buses. Although three of these OEMs do not currently build FCEBs, growing demand for this vehicle technology will likely encourage these manufacturers to enter the market. The state legislature has fostered growth in zero -emission fuels through the state's Low -Carbon Fuel Standard (LCFS) program, which incentivizes the consumption of fuels with a lower carbon intensity than traditional combustion fuels and through funding opportunities offered by CARB and CEC. The state's electrical utility companies have also supported the transition to ZEB technology by offering incentive programs for heavy duty EV charging infrastructure and service upgrades. California BEB deployments represent 37% of the nation's BEB deployments. 2 California also has one of the most mature hydrogen fueling networks in the nation. The state's hydrogen market has developed to support the growing number of fuel cell electric vehicles on the roads in the state. California has four medium -and -heavy-duty fueling stations in operation and four more in development. Additionally, the number of hydrogen production and distribution centers is growing to meet increased hydrogen demand as it gains popularity as a transportation fuel. California FCEB deployments represent 75% of the nation's FCEB deployments.6 ZEB Transition Planning Methodology Beaumont Transit's ICT Rollout Plan was created in combination with Beaumont Transit's Existing Conditions Report and the Riverside County ZEB Financial Strategy Plan, utilizing CTE's ZEB Transition Planning Methodology. CTE's methodology consists of a series of assessments that enable transit agencies to understand what resources and decisions are necessary to convert their fleets to zero -emission technologies. The results of the assessments 2 CALSTART. 2021. THE ADVANCED TECHNOLOGY TRANSIT BUS INDEX: A NORTH AMERICAN ZEB INVENTORY REPORT. https://calstart.org/wp-content/uploads/2022/01/2021-ZIO-ZEB-Final-Report_1.3.21.pdf Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 15 266 help the agency decide on a step-by-step process to achieve its transition goals. These assessments consist of data collection, analysis, and modeling outcome reporting stages. These stages are sequential and build upon findings in previous steps. The assessment steps specific to Beaumont Transit's Rollout Plan are outlined below: 1. Planning and Initiation 2. Requirements Analysis & Data Collection 3. Service Assessment 4. Fleet Assessment 5. Fuel Assessment 6. Maintenance Assessment 7. Facilities Assessment 8. Total Cost of Ownership Assessment 9. Policy Assessment 10. Partnership Assessment For Requirements Analysis & Data Collection, CTE collects data on the agency's fleet, routes and blocks, operational data (e.g., mileage and fuel consumption), and maintenance costs. Using this data, CTE establishes service requirements to constrain the analyses in later assessments and produce agency -specific outputs for the zero -emission fleet transition plan. The Service Assessment phase initiates the technical analysis phase of the study. Using information collected in the Data Collection phase, CTE evaluates the feasibility of using zero -emission buses to provide service to the agency's routes and blocks over the transition plan timeframe from 2022 to 2040. Results from the Service Assessment are used to guide ZEB procurement plans in the Fleet Assessment and to determine energy requirements in the Fuel Assessment. The Fleet Assessment projects a timeline for the replacement of existing buses with ZEBs that is consistent with Beaumont Transit's existing fleet replacement plan and known procurements. This assessment also includes a projection of fleet capital costs over the transition timeline and is optimized to meet state mandates or agency goals, such as minimizing costs or maximizing service levels. The Fuel Assessment merges the results of the Service Assessment and Fleet Assessment to determine annual fuel requirements and associated costs. The Fuel Assessment calculates energy costs through the full transition timeline for each fleet scenario, including the agency's existing ICE buses. To more accurately estimate battery electric bus (BEB) charging costs, a focused Charging Analysis is performed to simulate daily system -wide energy use. As older technologies are phased out in later years of the transition, the Fuel Assessment calculates the changing fuel requirements as the fleet transitions to ZEBs. The Fuel Assessment also provides a total fuel cost over the transition timeline. The Maintenance Assessment calculates all projected fleet maintenance costs over the transition timeline. Maintenance costs are calculated for each fleet scenario and include costs of maintaining existing fossil -fuel buses that remain in the fleet and maintenance costs of new BEBs and FCEBs. The Facilities Assessment determines the infrastructure necessary to support the projected zero -emission fleet composition over the transition period based on results from the Fleet Assessment and Fuel Assessment. This assessment evaluates the required quantities of charging infrastructure and/or hydrogen fueling station projects and calculates the costs of infrastructure procurement and installation sequenced over the transition timeline. The Total Cost of Ownership Assessment compiles results from the previous assessment stages to provide a comprehensive view of all fleet transition costs, organized by scenario, over the transition timeline. The Policy Assessment considers the policies and legislation that impact the relevant technologies. The Partnership Assessment describes the partnership of the agency with the utility or alternative fuel provider. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 16 267 Requirements Analysis & Data Collection The Requirements Analysis and Data Collection stage begins by compiling operational data from Beaumont Transit regarding its current fleet and operations and establishing service requirements to constrain the analyses in later assessments. CTE requested data such as fleet composition, fuel consumption and cost, maintenance costs, and annual mileage to use as the basis for analyses. CTE conducted a screening -level analysis of Beaumont Transit's routes by determining their average speed and grades, and classified them as fast or slow and flat or hilly. CTE used these classifications to model the energy efficiencies for each of Beaumont Transit's routes. The calculated efficiencies were then used in the Service Assessment to determine the energy requirements of Beaumont Transit's service. CTE evaluated BEBs and FCEBs to support Beaumont Transit's technology selection. After collecting route and operational data, CTE determined that Beaumont Transit's longest block is 172 miles long. Based on observed performance, CTE estimates FCEBs are able to complete any block under 350 total miles, which means that FCEB technology already has the capability to meet service requirements. Although FCEBs were determined to have the capability of serving all of Beaumont Transit's routes, Beaumont Transit was interested in exploring BEB and FCEB service scenarios, so it was necessary to determine how much of Beaumont Transit's service could feasibly be served by depot -only charged BEBs in order to develop a set of ZEB transition scenarios that would allow the agency to make an informed decision on what technology or technologies would be most suitable to the agency's needs. The energy efficiency and range of BEBs are primarily driven by bus specifications, such as on -board energy storage capacity and vehicle weight. Both metrics are affected by environmental and operating variables including the route profile (e.g., distance, dwell time, acceleration, sustained top speed over distance, average speed, and traffic conditions), topography (e.g., grades), climate (e.g., temperature), driver behavior, and operational conditions such as passenger loads and auxiliary loads. As such, BEB efficiency and range can vary dramatically from one agency to another or even from one service day to another. It was therefore critical for Beaumont Transit to determine efficiency and range estimates based on an accurate representation of its operating conditions. To understand BEB performance on Beaumont Transit's routes, CTE modeled the impact of variations in passenger load, accessory load, and battery degradation on bus performance, fuel efficiency, and range. CTE ran models with different energy demands that represented nominal and strenuous conditions. Nominal loading conditions assume average passenger loads and moderate temperature over the course of the day, which places low demands on the motor and heating, ventilation, and air conditioning (HVAC) system. Strenuous loading conditions assume high or maximum passenger loading and near maximum output of the HVAC system. This nominal/strenuous approach offers a range of operating efficiencies to use for estimating average annual energy use (nominal) or planning minimum service demands (strenuous). Route modeling ultimately provides an average energy use per mile (kilowatt-hour/mile [kWh/mi]) for each route, bus size, and load case. In addition to loading conditions, CTE modeled the impact of battery degradation on a BEB's ability to complete a block. The range of a battery electric bus is reduced over time due to battery degradation. A BEB may be able to service a given block with beginning -of -life batteries, while later it may be unable to complete the entire block at some point in the future as batteries near their end -of -life or derated capacity (typically considered 70-80% of available service energy). Service Assessment Given the conclusion that FCEBs could meet the range requirements for Beaumont Transit's service, the Service Assessment focused on evaluating the feasibility of BEBs in Beaumont Transit's service area. The efficiencies calculated in the Requirements Analysis & Data Collection stage were used to estimate the energy requirements of Beaumont Transit's service. The main focus of the Service Assessment is called the block analysis, which determines if generic battery electric technology can meet the service requirements of a block based on range limitations, weather conditions, levels of battery degradation and route specific requirements. The Transit Research Board's Transit Cooperative Research Program defines a block as "the work assignment for only a single Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 17 268 vehicle for a single service workday".3 A block usually comprises several trips on various routes. The energy needed to complete a block is compared to the available energy of the bus assigned to service the block. If the bus's usable onboard energy exceeds the energy required by the block, then the conclusion is that the BEB can successfully operate on that block. The Service Assessment projects the performance of a BEB that is charged overnight at the depot and operates on Beaumont Transit's service schedule at the time of the plan's writing. The results are used to determine when along the transition timeline a fleet of overnight depot -charged BEBs can feasibly serve Beaumont Transit's territory or whether another zero -emission technology is required to maintain service. This information can then be used to inform the scale and timing of BEB procurements in the Fleet Assessment. Modeling & Procurement Assumptions CTE and Beaumont Transit defined the following assumptions and requirements used throughout the study: The Service Assessment energy profile assumed a 5% improvement in battery capacity every year with a starting battery capacity of 450 kWh for a 35' bus, and 580kWh for a 40' bus, which represent analogous ZEBs suitable for Beaumont Transit' transit vehicles and is an average of battery capacities seen in commercially available buses of the same size and passenger capacity in 2022. Electric cutaways are modeled to have a battery capacity of 120 kWh and were assumed to have the same 5% rate of improvement in battery capacity every year. This analysis also assumed Beaumont Transit will maintain blocks in a similar distribution of distance, relative speeds, and elevation changes to pre-COVID-19 service because buses will continue to serve similar locations within the service area and general topography remains constant even if specific routes and schedules change. Fleet size and vehicle length distribution do not change over time. The analysis assumed that buses reaching the end of their useful life would be replaced with vehicles of the same size. Total fleet size remains the same over the transition period. Buses are assumed to operate for a 12 -year service life. Cutaways are assumed to operate for a 7 -year service life. Usable on -board energy is assumed to be that of a mid-life battery (10% degraded) with a reserve at both the high and low end of the battery's charge potential. As previously discussed, battery age affects range, so a mid-life battery was assumed as the average capacity of the battery's service life. Charging batteries to 100% or dropping the charge below 10% also degrades the batteries over time, which is why the analysis assumes that the top and bottom portions of the battery are unusable. CTE accounts for battery degradation over the transition period with the assumption that Beaumont Transit can rotate the ZEBs to battery capacity to block energy requirements. As the zero -emission fleet transition progresses, older buses can be moved to shorter, less demanding blocks and newer buses can be assigned to longer, more demanding blocks to account for battery degradation in BEBs over time. Beaumont Transit can rotate the fleet to meet demand, assuming there is a steady procurement of BEBs each year to match service requirements. CTE accounts for this variability in battery age by using a mid-life usable battery capacity to determine block feasibility. Results The Service Assessment determines the timeline for when Beaumont Transit's service may become achievable by BEBs and battery electric cutaways on a single depot charge. Coupled with the FCEB range -to -block length comparison, the block analysis determines when, or if, a full transition to BEBs or FCEBs may be feasible. Beaumont Transit and CTE can then use these results to inform ZEB procurement decisions in the Fleet Assessment. Results from this analysis are also used to determine the specific energy requirements and fuel consumption of the fleet over time. These values are then used in the Fuel Assessment to estimate the costs to operate the transitioning fleet. 3 TRB's Transit Cooperative Research Program. 2014. TCRP Report 30: Transit Scheduling: Basic and Advanced Manuals (Part B). https://onlinepubs.trb.org/onlinepubsitcrp/tcrp_rpt_30-b.pdf Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 18 269 While routes and block schedules are unlikely to remain the same over the course of the transition period, these projections assume the blocks will maintain a similar distribution to current service because Beaumont Transit will continue to serve similar destinations within the city. This core assumption affects energy use estimates and block achievability in each year. The results of Beaumont Transit's Service Assessment for fixed route service can be seen below in Figure 6. Based on CTE's analysis, 20% of Beaumont Transit's blocks could be served by a single charge of a depot -only BEB and, with the assumed 5% improvement every year, only 25% of Beaumont Transit's blocks could be served by this technology by 2040, which means that Beaumont Transit's service is not feasible with depot -only charged BEBs within the transition period. However, service can be conducted with the addition of on -route charging. Average Depot BEB 100% 90% 80% 70% 60% 50% 40% 30% 20% 10% 0% 20% 25% 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 2040 -Average Depot BEB Figure 6 — BEB Block Achievability Percentage by Year As noted previously, FCEBs are assumed to be able to complete any block under 350 total miles and Beaumont Transit's longest block is 172 miles long, which means that FCEB technology already has the capability to meet Beaumont Transit's service requirements. Paratransit Modeling CTE's modeling also included an analysis for battery electric cutaway vehicles using Beaumont Transit's paratransit operational data. Beaumont Transit operates their DAR program from 8:00 AM to 5:OOPM on the weekdays and between 8:00 AM and 5:00 PM on weekends. The on -demand nature of the DAR service made it impractical to categorize the trips into discrete blocks along with the fixed route service. Instead, CTE assumed that the cutaway vehicle averaged 74 miles on weekdays, although the exact distribution of trip distances each day may vary. CTE also assumed that the service days could be classified as flat and low speed, mimicking the speed and topography of similar fixed routes. CTE modeled the electric cutaway performance and found that the average service day is not feasible in 2022, but will be feasible by 2030. While the average service day will be feasible by 2030, due to the variable nature of the demand response service, any single given day could be infeasible with an overnight charged battery electric cutaway. Based on the results of the analysis, battery -electric cutaways would require some form of opportunity charging throughout the day to complete their service. Pantograph and inductive charging have not yet been demonstrated to be feasible for electric cutaways, so this option was not considered. Demand response service is run sporadically throughout the day, with vehicles typically returning to the depot after completing their assignments. Based on this service pattern, it was assumed that battery -electric cutaways could be charged throughout the day when they return to the depot which would allow them to complete all of Beaumont Transit's service. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 19 270 Dial -a -Ride Feasibility 120 100 80 E m 60 a) 40 20 0 73.98 99 78 2022 2030 2040 Electric Cutaway Range Feasibility — -Beaumont Transit Avg. Miles/Day Figure 7 — Battery Electric Paratransit Service Assessment 73.98 Description of ZEB Technology Solutions Considered For this study, CTE developed 2 scenarios to compare to a baseline scenario and analyze the feasibility and cost effectiveness of implementing each technology as well as the co -implementation of both technologies. The scenarios are referred to by the following titles and described, in detail, below. A baseline scenario was developed to represent the typical "business -as -usual" case with retention of ICE cutaways for cost comparison purposes. A battery -electric only scenario was not considered beyond the initial analyses because it is unfeasible with currently available technology. 0. Baseline (current technology) 1. Mixed Fleet — FCEB & BEBs 2. FCEB Only In the Mixed Fleet Transition, battery electric cutaways supplement a primarily fuel cell fleet to make up a fully ZEB fleet. Battery electric cutaways will be used for DAR service and fuel cell cutaways and buses will be used for fixed route service. The costs for infrastructure and installation of two different charging and fueling infrastructures are taken into account. Currently, FCEBs and hydrogen fuel, are more expensive than BEBs and electricity, however, this scenario allows Beaumont Transit to assign the less expensive BEB technology where possible while performing the majority of their service with FCEBs to support resilience and redundancy adaptation measures. The FCEB Fleet Transition was developed to examine the costs for hydrogen fueling and transitioning to a 100% FCEB fleet. A fully FCEB fleet avoids the need to install two types of fueling infrastructure by eliminating the need for depot charging equipment. Fleets composed entirely of fuel cell electric buses also offer the benefit of scalability compared to battery electric technologies. Adding FCEBs to a fleet does not necessitate large complementary infrastructure upgrades. Despite this benefit, the cost of FCEBs and hydrogen fuel are still more expensive than BEBs and electricity at current market prices. When considering the various scenarios, this study can be used to develop an understanding of the range of costs that may be expected for Beaumont Transit's ZEB transition, but ultimately, can only provide an estimate. Furthermore, this study aims to provide an overview of the myriad considerations the agency must take into Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 20 271 account in selecting a transition scenario that go beyond cost, such as space requirements, safety implications, and operational changes that may differ between scenarios. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 21 272 D Current Bus Fleet Composition and Future Bus Purchases Fleet Assessment Methodology The Fleet Assessment projects a timeline for the replacement of existing buses with ZEBs. The timeline is consistent with Beaumont Transit's fleet replacement plan that is based on the 12 -year service life of transit buses and larger cutaways and 7 -year service life of cutaways. This assessment also includes a projection of fleet capital costs over the transition timeline. ZEB Cost Assumptions CTE and Beaumont Transit developed cost assumptions for future bus purchases. Key assumptions for bus costs for the Beaumont Transit Transition Plan are as follows: • CNG vehicle prices were provided by Beaumont Transit and are inclusive of costs for configurable options and taxes. • Capital vehicle costs are derived from the 2022 California, Washington and New Mexico State Contracts plus the annual PPI (2%) and tax (7.75%). Fuel Cell Cutaway pricing is a price estimation due to lack of market information. • Costs for retrofits or bus conversions are not included. Procurements assume new vehicle costs. Table 1 — Fleet Assessment Cost Assumption Fuel Type Length Cutaway 35' 40' CNG $298,188 $302,888 $247,872 $689,670 $682,149 Fuel Cell $372,694* $985,531 $1,315,306* $1,052,390 $1,315,306 *Bus size not currently available for this technology Description of Beaumont Transit's Current Fleet Beaumont Transit's current service and fleet composition provide the baseline for evaluating the costs of transitioning to a zero -emission fleet. Beaumont Transit staff provided the following key data on current service: Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 22 273 • Fleet composition by powertrain and fuel • Routes and blocks • Mileage and fuel consumption • Maintenance costs As of 2022, the Beaumont Transit bus fleet includes two (2) electric cutaways and one (1) gas cutaway used for DAR paratransit service, six (6) gas cutaways, nine (9) CNG cutaways, one (1) 32' CNG bus, and three (3) 40' CNG buses used for fixed route service. Bus services operate out of one depot in Beaumont, CA. Beaumont Transit is in the process of developing a new operations and maintenance facility for their transit fleet, as well as a CNG fueling station. Routes and Blocks In FY 23, Beaumont Transit's services are mostly offered on weekdays with five fixed routes, two commuter links, and paratransit services. On Saturday, one fixed route, one commuter link and paratransit services are in operation. Blocks range in distance from 23 miles to 172 miles. Buses pull out as early as 5:15 AM and return as late as 7:00 PM. Beaumont Transit's service runs within the boundaries of the City of Beaumont, the neighboring Cherry Valley, the commercial areas of Cabazon including Casino Morongo and the Desert Hills Premium Outlet Malls, Redlands, the Loma Linda VA Hospital, and San Bernardino with connections to other regional transportation providers such as Banning Connect, Riverside Transit Agency (RTA), Sunline Transit Agency (STA), Metrolink, Omnitrans, Victor Valley Transit Agency (VVTA), and Mountain Transit. Current Mileage and Fuel Consumption Annual mileage of the fleet: 390,226 miles Beaumont Transit's ZEB Transition Plan assumes that the amount of service miles will remain the same. Annual fuel consumption: 69,643 GGE of CNG, gasoline, and electricity Fleet average efficiency: 5.60 miles per GGE Beaumont Transit's current fuel expense: $218,915 per year Average fuel costs: $0.56 per GGE Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 23 274 Maintenance Costs Average maintenance costs per mile by vehicle type are estimated in Table 2. Buses also undergo one overhaul at midlife summarized in Table 3. These costs were utilized to project transition maintenance costs. Table 2 — Labor and Materials Cost Assumptions Vehicle Type Gas Cutaway CNG Cutaway 30'/35'/40' CNG Bus Estimate (Per Mile) $ 0.35 $ 0.35 $ 0.38 Battery Electric Cutaway $ 0.32 30'/35'/40' Battery Electric Bus $ 0.34 Fuel Cell Electric Cutaway $ 0.51 30'/35'/40' Fuel Cell Electric Bus $ 0.56 Table 3 — Midlife Overhaul Cost Assumptions Vehicle Type Gas Cutaway CNG Cutaway 30'/35'/40' CNG Bus Battery Electric Cutaway 30'/35' 40' Battery Electric Bus 30'/35'/40' Fuel Cell Electric Bus Fuel Cell Electric Cutaway Overhaul (FC/Transmission) Cost Per vehicle life $0 $0 $30,000 $0 Battery Warranty Cost Per vehicle life so so so $24,000 $0 $40,000 $75,000 $17,000 so $10,000 Zero -Emission Bus Procurement Plan and Schedule Beaumont Transit will provide demand response service with a fleet of three (3) depot -charged and opportunity - charged battery electric cutaways. Fixed route service will be performed by fifteen (15) fuel cell cutaways, one (1) Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 24 275 35' FCEB and three (3) 40' FCEBs. This technology combination will be sufficient for meeting the agency's service demands. Beaumont Transit's fleet transition strategy is to replace each compressed natural gas (CNG) bus and cutaway with battery electric cutaways and fuel cell buses and cutaways as they reach the end of their minimum service life beginning in 2028. Figure 8 below provides the number of each bus type that will be purchased each year through 2040 with this replacement strategy and the total cost of that procurement. Beaumont Transit Battery-Electric/Fuel Cell Electric Fleet Procurement Costs $8.0 $7.5 $7.0 $6.5 $6.0 $5.5 $5.0 $4.5 $4.0 $3.5 $3.0 $2.5 $2.0 $1.5 $1.0 $0.5 $0.0 $0.6 M $3.0 M $0.7 M $3.4 M 4 $2.3 M $7.7 M $2.6 M $2.0 M 4 3 ,D `'O �O �O ,O �O �'O �'D `'O �O `'O �'D �O �'D 'O DD DD DD DD ? TQ 2s 26 > �� D. SD 3,, u s� iv Os u� sj s8 Year Figure 8 - Projected Bus Procurements for ZEB Transition • Fuel Cell Electric Cutaway • FCEB 35' • FCEB 40' • Battery -Electric Cutaway e Gas • CNG Cutaway ■ CNG 32' ■ CNG 40' Figure 9 demonstrates the annual composition of Beaumont Transit's fleet through 2040. By 2040, Beaumont Transit's fleet will consist entirely of battery electric and fuel cell vehicles. The fleet will remain the same size throughout the transition period. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 25 276 Beaumont Transit Battery-Electric/Fuel Cell Electric Fleet Composition 25 20 w m t 15 N 0 a`) E 10 0 z 5 0 1 7 9 0 1 7 N 9 0 1 1 7 M 9 0 0 1 1 11 10 3 �O2 X02 2 X02 ,DO? ?02 s'o ,D00 20' s'00 �Ou' `BOO �Ou' BOO CDOO DO 'DO '10 '104 D DO 9 S 6 d 9 O 7 2 ' v S 6 8 9 O Year Figure 9 — Annual Fleet Composition, ZEB Transition • Fuel Cell Bectric Cutaway • FCEB 35' • FCEB 40' • Battery -Electric Cutaway Gas • CNG Cutaway • CNG 32' • CNG 40' As seen in Table 4, the capital investment required for purchasing ZEBs is significantly higher than for CNG buses. This highlights the importance of staying vigilant in the search for funding opportunities to help fill this gap. Table 4 — Beaumont Transit Bus Capital Investment to Transition to a 100% ZEB Fleet by 2040 CNG Baseline* ZEB Incremental Costs Total Investment Bus Capital Costs $25M $6M *Represents the capital costs that would have been incurred in the absence of the ICT Regulation Additional Considerations $31M When purchasing ZEBs, the process may differ slightly from the process Beaumont Transit currently uses to purchase vehicles. First, when contracting with ZEB manufacturers, Beaumont Transit should ensure expectations are clear between the bus OEM and the agency. As with CNG purchases the agreement should be clear regarding the bus configurations, technical capabilities, build and acceptance process, production timing with infrastructure, warranties, training, and other contract requirements. Additionally, by developing and negotiating specification language collaboratively with the bus vendor(s), Beaumont Transit can work with the vendor(s) to customize the bus to their needs as much as is appropriate, help advance the industry based on agency requirements and recommended advancements, ensure the acceptance and payment process is fully clarified ahead of time, fully document the planned capabilities of the bus to ensure accountability, and generally preempt any unmet expectations. Special attention should be given in defining the technical capabilities of the vehicle, since defining these for ZEBs may differ from ICE buses. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 26 277 When developing RFPs and contracting for ZEB procurements, Beaumont Transit should specify the source of funding for the vehicle purchases to ensure grant compliance, outline data access requirements, define the price and payment terms, establish a delivery timeline, and outline acceptance and performance requirements. Beaumont Transit should test the buses upon delivery for expected performance in range, acceleration, gradeability, highway performance, and maneuverability. Any such performance requirements must be included in the technical specification portion of the RFP and contract to be binding for the OEM. Defining technical specifications for ZEBs will also differ slightly from their current CNG vehicles since they will need to include requirements for hydrogen fuel cell and battery performance. It is also recommended that Beaumont Transit purchase an extended battery warranty for the vehicles, which should be specified in the RFP and contract. FCEB procurement will also differ from ICE procurements since there are fewer OEMs presently manufacturing these vehicles, although this is expected to change with increasing demand. Beaumont Transit will also be able to apply for additional funding for these vehicles through zero -emission vehicle specific funding opportunities, which are discussed further in which are discussed further in Section H Potential Funding Sources. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 27 278 E Facilities and Infrastructure Modifications Beaumont Transit Facility Configuration and Depot Layout Current Depot Address: 550 E 6th Street, Building D, Beaumont, CA, 92223 Electric Utility: Southern California Edison (SCE) Located in a NOx Exempt Area? No Bus Parking Capacity: 20+ Current Vehicle Types Supported: Beaumont Transit's depot currently houses gasoline, CNG, and battery -electric buses and cutaways, but only battery -electric vehicles are fueled here. All other vehicles are fueled off site. Propulsion Types That Will be Supported at Completion of ZEB Transition: Battery electric propulsion will be supported at this depot. Beaumont's Planned Depot APN No.: 417-110-018 Electric Utility: Southern California Edison (SCE) Located in a NOx Exempt Area? No Bus Parking Capacity: 22+ Current Vehicle Types Supported: Beaumont Transit's planned depot is expected to support CNG, battery -electric, and hydrogen buses and cutaways. Propulsion Types That Will be Supported at Completion of ZEB Transition: Battery electric and hydrogen fuel cell electric propulsion. Facilities Assessment Methodology Mixed fleet BEB and FCEB deployments such as Beaumont Transit's require installation of charging stations and improvements to existing electrical infrastructure as well as hydrogen fueling infrastructure. FCEB deployments require installation of a fueling station and may require improvements such as upgrades to the switchgear or utility service connections. Planning and design work, including development of detailed electrical and construction drawings required for permitting, is also necessary once specific charging equipment has been selected. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 28 279 Building off of the fleet procurement schedule that was outlined in the Fleet Assessment, CTE then uses industry average pricing to develop infrastructure scenarios that estimate the cost of building out the infrastructure necessary to support a full fleet transition to ZEBs. This plan assumes that infrastructure projects will be completed prior to each bus delivery. To project the costs of fueling infrastructure, CTE used industry pricing provided by A&E subcontractors and an infrastructure build timeline based on the procurement timeline. This plan assumes that infrastructure projects will be completed prior to each bus delivery. These projects are described in detail below. Infrastructure Upgrade Requirements to Support Zero -Emission Buses Description of Depot -Charging Infrastructure Considered With Beaumont Transit's mixed technology fleet, charging infrastructure is required to service a total of three battery electric cutaways along with hydrogen fueling infrastructure for 15 fuel cell cutaways and 4 FCEBs to support a completely zero -emission bus fleet by 2040. Because there are separate costs associated with each type of ZEB technology, the facilities assessment for this scenario is broken down by each fuel type. The total cost for mixed fleet fueling infrastructure is approximately $10.5 M. BEB Charging Infrastructure Summary In order to support the battery electric portion of the fleet, Beaumont Transit will need to work with a contractor to conduct detailed infrastructure planning, purchase chargers and dispensers, and add service capacity to their site. The estimated infrastructure costs for these technology & infrastructure expenses are as follows: • INFRASTRUCTURE PLANNING. Building charging infrastructure requires planning at the depot. This assessment assumes that a planning project costs $200,000 and occurs only once per depot. The total cost of planning projects for Beaumont Transit's single depot is estimated at $200,000. • DISPENSERS AND CHARGERS. Beaumont Transit's charging depot will consist of two chargers with two dispensers per charger. Prices are estimated at $170,00 for a 150kW charger with two dispensers. • ELECTRIC SERVICE UPGRADE. Beaumont Transit requires an estimated 1 MW of additional electricity capacity by 2040 to accommodate charging for three battery electric cutaways. To meet the growing demand for electricity, the depot will need to upgrade its system to at least 1 MW of capacity by 2025. This is estimated to cost around $200,000 over the transition period. • INFLATION FACTOR. 5.4% inflation is added on all planning, procurement, and construction costs per the CPI. 3% inflation is added on all maintenance costs per Riverside's maintenance cost assumptions. All costs listed above are in 2022 dollars, projects occurring after 2022 are inflated per the inflation factor. The estimated total BEB infrastructure costs for the Mixed Fleet scenario with shared hydrogen infrastructure is shown below in Figure 10. The costs for charging equipment totals to approximately $1M over the transition period. FCEB Fueling Infrastructure Summary In addition to BEB charging, hydrogen fueling is required to support the Mixed Fleet. Like BEB infrastructure, a FCEB infrastructure deployment will also require hiring an infrastructure planning contractor. A storage capacity project, a fueling infrastructure capital project will also be necessary to allow Beaumont Transit to fuel their hydrogen fuel cell vehicles on site. Infrastructure is assumed to be built out in one project that will conclude prior to the first FCEB deployment in 2027. The estimated infrastructure costs for these technology & infrastructure expenses are as follows: • INFRASTRUCTURE PLANNING. Building hydrogen infrastructure requires planning at the depot. This assessment assumes that a planning project costs $200,000 and occurs only once per depot. The total cost of planning projects for Beaumont Transit's single depot will be approximately $200,000. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 29 280 • MAINTENANCE BAY UPGRADES. Beaumont Transit requires two upgrades to their maintenance bays. Each maintenance bay upgrade from CNG to Hydrogen is expected to cost $14,000. The total cost for the four maintenance bays is estimated to be $28,000. • HYDROGEN FUELING INFRASTRUCTURE. Beaumont Transit's fueling solutions were decided based on fuel consumption needs and approximately right -sized. Hydrogen infrastructure maintenance and operations are covered in the price of fuel in the fuel assessment. • INFLATION FACTOR. 5.4% inflation is added on all project costs per the CPI. All costs listed above are in 2022 dollars, projects occurring after 2022 are inflated per the inflation factor. Figure 10 shows the estimated infrastructure costs for the fuel cell technology, totaling to approximately $9.5 M. Beaumont Transit Mixed Fleet Infrastructure Costs Annual Infrastructure Cost (with Inflation) c O 2 $10.0 $9.3 M $9.0 Independent Hydrogen Station $8.0 $7.0 $6.0 $5.0 $4.0 $3.0 $2.0 $1.0 $0.0 12 Charging Infrastructure, 2 Chargers + Dispensers + 1MW Power Upgrade 2 Master $0.2 M Planning $0.007 M Charger Maintenance Costs Inflated YOY $0.01 M 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 2040 Year inTotal Hydrogen Infrastructure Costs miTotal Depot Infrastructure Costs —Number of Fuel Cell Vehicles —Number of Battery Electric Vehicles Figure 10 — Infrastructure Projects and Costs, ZEB Transition 15 3 17 19 20 18 16 14 12 10 8 6 4 Cumulative Number of FCEVs and BEVs in Fleet 2 Utility Partnership Review Southern California Edison (SCE) the electricity provider, or utility, for the City of Beaumont offers the Charge Ready Transport 4(CRT) program that supports both California's greenhouse gas (GHG)-reduction goal and local air - quality requirements. The Program assists customers with transitioning to cleaner fuels by reducing their cost for the purchase and installation of required battery -electric vehicle (EV) charging infrastructure, as well as providing rebates to offset the cost of charging stations for certain eligible customers'. Primarily, the CRT program offers low- to no -cost electrical system upgrades to support the installation of EV charging equipment for qualifying vehicles — heavy-duty vehicles weighing 6000+ lbs. In addition, participants that will be acquiring school buses or transit buses within SCE territory are also eligible for a rebate against the purchase of charging equipment. Programs like this will benefit Beaumont Transit significantly in the financial sector of their transition to zero -emission technology. The City is sharing proposed planning documents to help SCE understand future loads so that any required grid infrastructure improvements can be addressed prior to implementation. The City's discussion of short and long- term fleet goals with SCE will ensure that SCE can properly plan grid -side electrical infrastructure upgrades, and that the City can adequately support battery electric buses at the new City Yard. The City recognizes SCE as a 4 https://crt.sce.com/program-details 5 Charge Ready Transport, Quick Reference Guide Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 30 281 critical partner in electrification and will continue to partner with SCE after the planning stages so that charge management strategies and fleet expansion efforts can be coordinated effectively. The City's current relationship with SCE is cooperative. Further, the City understands establishing and maintaining a partnership with the alternative fuel provider is critical to successfully deploying zero -emission vehicles and maintaining operations. Hydrogen fueling requires a plan for infrastructure installation, delivery, storage, dispensing, and upgrades to maintenance facilities. While fueling operations for hydrogen may require fewer operational changes than electric bus charging, understanding the local hydrogen supply market can be its own challenge. To overcome this challenge, the City proposes a competitive bidding process for a design -build project to determine the appropriate station size and to select the most appropriate fueling technology at the best value. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 31 282 F Providing Service in Disadvantaged Communities Providing Zero -Emission Service to DACs In California, CARB defines disadvantaged communities (DACs) as communities that are both socioeconomically disadvantaged and environmentally disadvantaged due to local air quality. Lower income neighborhoods are often exposed to greater vehicle pollution levels due to proximity to freeways and the ports, which puts these communities at greater risk of health issues associated with tailpipe emissions.' ZEBs will reduce energy consumption, harmful emissions, and direct carbon emissions within the disadvantaged communities Beaumont Transit serves. The City of Beaumont includes 4 different census tracts designated as DACs. Beaumont Transit's fixed routes that are in and pass through DACs, along with their stops are shown in Figure 11 below. Environmental impacts, both from climate change and from local pollutants, disproportionately affect transit riders. For instance, poor air quality from tailpipe emissions and extreme heat harm riders waiting for buses at roadside stops. The transition to zero -emission technology will benefit the region by reducing fine particulate pollution and improving overall air quality. In turn, the fleet transition will support better public health outcomes for residents in DACs served by the selected routes. Public transit has the potential to improve social equity by providing mobility options to low-income residents lacking access to a personal vehicle and helping to meet their daily needs. In California, transit use is closely correlated with car -less households as they are five times more likely to use public transit than households with at least one vehicle.' Although 21% of Californians in a zero -vehicle household are vehicle free by choice, 79% do not have a vehicle due to financial limitations. Many low-income people therefore rely solely on public transportation for their mobility needs.' Beaumont Transit's current fleet of fixed route and DAR CNG and gasoline buses consume 69,643 Gasoline Gallons Equivalent (GGE) of fuel per year, operating for approximately 390,226 miles per year. Moving Beaumont Transit's fleet to zero -emission technology will help alleviate the pollution from tailpipe emissions, which will improve the health of communities impacted by NOx and particulate matter emissions and all local communities. Access to quality transit services provides residents with a means of transportation to go to work, to attend school, to access health care services, and run errands. By purchasing new vehicles and decreasing the overall age of its fleet, Beaumont Transit is also able to improve service reliability and therefore maintain the capacity to serve low- income and disadvantaged populations. Replacing diesel vehicles with zero -emission vehicles will also benefit these populations by improving local air quality and reducing exposure to harmful emissions from diesel exhaust. 6 Reichmuth, David. 2019. Inequitable Exposure to Air Pollution from Vehicles in California. Cambridge, MA: Union of Concerned Scientists. https://www.ucsusa.org/resources/inequitable-exposure-air-pollution-vehicles-california-2019 7 Grengs, Joe; Levine, Jonathan; and Shen, Qingyun. (2013). Evaluating transportation equity: An inter -metropolitan comparison of regional accessibility and urban form. FTA Report No. 0066. For the Federal Transit Administration 8 Paul, J & Taylor, BD. 2021. Who Lives in Transit Friendly Neighborhoods? An Analysis of California Neighborhoods Over Time. Transportation Research Interdisciplinary Perspectives. 10 (2001) 100341. https://reader.elsevier.com/reader/sd/pii/52590198221000488?token=CABB49E7FF438A88A19D1137A2B1851806514EF576E9 A2D9462 D3FAF1F6283574907562519709F8AD53DEC3CF95ACF27&origin Region=us-east-1&originCreation=20220216190930 Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 32 283 Map of Disadvantaged Communities served by Beaumont Transit oy r 7-;•Tir„:7;44-17,77:1, ---;^ - -:` .5-. - ,1t .�. 13`x! _ l,CI / • 4f -s ;t r 1 Bus Stops and Disadvantaged Communities Beaumont. CA • A Disadvantaged Comm nuties Bus Stops • Outside DAC • Within DAC /0 o 20 y a r ic 11 ■ Outside DAC 8 6 ▪ 0 0 0 3 2 3 31 Within DAC Emissions Reductions for DACs Route 7 Routo 9 Route 3 Route 4 ■ CL 120 (M -F, Sun.) • CL 120 (Sat.) 1, Routo 3/4 Combo CL 125 ■ Casino Express Figure 11 — Beaumont Transit Disadvantaged Communities Service Map ' �r , rt' •t�. • 1, y 0 1.3 2.5 5 v Miles Greenhouse gasses (GHG) are the compounds primarily responsible for atmospheric warming and include carbon dioxide (CO2), methane (CH4), and nitrous oxide (N20). The effects of greenhouse gasses are not localized to the immediate area where the emissions are produced. Regardless of their point of origin, greenhouse gasses contribute to overall global warming and climate change. Criteria pollutants include carbon monoxide (CO), nitrogen oxides (NOx), particulate matter under 10 and 2.5 microns (PMio and PM2.5), volatile organic compounds (VOC), and sulfur oxides (SOx). These pollutants are considered harmful to human health because they are linked to cardiovascular issues, respiratory complications, or other adverse health effects.' These compounds are also commonly responsible for acid rain and smog. Criteria pollutants cause economic, environmental, and health effects locally where they are emitted. CARB defines DACs 9 Institute of Medicine. Toward Environmental Justice: Research, Education, and Health Policy Needs. Washington, DC: National Academy Press, 1999; O'Neill MS, et al. Health, wealth, and air pollution: Advancing theory and methods. Environ Health Perspect. 2003; 111: 1861-1870; Finkelstein et al. Relation between income, air pollution and mortality: A cohort study. CMAJ. 2003; 169: 397-402; Zeka A, Zanobetti A, Schwartz J. Short term effects of particulate matter on cause specific mortality: effects of lags and modification by city characteristics. Occup Environ Med. 2006; 62: 718-725. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 33 284 in part as disadvantaged by poor air quality because polluting industries or freight routes have often been cited in these communities. The resulting decrease in air quality has led to poorer health and quality of life outcomes for residents. Beaumont Transit's operational Well -to -Wheel criteria emissions are summarized in Table 5. Table 5 — Annual Vehicle Operation Pollutants by Fuel Type Overall Annual Vehicle Operation Pollutants (Ibs.) Bus Group CO NOx PM10 PM2.5 VOC SOx PM10 TBW PM2.5 TBW CNG Gas Electric 10354.33 196.72 6301.84 38.52 2.61 2.54 3.55 2.93 29.25 3.22 101.26 2.38 55.46 7.09 24.21 3.11 0 0 0 0 0 0 0.36 0.05 The transportation sector is the largest contributor to greenhouse gas emissions in the United States, accounting for more than 30% of total emissions, and within this sector, 25% of these emissions come from the medium- and heavy-duty markets, yet these markets account for less than 5% of the total number of vehicles. Electrifying these vehicles can have an outsized impact on pollution, fossil -fuel dependency, and climate change. ZEBs are four times more fuel efficient than comparable new diesel buses. Better fuel efficiency means less waste when converting the potential energy in the fuel to motive power. Less waste not only means less pollution, it results in more efficient use of natural resources. By transitioning to ZEBs from CNG buses, Beaumont Transit's zero -emission fleet will produce fewer carbon emissions and fewer harmful pollutants from the vehicle tailpipes. Considering DACs experience significantly more pollution from harmful emissions, communities disadvantaged by pollution served by Beaumont Transit's fleet will therefore directly benefit from the reduced tailpipe emissions of ZEBs compared to ICE buses. Estimated Ridership in DACs As shown in Figure 10, 18 (15%) of the fixed -route stops are located within DACs. In terms of route length, 41 miles (20%) of Beaumont Transit's service miles are within DACs. In addition, much of the DAR service area, provided to persons with disabilities certified under the Americans with Disabilities Act (ADA), falls within DAC zones, but specific trips may start and/or end outside of DAC's. These areas include many sites within the City of Beaumont and the nearby community of Cherry Valley. This service is provided to those within three-quarters of a mile of fixed -route service. Unlike fixed -route service, the DAR service does not run a set route, and a single vehicle may provide trips both within and outside of DAC's during a single day. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 34 285 G Workforce Training Beaumont Transit Current Training Program Beaumont Transit staff works closely with the OEM providing vehicles to ensure all mechanics, service employees, and bus operators complete necessary training prior to deploying a new vehicle type and that these staff undergo refresher training annually and as needed. Management stays abreast of regulatory requirements and ensures that associated training takes place during annual VTT training or sooner. Beaumont Transit staff also brings up any issues or questions they may have about their training with their respective trainers. Beaumont Transit ZEB Training Plan OEM Training Beaumont Transit plans to take advantage of training opportunities from the bus manufacturers and station suppliers, including maintenance and operations training, station operations and fueling safety, first responder training and other training that may be offered by the technology providers. OEM training provides critical information on operations and maintenance aspects specific to the equipment model procured. Additionally, many procurement contracts include train -the -trainer courses through which small numbers of agency staff are trained and subsequently train agency colleagues. This method provides a cost-efficient opportunity to provide widespread agency training on new equipment and technologies. Bus and Fueling Operations and Maintenance The transition to a zero -emission fleet will have significant effects on Beaumont Transit's workforce. Meaningful investment is required to upskill maintenance staff and bus operators trained in ICE vehicle maintenance and ICE fueling infrastructure. Beaumont Transit's training staff will work closely with the OEM providing vehicles to ensure all mechanics, service employees, and bus operators complete necessary training prior to deploying ZEB technology and that these staff undergo refresher training annually and as needed. Beaumont Transit's staff will also be able to bring up any issues or questions they may have about their training with their trainers. Additionally, trainers will observe classes periodically to determine if any staff would benefit from further training. ZEB Training Programs Several early ZEB adopters have created learning centers for other agencies embarking on their ZEB transition journeys. One such agency is SunLine Transit Agency, which provides service to the Coachella Valley and hosts the West Coast Center of Excellence in Zero Emission Technology (CoEZET). The Center of Excellence supports transit agency adoption, zero -emission commercialization, and investment in workforce training. Beaumont Transit plans to take advantage of regional training opportunities offered by experienced agencies. There are several transit agencies within and around Riverside County that have successfully begun their transition to zero -emission technology. California has at least seven heavy-duty and transit -operated fueling stations in Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 35 286 operation and at least four more in development10. Additionally, the number of hydrogen production and distribution centers is growing to meet increased hydrogen demand as it gains popularity as a transportation fuel. At present, there are two heavy-duty, transit -operated hydrogen fueling stations in the neighboring San Bernardino and Orange counties within 40 miles of Beaumont, and two planned transit -operated hydrogen fueling stations in Los Angeles County and Pomona within 30 miles of Beaumont Transit. In addition, private hydrogen fueling stations by First Element Fuels and Stratosfuel within 80 miles of Beaumont, CA are in development and should be commissioned before the end of the fleet transition timeline. In the region, Omintrans, a public transit agency serving the San Bernardino Valley recently received $9.3 million from the Federal Transit Administration (FTA) under the FY2022 Low -No Emission Vehicle Program to develop hydrogen refueling infrastructure and launch a workforce development program. Similarly, Sunline Transit Agency has received $7.8 million to upgrade their liquid hydrogen refueling infrastructure. Riverside Transit Agency has also received $5.2 million to procure hydrogen fuel cell buses. The presence of hydrogen fueling infrastructure projects, especially in the counties of Riverside and San Bernardino, demonstrates the feasibility of fuel cell electric technology for transit in the region. These agencies can serve as a resource for Beaumont Transit to use when implementing zero -emission technology and supporting programs into their services. 10 Hydrogen Refueling Stations in California, California Energy Commission: https://www.energy.ca.gov/data-reports/energy- a lmanac/zero-em ission-vehicle-a nd-infrastructure-statistics/hydrogen-refueling Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 36 287 H Potential Funding Sources Available Funding Opportunities Federal Beaumont is ineligible for most federal funds apart from Federal Highway Administration Funds (FHWA). Beaumont is planning to pursue funding opportunities administered by the Federal Highway Administration such as the following: • Federal Highway Administration (FHWA) o Congestion Mitigation and Air Quality Improvement Program through SCAG o Surface Transportation Block Grant Program through SCAG o Carbon Reduction Program State CCTS will also seek funding from state resources through grant opportunities including but not limited to Senate Bill 1 State of Good Repair (SGR), Transit and Intercity Rail Capital Program (TIRCP), Low Carbon Transit Operations Program (LCTOP) funding, the California Energy Commission's Clean Transportation Program as well as Hybrid and Zero -Emission Truck and Bus Voucher Incentive Project (HVIP) for bus purchases when available. Annual Reliable Funding • Administered by California Department of Transportation (Caltrans) o Transportation Development Act Funds • Local Transportation Funds • State Transit Assistance (STA) o State of Good Repair (SB 1 funds) o Low Carbon Transit Operations Program (LCTOP) Future Funding Opportunities • California Air Resources Board (CARB) o Hybrid and Zero -Emission Truck and Bus Voucher Incentive Project (HVIP) o State Volkswagen Settlement Mitigation o Carl Moyer Memorial Air Quality Standards Attainment Program o Cap -and -Trade Funding o Low Carbon Fuel Standard (LCFS) • California Transportation Commission (CTC) o State Transportation Improvement Program (STIP) o Solution for Congested Corridor Programs (SCCP) o Local Partnership Program (LPP) • California Department of Transportation (Caltrans) o Transit and Intercity Rail Capital Program o Transportation Development Credits o New Employment Credit • California Energy Commission Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 37 288 Local Additionally, Beaumont Transit will pursue local funding opportunities to support zero -emission bus deployment. While the aforementioned funding opportunities are mentioned by name, Beaumont Transit will not be limited to these sources and will regularly assess opportunities for fiscal support for the ZEB program. Legislation Supporting the Zero -Emission Transition Policies and regulations supporting the transition to zero -emission are proliferating as the efforts to decarbonize the transportation sector expand. Beaumont Transit is monitoring the implementation of relevant policies and legislation. With the passage of the Bipartisan Infrastructure Law and issuance of Executive Order 14008: Tackling the Climate Crisis at Home and Abroad, the federal government has set a renewed focus on zero -emission transit. Riverside County's goal to deploy zero -emission vehicles supports the federal administration's priorities of renewing transit systems, reducing Greenhouse Gas emissions from public transportation, equity, creation of good paying jobs, and connecting communities. State legislation such as the Innovative Clean Transit Regulation further supports the replacement of fossil -fuel vehicles on the roads of California. Moreover, on August 25, 2022, the CARB approved the Advanced Clean Cars II Rule, requiring all new vehicles sold in California to be zero -emission vehicles (ZEVs) by 2035. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 38 289 Start-up and Scale -up Challenges Financial Challenges Challenges can arise with any new propulsion technology, its corresponding infrastructure, or in training operators and maintenance staff. Nearly all transit agencies must contend with the cost barriers posed by zero -emission technologies. The current market cost of ZEBs is between $980,000 and $1,310,000, which is about $320,000 to $650,000 more costly than traditional CNG buses. The predicted costs of zero -emission cutaways are between $300,000 and $370,000, which is about $120,000 to $200,000 more than their ICE counterparts. Additionally, the necessary infrastructure to support these buses adds to the financial burden of transitioning to a ZEB fleet, as outlined below in Table 6, showing the cost of the transition. Beaumont Transit will seek financial support to cover the cost of their FCEBs from the resources discussed in Section H. Table 6 — Incremental Cost of ZEB Transition Bus Capital Expense Fueling Infrastructure Total CNG Baseline* $25M $0 $25M ZEB Incremental Costs $6M $10M $16M *Represents the capital costs that would have been incurred in the absence of the ICT Regulation ZEB Transition Scenario Costs $31M $10M $41M As seen in Table 6, the costs of required fueling infrastructure and fueling operations for ZEB technologies pose another hurdle for transit agencies transitioning to zero -emission service. Continued financial support at the local, state and federal level to offset the capital cost of this new infrastructure is imperative. For alternative fuels such as hydrogen, financial support from state and federal grant opportunities for green hydrogen supply chains and increasing economies of scale on the production side will ultimately benefit transit agencies deploying and planning for FCEBs and BEBs. CARB can support Beaumont Transit by ensuring continued funding for the incremental cost of zero -emission buses and fueling infrastructure. Funding opportunities should emphasize proper transition and deployment planning and should not preclude hiring consultants to ensure best practices and successful deployments. The price and availability of hydrogen, both renewable and not, continue to be challenges that can be allayed by legislation subsidizing and encouraging renewable fuel production. Limitations of Current Technology Beyond cost barriers, transit agencies must also ensure that available zero -emission technologies can meet basic service requirements of the agency's duty cycles. The applicability of specific zero -emission technologies will vary widely among service areas and agencies. As such, it is critical that transit agencies in need of technical and planning support have access to these resources to avoid failed deployment efforts. Support in the form of technical consultants and experienced zero -emission transit planners will be critical to turning Rollout Plans into successful deployments and tangible emissions reductions. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 39 290 In addition to the uncertainty of technology improvements, there are other risks to consider in trying to estimate costs over the 18 -year transition period. Although current BEB range limitations may be improved over time as a result of advancements in battery energy capacity and more efficient components, battery degradation may re- introduce range limitations, which is a cost and performance risk to an all-BEB fleet over time. While this can be mitigated by on -route charging, there may be emergency scenarios where the buses are expected to perform off - route or atypical service. In these emergency scenarios that require use of BEBs, agencies may face challenges performing emergency response roles expected of them in support of fire and police operations. Furthermore, fleetwide energy service requirements, power redundancy, and resilience may be difficult to achieve at any given depot in an all-BEB scenario. Although FCEBs may not be subject to these same limitations, higher capital equipment costs and availability of hydrogen may constrain FCEB solutions. RCTC, Beaumont Transit, CTE and Arcadis IBI Group will expand upon challenge mitigation and adaptation in the Riverside County ZEB Implementation & Financial Strategy Plan. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 40 291 Appendix A — Approved Board Resolution RESOLD PION NO. 2023-16 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF BEAUMONT APPROVING THE ZERO EMISSION BUS (ZEB) ROLLOUT PLAN AND AUTHORIZING THE SUBMISSION OF THE PLAN TO TH E CALIFORNIA AIR RESOURCES BOARD (CARD) AS REQUIRED BY THE INNOVATIVE CLEAN TRANSIT (ICI) REGULATION WHEREAS, per California Code of Regulations Title 13, Division 3, Chapter 1, Article 4.3, Part 2023,1 (d) Each transit agency's governing body must approve the Rollout Plan through the adoption of a resolution.. WHEREAS, the Rollout Plan is a living document intended to guide the agency's transition to a ZEB fleet and may be updated based on eharnges in vehicle technology, fleet size, and operating requirements. WHEREAS, the City of Beaumont Transit is a small transit agency which operates less than 100 buses in annual maximum service in the South Coast Air Basin, WHEREAS, per the ICT regulation adopted by CARD, small transit agencies are: required to submit an approved ZEB Rollout Plan and a copy of the Resolution to the Executive Officer by July 1"F 2023. WHEREAS, the ICT regulation sets the goal of achieving a 100% ZEB fleet by 2040, and per the requirements; beginning in 2026, 25% of annual bus purchases for small transit agencies must be zero -emission., and beginning in 2029, 100% of annual bus purchases must be zEzro- emission. WHEREAS, per the ICT regulation, the Rollout Plan includes required information stn the following sections: Section A: Transit Agency information Section B: Rollout Plan General Information Section C: Technology Portfolio Section D: Current Bus Fleet Composition. Section E: Facilities and Infrastructure Modifications Section F; Providing Service in Disadvantaged Communities Section 0: Workforce Training Section I: Potential Funding Sources 1 Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 41 292 NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of Beaumont hereby adopts the Zero -Emission Bus Rollout Plan as a guide for the implementation of ZEB technology and approves it for submission to CARB. PASSED, APPROVED AND ADOPTED this 6th day of June 2023. AYES: White, Voigt, Lara, Fenn, Martinez NOES: ABSTAIN: ABSENT: ATTEST: Nicole Wheelwright DEPUTY CITY CHIC. 2 42 293 Appendix B — Glossary Auxiliary Energy: Energy consumed (usually as a by time measure, such as "x"kW/hour) to operate all support systems for non-drivetrain demands, such as HVAC and interior lighting. Battery Electric Bus: Zero -emission bus that uses onboard battery packs to power all bus systems. Battery Nameplate Capacity: The maximum rated output of a battery under specific conditions designated by the manufacturer. Battery nameplate capacity is commonly expressed in kWh and is usually indicated on a nameplate physically attached to the battery. Block: Refers to a vehicle schedule, the daily assignment for an individual bus. One or more runs can work a block. A driver schedule is known as a "run." Charging Equipment: The equipment that encompasses all the components needed to convert, control and transfer electricity from the grid to the vehicle for the purpose of charging batteries. May include chargers, controllers, couplers, transformers, ventilation, etc. Depot Charging: Centralized BEB charging at a transit agency's garage, maintenance facility, or transit center. With depot charging, BEBs are not limited to specific routes, but must be taken out of service to charge. Energy: Quantity of work, measured in kWh for ZEBs. Energy Efficiency: Metric to evaluate the performance of ZEBs. Defined in kWh/mi for BEBs, mi/kg of hydrogen for FCEBs, or miles per diesel gallon equivalent for any bus type. Fuel Cell Electric Bus: Zero -emission bus that utilizes onboard hydrogen storage, a fuel cell system, and batteries. The fuel cell uses hydrogen to produce electricity, with the waste products of heat and water. The electricity powers the batteries, which powers the bus. Greenhouse Gas Emissions: Zero -emission buses have no harmful emissions that result from diesel combustion. Common GHGs associated with diesel combustion include carbon dioxide (CO2), carbon monoxide (CO), nitrous oxides (NOx), volatile organic compounds (VOCs), and particulate matter (PM). These emissions negatively impact air quality and contribute to climate change impacts. Hydrogen Fueling Station: The location that houses the hydrogen production (if produced onsite), storage, compression, and dispensing equipment to support fuel cell electric buses. On -route Charging: BEB charging while on the route. With proper planning, on -route charged BEBs can operate indefinitely, and one charger can charge multiple buses. Operating Range: Driving range of a vehicle using only power from its electric battery pack to travel a given driving cycle. Route Modeling: A cost-effective method to assess the operational requirements of ZEBs by estimating the energy consumption on various routes using specific bus specifications and route features. Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 43 294 Useful Life: FTA definition of the amount of time a transit vehicle can be expected to operate based on vehicle size and seating capacity. The useful life defined for transit buses is 12 -years. For cutaways, the useful life is 7 years. Validation Procedure: to confirm that the actual bus performance is in line with expected performance. Results of validation testing can be used to refine bus modeling parameters and to inform deployment plans. Results of validation testing are typically not grounds for acceptance or non -acceptance of a bus. Zero -Emission Vehicle: A vehicle that emits no tailpipe emissions from the onboard source of power. This is used to reference battery -electric and fuel cell electric vehicles, exclusively, in this report. Well -to -wheel Emissions: Quantity of greenhouse gas, criteria pollutants, and/or other harmful emissions that includes emissions from energy use and emissions from vehicle operation. For BEBs, well -to -wheel emissions would take into account the carbon intensity of the grid used to charge the buses. For FCEBs, well -to -wheel emissions would take into account the energy to produce, transport, and deliver the hydrogen to the vehicle Prepared by the City of Beaumont Transit System with support from CTE, Arcadis IBI Group and RCTC 44 295 ATTACHMENT 3 Zero -Emission Bus Rollout Plan Prepared by City of Corona Transit Service with support from the Center for Transportation and the Environment, Arcadis IBI Group, and the Riverside County Transportation Commission Table of Contents Lisi ui Tames 3 List of Figures 3 List of Abbreviations 4 Executive Summary 5 A Transit Agency Information 6 CCTS Profile 6 Service Area and Bus Service 6 Ridership 7 CCTS Basic Information 8 Fleet Facility 10 CCTS Sustainability Goals 11 B Rollout Plan General Information 12 Overview of the Innovative Clean Transit Regulation 12 CCTS Rollout Plan General Information 12 Additional Agency Resources 13 C Technology Portfolio 14 ZEB Transition Technology Selection 14 Local Developments and Regional Market 14 ZEB Transition Planning Methodology 14 Requirements Analysis & Data Collection 16 Service Assessment 16 Modeling & Procurement Assumptions 17 Results 17 Cutaway Modeling 18 Description of ZEB Technology Solutions Considered 18 D Current Bus Fleet Composition and Future Bus Purchases 20 Fleet Assessment Methodology 20 ZEB Cost Assumptions 20 Description of CCTS Current Fleet 21 Fleet 21 Routes and Blocks 21 Current Mileage and Fuel Consumption 21 Maintenance Costs 22 Zero -Emission Bus Procurement Plan and Schedule 23 Additional Considerations 24 Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 1 297 E Facilities and Infrastructure Modifications 26 CCTS Facility Configuration and Depot Layout 26 Facilities Assessment Methodology 26 Infrastructure Upgrade Requirements to Support Zero -Emission Buses 26 Description of Depot -Charging Infrastructure Considered 26 BEB Charging Infrastructure Summary 27 FCEB Fueling Infrastructure Summary 27 F Providing Service in Disadvantaged Communities 30 Providing Zero -Emission Service to DACs 30 Map of Disadvantaged Communities served by CCTS 31 Emissions Reductions for DACs 31 Estimated Ridership in DACs 32 G Workforce Training 33 CCTS Current Training Program 33 CCTS ZEB Training Plan 34 OEM Training 34 Bus and Fueling Operations and Maintenance 34 ZEB Training Programs 34 H Potential Funding Sources 36 Available Funding Opportunities 36 Federal 36 State 36 Local 37 I Start-up and Scale -up Challenges 38 Financial Challenges 38 Agency Specific Challenges 38 Limitations of Current Technology 39 AppendixA—Approved Board Resolution 40 Appendix B — Glossary 44 Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 2 298 List of Tables Table 1- Fleet Assessment Cost Assumption 20 Table 2 — Labor and Materials Cost Assumptions 22 Table 3 — Midlife Overhaul Cost Assumptions 22 Table 4 — CCTS Bus Capital Investment to Transition to a 100% ZEB fleet by 2040 24 Table 5 — Annual Vehicle Operation Pollutants by Fuel Type 32 Table 6 — Incremental Cost of ZEB Transition 38 List of Figures Figure 1 — CCTS Service Area 7 Figure 2 — City of Corona Urbanized and Rural Map 9 Figure 3 — CCTS Administrative and Maintenance Facility 10 Figure 4 — Fueling Facility Overview 11 Figure 5 — BEB Block Achievability Percentage by Year 18 Figure 6 — Projected Bus Procurements for ZEB Transition 23 Figure 7 — Annual Fleet Composition, ZEB Transition 24 Figure 8 — Infrastructure Projects & Costs, ZEB Transition with Shared Hydrogen Infrastructure 28 Figure 9 — Infrastructure Projects & Costs, ZEB Transition with Independent Hydrogen Infrastructure 28 Figure 10 — CCTS Disadvantaged Communities Service Map 31 Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 3 299 List of Abbreviations ADA: Americans with Disabilities Act A&E: Architecture and Engineering BEB: Battery Electric Bus CA: California CARB: California Air Resources Board CNG: Compressed Natural Gas COVID/COVID-19: Coronavirus Disease 2019 (SARS-CoV-2) CTE: Center for Transportation and the Environment DAC: Disadvantaged Community FCEB: Fuel Cell Electric Bus HVAC: Heating, Ventilation, and Air Conditioning ICE: Internal Combustion Engine ICT: Innovative Clean Transit kW: Kilowatt kWh: Kilowatt -Hour MW: Megawatt OEM: Original Equipment Manufacturer PM: Particulate Matter PPI: Producer Price Index CPI: Consumer Price Index RFP: Request for Proposals SCE: Southern California Edison (SoCal Edison) TDA: Transportation Development Act VTT: Verification of Transit Training ZEB: Zero -Emission Bus A glossary of useful terms can also be found in Appendix B - Glossary Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 4 300 Executive Summary City of Corona Transit Service (CCTS) provides public transit services for the community in and around the city of Corona in Riverside County, operating two fixed routes in the city, as well as Dial -A -Ride (DAR) service. CCTS transit fleet as of 2022 consists of seven (7) Compressed Natural Gas (CNG) low -floor buses and thirteen (13) CNG cutaways. Riverside County Transportation Commission (RCTC) awarded a contract to the Center for Transportation and the Environment (CTE) to perform a zero -emission bus (ZEB) transition study to create a plan for a 100% zero -emission fleet by 2040 on behalf of transit agencies and municipal transportation services in the cities of Banning, Beaumont, Corona and Riverside and the Palo Verde Valley Transit Agency to comply with the Innovative Clean Transit (ICT) regulation enacted by the California Air Resources Board (CARB). This report will focus on CCTS transition plan to zero -emission technology. CCTS's Rollout Plan achieves a zero -emission bus fleet in line with the 2040 target of the ICT Regulation. To achieve this goal, CCTS will replace all CNG buses with ZEBs when the vehicles reach the end of their useful life. By 2040, 13 of the agency's buses are expected to be BEBs and 7 will be FCEBs. The last of the agency's CNG buses will reach end of life in 2039. CCTS entire transit fleet operates out of 735 Public Safety Way, termed the Corporation Yard, and is operated and dispatched by a transit operator contractor, MV Transportation. Maintenance is also performed independently by the contractor at an offsite facility located at 1930 S. Rochester Ave., in Ontario, CA, approximately 13 miles from the administrative building and bus garage. The City of Corona owns and operates a public CNG fueling station at 430 Cota Street; however, the transit fleet primarily fuels overnight at the slow -fill CNG fueling station located within the Corporation Yard at 740 Public Safety Way. CCTS plans to install both charging and hydrogen fueling infrastructure at this location to support their proposed mixed fleet. CCTS bus service provides transportation opportunities to Disadvantaged Communities (DACs) and moving toward zero -emission buses will help improve the health of DACs and non-DACs alike. The agency will build upon an existing training structure for bus maintenance and operators to provide the necessary battery -electric bus (BEB) and fuel cell electric bus (FCEB) specific training that will be required for the agency to own and operate BEBs and FCEBs. The agency estimates that pursuing a ZEB fleet in place of a compressed natural gas (CNG) fleet will cost an additional $14M in bus costs and infrastructure alone between 2021 and 2040, which will require significantly more funding sources. CCTS plans to pursue funding opportunities at the federal, state, and local levels to help fill this funding gap. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 5 301 A Transit Agency Information CCTS Profile On January 19, 1977, Corona City Council approved the name for the Corona Dial -A -Ride (demand response public transportation) and approved an Agreement with DAVE Systems to operate the Corona Dial -A -Ride. The Corona Dial -A -Ride began service in 1977 serving the general public, seniors, and people with disabilities within its service area that includes Corona and neighboring Riverside County area, like Coronita, El Cerrito, Home Gardens, including some satellite locations located within the City of Norco. On February 2001 Corona launched the Corona Cruiser (deviated fixed route shuttle service) with two routes (Route 1 (A, Blue, bisecting Corona from east to west) and Route 2 (B, Red), serving the southwest quadrant of Corona) and in July 2001 Corona implemented Route 3 (C, Green, traveling along Hidden Valley Parkway/Norco/northwest part of Corona). In 2004 the Corona Cruiser evolved to operate with two (2) fixed routes dubbed the Blue and Red Line, these route alignments have been slightly modified overtime but continue to serve Corona in current times; in addition to serving Corona the Corona Cruiser serves portions of El Cerrito, Home Gardens, and Norco. On January 2, 2018, the Corona Dial -A -Ride was restructured to serve seniors (age 60 and over), persons with disabilities, and persons certified under the Americans With Disability Act of 1990 (ADA), the Corona Dial -A -Ride Service Area remained the same. Currently, the Blue Line serves the McKinley Street retail area, travels onto Magnolia Avenue and Main Street to the River Road Area. The Red Line connects the residential areas of central Corona with commercial areas along Sixth Street, Ontario Avenue/California Avenue, and the Cajalco Rd. and Temescal Canyon Rd. retail area. Service Area and Bus Service City of Corona Transit Service (CCTS) public transit services in and around the city of Corona, a suburban community located southeast of Los Angeles in Riverside County. The City of Corona operates a system that provides services on two fixed routes in the city, Red Line, and Blue Line. The current bus fleet consists of seven (7) 32 -ft. El Dorado National EZ Rider Compressed Natural Gas (CNG) low -floor buses. Corona's bus routes connect with Riverside Transit Agency regional bus routes, North Main Metrolink Station, and Park and Ride Lots. The Red Line also provides extended service to the Dos Lagos shopping center on Saturdays. Both the Red Line and the Blue Line have a service frequency of 60-70 minutes. The transit system transports passengers to Corona City Hall, Corona Public Library, major shopping centers and hospitals, the Senior Center, and more. In addition to fixed -route service, Corona Transit provides dial -a -ride (DAR) service. This service is provided for Seniors 60 and older; persons with disabilities; and persons certified under the Americans with Disability Act (ADA). Service is provided within the City of Corona and adjacent unincorporated communities of Coronita, El Cerrito, and Home Gardens, as well as several satellite locations. This includes ADA services within three-quarters of a mile of fixed -route service. Unlike fixed -route service, the DAR service does not run a set route, and so a single vehicle may provide trips both within and outside of a DAC during a single day. The paratransit fleet consists of eleven (11) 25 -ft. Glaval Universal E450 CNG cutaways and two (2) 26 -ft. El Dorado Aerotech 240 CNG cutaways. CCTS service map is illustrated in Figure 1. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 6 302 City of Corona CQRONA CRUISER / CORONA DIAL -A -RIDE SERVICE AREA MAP CORONAggq CRUISER caeo.MASER xmur� coxaxn cxuissx ewe uxe xx wnme ��caaaoxAaew ce Figure 1 — CCTS Service Area ',ALA -RIDE SATELLITE LOCATIONS l\ Nam SaIdNe PdmvPUNa caidEee m Nam • Depalmmnl of Publlc8 Soclel S , • Norm Cdbpa MCC) • Brunswick q veO (OMV) • Ridership Based on CCTS data of total ridership from July 2021 through the month of March 2022, staff estimated that there were a total of 111,257 unlinked passenger trips (UPT) throughout the year, with DAR services having 20,684 UPT and fixed route services having 90,573 UPT. In the 2020/2021 Fiscal Year, there were a total of 90,031 UPT, with DAR services having 13,386 UPT and fixed route services having 76,645. CCTS anticipates that annual ridership in the 2022/2023 Fiscal Year will be 153,283 passengers, with DAR passenger trips increasing by 62% and fixed routes by 22%. Per the CCTS Comprehensive Operations Analysis (COA), the agency is pursuing several service changes including extending fixed route services to areas in and surrounding Corona that are not currently being served, adding an additional bus to service the fixed routes, and opening DAR services to the general public. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 7 303 CCTS Bask Information Transit Agency's Name: City of Corona Transit Service Mailing Address: City of Corona Transit Service 735 Public Safety Way, Corona, CA 92880 Transit Agency's Air Districts: CCTS is part of the South Coast Air Quality Management District (SCAQMD). Transit Agency's Air Basin: Mojave Desert Air Quality Management District is part of the South Coast Air Basin.' Total number of buses in Annual Maximum Service: The maximum number of active buses operating fixed route and DAR services out of the Corporation Yard is ten (10). The fleet is composed of seven (7) low floor transit buses and thirteen (13) cutaways. Urbanized Area: Corona, CA. Corona is 39.2 square miles of land area with 3,934 people per square mile living within that area.2 Population of Urbanized Area: Over 160,000 residents3 1 https://www.rcrcd.org/south-coast-air-quality-management-district-scaqmd 2 https://www.census.gov/quickfacts/fact/table/coronacitycalifornia/RHI525221 #RHI525221 3 https://www.coronaca.gov/about-us Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 8 304 Figure 2 — City of Corona Urbanized and Rural Map45 Tenses • 1 Valley Contact Information for Inquiries on the CCTS ICT Rollout Plan: Sudesh Paul, Transportation Planning Supervisor, City of Corona Transit Service 735 Public Safety Way, Corona, CA 92880 Tel: (951) 279-3763 Sudesh.Paul@CoronaCA.gov Is your transit agency part of a Joint Group? No 4https://www2.census.gov/geo/maps/dclomap/UAUC RefMap/ua/ua75340 riverside-- san bernardino ca/DC10UA75340 000.pdf 5 Solid Green lines represent the boundaries of the urbanized area El Sobranti Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 305 9 Fleet Facility CCTS's entire transit fleet operates out of 735 Public Safety Way, termed the Corporation Yard, and is operated and dispatched by a transit operator contractor, MV Transportation. Maintenance is also performed independently by the contractor at an offsite facility located at 1930 S. Rochester Ave., in Ontario, CA, approximately 13 miles from the administrative building and bus garage. The City owns and operates a public CNG fueling station at 430 Cota Street; however, the transit fleet primarily fuels overnight at the slow -fill CNG fueling station located within the Corporation Yard at 740 Public Safety Way. A map of the facilities and fueling locations are provided below, in Figure 3 and Figure 4 to understand the locations of CCTS properties in relation to one another, as well as to routes and service areas. Public ChargePoint Charging Station Figure 3 — CCTS Administrative and Maintenance Facility Dial -A -Ride City of Corona Transit Service Administration Facility Corona Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 306 10 Figure 4 — Fueling Facility Overview Closet City of Corona Fast -Fill CNG Fueling Station CCTS Slow -Fill CNG Fueling Station Millwor, PPecision,♦ Machining City of Corona Public Fast -Fill CNG Station CCTS Sustainability Goals The City of Corona Transit Service desires to maintain a sustainable public transportation program that offers multiple transit options that are essential to ensuring uninterrupted mobility services to the community. CCTS is dedicated to sustainability and defines sustainability as the ability of the current generation to meet its needs without compromising the ability of future generations to meet their needs. California's plan to address public health, air quality and climate protection goals includes the Innovative Clean Transit (ICT) regulation, which aims to reduce greenhouse gas (GHG), nitrogen oxide (NOx), and diesel particulate emissions, with which, CCTS will be compliant at the conclusion of this project. To accomplish its sustainability goals, CCTS is working to replace its CNG fleet with 100% zero -emission vehicles by 2040 in accordance with ICT regulations. CCTS has developed a plan to transition to a fully zero emission bus (ZEB) fleet composed of battery electric and fuel cell electric buses by 2040, in accordance with the Innovative Clean Transit (ICT) regulation, requiring all California transit agencies to follow zero -emission procurement guidelines with the goal of achieving 100% zero - emission fleets by 2040. CCTS has committed to purchasing zero emission buses, demonstrating the agency's commitment to reducing emissions. CCTS transition to a fully ZEB fleet will ultimately benefit communities through cleaner air, greater independence from fossil fuels, and more environmental sustainability. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 11 307 6 Rollout Plan General Information Overview of the Innovative Clean Transit Regulation On December 14, 2018, CARB enacted the Innovative Clean Transit (ICT) regulation, setting a goal for California public transit agencies to have zero -emission bus fleets by 2040. The regulation specifies the percentage of new bus procurements that must be zero -emission buses for each year of the transition period (2023-2040). The annual percentages for Small Transit agencies are as follows: ICT Zero -Emission Bus Purchase Requirements for Small Agencies: January 1, 2026 - 25% of all new bus purchases must be zero -emission January 1, 2027 - 25% of all new bus purchases must be zero -emission January 1, 2028 - 25% of all new bus purchases must be zero -emission January 1, 2029+ - 100% of all new bus purchases must be zero -emission March 2021 -March 2050 — Annual compliance report due to CARB This purchasing schedule guides agency procurements to realize the goal of zero -emission fleets in 2040 while avoiding any early retirement of vehicles that have not reached the end of their useful life (12 years for buses providing Fixed Route service and 5 years for the DAR cutaways). Agencies have the opportunity to request waivers that allow purchase deferrals in the event of economic hardship or if zero -emission technology cannot meet the service requirements of a given route. These concessions recognize that zero -emission technologies may cost more than current internal combustion engine (ICE) technologies on a vehicle lifecycle basis and that zero - emission technology may not currently be able to meet all service requirements. CCTS Rollout Plan General Information Rollout Plan's Approval Date: June 7, 2023 Resolution No: 2023-046 Is a copy of the approved resolution attached to the Rollout Plan? Yes Contact for Rollout Plan follow-up questions: Sudesh Paul, Transportation Planning Supervisor, City of Corona Transit Service 735 Public Safety Way, Corona, CA 92880 Tel: (951) 279-3763 Sudesh.Paul@CoronaCA.gov Who created the Rollout Plan? This Rollout Plan was created by the City of Corona, with assistance from the Center for Transportation and the Environment (CTE) and the Riverside County Transportation Commission (RCTC). Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 12 308 This document, the ICT Rollout Plan, contains the information for CCTS zero -emission fleet transition trajectory as requested by the ICT Regulation. It is intended to outline the high-level plan for implementing the transition. The Rollout Plan provides estimated timelines based on information on bus purchases, infrastructure upgrades, workforce training, and other developments and expenses that were available at the time of writing. Additional Agency Resources CCTS agency website: https://www.coronaca.gov/transit Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 13 309 C Technology Portfolio ZEB Transition Technology Selection Based on outcomes of the zero -emission fleet transition planning study completed by CTE, CCTS plans to transition its fleet to a mix of battery electric cutaways and fuel cell electric buses. By 2040, CCTS expects to operate a fully zero -emission fleet of 20 transit vehicles. A mixed zero -emission technology fleet scenario provides a better range of options than a BEB-only fleet while mitigating the higher fuel cost of a FECB-only fleet. A mixed technology zero -emission fleet also offers resilience by allowing service to continue should either fuel (electricity or hydrogen) become temporarily unavailable. This plan summarizes the charging and hydrogen infrastructure costs needed to support a fleet of 20 buses. Local Developments and Regional Market California has become a global leader for zero -emission buses, as well as the zero -emission fuel and fueling infrastructure required to support these vehicles. California is home to four bus OEMs that manufacture zero - emission buses. Although three of these OEMs do not currently build FCEBs, growing demand for this vehicle technology may encourage these manufacturers to enter the market. The state legislature has fostered growth in zero -emission fuels through the state's Low -Carbon Fuel Standard (LCFS) program, which incentivizes the consumption of fuels with a lower carbon intensity than traditional combustion fuels and through funding opportunities offered by CARB and CEC. The state's electrical utility companies have also supported the transition to ZEB technology by offering incentive programs for heavy duty EV charging infrastructure and service upgrades. California BEB deployments represent 37% of the nation's BEB deployments.' California also has one of the most mature hydrogen fueling networks in the nation. The state's hydrogen market has developed to support the growing number of fuel cell electric vehicles on the roads in the state. California has four medium -and -heavy-duty fueling stations in operation and four more in development. Additionally, the number of hydrogen production and distribution centers is growing to meet increased hydrogen demand as it gains popularity as a transportation fuel. California FCEB deployments represent 75% of the nation's FCEB deployments.' ZEB Transition Planning Methodology CCTS's ICT Rollout Plan was created in combination with CCTS Existing Conditions Report and the Riverside County ZEB Financial Strategy Plan, utilizing CTE's ZEB Transition Planning Methodology. CTE's methodology consists of a series of assessments that enable transit agencies to understand what resources and decisions are necessary to convert their fleets to zero -emission technologies. The results of the assessments help the agency decide on a 6 CALSTART. 2021. THE ADVANCED TECHNOLOGY TRANSIT BUS INDEX: A NORTH AMERICAN ZEB INVENTORY REPORT. https://calsta rt.org/wp-content/u ploads/2022/01/2021-ZI O-ZEB-Fina l-Report_1.3.21. pdf Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 14 310 step-by-step process to achieve its transition goals. These assessments consist of data collection, analysis, and modeling outcome reporting stages. These stages are sequential and build upon findings in previous steps. The assessment steps specific to CCTS's Rollout Plan are outlined below: 1. Planning and Initiation 2. Requirements Analysis & Data Collection 3. Service Assessment 4. Fleet Assessment 5. Fuel Assessment 6. Maintenance Assessment 7. Facilities Assessment 8. Total Cost of Ownership Assessment 9. Policy Assessment 10. Partnership Assessment For Requirements Analysis & Data Collection, CTE collects data on the agency's fleet, routes and blocks, operational data (e.g., mileage and fuel consumption), and maintenance costs. Using this data, CTE establishes service requirements to constrain the analyses in later assessments and produce agency -specific outputs for the zero -emission fleet transition plan. The Service Assessment phase initiates the technical analysis phase of the study. Using information collected in the Data Collection phase, CTE evaluates the feasibility of using zero -emission buses to provide service to the agency's routes and blocks over the transition plan timeframe from 2022 to 2040. Results from the Service Assessment are used to guide ZEB procurement plans in the Fleet Assessment and to determine energy requirements in the Fuel Assessment. The Fleet Assessment projects a timeline for the replacement of existing buses with ZEBs that is consistent with CCTS existing fleet replacement plan and known procurements. This assessment also includes a projection of fleet capital costs over the transition timeline and is optimized to meet state mandates or agency goals, such as minimizing costs or maximizing service levels. The Fuel Assessment merges the results of the Service Assessment and Fleet Assessment to determine annual fuel requirements and associated costs. The Fuel Assessment calculates energy costs through the full transition timeline for each fleet scenario, including the agency's existing ICE buses. To more accurately estimate battery electric bus (BEB) charging costs, a focused Charging Analysis is performed to simulate daily system -wide energy use. As older technologies are phased out in later years of the transition, the Fuel Assessment calculates the changing fuel requirements as the fleet transitions to ZEBs. The Fuel Assessment also provides a total fuel cost over the transition timeline. The Maintenance Assessment calculates all projected fleet maintenance costs over the transition timeline. Maintenance costs are calculated for each fleet scenario and include costs of maintaining existing fossil -fuel buses that remain in the fleet and maintenance costs of new BEBs and FCEBs. The Facilities Assessment determines the infrastructure necessary to support the projected zero -emission fleet composition over the transition period based on results from the Fleet Assessment and Fuel Assessment. This assessment evaluates the required quantities of charging infrastructure and/or hydrogen fueling station projects and calculates the costs of infrastructure procurement and installation sequenced over the transition timeline. The Total Cost of Ownership Assessment compiles results from the previous assessment stages to provide a comprehensive view of all fleet transition costs, organized by scenario, over the transition timeline. The Policy Assessment considers the policies and legislation that impact the relevant technologies. The Partnership Assessment describes the partnership of the agency with the utility or alternative fuel provider. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 15 311 Requirements Analysis & Data Collection The Requirements Analysis and Data Collection stage begins by compiling operational data from CCTS regarding its current fleet and operations and establishing service requirements to constrain the analyses in later assessments. CTE requested data such as fleet composition, fuel consumption and cost, maintenance costs, and annual mileage to use as the basis for analyses. CTE conducted a screening -level analysis of CCTS routes by determining their average speed and grades, and classified them as fast or slow and flat or hilly. CTE used these classifications to model the energy efficiencies for each of CCTS routes. The calculated efficiencies were then used in the Service Assessment to determine the energy requirements of CCTS service. CTE evaluated BEBs and FCEBs to support CCTS technology selection. After collecting route and operational data, CTE determined that CCTS longest block is 183 miles long. Based on observed performance, CTE estimates FCEBs are able to complete any block under 350 total miles, which means that FCEB technology already has the capability to meet service requirements. Although FCEBs were determined to have the capability of serving all of CCTS routes, CCTS was interested in exploring BEB and FCEB service scenarios, so it was necessary to determine how much of CCTS service could feasibly be served by depot -only charged BEBs in order to develop a set of ZEB transition scenarios that would allow the agency to make an informed decision on what technology or technologies would be most suitable to the agency's needs. The energy efficiency and range of BEBs are primarily driven by bus specifications, such as on -board energy storage capacity and vehicle weight. Both metrics are affected by environmental and operating variables including the route profile (e.g., distance, dwell time, acceleration, sustained top speed over distance, average speed, and traffic conditions), topography (e.g., grades), climate (e.g., temperature), driver's bus operational behavior, and vehicle operational conditions such as passenger loads and auxiliary loads. As such, BEB efficiency and range can vary dramatically from one agency to another or even from one service day to another. It was therefore critical for CCTS to determine efficiency and range estimates based on an accurate representation of its operating conditions. To understand BEB performance on CCTS routes, CTE modeled the impact of variations in passenger load, accessory load, and battery degradation on bus performance, fuel efficiency, and range. CTE ran models with different energy demands that represented nominal and strenuous conditions. Nominal loading conditions assume average passenger loads and moderate temperature over the course of the day, which places low demands on the motor and heating, ventilation, and air conditioning (HVAC) system. Strenuous loading conditions assume high or maximum passenger loading and near maximum output of the HVAC system. This nominal/strenuous approach offers a range of operating efficiencies to use for estimating average annual energy use (nominal) or planning minimum service demands (strenuous). Route modeling ultimately provides an average energy use per mile (kilowatt-hour/mile [kWh/mi]) for each route, bus size, and load case. In addition to loading conditions, CTE modeled the impact of battery degradation on a BEB's ability to complete a block. The range of a battery electric bus is reduced over time due to battery degradation. A BEB may be able to service a given block with beginning -of -life batteries, while later it may be unable to complete the entire block at some point in the future as batteries near their end -of -life or derated capacity (typically considered 70-80% of available service energy). Service Assessment Given the conclusion that FCEBs could meet the range requirements for CCTS service, the Service Assessment focused on evaluating the feasibility of BEBs in CCTS service area. The efficiencies calculated in the Requirements Analysis & Data Collection stage were used to estimate the energy requirements of CCTS service. The main focus of the Service Assessment is called the block analysis, which determines if generic battery electric technology can meet the service requirements of a block based on range limitations, weather conditions, levels of battery degradation and route specific requirements. The Transit Research Board's Transit Cooperative Research Program defines a block as "the work assignment for only a single vehicle for a single service workday".7 A block is usually 7TRB'sTransit Cooperative Research Program. 2014. TCRP Report 30: Transit Scheduling: Basic and Advanced Manuals (Part B). https://onlinepubs.trb.org/onlinepubs/tcrp/tcrp_rpt_30-b.pdf Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 16 312 comprised of several trips on various routes. The energy needed to complete a block is compared to the available energy of the bus assigned to service the block. If the bus's usable onboard energy exceeds the energy required by the block, then the conclusion is that the BEB can successfully operate on that block. The Service Assessment projects the performance of a BEB that is charged overnight at the depot and operates on CCTS service schedule at the time of the plan's writing. The results are used to determine when along the transition timeline a fleet of overnight depot -charged BEBs can feasibly serve CCTS territory or if another zero - emission technology is required to maintain service. This information can then be used to inform the scale and timing of BEB procurements in the Fleet Assessment. Modeling & Procurement Assumptions CTE and CCTS defined the following assumptions and requirements used throughout the study: The Service Assessment energy profile assumed a 5% improvement in battery capacity every year with a starting battery capacity of 450 kWh for a 35' bus which represents an analogous ZEB suitable for CCTS transit vehicles and is an average of battery capacities seen in commercially -available buses of the same size and passenger capacity in 2022. Electric cutaways are modeled to have a battery capacity of 120 kWh and were assumed to have the same 5% rate of improvement in battery capacity every year. This analysis also assumed CCTS will maintain blocks in a similar distribution of distance, relative speeds, and elevation changes to pre-COVID-19 service because buses will continue to serve similar locations within the service area and general topography remains constant even if specific routes and schedules change. Fleet size and vehicle length distribution do not change over time. The analysis assumed that buses reaching the end of their useful life would be replaced with vehicles of the same size. Total fleet size remains the same over the transition period. Buses are assumed to operate for a twelve-year service life. Cutaways are assumed to operate for a five or seven- year service life. Usable on -board energy is assumed to be that of a mid-life battery (10% degraded) with a reserve at both the high and low end of the battery's charge potential. As previously discussed, battery age affects range, so a mid-life battery was assumed as the average capacity of the battery's service life. Charging batteries to 100% or dropping the charge below 10% also degrades the batteries over time, which is why the analysis assumes that the top and bottom portions of the battery are unusable. CTE accounts for battery degradation over the transition period with the assumption that CCTS can rotate the ZEBs to battery capacity to block energy requirements. As the zero -emission fleet transition progresses, older buses can be moved to shorter, less demanding blocks and newer buses can be assigned to longer, more demanding blocks to account for battery degradation in BEBs over time. CCTS can rotate the fleet to meet demand, assuming there is a steady procurement of BEBs each year to match service requirements. CTE accounts for this variability in battery age by using a mid-life usable battery capacity to determine block feasibility. Results The Service Assessment determines the timeline for when CCTS service may become achievable by BEBs on a single depot charge. Coupled with the FCEB range -to -block length comparison, the block analysis determines when, or if, a full transition to BEBs or FCEBs may be feasible. CCTS and CTE can then use these results to inform ZEB procurement decisions in the Fleet Assessment. Results from this analysis are also used to determine the specific energy requirements and fuel consumption of the fleet over time. These values are then used in the Fuel Assessment to estimate the costs to operate the transitioning fleet. While routes and block schedules are unlikely to remain the same over the course of the transition period, these projections assume the blocks will maintain a similar distribution to current service because CCTS will continue to serve similar destinations within the city. This core assumption affects energy use estimates and block achievability in each year. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 17 313 The results of CCTS Service Assessment for fixed route service can be seen below in Figure 5. Based on CTE's analysis, 0% of CCTS blocks could be served by a single charge of a depot -only BEB with a 450 -kWh battery and, with the assumed 5% improvement every year, 50% of CCTS blocks could be served by this technology by 2034, which means that CCTS service is not feasible with depot -only charged BEBs within the transition period. However, service can be conducted with the addition of on -route charging. Percentage of Blocks that are Feasible 100% 90% 80% 70% 60% 50% 40% 30% 20% 10% 0% /0% 25% 50% 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 2040 -Percentage of Blocks that are Feasible Figure 5 — BEB Block Achievabilify Percentage by Year As noted previously, FCEBs are assumed to be able to complete any block under 350 total miles and CCTS longest block is 183 miles long, which means that FCEB technology already has the capability to meet CCTS service requirements. Cutaway Modeling CTE's modeling also included an analysis for battery electric cutaway vehicles using CCTS paratransit operational data. CCTS paratransit service operates between 16 and 159 miles per vehicle per day, with an average daily distance of 78 miles. CTE modeled the electric cutaway performance and found that approximately 49% of CCTS service is feasible with overnight depot -only charged cutaways in 2022. By 2040, CTE's modeling estimates that 91% of CCTS daily service will be feasible, which means that CCTS service is not feasible with overnight depot -only charged cutaways within the transition period. Based on the results of the analysis, battery -electric cutaways would require some form of opportunity charging throughout the day to complete their service. Pantograph and inductive charging have not yet been demonstrated to be feasible for electric cutaways, so this option was not considered. Demand response service is run sporadically throughout the day, with vehicles typically returning to the depot after completing their assignments. Based on this service pattern, it was assumed that battery -electric cutaways could be charged throughout the day when they return to the depot which would allow them to complete all of CCTS service. Description of ZEB Technology Solutions Considered For this study, CTE developed three scenarios to compare to a baseline scenario and analyze the feasibility and cost effectiveness of implementing each bus technology as well as the co -implementation of both technologies. The scenarios are referred to by the following titles and described, in detail, below. A baseline scenario was developed to represent the typical "business -as -usual" case with retention of ICE buses for cost comparison purposes. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 18 314 0. Baseline (current technology) 1. BEB Only 2. Mixed Fleet — FCEB & BEBs 3. FCEB Only In the BEB Fleet Transition, BEBs are purchased and deployed only on blocks that are within a BEB's achievable range as determined by CTE's modeling. If depot -charged BEBs are not capable of meeting a transit agency's daily service requirements, on -route charging is utilized on fixed -routes and returning to the depot for midday opportunity charging is used on DAR service to sustain energy on -board. Based on CTE's modeling, all of CCTS blocks are fully achievable using BEB technology by 2040. In the Mixed Fleet Transition, FCEBs supplement a primarily BEB fleet to make up a fully ZEB fleet. Although there may be some exceptions, due to the higher range capacity of FCEBs, BEBs will be used for DAR service and FCEBs will be used for fixed route service. The costs for infrastructure and installation of two different charging and fueling infrastructures are taken into account. FCEBs and hydrogen fuel, however, are more expensive than BEBs and electricity, so this scenario allows CCTS to assign the less expensive BEB technology where possible and supplement service with FCEBs as needed in support of resilience and redundancy adaptation measures. Finally, the FCEB Fleet Transition was developed to examine the costs for hydrogen fueling and transitioning to a 100% FCEB fleet. A fully FCEB fleet avoids the need to install two types of fueling infrastructure by eliminating the need for depot charging equipment. Fleets comprised entirely of fuel cell electric buses also offer the benefit of scalability compared to battery electric technologies. Adding FCEBs to a fleet does not necessitate large complementary infrastructure upgrades. Despite this benefit, the cost of FCEBs and hydrogen fuel are still more expensive than BEBs and electricity at current market prices. When considering the various scenarios, this study can be used to develop an understanding of the range of costs that may be expected for CCTS ZEB transition, but ultimately, can only provide an estimate. Furthermore, this study aims to provide an overview of the myriad considerations the agency must take into account in selecting a transition scenario that go beyond cost, such as space requirements, safety implications, and operational changes that may differ between scenarios. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 19 315 D Current Bus Fleet Composition and Future Bus Purchases Fleet Assessment Methodology The Fleet Assessment projects a timeline for the replacement of existing buses with ZEBs. The timeline is consistent with CCTS fleet replacement plan that is based on the twelve-year service life of transit buses and larger cutaways and five-year service life of van -style cutaways. This assessment also includes a projection of fleet capital costs over the transition timeline. ZEB Cost Assumptions CTE and CCTS developed cost assumptions for future bus purchases. Key assumptions for bus costs for the CCTS Transition Plan are as follows: • CNG vehicle prices were provided by CCTS and are inclusive of costs for configurable options and taxes. • Capital vehicle costs are derived from the 2022 California, Washington and New Mexico State Contracts plus the annual PPI (2%) and tax (8.75%). Fuel Cell Cutaway pricing is a price estimation due to lack of market information. • Costs for retrofits or bus conversions are not included. Procurements assume new vehicle costs. Table 1- Fleet Assessment Cost Assumption Fuel Type Length CNG $172,766 $658,037 Electric $300,955 Fuel Cell $376,153* $994,678 $1,327,513* *Bus size not currently available for this technology Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 20 316 Description of CCTS Current Fleet CCTS current service and fleet composition provide the baseline for evaluating the costs of transitioning to a zero - emission fleet. CCTS staff provided the following key data on current service: • Fleet composition by powertrain and fuel • Routes and blocks • Mileage and fuel consumption • Maintenance costs Fleet As of 2022, the CCTS bus fleet includes thirteen (13) CNG cutaways used for DAR paratransit service and seven (7) CNG low -floor buses used for fixed -route service. Bus services operate out of one depot in Corona, CA. Operations, maintenance, and fueling functions are performed at an offsite facility in Ontario, CA. Routes and Blocks CCTS 2022 service consists of four fixed routes run on four blocks, two run on weekends and two run on weekdays. Blocks range in distance from 101 miles to 183 miles. Buses pull out as early as 6:25 AM and return as late as 7:20 PM. CCTS service runs within the boundaries of the City of Corona, as well as the unincorporated communities of Coronita, El Cerrito, and Home Gardens. Current Mileage and Fuel Consumption Annual mileage of the fleet: 318,150 miles CCTS ZEB Transition Plan assumes that the amount of service miles will remain the same. Annual fuel consumption: 74,126 GGE of CNG Fleet average efficiency: 6.8 miles per GGE for Cutaways 3.2 miles per GGE for Low -floor Buses CCTS current fuel expense: $132,630 per year Average fuel costs: $1.79 per GGE of CNG Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 21 317 Maintenance Costs Average maintenance costs per mile by vehicle type are estimated in Table 2 Buses also undergo one overhaul at midlife summarized in Table 3. These costs were utilized to project transition maintenance costs. Table 2 — Labor and Materials Cost Assumptions Vehicle Type (Cutaways and Estimate (Per Mile) Low -floor Buses) Gas Cutaway CNG Cutaway 30'/35'/40' CNG Bus Battery Electric Cutaway 30'/35'/40' Battery Electric Bus Fuel Cell Electric Cutaway 30'/35'/40' Fuel Cell Electric Bus $ 0.35 $ 0.35 $ 0.38 $0.32 $0.34 $0.51 $0.56 Table 3 — Midlife Overhaul Cost Assumptions Vehicle Type Overhaul (FC/Transmission) Cost Gas Cutaway CNG Cutaway 30'/35'/40' CNG Bus Battery Electric Cutaway 30'/35' 40' Battery Electric Bus 30'/35'/40' Fuel Cell Electric Bus Fuel Cell Electric Cutaway Per vehicle life Battery Warranty Cost Per vehicle life so $30,000 so so so so $24,000 $75,000 $40,000 $0 $17,000 $10,000 Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 318 22 Zero -Emission Bus Procurement Plan and Schedule CCTS will provide demand response service with a fleet of thirteen (13) depot -charged and opportunity -charged battery electric cutaways. Fixed route service will be performed by seven (7) FCEBs. This technology combination will be sufficient for meeting the agency's service demands. CCTS fleet transition strategy is to replace each compressed natural gas (CNG) bus with battery electric cutaways and FCEBs as they reach the end of their minimum service life beginning in 2028. Figure 6 below provides the number of each bus type that will be purchased each year through 2040 with this replacement strategy and the total cost of that procurement. CCTS Mixed Fleet Procurement Cost $14 $12 0 $10 U To O c $8 m o U— f0 $6 c c c $4 $2 $0 $2.3M 13 $6.7M $4.5M i $5.0M I $13.3M $5.5M 7 • Fuel Cell Electric Bus Battery -Electric Cutaway • CNG Bus CNG Cutaway �O �O 'O 'O 'O 'O 'O 'O 'O 'O 'O 'DO cso ,57 u.tis Year Figure 6 — Projected Bus Procurements for ZEB Transition Figure 7 demonstrates the annual composition of CCTS fleet through 2040. By 2040, CCTS bus fleet will consist entirely of BEB and FCEBs. The fleet will remain the same size throughout the transition period. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 23 319 CCTS Mixed Fleet Composition 20 15 - 10 - 5 0 0 2 20 2y 2s 2s i b ' 22?p c'O �'D 0 2b ''00,2 ,Do 20� 20os 206 20o,> ' 7 '7 ' 7 Year Figure 7 — Annual Fleet Composition, ZEB Transition As seen in Table 4 the capital investment required for purchasing ZEBs is significantly higher than for CNG buses. This highlights the importance of staying vigilant in the search for funding opportunities to help fill this gap. Table 4 — CCTS Bus Capital Investment to Transition to a 100% ZEB fleet by 2040 • Battery -Electric Cutaway ■ Fuel Cell Bectric Bus CNG Cutaway • CNG Bus CNG Baseline* ZEB Incremental Costs Total Investment Bus Capital Costs $23M $14M *Represents the capital costs that would have been incurred in the absence of the ICT Regulation Additional Considerations $37M When purchasing ZEBs, the process may differ slightly from the process CCTS currently uses to purchase vehicles. First, when contracting with ZEB manufacturers, CCTS should ensure expectations are clear between the bus OEM and the agency. As with CNG purchases the agreement should be clear regarding the bus configurations, technical capabilities, build and acceptance process, production timing with infrastructure, warranties, training, and other contract requirements. Additionally, by developing and negotiating specification language collaboratively with the bus vendor(s), CCTS can work with the vendor(s) to customize the bus to their needs as much as is appropriate, help advance the industry based on agency requirements and recommended advancements, ensure the acceptance and payment process is fully clarified ahead of time, fully document the planned capabilities of the bus to ensure accountability, and generally preempt any unmet expectations. Special attention should be given in defining the technical capabilities of the vehicle, since defining these for ZEBs may differ from ICE buses. When developing RFPs and contracting for ZEB procurements, CCTS should specify the source of funding for the vehicle purchases to ensure grant compliance, outline data access requirements, define the price and payment terms, establish a delivery timeline, and outline acceptance and performance requirements. CCTS should test the buses upon delivery for expected performance in range, acceleration, gradeability, highway performance, and maneuverability. Any such performance requirements must be included in the technical specification portion of the RFP and contract to be binding for the OEM. Defining technical specifications for ZEBs will also differ slightly Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 24 320 from their current CNG vehicles since they will need to include requirements for hydrogen fuel cell and battery performance. It is also recommended that CCTS purchase an extended battery warranty for the vehicles, which should be specified in the RFP and contract. FCEB procurement will also differ from ICE procurements since there are fewer OEMs presently manufacturing these vehicles, although this is expected to change with increasing demand. CCTS will also be able to apply for additional funding for these vehicles through zero -emission vehicle specific funding opportunities, which are discussed further in which are discussed further in Section H: Potential Funding Sources. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 25 321 E Facilities and Infrastructure Modifications CCTS Facility Configuration and Depot Layout Depot Address: 735 Public Safety Way, Corona, CA 92880 Electric Utility: Southern California Edison (SCE) Located in a NOx Exempt Area? No Bus Parking Capacity: 20+ Current Vehicle Types Supported: CCTS depot currently supports fueling and maintenance of CNG buses and cutaways. Propulsion Types That Will be Supported at Completion of ZEB Transition: Battery electric and hydrogen fuel cell electric propulsion Facilities Assessment Methodology Mixed fleet BEB and FCEB deployments such as CCTS require installation of charging stations and improvements to existing electrical infrastructure as well as hydrogen fueling infrastructure. FCEB deployments require installation of a fueling station and may require improvements such as upgrades to the switchgear or utility service connections. Planning and design work, including development of detailed electrical and construction drawings required for permitting, is also necessary once specific charging equipment has been selected. Building off of the fleet procurement schedule that was outlined in the Fleet Assessment, CTE then uses industry average pricing to develop infrastructure scenarios that estimate the cost of building out the infrastructure necessary to support a full fleet transition to ZEBs. This plan assumes that infrastructure projects will be completed prior to each bus delivery. To project the costs of fueling infrastructure, CTE used industry pricing provided by A&E subcontractors and an infrastructure build timeline based on the procurement timeline. This plan assumes that infrastructure projects will be completed prior to each bus delivery. These projects are described in detail below. Infrastructure Upgrade Requirements to Support Zero -Emission Buses Description of Depot -Charging Infrastructure Considered With Corona's mixed technology fleet, charging infrastructure is required to service a total of 13 battery electric cutaways along with hydrogen fueling infrastructure for seven (7) FCEBs to support a completely zero -emission bus fleet by 2040. Because there are separate costs associated with each type of ZEB technology, the facilities assessment for this scenario is broken down by each fuel type. In addition, CCTS has the opportunity to share hydrogen infrastructure with a neighboring transit operator in the City of Riverside, Riverside Connect, to decrease Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 26 322 overall costs, but can implement independent hydrogen infrastructure if more desirable. The total cost for mixed fleet fueling infrastructure with shared hydrogen infrastructure is approximately $9.8 M and the scenario with independent hydrogen infrastructure is approximately $13.2 M. BEB Charging Infrastructure Summary In order to support the BEB portion of the fleet, CCTS will need to work with a contractor to conduct detailed infrastructure planning, purchase chargers and dispensers, and add service capacity to their site. The estimated infrastructure costs for these technology & infrastructure expenses are as follows: • INFRASTRUCTURE PLANNING. Building charging infrastructure requires planning at the depot. This assessment assumes that a planning project costs $200,000 and occurs only once per depot. The total cost of planning projects for CCTS single depot is estimated at $200,000. • DISPENSERS AND CHARGERS. CCTS BEB charging depot will consist of seven chargers with two dispensers per charger. Prices are estimated at $170,00 for a 150kW charger with two dispensers. • ELECTRIC SERVICE UPGRADE. CCTS requires an estimated 1 MW of additional electricity capacity by 2040 to accommodate charging for 13 BEBs. To meet the growing demand for electricity, the depot will need to upgrade its system to at least 1 MW of capacity by 2027. This is estimated to cost around $200,000 over the transition period. • INFLATION FACTOR. 5.4% inflation is added on all planning, procurement, and construction costs per the CPI. 3% inflation is added on all maintenance costs per Riverside's maintenance cost assumptions. All costs listed above are in 2022 dollars, projects occurring after 2022 are inflated per the inflation factor. The estimated total BEB infrastructure costs for the Mixed Fleet scenario with shared hydrogen infrastructure is shown below in Figure 8 and with independent hydrogen in Figure 9. The costs for charging equipment will stay the same whether CCTS shares hydrogen fueling infrastructure with Riverside Connect or not and totals approximately $2M over the transition period. FCEB Fueling Infrastructure Summary In addition to BEB charging, hydrogen fueling is required to support the Mixed Fleet. Like BEB infrastructure, a FCEB infrastructure deployment will also require hiring an infrastructure planning contractor. A storage capacity project, a fueling infrastructure capital project will also be necessary to allow CCTS to fuel their hydrogen fuel cell vehicles on site. Because CCTS contracts some maintenance services out, maintenance bay upgrades are not included as a cost to CCTS but are required for the contractor to safely maintain the new FCEB fleet. Infrastructure is assumed to be built out in one project that will conclude prior to the first FCEB deployment in 2028. The estimated infrastructure costs for these technology & infrastructure expenses are as follows: • INFRASTRUCTURE PLANNING. Building hydrogen infrastructure requires planning at the depot. This assessment assumes that a planning project costs $200,000 and occurs only once per depot. The total cost of planning projects for CCTS single depot will be approximately $200,000. • MAINTENANCE BAY UPGRADES. Maintenance bay upgrades are not included in CCTS costs. • HYDROGEN FUELING INFRASTRUCTURE. CCTS fueling solutions were decided based on fuel consumption needs and approximately right -sized. Hydrogen infrastructure maintenance and operations are covered in the price of fuel in the fuel assessment. CCTS has the option of implementing an independent hydrogen fueling station or utilizing a shared hydrogen station with Riverside Connect. • INFLATION FACTOR. 5.4% inflation is added on all project costs per the CPI. All costs listed above are in 2022 dollars, projects occurring after 2022 are inflated per the inflation factor. Figure 8 shows the estimated infrastructure costs for the FCEB technology with shared hydrogen infrastructure, totaling to approximately $6.5 M and Figure 9 shows the estimated infrastructure costs for the FCEB technology with independent hydrogen infrastructure, totaling to approximately $10 M. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 27 323 CCTS BEB and FCEB Infrastructure Costs $10.0 14 13 Annual Infrastructure Cost (with Inflation) $9.0 $8.0 $7.0 c a $5.0 $6.0 $4.0 $3.0 $2.0 $6.31 M Shared Hydrogen Station between Corona and Riverside $1.8 M I Charging Infrastructure: 7 2 Chargers * Dispensers + $1.0 Master iMW Power Upgrade Planning $0.25 M $0.03 M Charger Maintenance Costs Inflated YOY $0.0 $0.04 M 7 12 10 8 6 4 2 Cumulative Number of FCEBs and BEBs in Fleet 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 2040 Year =Total Hydrogen Infrastructure Costs =Total Depot Infrastructure Costs -Number of Fuel Cell Vehicles -Number of Battery Electric Vehicles Annual Infrastructure Cost (with Inflation) C O 2 Figure 8 - Infrastructure Projects & Costs, ZEB Transition with Shared Hydrogen Infrastructure CCTS BEB and FCEB Infrastructure Costs $10.0 $9.76 M Independent $9.0 Hydrogen Station $8.0 $7.0 $6.0 $5.0 $4.0 $3.0 $2.0 $1.0 $0.0 Master $0.25 M Planning $1.8 M I Charging Infrastructure: 7 Chargers + Dispensers 1MW Power Upgrade 2 13 7 $0.03 M Charger Maintenance Costs Inflated YOY $0.04 M 14 12 10 8 6 4 2 Cumulative Number of FCEBs and BEBs in Fleet 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 2040 Year =Total Hydrogen Infrastructure Costs =Total Depot Infrastructure Costs -Number of Fuel Cell Vehicles -Number of Battery Electric Vehicles Figure 9 - Infrastructure Projects & Costs, ZEB Transition with Independent Hydrogen Infrastructure Utility Partnership Review The City of Corona is working with the Utility provider, Southern California Edison (SCE) who currently serves the Corporation yard where the buses are stored and charged. SCE has been active in sharing information related to its EV rates and incentives offered and the City is aware that taking advantage of these benefits and ensuring a successful battery electric bus deployment requires close, ongoing coordination with SCE. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 28 324 SCE offers the Charge Ready Transport 8(CRT) program that supports both California's greenhouse gas (GHG)- reduction goal and local air -quality requirements. The Program assists customers with transitioning to cleaner fuels by reducing their cost for the purchase and installation of required battery -electric vehicle (EV) charging infrastructure, as well as providing rebates to offset the cost of charging stations for certain eligible customers'. Primarily, the CRT program offers low- to no -cost electrical system upgrades to support the installation of EV charging equipment for qualifying vehicles — heavy-duty vehicles weighing 6000+ lbs. In addition, participants that will be acquiring school buses or transit buses within SCE territory are also eligible for a rebate against the purchase of charging equipment. Programs like this will benefit CCTS significantly in the financial sector of their transition to zero -emission technology. The City is sharing proposed planning documents to help SCE understand future loads so that any required grid infrastructure improvements can be addressed prior to implementation. The City's discussion of short- and long- term fleet goals with SCE will ensure that SCE can properly plan grid -side electrical infrastructure upgrades to the City's Corporation Yard, and that the City can adequately upgrade equipment to support battery electric buses. Once the infrastructure upgrade needs are established, the City will incorporate the design and construction timelines into the overall transition plan timeline. The City recognizes SCE as a critical partner in electrification and will continue to partner with SCE after the planning stages so that charge management strategies and fleet expansion efforts can be coordinated effectively. The City's current relationship with SCE is excellent and cooperative, the City of Corona serves a small portion of the City with electric service and meets regularly with SCE to discuss and address issues of concern. Further, the City understands establishing and maintaining a partnership with the alternative fuel provider is critical to successfully deploying zero -emission vehicles and maintaining operations. Hydrogen fueling requires a plan for infrastructure installation, delivery, storage, dispensing, and upgrades to maintenance facilities. While fueling operations for hydrogen may require fewer operational changes than electric bus charging, understanding the local hydrogen supply market can be its own challenge. To overcome this challenge, the City may consider a competitive bid process for a design/build project as a reasonable approach to determining the appropriately sized station and selecting the most appropriate fueling technology at the best price. 8 https://crt.sce.com/program-details 9 Charge Ready Transport, Quick Reference Guide Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 29 325 F Providing Service in Disadvantaged Communities Providing Zero -Emission Service to DACs In California, CARB defines disadvantaged communities (DACs) as communities that are both socioeconomically disadvantaged and environmentally disadvantaged due to local air quality. Lower income neighborhoods are often exposed to greater vehicle pollution levels due to proximity to freeways and the ports, which puts these communities at greater risk of health issues associated with tailpipe emissions.10 ZEBs will reduce energy consumption, harmful emissions, and direct carbon emissions within the disadvantaged communities CCTS serves. The City of Corona includes 10 different census tracts designated as DACs. Corona's fixed routes that are in and pass through DACs, along with their stops are shown in Figure 10 below. Environmental impacts, both from climate change and from local pollutants, disproportionately affect transit riders. For instance, poor air quality from tailpipe emissions and extreme heat harm riders waiting for buses at roadside stops. The transition to zero -emission technology will benefit the region by reducing fine particulate pollution and improving overall air quality. In turn, the fleet transition will support better public health outcomes for residents in DACs served by the selected routes. Public transit has the potential to improve social equity by providing mobility options to low-income residents lacking access to a personal vehicle and helping to meet their daily needs. In California, transit use is closely correlated with car -less households as they are five times more likely to use public transit than households with at least one vehicle.11 Although 21% of Californians in a zero -vehicle household are vehicle free by choice, 79% do not have a vehicle due to financial limitations. Many low-income people therefore rely solely on public transportation for their mobility needs.12 CCTS current fleet of fixed route and DAR CNG buses consume 74,126 Gasoline Gallons Equivalent (GGE) of fuel per year, operating for approximately 318,150 miles per year. Moving CCTS fleet to zero - emission technology will help alleviate the pollution from tailpipe emissions, which will improve the health of communities impacted by NOx and particulate matter emissions and all local communities. Access to quality transit services provides residents with a means of transportation to go to work, to attend school, to access health care services, and run errands. By purchasing new vehicles and decreasing the overall age of its fleet, CCTS is also able to improve service reliability and therefore maintain the capacity to serve low-income and disadvantaged populations. Replacing diesel vehicles with zero -emission vehicles will also benefit these populations by improving local air quality and reducing exposure to harmful emissions from diesel exhaust. 10 Reichmuth, David. 2019. Inequitable Exposure to Air Pollution from Vehicles in California. Cambridge, MA: Union of Concerned Scientists. https://www.ucsusa.org/resources/inequitable-exposure-air-pollution-vehicles-california-2019 11 Grengs, Joe; Levine, Jonathan; and Shen, Qingyun. (2013). Evaluating transportation equity: An inter -metropolitan comparison of regional accessibility and urban form. FTA Report No. 0066. For the Federal Transit Administration 12 Paul, J & Taylor, BD. 2021. Who Lives in Transit Friendly Neighborhoods? An Analysis of California Neighborhoods Over Time. Transportation Research Interdisciplinary Perspectives. 10 (2001) 100341. https://reader.elsevier.com/reader/sd/pii/52590198221000488?token=CABB49E7FF438A88A19D1137A2B1851806514EF576E9 A2D9462D3FAF1F6283574907562519709F8AD53DEC3CF95ACF27&origi nRegion=us-east-1&origi nCreation=20220216190930 Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 30 326 Map of Disadvantaged Communities served by CCTS Bus Stops • Hon DAC • DAC Bus Routes — Btue — Red — Red Saturday Disadvantaged Communities tll 52 E. 50 e1 0 8 O Outsde DAC 59 Withn DAC Rare ■ ,. Figure 10 — CCTS Disadvantaged Communities Service Map Emissions Reductions for DACs Greenhouse gasses (GHG) are the compounds primarily responsible for atmospheric warming and include carbon dioxide (CO2), methane (CH4), and nitrous oxide (N2O). The effects of greenhouse gasses are not localized to the immediate area where the emissions are produced. Regardless of their point of origin, greenhouse gasses contribute to overall global warming and climate change. Criteria pollutants include carbon monoxide (CO), nitrogen oxides (NOx), particulate matter under 10 and 2.5 microns (PM10 and PM2.5), volatile organic compounds (VOC), and sulfur oxides (S0X). These pollutants are considered harmful to human health because they are linked to cardiovascular issues, respiratory complications, or other adverse health effects.13 These compounds are also commonly responsible for acid rain and smog. Criteria pollutants cause economic, environmental, and health effects locally where they are emitted. CARB defines DACs 13 Institute of Medicine. Toward Environmental Justice: Research, Education, and Health Policy Needs. Washington, DC: National Academy Press, 1999; O'Neill MS, et al. Health, wealth, and air pollution: Advancing theory and methods. Environ Health Perspect. 2003; 111: 1861-1870; Finkelstein et al. Relation between income, air pollution and mortality: A cohort study. CMAJ. 2003; 169: 397-402; Zeka A, Zanobetti A, Schwartz J. Short term effects of particulate matter on cause specific mortality: effects of lags and modification by city characteristics. Occup Environ Med. 2006; 62: 718-725. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 31 327 in part as disadvantaged by poor air quality because polluting industries or freight routes have often been cited in these communities. The resulting decrease in air quality has led to poorer health and quality of life outcomes for residents. CCTS operational Well -to -Wheel criteria emissions are summarized in Table 5. Table 5 — Annual Vehicle Operation Pollutants by Fuel Type Overall Annual Vehicle Operation Pollutants (Ibs.) Bus Group co NOx PM10 PM2.5 voc SOx PM10 TBW PM2.5 TBW CNG 13,477.13 80.56 2.49 2.49 28.69 4.92 71.54 9.12 The transportation sector is the largest contributor to greenhouse gas emissions in the United States, accounting for more than 30% of total emissions, and within this sector, 25% of these emissions come from the medium- and heavy-duty markets, yet these markets account for less than 5% of the total number of vehicles. Electrifying these vehicles can have an outsized impact on pollution, fossil -fuel dependency, and climate change. ZEBs are four times more fuel efficient than comparable new diesel buses. Better fuel efficiency means less waste when converting the potential energy in the fuel to motive power. Less waste not only means less pollution, it results in more efficient use of natural resources. By transitioning to ZEBs from diesel buses, CCTS zero -emission fleet will produce fewer carbon emissions and fewer harmful pollutants from the vehicle tailpipes. Considering DACs experience significantly more pollution from harmful emissions, communities disadvantaged by pollution served by CCTS fleet will therefore directly benefit from the reduced tailpipe emissions of ZEBs compared to ICE buses. Estimated Ridership in DACs As shown in Figure 10, 110 (54%) of the fixed -route stops are located within DACs. By line, 55% of the Red Line stops and 53% of the Blue Line stops fall within DACs. In terms of route length, 9 miles (40%) of the Red Line and 14 miles (59%) of the Blue Line lie within DACs. In addition, much of the DAR service area provided for Seniors 60 and older; persons with disabilities; and persons certified under the Americans with Disability Act (ADA) falls within DAC zones, but specific trips may start and/or end outside of DAC-designated areas. These areas include many sites within the City of Corona and adjacent unincorporated communities of Coronita, El Cerrito, and Home Gardens, as well as several satellite locations. This includes ADA services within three-quarters of a mile of fixed -route service. Unlike fixed -route service, the DAR service does not run a set route, and so a single vehicle may provide trips both within and outside of a DAC during a single day. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 32 328 G Workforce Training CCTS Current Training Program City of Corona's transit services (CCTS) are contracted out which includes dispatching, operations, and maintenance of the vehicles and bus stops. The transit contractor is responsible for all training pertaining to the operations of CCTS. While the city may coordinate/arrange the training necessary for the operation of the service, the contractor is ultimately responsible for ensuring their staff is up-to-date based on their core responsibilities. Contractor staff includes administration (general managers and safety managers), dispatchers, drivers, and maintenance staff (maintenance manager, mechanics, and utility workers). The contractor must adapt to changes in service levels, policies and procedures, and introduction to new technologies and adopt any and all changes into its' driver training program. Operator Training The transit contractor is responsible for all training of drivers including City's service policies, passenger fares and overview of the City's fleet. The contractor is responsible for the provision of qualified training staff to conduct behind -the -wheel driver training and other training determined by the contractor or the City. Hands-on training on the bus and bus -related equipment are required to ensure safe vehicle operations. The contractor is required to provide ongoing training and prepare all drivers assigned to the City's contract in a manner that conforms to all local, state, and federal laws. Mechanics Training The mechanics assigned to the City's contract must meet the requirements for vehicle maintenance as outlined in the scope of work. They must have knowledge of the city's fleet in order to perform complete, reliable, and safe inspections and repairs. They must be able to diagnose, repair, and maintain the vehicles listed in the City's revenue vehicle fleet. The contractor must comply with regulations pertaining to licensing and operations and maintenance of vehicles as contained in the California Vehicle Code, California Administrative Code, Title 13, and The Federal Motor Carrier Safety Regulations. Dispatchers and Supervisors Training Dispatchers are required to schedule and assign drivers and vehicles in accordance with the service hours schedule and scheduled trips for each day. The dispatchers are trained to assist drivers while they are in service and monitor the performance of the scheduled trips. They are trained to handle unanticipated service demands, passenger and/or vehicle accidents, and road calls in accordance with the City's policies and procedures which are outlined in detail in the scope of work. Further, the contract requires the transit contractor to provide a Safety and Training Supervisor who is licensed and certified to conduct classroom training of all drivers as well as behind -the - wheel driver training and other trainings determined necessary by the Contractor or the City Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 33 329 CCTS ZEB Training Plan OEM Training CCTS plans to take advantage of trainings from the bus manufacturers and station suppliers, including maintenance and operations training, station operations and fueling safety, first responder training and other trainings that may be offered by the technology providers. OEM trainings provide critical information on operations and maintenance aspects specific to the equipment model procured. Additionally, many procurement contracts include train -the -trainer courses through which small numbers of agency staff are trained and subsequently train agency colleagues. This method provides a cost-efficient opportunity to provide widespread agency training on new equipment and technologies. Bus and Fueling Operations and Maintenance The transition to a zero -emission fleet will have significant effects on CCTS workforce. Meaningful investment is required to upskill maintenance staff and bus operators trained in ICE vehicle maintenance and ICE fueling infrastructure. CCTS training staff will work closely with the OEM providing vehicles to ensure all mechanics, service employees, and bus operators complete necessary training prior to deploying ZEB technology and that these staff undergo refresher training annually and as needed. CCTS staff will also be able to bring up any issues or questions they may have about their training with their trainers. Additionally, trainers will observe classes periodically to determine if any staff would benefit from further training. ZEB Training Programs Several early ZEB adopters have created learning centers for other agencies embarking on their ZEB transition journeys. One such agency is SunLine Transit Agency, which provides service to the Coachella Valley and hosts the West Coast Center of Excellence in Zero Emission Technology (CoEZET). The Center of Excellence supports transit agency adoption, zero -emission commercialization and investment in workforce training. Similarly, AC Transit offers training courses covering hybrid and zero -emission technologies through their ZEB University program. CCTS plans to take advantage of these trainings offered by experienced agencies. There are several transit agencies within and around Riverside County that have successfully begun their transition to zero -emission technology. California has at least seven heavy-duty and transit -operated fueling stations in operation and at least four more in development14. Additionally, the number of hydrogen production and distribution centers is growing to meet increased hydrogen demand as it gains popularity as a transportation fuel. At present, there are two heavy-duty, transit -operated hydrogen fueling stations in the neighboring San Bernadino and Orange counties within 40 miles of CCTS, and two planned transit -operated hydrogen fueling stations in Los Angeles County and Pomona within 30 miles of CCTS. In addition, private hydrogen fueling stations by First Element Fuels and Stratosfuel within 80 miles of Corona, CA are in development and should be commissioned before the end of the fleet transition timeline. In the region, Omintrans, a public transit agency serving the San Bernadino Valley recently received $9.3 million from the Federal Transit Administration (FTA) under the FY2022 Low -No Emission Vehicle Program to develop hydrogen refueling infrastructure and launch a workforce development program. Similarly, Sunline Transit Agency has received $7.8 million to upgrade their liquid hydrogen refueling infrastructure. Riverside Transit Agency has also received $5.2 million to procure hydrogen fuel cell buses. The presence of hydrogen fueling infrastructure projects, especially in the counties of Riverside and San Bernadino, demonstrates the feasibility of fuel cell electric 14 Hydrogen Refueling Stations in California, California Energy Commission: https://www.energy.ca.gov/data-reports/energy- almanac/zero-emission-vehicle-and-infrastructure-statistics/hydrogen-refueling Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 34 330 technology for transit in the region. These agencies can serve as a resource for CCTS to use when implementing zero -emission technology and supporting programs into their services. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 35 331 H Potential Funding Sources Available Funding Opportunities Federal CCTS is exploring federal grants through the following funding programs: Federal Transit Administration's (FTA) Urbanized Area Formula program; discretionary grant programs such as the Bus and Bus Facilities (B&BF) program, Low or No Emission Vehicle Deployment Program (Low -No), and Better Utilizing Investments to Leverage Development (BUILD) grant; and other available federal discretionary grant programs. Annual Reliable Funding • Federal Transportation Administration (FTA) o Urbanized Area Formula program o State of Good Repair Grants o Bus and Bus Facilities Formula grants Future Funding Opportunities • United States Department of Transportation (USDOT) o Better Utilizing Investments to Leverage Development (BUILD) Grants • Federal Transportation Administration (FTA) o Bus and Bus Facilities Discretionary Grant o State of Good Repair Grants o Capital Investment Grants — New Starts o Capital Investment Grants — Small Starts o Low -or No -Emission Vehicle Grant o Metropolitan & Statewide Planning and Non -Metropolitan Transportation Planning • Federal Highway Administration (FHWA) o Congestion Mitigation and Air Quality Improvement Program through SCAG o Surface Transportation Block Grant Program through SCAG o Carbon Reduction Program • Environmental Protection Agency (EPA) o Environmental Justice Collaborative Program -Solving Cooperative Agreement Program Stu e CCTS will also seek funding from state resources through grant opportunities including but not limited to Senate Bill 1 State of Good Repair (SGR), Transit and Intercity Rail Capital Program (TIRCP), Low Carbon Transit Operations Program (LCTOP) funding, the California Energy Commission's Clean Transportation Program as well as Hybrid and Zero -Emission Truck and Bus Voucher Incentive Project (HVIP) for bus purchases when available. Annual Reliable Funding • Administered by California Department of Transportation (Caltrans) o Transportation Development Act Funds • Local Transportation Funds Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 36 332 • State Transit Assistance (STA) o State of Good Repair (SB 1 funds) o Low Carbon Transit Operations Program (LCTOP) Future Funding Opportunities • California Air Resources Board (CARB) o Hybrid and Zero -Emission Truck and Bus Voucher Incentive Project (HVIP) o State Volkswagen Settlement Mitigation o Carl Moyer Memorial Air Quality Standards Attainment Program o Cap -and -Trade Funding o Low Carbon Fuel Standard (LCFS) • California Transportation Commission (CTC) o State Transportation Improvement Program (STIP) o Solution for Congested Corridor Programs (SCCP) o Local Partnership Program (LPP) • California Department of Transportation (Caltrans) o Transit and Intercity Rail Capital Program o Transportation Development Credits o New Employment Credit • California Energy Commission Local Additionally, CCTS will pursue local funding opportunities to support zero -emission bus deployment. While the aforementioned funding opportunities are mentioned by name, CCTS will not be limited to these sources and will regularly assess opportunities for fiscal support for the ZEB program. Legislation Supporting the Zero -Emission Transition Policies and regulations supporting the transition to zero -emission are proliferating as the efforts to decarbonize the transportation sector expand. CCTS is monitoring the implementation of relevant policies and legislation. With the passage of the Bipartisan Infrastructure Law and issuance of Executive Order 14008: Tackling the Climate Crisis at Home and Abroad, the federal government has set a renewed focus on zero -emission transit. Riverside County's goal to deploy zero -emission vehicles supports the federal administration's priorities of renewing transit systems, reducing Greenhouse Gas emissions from public transportation, equity, creation of good paying jobs, and connecting communities. State legislation such as the Innovative Clean Transit Regulation further supports the replacement of fossil -fuel vehicles on the roads of California. Moreover, on August 25, 2022, the CARB approved the Advanced Clean Cars II Rule, requiring all new vehicles sold in California to be zero -emission vehicles (ZEVs) by 2035. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 37 333 Start-up and Scale -up Challenges Financial Challenges Challenges can arise with any new propulsion technology, its corresponding infrastructure, or in training operators and maintenance staff. Nearly all transit agencies must contend with the cost barriers posed by zero -emission technologies. The current market cost of ZEBs is between $980,000 and $1,310,000, which is about $320,000 to $650,000 more costly than traditional CNG buses. The predicted costs of zero -emission cutaways are between $300,000 and $370,000, which is about $120,000 and $200,000 more costly than traditional ICE cutaways. Additionally, the necessary infrastructure to support these buses adds to the financial burden of transitioning to a ZEB fleet, as outlined below in Table 6, showing the cost of the transition. CCTS will seek financial support to cover the cost of their FCEBs from the resources discussed in Section H. Table 6 — Incremental Cost of ZEB Transition Incremental cost of ZEB Transition Bus Capital Expense Fueling Infrastructure Total CNG Baseline* $23M $0 $23M ZEB Incremental Costs $14M $10-13M ZEB Transition Scenario Costs $37M $10-13M $47-50M $24-27M *Represents the capital costs that would have been incurred in the absence of the ICT Regulation As seen in Table 6, the costs of required fueling infrastructure and fueling operations for ZEB technologies pose another hurdle for transit agencies transitioning to zero -emission service. Continued financial support at the local, state and federal level to offset the capital cost of this new infrastructure is imperative. For alternative fuels such as hydrogen, financial support from state and federal grant opportunities for green hydrogen supply chains and increasing economies of scale on the production side will ultimately benefit transit agencies deploying and planning for FCEBs and BEBs. CARB can support CCTS by ensuring continued funding for the incremental cost of zero -emission buses and fueling infrastructure. Funding opportunities should emphasize proper transition and deployment planning and should not preclude hiring consultants to ensure best practices and successful deployments. The price and availability of hydrogen, both renewable and not, continue to be challenges that can be allayed by legislation subsidizing and encouraging renewable fuel production. Agency Specific Challenges In March 2021, the City had undergone a restructuring and the transit division was moved from the Public Works Department to the Community Services Department under the newly created Community Assistance Division. During the reorganization, transit staffing was reduced in half, whereas the transit services are now being managed by one individual. Staff shortages create challenges in balancing increased day-to-day operations including, transit contractor oversight, budgeting, grant administration, regulatory compliance, etc. Further, staffing constraints and competing priorities will make it difficult to pursue grant opportunities, initiate capital improvement projects, and project management. Should this trend continue, staffing shortages will play a big role Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 38 334 in the timeliness of this project and the ability of the City to meet the purchasing mandate and the ICT regulation of achieving a 100% zero -emission fleet by 2040. Limitations of Current Technology Beyond cost barriers, transit agencies must also ensure that available zero -emission technologies can meet basic service requirements of the agency's duty cycles. The applicability of specific zero -emission technologies will vary widely among service areas and agencies. As such, it is critical that transit agencies in need of technical and planning support have access to these resources to avoid failed deployment efforts. Support in the form of technical consultants and experienced zero -emission transit planners will be critical to turning Rollout Plans into successful deployments and tangible emissions reductions. In addition to the uncertainty of technology improvements, there are other risks to consider in trying to estimate costs over the 18 -year transition period. Although current BEB range limitations may be improved over time as a result of advancements in battery energy capacity and more efficient components, battery degradation may re- introduce range limitations, which is a cost and performance risk to an all-BEB fleet over time. While this can be mitigated by on -route charging, there may be emergency scenarios where the buses are expected to perform off - route or atypical service. In these emergency scenarios that require use of BEBs, agencies may face challenges performing emergency response roles expected of them in support of fire and police operations. Furthermore, fleetwide energy service requirements, power redundancy, and resilience may be difficult to achieve at any given depot in an all-BEB scenario. Although FCEBs may not be subject to these same limitations, higher capital equipment costs and availability of hydrogen may constrain FCEB solutions. RCTC, CCTS, CTE and IBI Group will expand upon challenge mitigation and adaptation in the Riverside County ZEB Implementation & Financial Strategy Plan. Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 39 335 Appendix A — Approved Board Resolution Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 40 336 RESOLUTION NO. 202,3-046 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CORONA, CALIFORNIA, AUTHORIZING THE SUBMISSION OF THE ZERO -EMISSION BUS ROLLOUT PLAN TO THE CALIFORNIA AIR RESOURCES BOARD AS REQUIRED BY THE INNOVATIVE CLEAN TRANSIT REGULATION. WHEREAS, in 2018, California Air Resources Board (CARB) adopted the Innovative Clean Transit (ICT) Regulation, which requires public transit agencies to gradually transition to a 100 percent Zero -Emission Bus (ZEB) fleet with a goal for the full transition by 2040; and WHEREAS, the main provisions of the ICT regulation include the following: 1. Small transit agencies which operate less than 100 buses in annual maximum service are required to submit a Board approved ZEB Rollout Plan by June 30, 2023 2. Small transit agencies must purchase a minimum number of ZEBs during future procurements, according to the following schedule: a. Starting in calendar years 2026 through 2028, 25 percent of new bus purchases in each year must be ZEBs. b. Starting in calendar year 2029, 100 percent of all new bus purchases must be ZEBs; and WHEREAS, the City of Corona's ZEB Rollout Plan, currently being presented to the City Council for adoption, is a living document intended to guide the City's conversion to a ZEB fleet and may be updated based on changes in vehicle technology, fleet size, and operating requirements; and WHEREAS, the Rollout Plan must be approved by the City governing body through the adoption of a resolution prior to submission to CARB; and WHEREAS, per the requirements of the ICT, the Rollout Plan includes the required information in the following sections: 1. Transit Agency Information 2. Rollout Plan General Information 3. Technology Portfolio 4. Current Bus Fleet Composition and Future Bus Purchases 5. Facilities and Infrastructure Modifications 337 6. Providing Service in Disadvantaged Communities 7. Workforce Training 8. Potential Funding Sources. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORONA, CALIFORNIA, AS FOLLOWS: hereby adopts the presented ZEB Rollout Plan as a guide for the implementation of ZEB technology and approves it for submission to CARB. PASSED, APPROVED, AND ADOPTED this 7th day of June 2023. Mayor of the City of C ona, California ATTEST: 41.1a 1-to6ox-Dikic) City C1 rk of the City of Corona, California 2 338 CERTIFICATION I, Sylvia Edwards, City Clerk of the City of Corona, California, do hereby certify that the foregoing resolution was regularly introduced and adopted by the City Council of the City of Corona, California, at an adjourned regular meeting thereof held on the 7th day of June, 2023 by the following vote: AYES: CASILLAS, DADDARIO, RICH1NS, SPEAKE, STEINER NOES: NONE ABSENT: NONE ABSTAINED: NONE IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of Corona, California, this 7th day of June, 2023. [SEAL] qCity C k of the City of Corona, California rya G. 4000r-vkio 3 339 Appendix 13 Glossary Auxiliary Energy: Energy consumed (usually as a by time measure, such as "x"kW/hour) to operate all support systems for non-drivetrain demands, such as HVAC and interior lighting. Battery Electric Bus: Zero -emission bus that uses onboard battery packs to power all bus systems. Battery Nameplate Capacity: The maximum rated output of a battery under specific conditions designated by the manufacturer. Battery nameplate capacity is commonly expressed in kWh and is usually indicated on a nameplate physically attached to the battery. Block: Refers to a vehicle schedule, the daily assignment for an individual bus. One or more runs can work a block. A driver schedule is known as a "run." Charging Equipment: The equipment that encompasses all the components needed to convert, control and transfer electricity from the grid to the vehicle for the purpose of charging batteries. May include chargers, controllers, couplers, transformers, ventilation, etc. Depot Charging: Centralized BEB charging at a transit agency's garage, maintenance facility, or transit center. With depot charging, BEBs are not limited to specific routes, but must be taken out of service to charge. Energy: Quantity of work, measured in kWh for ZEBs. Energy Efficiency: Metric to evaluate the performance of ZEBs. Defined in kWh/mi for BEBs, mi/kg of hydrogen for FCEBs, or miles per diesel gallon equivalent for any bus type. Fuel Cell Electric Bus: Zero -emission bus that utilizes onboard hydrogen storage, a fuel cell system, and batteries. The fuel cell uses hydrogen to produce electricity, with the waste products of heat and water. The electricity powers the batteries, which powers the bus. Greenhouse Gas Emissions: Zero -emission buses have no harmful emissions that result from diesel combustion. Common GHGs associated with diesel combustion include carbon dioxide (CO2), carbon monoxide (CO), nitrous oxides (NOx), volatile organic compounds (VOCs), and particulate matter (PM). These emissions negatively impact air quality and contribute to climate change impacts. Hydrogen Fueling Station: The location that houses the hydrogen production (if produced onsite), storage, compression, and dispensing equipment to support fuel cell electric buses. On -route Charging: BEB charging while on the route. With proper planning, on -route charged BEBs can operate indefinitely, and one charger can charge multiple buses. Operating Range: Driving range of a vehicle using only power from its electric battery pack to travel a given driving cycle. Route Modeling: A cost-effective method to assess the operational requirements of ZEBs by estimating the energy consumption on various routes using specific bus specifications and route features. 44 340 Useful Life: FTA definition of the amount of time a transit vehicle can be expected to operate based on vehicle size and seating capacity. The useful life defined for transit buses is 12 -years. For cutaways, the useful life is 7 years. Validation Procedure: to confirm that the actual bus performance is in line with expected performance. Results of validation testing can be used to refine bus modeling parameters and to inform deployment plans. Results of validation testing are typically not grounds for acceptance or non -acceptance of a bus. Zero -Emission Vehicle: A vehicle that emits no tailpipe emissions from the onboard source of power. This is used to reference battery -electric and fuel cell electric vehicles, exclusively, in this report. Well -to -wheel Emissions: Quantity of greenhouse gas, criteria pollutants, and/or other harmful emissions that includes emissions from energy use and emissions from vehicle operation. For BEBs, well -to -wheel emissions would take into account the carbon intensity of the grid used to charge the buses. For FCEBs, well -to -wheel emissions would take into account the energy to produce, transport, and deliver the hydrogen to the vehicle Prepared by CCTS with support from the CTE, Arcadis IBI and RCTC 45 341 AITACHMENT4 cm or RJVER$IDE RIVERSIDE C]4NNECT Zero -Emission Bus Rollout Plan Prepared by Rverside Connect with support from the Center for Transportation and the Environment, Arcadis IBI Group, and the Riverside County Transportation Commission Table of Contents List of Tables 4 List of Figures 4 List of Abbreviations 5 Executive Summary 6 A Transit Agency Information 7 Riverside Connect Profile 7 History 7 Service Area and Bus Service 7 Ridership 8 Riverside Connect Basic Information 9 Fleet Facility 10 Riverside Connect Sustainability Goals 12 B Rollout Plan General Information 13 Overview of the Innovative Clean Transit Regulation 13 Riverside Connect Rollout Plan General Information 13 Additional Agency Resources 14 C Technology Portfolio 15 Zero Emission Transition Technology Selection 15 Local Developments and Regional Market 15 ZEB Transition Planning Methodology 15 Requirements Analysis & Data Collection 17 Service Assessment 17 Modeling & Procurement Assumptions 18 Results 18 Description of Zero Emission Technology Solutions Considered 19 D Current Fleet Composition and Future Vehicle Purchases 21 Fleet Assessment Methodology 21 Zero Emission Vehicle Cost Assumptions 21 Description of Riverside Connect's Current Fleet 21 Fleet 22 Routes and Blocks 22 Current Mileage and Fuel Consumption 22 Maintenance Costs 22 Zero -Emission Bus Procurement Plan and Schedule 23 Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 2 343 Additional Considerations 24 E Facilities and Infrastructure Modifications 26 Riverside Connect Facility Configuration and Depot Layout 26 Facilities Assessment Methodology 26 Infrastructure Upgrade Requirements to Support Zero -Emission Buses 26 Description of Depot -Charging Infrastructure Considered 26 Battery Electric Charging Infrastructure Summary 27 FCEB Fueling Infrastructure Summary 27 F Providing Service in Disadvantaged Communities 30 Providing Zero -Emission Service to DACs 30 Map of Disadvantaged Communities served by Riverside Connect 31 Emissions Reductions for DACs 31 Estimated Ridership in DACs 32 G Workforce Training 33 Riverside Current Training Program 33 Riverside Connect's Current Training Program 33 Operator Training 33 Mechanics Training 33 Dispatchers and Supervisors Training 33 Riverside Connect Zero Emission Vehicle Training Plan 34 OEM Training 34 Bus and Fueling Operations and Maintenance 34 ZEB Training Programs 34 H Potential Funding Sources 36 Available Funding Opportunities 36 Federal 36 State 36 Local 37 I Start-up and Scale -up Challenges 38 Financial Challenges 38 Limitations of Current Technology 38 AppendixA—Approved Board Resolution 40 Appendix B — Glossary 41 Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 3 344 List of Tables Table 1- Fleet Assessment Cost Assumption 21 Table 2 — Labor and Materials Cost Assumptions 22 Table 3 — Midlife Overhaul Cost Assumptions 23 Table 4 — Riverside Connect Vehicle Capital Investment to Transition to a 100% Zero Emission Fleet by 2040 24 Table 5 — Annual Vehicle Operation Pollutants by Fuel Type 32 Table 6 — Incremental Cost of Zero Emission Transition 38 List of Figures Figure 1 — Riverside Connect Service area Figure 2 — City of Riverside Urbanized Rural Map 10 Figure 3 — Fueling, Administrative, and Storage Facility Overview 11 Figure 4 — Dial -A -Ride Feasibility 19 Figure 5 — Projected Fleet Procurements for Zero Emission Transition 23 Figure 6 — Annual Fleet Composition, Zero Emission Transition 24 Figure 7 — Infrastructure Projects & Costs, Zero Emission Transition with Hydrogen and Electric Infrastructure 28 Figure 8 — Riverside Connect Disadvantaged Communities Service Map 31 8 Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 4 345 List of Abbreviations ADA: Americans with Disabilities Act A&E: Architecture and Engineering BEB: Battery Electric Bus CA: California CARB: California Air Resources Board CNG: Compressed Natural Gas COVID/COVID-19: Coronavirus Disease 2019 (SARS-CoV-2) CTE: Center for Transportation and the Environment DAC: Disadvantaged Community FCEB: Fuel Cell Electric Bus HVAC: Heating, Ventilation, and Air Conditioning ICE: Internal Combustion Engine ICT: Innovative Clean Transit kW: Kilowatt kWh: Kilowatt -Hour MW: Megawatt OEM: Original Equipment Manufacturer PM: Particulate Matter PPI: Producer Price Index CPI: Consumer Price Index RFP: Request for Proposals SCE: Southern California Edison (SoCal Edison) TDA: Transportation Development Act VTT: Verification of Transit Training ZEB: Zero -Emission Bus A glossary of useful terms can also be found in Appendix B - Glossary Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 5 346 Executive Summary Riverside Connect operates a paratransit service for seniors over the age of 60 and disabled residents within the City of Riverside. It is a program within the Special Transportation division of the City Riverside's Parks, Recreation and Community Services Department. Riverside Connect's service area is within the 81 square mile area within the city limits of the City of Riverside. As of July 2022, Riverside Connect's fleet included thirty-four (34) 26 -ft Compressed Natural Gas (CNG) cutaways, (2) NOR CAL VAN, TYPE V Ford Transit 350EL, all of which are allocated for paratransit service. Riverside County Transportation Commission (RCTC) awarded a contract to the Center for Transportation and the Environment (CTE) to perform a zero -emission bus (ZEB) transition study to create a plan for a 100% zero -emission fleet by 2040 on behalf of transit agencies and municipal transportation services in the cities of Banning, Beaumont, Corona and Riverside and the Palo Verde Valley Transit Agency to comply with the Innovative Clean Transit (ICT) regulation enacted by the California Air Resources Board (CARB). This report will focus on Riverside Connect's transition to zero -emission technology. Riverside Connect's Rollout Plan achieves a zero -emission fleet in line with the 2040 target of the ICT Regulation. To achieve this goal, Riverside Connect will replace all CNG cutaways with zero emission cutaways when the vehicles reach the end of their 7 -year useful life. By 2040, 17 of the agency's cutaways are expected to be battery electric cutaways that will recharge midday and 17 will be fuel cell electric cutaways. The last of the agency's CNG cutaways will reach end of life in 2033. Riverside Connect's entire on demand or "Dial -A -Ride" (DAR) paratransit fleet operates out of 8095 Lincoln Avenue, within the City of Riverside's Corporation Yard. The administrative facility includes administrative offices, a dispatch area, restrooms, and a break room. The facility also includes a parking lot for the agency's fleet, a CNG slow fill station, and a CNG Maintenance Bay. The Maintenance Bay facility has four maintenance bays for CNG vehicles, an administrative office, and multiple storage compartments for vehicle parts and equipment. Riverside Connect plans to install both charging and hydrogen fueling infrastructure at this location to support their mixed fleet. Riverside Connect's DAR service provides transportation opportunities to Disadvantaged Communities (DACs) and moving toward zero -emission vehicles will help improve the health of DACs and non-DACs alike. The agency will build upon an existing training structure for vehicle maintenance and operators to provide the necessary battery - electric cutaway and fuel cell electric cutaway specific training that will be required for the agency to own and operate battery electric and fuel cell electric cutaways. The agency estimates that pursuing a zero -emission fleet in place of a compressed natural gas (CNG) fleet will cost an additional $23M in vehicle costs and infrastructure alone between 2021 and 2040, which will require significantly more funding opportunities. Riverside Connect plans to pursue funding opportunities at the federal, state, and local levels to help fill this funding gap. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 6 347 A Transit Agency Information Riverside Connect Profile History Owned and operated by the City of Riverside, Riverside Connect is an origin -to -destination shared ride service available to senior citizens (60 years of age and older) and persons with disabilities. Documentation from a physician is required for individuals with a disability. Riverside Connect operates 362 days per year, only suspending service on Thanksgiving Day, Christmas Day and New Year's Day. Hours of operation are 8:00 a.m. — 5:30 p.m. Monday through Friday and 9:00 a.m. — 4:00 p.m. on weekends and holidays. To schedule a ride, passengers must call Riverside Connects' reservation telephone number, during the business hours of 8:00 a.m. — 5:00 p.m., Monday through Friday, and 9:00 a.m. — 3:00 p.m. on weekends and holidays. An answering machine is available before and after business hours for cancellations. Service Area and Bus Service Riverside Connect offers service within an 81 square mile area within the city limits of the City of Riverside. The city of Riverside is served by both Riverside Transit Agency (RTA) and Riverside Connect. Riverside Connect is operated by the City of Riverside, separately from the transit agency, under a Memorandum of Understanding (MOU) in order to provide solely paratransit, demand response services within the City limits. RTA provides fixed route service to the area and paratransit service outside the City limits. The current paratransit fleet consists of thirty- four (34) Glaval Bus Type C Ford E-450 CNG cutaways, and (2) NOR CAL VAN, TYPE V Ford Transit 350EL. Riverside Connect's DAR service is reserved for seniors of age 60 and older and people with disabilities, including those covered by the Americans with Disabilities Act (ADA). The DAR service may be primarily used for rides to grocery stores and medical facilities currently, however, as COVID-19 infection rates decrease, Riverside Connect anticipates that workshops, senior centers, and other programs will reopen and service will eventually return to pre-COVID levels. Riverside Connect's service map is illustrated in Figure 1. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 7 348 41% nks Win Figure 1 — Riverside Connect Service area awrnapwNeMor Sycamore Canyon .•' Sycamore Canyon Park '' Business Park • •_ • ..:./Canyon Springs • Mission Grove j orangecnst h wchJOM Pew. Aufootly Ridership Based on Riverside Connect data of total ridership from fiscal year 2021/2022, staff estimated that there were a total of 38,900 passengers throughout the year. In the 2020/2021 Fiscal Year, there were a total of 26,518 passengers. Riverside Connect anticipates that annual ridership in the 2022/2023 Fiscal Year will be 80,000 passengers, an increase of 106% over the 2021/2022 ridership. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 8 349 Riverside Connect Basic Information Transit Agency's Name: Riverside Connect Mailing Address: Riverside Connect 6927 Magnolia Ave, Riverside, CA 92506 Transit Agency's Air Districts: Riverside Connect is part of the South Coast Air Quality Management District (SCAQMD). Transit Agency's Air Basin: Mojave Desert Air Quality Management District is part of the South Coast Air Basin.1 Total number of buses in Annual Maximum Service: The maximum number of active buses operating demand response services out of the Corporation Yard is thirty- four (34). The fleet is composed of 34 26' CNG cutaways. Urbanized Area: Riverside, CA. Riverside is 81.23 square miles of land area with 3,878 people per square mile living within that area. z Population of Urbanized Area: 317,261 residents.2 1 https://www.rcrcd.org/south-coast-air-quality-management-district-scagmd 2 https://www.census.gov/quickfacts/fact/table/riversidecitycalifornia/RHI525221 Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 9 350 •a Loma eGar Medley Riverside -San Bernardino, CA 75340 `-v."--i• E!Sabraate • •y , Riverside .I f. Woodcrest r- Figure 2 — City of Riverside Urbanized Rural Map3a Contact Information for Inquiries on the Riverside Connect ICT Rollout Plan: Ron Profeta, Transit Manager, City of Riverside 3900 Main St, Riverside, CA 92522 Tel: (951)-826-2000 RProfeta@riversideca.gov Is your transit agency part of a Joint Group? No March ARB Fleet Facility Riverside Connect's entire DAR paratransit fleet operates out of 8095 Lincoln Avenue, within the City of Riverside's Corporation Yard. The administrative facility includes administrative offices, a dispatch area, restrooms, and a break room. The facility also includes a parking lot for the agency's fleet, a CNG slow fill station, and a CNG Maintenance Bay. The Maintenance Bay facility has four maintenance bays for CNG vehicles, an administrative office, and multiple storage compartments for vehicle parts and equipment. A map of the Corporation Yard is shown in Figure 3. These facilities offer a starting point for the consideration of viable locations for zero -emission fueling infrastructure, chargers and/or a hydrogen fueling station. 3https://www2.census.gov/geo/maps/dclomap/UAUC RefMap/ua/ua75340 riverside-- san bernardino ca/DC10UA75340 000.pdf 4 Solid Green lines represent the boundaries of the urbanized area Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 10 351 Public CNG Station Figure 3 — Fueling, Administrative, and Storage Facility Overview Refuels 7.. Corporation Yard CNG/Mechanical Repair Shop Riverside Connect Administrative Facility Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 11 352 Riverside Connect Sustainability Goals Per their City Strategic Plan, Envision Riverside 20255 The City of Riverside has dedicated themselves to the strategic priorities of "Environmental Stewardship" and "Infrastructure, Mobility & Connectivity." The City of Riverside defines Environmental Stewardship as "Champion[ing] proactive and equitable climate solutions based in science to ensure clean air, safe water, a vibrant natural world, and a resilient green new economy for current and future generations." To this end, relevant goals that they are working to fulfill are "rapidly decrease[ing] Riverside's carbon footprint by acting urgently to reach a zero carbon electric grid with the goal of reaching 100% renewable energy production by 2040 while continuing to ensure safe, reliable and affordable energy for all residents," "implement[ing] proactive policies and inclusive decision -making processes to deliver environmental justice and ensure that all residents breath healthy and clean air with the goal of having zero days of unhealthy air quality per the CalEnviroScreen by 2030," and "implement[ing] the requisite measures to achieve citywide carbon neutrality no later than 2040." The City's goals within their Strategic Priority of Infrastructure, Mobility & Connectivity are to "provide, expand and ensure equitable access to sustainable modes of transportation that connect people to opportunities such as employment, education, healthcare, and community amenities," "maintain, protect and improve assets and infrastructure within the City's built environment to ensure and enhance reliability, resiliency, sustainability, and facilitate connectivity," "Identify and pursue new and unique funding opportunities to develop, operate, maintain, and renew infrastructure and programs that meet the community's needs," and "Incorporate Smart City strategies into the planning and development of local infrastructure projects." Riverside Connect has developed a plan to transition to a fully zero emission vehicle (ZEV) fleet composed of battery electric and fuel cell electric cutaways by 2040, in accordance with the Innovative Clean Transit (ICT) regulation, requiring all California transit agencies to follow zero -emission procurement guidelines with the goal of achieving 100% zero -emission fleets by 2040. Riverside Connect has committed to purchasing zero emission cutaways, demonstrating the agency's commitment to reducing emissions. Riverside Connect's transition to a fully zero emission fleet will ultimately benefit communities through cleaner air, greater independence from fossil fuels, and more environmental sustainability. 5 https://www.riversideca.gov/sites/default/files/City%20Strategic%20PIan_Digital_2021_Spreads.pdf Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 353 12 6 Rollout Plan General Information Overview of the Innovative Clean Transit Regulation On December 14, 2018, CARB enacted the Innovative Clean Transit (ICT) regulation, setting a goal for California public transit agencies to have zero -emission bus fleets by 2040. The regulation specifies the percentage of new bus procurements that must be zero -emission buses for each year of the transition period (2023-2040). The annual percentages for Small Transit agencies are as follows: ICT Zero -Emission Bus Purchase Requirements for Small Agencies: January 1, 2026 - 25% of all new bus purchases must be zero -emission January 1, 2027 - 25% of all new bus purchases must be zero -emission January 1, 2028 - 25% of all new bus purchases must be zero -emission January 1, 2029+ - 100% of all new bus purchases must be zero -emission March 2021 -March 2050 — Annual compliance report due to CARB This purchasing schedule guides agency procurements to realize the goal of zero -emission fleets in 2040 while avoiding any early retirement of vehicles that have not reached the end of their 12 -year useful life. Agencies have the opportunity to request waivers that allow purchase deferrals in the event of economic hardship or if zero - emission technology cannot meet the service requirements of a given route. These concessions recognize that zero -emission technologies may cost more than current internal combustion engine (ICE) technologies on a vehicle lifecycle basis and that zero -emission technology may not currently be able to meet all service requirements. Riverside Connect Rollout Plan General Information Rollout Plan's Approval Date: June 20, 2023 Resolution No: 24002 Contact for Rollout Plan follow-up questions: Ron Profeta, Transit Manager, City of Riverside 3900 Main St, Riverside, CA 92522 Tel: (951)-826-2000 RProfeta@riversideca.gov Who created the Rollout Plan? This Rollout Plan was created by Riverside Connect, with assistance from the Center for Transportation and the Environment (CTE) and the Riverside County Transportation Commission (RCTC). Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 13 354 This document, the ICT Rollout Plan, contains the information for Riverside Connect's zero -emission fleet transition trajectory as requested by the ICT Regulation. It is intended to outline the high-level plan for implementing the transition. The Rollout Plan provides estimated timelines based on information on bus purchases, infrastructure upgrades, workforce training, and other developments and expenses that were available at the time of writing. Additional Agency Resources Riverside Connect agency website: https://riversideca.gov/park_rec/programs-sports/seniors/special- transportation-division Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 14 355 C Technology Portfolio Zero Emission Transition Technology Selection Based on outcomes of the zero -emission fleet transition planning study completed by CTE, Riverside Connect plans to transition its fleet to a mix of battery electric and fuel cell electric cutaways. By 2040, Riverside Connect expects to operate a fully zero -emission fleet of 34 cutaways. A mixed technology zero -emission fleet scenario provides more service energy while avoiding as much opportunity charging and mitigating the higher fuel cost of a fuel cell electric -only fleet. A mixed technology zero -emission fleet also offers resilience by allowing service to continue should either fuel (electricity or hydrogen) become temporarily unavailable. This plan summarizes the charging and hydrogen infrastructure costs needed to support a fleet of 17 battery electric cutaways and 17 fuel cell electric cutaways. Local Developments and Regional Market California has become a global leader for zero -emission buses, as well as the zero -emission fuel and fueling infrastructure required to support these vehicles. California is home to four bus OEMs that manufacture zero - emission buses. Although three of these OEMs do not currently build FCEBs, growing demand for this vehicle technology may encourage these manufacturers to enter the market. The state legislature has fostered growth in zero -emission fuels through the state's Low -Carbon Fuel Standard (LCFS) program, which incentivizes the consumption of fuels with a lower carbon intensity than traditional combustion fuels and through funding opportunities offered by CARB and CEC. The state's electrical utility companies have also supported the transition to ZEB technology by offering incentive programs for heavy duty EV charging infrastructure and service upgrades. California BEB deployments represent 37% of the nation's BEB deployments. 6 California also has one of the most mature hydrogen fueling networks in the nation. The state's hydrogen market has developed to support the growing number of fuel cell electric vehicles on the roads in the state. California has four medium -and -heavy-duty fueling stations in operation and four more in development. Additionally, the number of hydrogen production and distribution centers is growing to meet increased hydrogen demand as it gains popularity as a transportation fuel. California fuel cell electric bus (FCEB) deployments represent 75% of the nation's FCEB deployments.6 ZEB Transition Planning Methodology Riverside Connect's ICT Rollout Plan was created in combination with Riverside Connect's Existing Conditions Report and the Riverside County ZEB Financial Strategy Plan, utilizing CTE's ZEB Transition Planning Methodology. CTE's methodology consists of a series of assessments that enable transit agencies to understand what resources and decisions are necessary to convert their fleets to zero -emission technologies. The results of the assessments 6 CALSTART. 2021. THE ADVANCED TECHNOLOGY TRANSIT BUS INDEX: A NORTH AMERICAN ZEB INVENTORY REPORT. https://calstart.org/wp-content/u ploads/2022/01/2021-ZIO-ZEB-Final-Report_1.3.21.pdf Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 15 356 help the agency decide on a step-by-step process to achieve its transition goals. These assessments consist of data collection, analysis, and modeling outcome reporting stages. These stages are sequential and build upon findings in previous steps. The assessment steps specific to Riverside Connect's Rollout Plan are outlined below: 1. Planning and Initiation 2. Requirements Analysis & Data Collection 3. Service Assessment 4. Fleet Assessment 5. Fuel Assessment 6. Maintenance Assessment 7. Facilities Assessment 8. Total Cost of Ownership Assessment 9. Policy Assessment 10. Partnership Assessment For Requirements Analysis & Data Collection, CTE collects data on the agency's fleet, routes and blocks, operational data (e.g., mileage and fuel consumption), and maintenance costs. Using this data, CTE establishes service requirements to constrain the analyses in later assessments and produce agency -specific outputs for the zero -emission fleet transition plan. The Service Assessment phase initiates the technical analysis phase of the study. Using information collected in the Data Collection phase, CTE evaluates the feasibility of using zero -emission buses to provide service to the agency's routes and blocks over the transition plan timeframe from 2022 to 2040. Results from the Service Assessment are used to guide zero emissions vehicle procurement plans in the Fleet Assessment and to determine energy requirements in the Fuel Assessment. The Fleet Assessment projects a timeline for the replacement of existing buses with zero emission vehicles that is consistent with Riverside Connect's existing fleet replacement plan and known procurements. This assessment also includes a projection of fleet capital costs over the transition timeline and is optimized to meet state mandates or agency goals, such as minimizing costs or maximizing service levels. The Fuel Assessment merges the results of the Service Assessment and Fleet Assessment to determine annual fuel requirements and associated costs. The Fuel Assessment calculates energy costs through the full transition timeline for each fleet scenario, including the agency's existing ICE vehicles. To more accurately estimate battery electric cutaway charging costs, a focused Charging Analysis is performed to simulate daily system -wide energy use. As older technologies are phased out in later years of the transition, the Fuel Assessment calculates the changing fuel requirements as the fleet transitions to zero emission vehicles. The Fuel Assessment also provides a total fuel cost over the transition timeline. The Maintenance Assessment calculates all projected fleet maintenance costs over the transition timeline. Maintenance costs are calculated for each fleet scenario and include costs of maintaining existing fossil -fuel cutaways that remain in the fleet and maintenance costs of new battery electric cutaways and fuel cell electric cutaways. The Facilities Assessment determines the infrastructure necessary to support the projected zero -emission fleet composition over the transition period based on results from the Fleet Assessment and Fuel Assessment. This assessment evaluates the required quantities of charging infrastructure and/or hydrogen fueling station projects and calculates the costs of infrastructure procurement and installation sequenced over the transition timeline. The Total Cost of Ownership Assessment compiles results from the previous assessment stages to provide a comprehensive view of all fleet transition costs, organized by scenario, over the transition timeline. The Policy Assessment considers the policies and legislation that impact the relevant technologies. The Partnership Assessment describes the partnership of the agency with the utility or alternative fuel provider. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 16 357 Requirements Analysis & Data Collection The Requirements Analysis and Data Collection stage begins by compiling operational data from Riverside Connect regarding its current fleet and operations and establishing service requirements to constrain the analyses in later assessments. CTE requested data such as fleet composition, fuel consumption and cost, maintenance costs, and annual mileage to use as the basis for analyses. Riverside Connect self -assigned topography and speed characteristics to each service day, which were utilized to better define efficiencies. The calculated efficiencies were then used in the Service Assessment to determine the energy requirements of Riverside Connect's service. CTE evaluated battery electric and fuel cell electric vehicles to support Riverside Connect's technology selection. After collecting route and operational data, CTE determined that Riverside Connect's longest day in service is 122 miles and the average distance is 105 miles. Based on observed performance, CTE estimates FCEBs are able to complete any block under 350 total miles. Although there are currently no fuel cell electric cutaways on the market, CTE assumed that when fuel cell electric cutaways enter the market, they will perform similarly to FCEBs, and therefore Riverside Connect's service will likely be feasible with fuel cell cutaways. Although fuel cell cutaways were determined to have the capability of serving all of Riverside Connect's routes, Riverside Connect was interested in exploring battery electric and fuel cell electric cutaway service scenarios, so it was necessary to determine how much of Riverside Connect's service could feasibly be served by depot -only charged battery electric cutaways on a single charge and with midday charging in order to develop a set of zero emission transition scenarios that would allow the agency to make an informed decision on what technology or technologies would be most suitable to the agency's needs. The energy efficiency and range of battery electric cutaways are primarily driven by vehicle specifications, such as on -board energy storage capacity and vehicle weight. Both metrics are affected by environmental and operating variables including the route profile (e.g., distance, dwell time, acceleration, sustained top speed over distance, average speed, and traffic conditions), topography (e.g., grades), climate (e.g., temperature), driver behavior, and operational conditions such as passenger loads and auxiliary loads. As such, BEB efficiency and range can vary dramatically from one agency to another or even from one service day to another. It was therefore critical for Riverside Connect to determine efficiency and range estimates based on an accurate representation of its operating conditions. To understand battery electric cutaway performance on Riverside Connect routes, CTE modeled the impact of variations in passenger load, accessory load, and battery degradation on vehicle performance, fuel efficiency, and range. CTE ran models with different energy demands that represented nominal and strenuous conditions. Nominal loading conditions assume average passenger loads and moderate temperature over the course of the day, which places low demands on the motor and heating, ventilation, and air conditioning (HVAC) system. Strenuous loading conditions assume high or maximum passenger loading and near maximum output of the HVAC system. This nominal/strenuous approach offers a range of operating efficiencies to use for estimating average annual energy use (nominal) or ensuring that a vehicle will be able to meet service demands (strenuous). Route modeling ultimately provides an average energy use per mile (kilowatt-hour/mile [kWh/mi]) for each load case. In addition to loading conditions, CTE modeled the impact of battery degradation on a battery electric cutaway's ability to complete a block. The range of a battery electric cutaway is reduced over time due to battery degradation. A battery electric cutaway may be able to complete a given trip with beginning -of -life batteries, while later it may be unable to complete the entire trip at some point in the future as batteries near their end -of -life or derated capacity (typically considered 70-80% of available service energy). Service Assessment Given the conclusion that fuel cell electric cutaways can meet the range requirements for Riverside Connect's service, the Service Assessment focused on evaluating the feasibility of battery electric cutaways in Riverside Connect's service area. The efficiencies calculated in the Requirements Analysis & Data Collection stage were used to estimate the energy requirements of Riverside Connect's service. The main focus of the Service Assessment is called the block analysis, which determines whether generic battery electric technology can meet the service requirements of a block based on range limitations, weather conditions, levels of battery degradation and route Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 17 358 specific requirements. The Transit Research Board's Transit Cooperative Research Program defines a block as "the work assignment for only a single vehicle for a single service workday".7 In Riverside Connect's case, because they operate DAR paratransit service only, a block refers to the mileage performed by each vehicle across a series of unique trips throughout its service day. The energy needed to complete a block is compared to the available energy of the cutaway assigned to service the block. If the cutaway's usable onboard energy exceeds the energy required by the block, then the conclusion is that the battery electric cutaway can successfully complete that block on a single charge. The Service Assessment projects the performance of a battery electric cutaway on a single overnight charge and operates on Riverside Connect's service schedule at the time of the plan's writing. The results are used to determine when along the transition timeline a fleet of overnight depot -charged battery electric cutaways can feasibly serve Riverside Connect's territory or if another zero -emission technology or midday charging is required to maintain service. This information can then be used to inform the scale and timing of battery electric cutaway procurements in the Fleet Assessment. Modeling & Procurement Assumptions CTE and Riverside Connect defined the following assumptions and requirements used throughout the study: The Service Assessment energy profile assumed a 5% improvement in battery capacity every year with a starting battery capacity of 120 kWh for a 25' cutaway which represents an analogous zero emission cutaway suitable for Riverside Connect's transit vehicles and is an average of battery capacities seen in commercially -available cutaways of the same size and passenger capacity in 2022. This analysis also assumed Riverside Connect will maintain their service in a similar distribution of distance, relative speeds, and elevation changes to pre-COVID-19 service because their cutaways will continue to serve similar locations within the service area and general topography remains constant even if specific routes and schedules change. Fleet size and vehicle length distribution do not change over time. The analysis assumed that vehicles reaching the end of their useful life would be replaced with vehicles of the same size. Total fleet size remains the same over the transition period. Cutaways are assumed to operate for a 7 -year service life. Usable on -board energy is assumed to be that of a mid-life battery (10% degraded) with a reserve at both the high and low end of the battery's charge potential. As previously discussed, battery age affects range, so a mid-life battery was assumed as the average capacity of the battery's service life. Charging batteries to 100% or dropping the charge below 10% also degrades the batteries over time, which is why the analysis assumes that the top and bottom portions of the battery are unusable. CTE accounts for battery degradation over the transition period with the assumption that Riverside Connect can rotate the cutaways to match battery capacity to block energy requirements. As the zero -emission fleet transition progresses, older vehicles can be moved to shorter, less demanding blocks and newer vehicles can be assigned to longer, more demanding blocks to account for battery degradation in battery electric cutaways over time. Riverside Connect can rotate the fleet to meet demand, assuming there is a steady procurement of battery electric cutaways each year to match service requirements. CTE accounts for this variability in battery age by using a mid- life usable battery capacity to determine block feasibility. Results The Service Assessment determines the timeline for when Riverside Connect's service may become achievable by battery electric cutaways on a single depot charge. After determining what proportion of Riverside Connect's service could be completed by battery electric cutaways on a single charge, CTE was also able to determine the 7TRB's Transit Cooperative Research Program. 2014. TCRP Report 30: Transit Scheduling: Basic and Advanced Manuals (Part B). https://onlinepu bs.trb.org/on linepu bs/tcrp/tcrp_rpt_30-b.pdf Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 18 359 proportion of service that would require midday charged battery electric cutaways or longer range fuel cell electric cutaways in order to reach 100% ZEB service. Riverside Connect and CTE can then use these results to inform zero emission cutaway procurement decisions in the Fleet Assessment. Results from this analysis are also used to determine the specific energy requirements and fuel consumption of the fleet over time. These values are then used in the Fuel Assessment to estimate the cost to operate the transitioning fleet. These projections assume the average service days will maintain a similar distribution to current service because Riverside Connect will continue to serve similar destinations within the city. This core assumption affects energy use estimates and service achievability in each year. The results of Riverside Connect's Service Assessment for Dial -a -Ride service on a single charge can be found below in Figure 4. Based on CTE's analysis, Riverside Connect's average service day does not become feasible for a depot charged battery -electric cutaway on a single charge by 2040, which means that battery -electric cutaways would require some form of opportunity charging throughout the day to complete their service. Dial -a -Ride Feasibility 140 120 100 180 a, 60 40 20 0 122 — 122 104.8 — — --- 104.8 78 99 2022 2030 2040 Electric cutaway range feasibility Riverside Connect Avg. Miles/Day — • Riverside Connect Max. Miles/Day Figure 4 — Dial -A -Ride Feasibility Pantograph and inductive charging have not yet been demonstrated on the market for electric cutaways, so this option was not considered. Demand response service is run sporadically throughout the day, with vehicles typically returning to the depot after completing their assignments. Based on this service pattern, it was assumed that battery -electric cutaways could be charged throughout the day when they return to the depot which would allow them to complete all of Riverside Connect's service. Also, as noted previously, fuel cell cutaways are assumed to be able to complete any trip under 350 total miles and Riverside Connect's longest service day is 122 miles long, which means that fuel cell technology will have the capability to meet Riverside Connect's service requirements. Therefore, battery electric cutaways with opportunity charging at the depot and fuel cell electric cutaways are viable options for Riverside Connect. Description of Zero Emission Technology Solutions Considered For this study, CTE developed 3 scenarios to compare to a baseline scenario and analyze the feasibility and cost effectiveness of implementing each technology as well as the co -implementation of both technologies. A baseline scenario was also developed to represent the typical "business -as -usual" case with retention of ICE cutaways for cost comparison purposes. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 19 360 The scenarios are referred to by the following titles and described, in detail, below: 0. Baseline (current technology) 1. Battery Electric Cutaways Only 2. Mixed Fleet — Fuel Cell and Battery Electric Cutaways 3. Fuel Cell Cutaways Only In the Battery Electric Fleet Transition, battery electric cutaways are to replace CNG vehicles as they reach end of life according to the purchasing requirements in the ICT Regulation. As previously noted, battery electric cutaways are not capable of meeting Riverside Connect's daily service requirements on a single charge, so midday opportunity charging is utilized on DAR service to sustain energy on -board. Based on CTE's modeling, all of Riverside Connect's service is fully achievable using opportunity -charged battery electric technology by 2040. In the Mixed Fleet Transition, fuel cell cutaways and battery electric cutaways are purchased in equal numbers to make up a fully zero emission fleet. The costs for infrastructure and installation of two different charging and fueling infrastructures are taken into account. Fuel cell vehicles and hydrogen fuel, however, are more expensive than battery electric vehicles and electricity, so this scenario allows Riverside Connect to use the less expensive battery technology where possible and supplement service with fuel cell vehicles as needed, particularly in cases where the vehicle may not be able to return to the depot to charge midday, and support resilience and redundancy adaptation measures. Finally, the Fuel CeII Fleet Transition was developed to examine the costs for hydrogen fueling and transitioning to a 100% fuel cell cutaway fleet. A fully fuel cell fleet avoids the need to install two types of fueling infrastructure by eliminating the need for depot charging equipment. Fleets composed entirely of fuel cell electric cutaways also offer the benefit of scalability compared to battery electric technologies. Adding fuel cell vehicles to a fleet after the initial facility build out does not necessitate large complementary infrastructure upgrades as long as the fueling station was appropriately sized for the fleet. Despite this benefit, the cost of fuel cell cutaways and hydrogen fuel are still more expensive than battery electric cutaways and electricity at current market prices. When considering the various scenarios, this study can be used to develop an understanding of the range of costs that may be expected for Riverside Connect's zero emission transition, but ultimately, can only provide an estimate. Furthermore, this study aims to provide an overview of the myriad considerations the agency must take into account in selecting a transition scenario that go beyond cost, such as space requirements, safety implications, and operational changes that may differ between scenarios. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and ROTC 20 361 D Current Fleet Composition and Future Vehicle Purchases Fleet Assessment Methodology The Fleet Assessment projects a timeline for the replacement of existing cutaways with zero emission cutaways. The timeline is consistent with Riverside Connect's fleet replacement plan that is based on the 7 -year service life of truck -style cutaways. This assessment also includes a projection of fleet capital costs over the transition timeline. Zero Emission Vehicle Cost Assumptions CTE and Riverside Connect developed cost assumptions for future cutaway purchases. Key assumptions for cutaway costs for the Riverside Connect Transition Plan are as follows: • CNG vehicle prices were provided by Riverside Connect and are inclusive of costs for configurable options and taxes. • Capital vehicle costs are derived from the 2022 California, Washington and New Mexico State Contracts plus the annual PPI (2%) and tax (8.75%). Fuel Cell Cutaway pricing is a price estimation due to lack of market information. • Costs for retrofits or bus conversions are not included. Procurements assume new vehicle costs. Table 1- Fleet Assessment Cost Assumption Length Cutaway $157,537 Fuel Type Fuel Cell $300,955 $376,153* *Bus size not currently available for this technology Description of Riverside Connect's Current Fleet Riverside Connect's current service and fleet composition provide the baseline for evaluating the costs of transitioning to a zero -emission fleet. Riverside Connect staff provided the following key data on current service: • Fleet composition by powertrain and fuel • Daily paratransit service • Mileage and fuel consumption • Maintenance costs Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 21 362 Fleet As of 2022, the Riverside Connect fleet includes 34 CNG 26' cutaways used for DAR paratransit service. Transit services, including operations, maintenance, and fueling, operate out of one depot in Riverside, CA. Routes and Blocks Riverside Connect's 2022 service exclusively consists of Dial -a -Ride paratransit service. Daily distances range from 82 miles to 122 miles. Vehicles pull out as early as 6:35 AM and return as late as 5:25 PM. Riverside Connect service runs within the boundaries of the City of Riverside. Current Mileage and Fuel Consumption Annual mileage of the fleet: 887,698 miles Riverside Connect's ZEB Transition Plan assumes that the amount of service miles will remain the same. Annual fuel consumption: 130,544 GGE of CNG Fleet average efficiency: 6.8 miles per GGE Riverside Connect current fuel expense: $205,000 per year Average fuel costs: $1.57 per GGE of CNG Maintenance Costs Average maintenance costs per mile by vehicle type are estimated in Table 2. Vehicles also do not undergo any midlife overhauls due to their short usable life period as summarized in Table 3. These costs were utilized to project transition maintenance costs. Table 2 — Labor and Materials Cost Assumptions Vehicle Type CNG Cutaway Estimate (Per Mile) Battery Electric Cutaway Fuel Cell Electric Cutaway $ 0.35 $0.32 $0.51 Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 363 22 Table 3 — Midlife Overhaul Cost Assumptions Vehicle Type CNG Cutaway Battery Electric Cutaway Fuel Cell Electric Cutaway Overhaul (FC/Transmission) Cost Per vehicle life $0 $o Battery Warranty Cost Per vehicle life $0 Zero -Emission Bus Procurement Plan and Schedule Riverside Connect will provide demand response service with a fleet of seventeen (17) depot -charged and opportunity -charged battery electric cutaways and seventeen (17) fuel cell cutaways. This technology combination will be sufficient for meeting the agency's service demands. Riverside Connect's fleet transition strategy is to replace each compressed natural gas (CNG) cutaway as they reach the ends of their service lives with battery electric cutaways until 2029, and a mix of battery electric and fuel cell cutaways beginning in 2030. Figure 5 below provides the number of each vehicle type that will be purchased each year through 2040 with this replacement strategy and the total cost of that procurement. 4 0 $0.6M$0.7M 4 2 A S 6 > 9 9 O ' A S 6 > 8 9 O $2.2M $1.9M 7 7 Riverside Connect Mixed Fleet Procurement Cost $4.6M $1.6M $4.1 M $3.7M $1.9M $4.7M Year Figure 5 — Projected Fleet Procurements for Zero Emission Transition Fuel Cell Electric CNG Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 364 23 Figure 6 demonstrates the annual composition of Riverside Connect's fleet through 2040. By 2034, Riverside Connect's fleet will consist entirely of battery electric and fuel cell cutaways. The fleet will remain the same size throughout the transition period. Riverside Connect Mixed Fleet Composition 35 30 25 20 15 10 5 0 p 10 10 1 1 1 17 ,o To ,o �o �o �o �o �o �o To �o 'o 'o To To To To To c� 2s 2Q 2S. c.6 2j 2p 29 00 sj s2 ss Ov Os s6 "> .18 0.0 4b Year Figure 6 — Annual Fleet Composition, Zero Emission Transition ■ Fuel Cell Electric CNG As seen in Table 4 the capital investment required for purchasing zero -emission cutaways is significantly higher than for CNG cutaways. This highlights the importance of staying vigilant in the search for funding opportunities to help fill this gap. Table 4 — Riverside Connect Vehicle Capital Investment to Transition to a 100% Zero Emission Fleet by 2040 CNG Baseline* Zero Emission Incremental Costs Total Investment Vehicle Capital Costs $19M $12M *Represents the capital costs that would have been incurred in the absence of the ICT Regulation Additional Considerations $31M When purchasing zero emission vehicles, the process may differ slightly from the process Riverside Connect currently uses to purchase vehicles. First, when contracting with zero emission vehicle manufacturers, Riverside Connect should ensure expectations are clear between the OEM and the agency. As with CNG purchases the agreement should be clear regarding the vehicle's configurations, technical capabilities, build and acceptance process, production timing with infrastructure, warranties, training, and other contract requirements. Additionally, Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 24 365 by developing and negotiating specification language collaboratively with the vendor(s), Riverside Connect can work with the vendor(s) to customize the cutaway to their needs as much as is appropriate, help advance the industry based on agency requirements and recommended advancements, ensure the acceptance and payment process is fully clarified ahead of time, fully document the planned capabilities of the cutaway to ensure accountability, and generally preempt any unmet expectations. Special attention should be given in defining the technical capabilities of the vehicle, since defining these for zero emission vehicles may differ from ICE vehicles. When developing RFPs and contracting for zero emission vehicle procurements, Riverside Connect should specify the source of funding for the vehicle purchases to ensure grant compliance, outline data access requirements, define the price and payment terms, establish a delivery timeline, and outline acceptance and performance requirements. Riverside Connect should test the vehicles upon delivery for expected performance in range, acceleration, gradeability, highway performance, and maneuverability. Any such performance requirements must be included in the technical specification portion of the RFP and contract to be binding for the OEM. Defining technical specifications for zero emission vehicles will also differ slightly from their current CNG vehicles since they will need to include requirements for hydrogen fuel cell and battery performance. It is also recommended that Riverside Connect purchase an extended battery warranty for the vehicles, which should be specified in the RFP and contract. Fuel cell procurement will also differ from ICE procurements since there are fewer OEMs presently manufacturing fuel cell buses and no OEMs presently manufacturing fuel cell cutaways, although this is expected to change with increasing demand. Riverside Connect will also be able to apply for additional funding for these vehicles through zero -emission vehicle specific funding opportunities, which are discussed further in which are discussed further in Section H: Potential Funding Sources. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 25 366 E Facilities and Infrastructure Modifications Riverside Connect Facility Configuration and Depot Layout Depot Address: 8095 Lincoln Avenue, Riverside, CA 92504 Electric Utility: Riverside Public Utilities Located in a NOx Exempt Area? No Bus Parking Capacity: 34+ Current Vehicle Types Supported: Riverside Connect's depot currently supports fueling and maintenance of CNG cutaways. Propulsion Types That Will be Supported at Completion of ZEB Transition: Battery electric and hydrogen fuel cell electric propulsion Facilities Assessment Methodology Mixed fleet battery electric and fuel cell deployments such as Riverside Connect's require installation of charging stations and improvements to existing electrical infrastructure as well as hydrogen fueling infrastructure. Fuel cell deployments require installation of a fueling station and may require improvements such as upgrades to the switchgear or utility service connections. Planning and design work, including development of detailed electrical and construction drawings required for permitting, is also necessary once specific charging equipment has been selected. Building off of the fleet procurement schedule that was outlined in the Fleet Assessment, CTE then uses industry average pricing to develop infrastructure scenarios that estimate the cost of building out the infrastructure necessary to support a full fleet transition to zero emission vehicles. This plan assumes that infrastructure projects will be completed prior to each cutaway delivery. To project the costs of fueling infrastructure, CTE used industry pricing observed in active projects and an infrastructure build timeline based on the procurement timeline. This plan assumes that infrastructure projects will be completed prior to each vehicle delivery. These projects are described in detail below. Infrastructure Upgrade Requirements to Support Zero -Emission Buses Description of Depot -Charging Infrastructure Considered With Riverside Connect's mixed technology fleet, charging infrastructure is required to service a total of 17 battery electric cutaways along with hydrogen fueling infrastructure for 17 fuel cell cutaways to support a completely zero - emission fleet by 2040. Because there are separate costs associated with each type of zero emission technology, Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 26 367 the facilities assessment for this scenario is broken down by each fuel type. The total cost for mixed fleet fueling infrastructure is approximately $7.5 M. Battery Electric Charging Infrastructure Summary In order to support the battery electric portion of the fleet, Riverside Connect will need to work with a contractor to conduct detailed infrastructure planning, purchase chargers and dispensers, and add service capacity to their site. The estimated infrastructure costs for these technology & infrastructure expenses are as follows: • INFRASTRUCTURE PLANNING. Building charging infrastructure requires planning at the depot. This assessment assumes that a planning project costs $200,000 and occurs only once per depot. The total cost of planning projects for Riverside Connect's single depot is estimated at $200,000. • DISPENSERS AND CHARGERS. Riverside Connect's battery electric charging depot will consist of nine chargers with two dispensers per charger. Prices are estimated at $170,000 for a 150kW charger with two dispensers. • ELECTRIC SERVICE UPGRADE. Riverside Connect requires an estimated 2 MW of additional electricity capacity by 2040 to accommodate charging for 17 battery electric cutaways. To meet the growing demand for electricity, the depot will need to upgrade its system to at least 2 MW of capacity by 2027. This is estimated to cost around $300,00 over the transition period. • CHARGER MAINTENANCE. Riverside Connect's chargers are estimated to require annual maintenance with an estimated cost of $3,000 per year. • INFLATION FACTOR. 5.4% inflation is added on all planning, procurement, and construction costs per the CPI. 3% inflation is added on all maintenance costs per industry standard inflation assumptions. All costs listed above are in 2022 dollars, projects occurring after 2022 are inflated per the inflation factor. The cost of battery electric infrastructure is approximately $3M over the transition period. FCEB Fueling Infrastructure Summary In addition to battery electric charging, hydrogen fueling is required to support the Mixed Fleet. Like battery electric infrastructure, a fuel cell infrastructure deployment will also require hiring an infrastructure planning contractor. A storage capacity project, a fueling infrastructure capital project will also be necessary to allow Riverside Connect to fuel their hydrogen fuel cell vehicles on site. Infrastructure is assumed to be built out in one project that will conclude prior to the first fuel cell cutaway deployment in 2030. The estimated infrastructure costs for these technology & infrastructure expenses are as follows: • INFRASTRUCTURE PLANNING. Building hydrogen infrastructure requires planning at the depot. This assessment assumes that a planning project costs $200,000 and occurs only once per depot. The total cost of planning projects for Riverside Connect's single depot will be approximately $200,000. • MAINTENANCE BAY UPGRADES. Riverside Connect requires four upgrades to their maintenance bays. Each maintenance bay upgrade from CNG to Hydrogen is expected to cost $14,000. The total cost for the four maintenance bays is estimated to be $56,000. • HYDROGEN FUELING INFRASTRUCTURE. Riverside Connect's fueling solutions were decided based on fuel consumption needs and approximately right -sized. Hydrogen infrastructure maintenance and operations are covered in the price of fuel in the fuel assessment. Cooperation with the adjacently located public hydrogen station located at 3044 St Lawrence St could decrease construction costs due to economies of scale. This project price is based on partnership and expansion of existing hydrogen infrastructure. A new build would increase the cost significantly. • INFLATION FACTOR. 5.4% inflation is added on all project costs per the CPI. All costs listed above are in 2022 dollars, projects occurring after 2022 are inflated per the inflation factor. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 27 368 The cost of fuel cell infrastructure is approximately $4.5 M over the transition period. Figure 7 shows the estimated total costs for the fuel cell and battery electric infrastructure over the transition period. The combined total cost is approximately $7.5 M. Riverside Connect Mixed Fleet Infrastructure Costs $10.0 40 Annual Infrastructure Cost (with Inflation) $9.0 $8.0 $7.0 $6.0 0 $5.0 $4.0 $3.0 $2.0 Master $1.0 Planning 1 $0.2 M 04 M $0.05 M r$0.03M $0.04 — — — — 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 2040 Year =Total Hydrogen Infrastructure Costs =Total Depot Infrastructure Costs —Number of Fuel Cell Electric Vehicles —Number of Battery Electric Vehicles Charging Infrastructure: 9 Depot Chargers + Dispensers +2MW Power Upgrade $0.0 $2.1 M $4.3 M 14 10 % 13 17 35 8 6 $0. Charger Maintenance Costs Inflated YOY Figure 7 — Infrastructure Projects & Costs, Zero Emission Transition with Hydrogen and Electric Infrastructure w w u- 30 'N w m 25 -o CO w 20 0 `m 15 E 10 .? 0 E 5 U Utility Partnership Review Riverside Public Utilities is a consumer -owned utility that provides both water and electricity to Riverside. Riverside Public Utilities is a founding member of the Southern California Public Power Authority (SCPPA), enjoying the benefits of joint action through cost-effective planning, construction, management, and operations of electrical energy resources. Riverside Public Utilities currently offers several EV incentives and rebates, although none of them are catered toward public transit applications8. Riverside Connect may be able to leverage their relationships with other agencies in the Commission to develop and maintain shared electric vehicle charging infrastructure by locating sites within Southern California Edison (SCE) territory. Riverside Connect may also have access to local incentive programs aimed at reducing air pollution in Southern California; as the air pollution control agency for all of Orange County and the urban portions of Los Angeles, Riverside and San Bernardino counties, the South Coast Air Quality Management District (SCAQMD) provides a variety of financial incentives to encourage the immediate use of commercially available, low- or zero -emission technologies9. Of note is the Carl Moyer Program, that provides funding for alternative fueling infrastructure and heavy-duty vehicle replacement/conversion projects. The City is sharing proposed planning documents to help the utility understand future loads so that any required grid infrastructure improvements can be addressed prior to implementation. The City's discussion of short- and long-term fleet goals with their utility will ensure that the utility can properly plan grid -side electrical infrastructure 8 https://riversideca.gov/utilities/residents/rebates/electrify-riverside 9 http://www.aqmd.gov/home/programs/business Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 28 369 upgrades to the City's Corporation Yard, and that the City can adequately upgrade equipment to support battery electric buses. Once the infrastructure upgrade needs are established, the City will incorporate the design and construction timelines into the overall transition plan timeline. The City recognizes the utility as a critical partner in electrification and will continue to partner with the utility after the planning stages so that charge management strategies and fleet expansion efforts can be coordinated effectively. The City has its own utilities department, Riverside Public Utilities (RPU), that provides service to all of the City. Further, the City understands establishing and maintaining a partnership with the alternative fuel provider is critical to successfully deploying zero -emission vehicles and maintaining operations. Hydrogen fueling requires a plan for infrastructure installation, delivery, storage, dispensing, and upgrades to maintenance facilities. While fueling operations for hydrogen may require fewer operational changes than electric bus charging, understanding the local hydrogen supply market can be its own challenge. To overcome this challenge, the City may consider a competitive bid process for a design/build project as a reasonable approach to determining the appropriately sized station and selecting the most appropriate fueling technology at the best price. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 29 370 F Providing Service in Disadvantaged Communities Providing Zero -Emission Service to DACs In California, CARB defines disadvantaged communities (DACs) as communities that are both socioeconomically disadvantaged and environmentally disadvantaged due to local air quality. Lower income neighborhoods are often exposed to greater vehicle pollution levels due to proximity to freeways and ports, which puts these communities at greater risk of health issues associated with tailpipe emissions.10 Zero emission vehicles will reduce energy consumption, harmful emissions, and direct carbon emissions within the disadvantaged communities Riverside Connect serves. The City of Riverside includes 38 distinct census tracts designated as DACs. Environmental impacts, both from climate change and from local pollutants, disproportionately affect transit riders. For instance, poor air quality from tailpipe emissions and extreme heat harm riders waiting for buses at roadside stops. The transition to zero -emission technology will benefit the region by reducing fine particulate pollution and improving overall air quality. In turn, the fleet transition will support better public health outcomes for residents in DACs served by the selected routes. Public transit has the potential to improve social equity by providing mobility options to low-income residents lacking access to a personal vehicle and helping to meet their daily needs. In California, transit use is closely correlated with car -less households as they are five times more likely to use public transit than households with at least one vehicle.1' Although 21% of Californians in a zero -vehicle household are vehicle free by choice, 79% do not have a vehicle due to financial limitations. Many low-income people therefore rely solely on public transportation for their mobility needs.12 Riverside Connect's current fleet of CNG cutaways consume 130,550 Gasoline Gallons Equivalent (GGE) of fuel per year, operating for approximately 887,700 miles per year. Moving Riverside Connect's fleet to zero -emission technology will help alleviate the pollution from tailpipe emissions, which will improve the health of communities impacted by NOx and particulate matter emissions and all local communities. Access to quality transit services provides residents with a means of transportation to go to work, to attend school, to access health care services, and run errands. By purchasing new vehicles and decreasing the overall age of its fleet, Riverside Connect is also able to improve service reliability and therefore maintain the capacity to serve low- income and disadvantaged populations. 10 Reichmuth, David. 2019. Inequitable Exposure to Air Pollution from Vehicles in California. Cambridge, MA: Union of Concerned Scientists. https://www.ucsusa.org/resources/inequitable-exposure-air-pollution-vehicles-california-2019 11 Grengs, Joe; Levine, Jonathan; and Shen, Qingyun. (2013). Evaluating transportation equity: An inter -metropolitan comparison of regional accessibility and urban form. FTA Report No. 0066. For the Federal Transit Administration 12 Paul, J & Taylor, BD. 2021. Who Lives in Transit Friendly Neighborhoods? An Analysis of California Neighborhoods Over Time. Transportation Research Interdisciplinary Perspectives. 10 (2001) 100341. https://reader.elsevier.com/reader/sd/pi i/52590198221000488?token=CABB49E7FF438A88A19D1137A2B1851806514EF576E9 A2D9462D3FAF 1F6283574907562519709F8AD53DEC3CF95ACF27&origin Region=us-east-1&originCreation=20220216190930 Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 30 371 Map of Disadvantaged Communities served by Riverside Connect Legend Disadvantaged Cormnun►t es 0 Riverside City Boundary Figure 8 — Riverside Connect Disadvantaged Communities Service Map Emissions Reductions for DACs Greenhouse gasses (GHG) are the compounds primarily responsible for atmospheric warming and include carbon dioxide (CO2), methane (CH4), and nitrous oxide (N20). The effects of greenhouse gasses are not localized to the immediate area where the emissions are produced. Regardless of their point of origin, greenhouse gasses contribute to overall global warming and climate change. Criteria pollutants include carbon monoxide (CO), nitrogen oxides (NOx), particulate matter under 10 and 2.5 microns (PMio and PM2.$), volatile organic compounds (VOC), and sulfur oxides (SOx). These pollutants are considered harmful to human health because they are linked to cardiovascular issues, respiratory complications, or other adverse health effects.13 These compounds are also commonly responsible for acid rain and smog. Criteria pollutants cause economic, environmental, and health effects locally where they are emitted. CARB defines DACs in part as disadvantaged by poor air quality because polluting industries or freight routes have often been cited in 13 Institute of Medicine. Toward Environmental Justice: Research, Education, and Health Policy Needs. Washington, DC: National Academy Press, 1999; O'Neill MS, et al. Health, wealth, and air pollution: Advancing theory and methods. Environ Health Perspect. 2003; 111: 1861-1870; Finkelstein et al. Relation between income, air pollution and mortality: A cohort study. CMAJ. 2003; 169: 397-402; Zeka A, Zanobetti A, Schwartz J. Short term effects of particulate matter on cause specific mortality: effects of lags and modification by city characteristics. Occup Environ Med. 2006; 62: 718-725. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 31 372 these communities. The resulting decrease in air quality has led to poorer health and quality of life outcomes for residents. Riverside Connect's operational Well -to -Wheel criteria emissions are summarized in Table 5. Table 5 — Annual Vehicle Operation Pollutants by Fuel Type Overall Annual Vehicle Operation Pollutants (Ibs.) CO NOx PM10 PM2.5 VOC SOx PM10 TBW PM2.5 TBW CNG 39,541.72 1,352.97 48.60 44.40 132.32 8.67 189.09 23.48 The transportation sector is the largest contributor to greenhouse gas emissions in the United States, accounting for more than 30% of total emissions, and within this sector, 25% of these emissions come from the medium- and heavy-duty markets, yet these markets account for less than 5% of the total number of vehicles. Electrifying these vehicles can have an outsized impact on pollution, fossil -fuel dependency, and climate change. Zero emission buses are four times more fuel efficient than comparable new diesel buses. Better fuel efficiency means less waste when converting the potential energy in the fuel to motive power. Less waste not only means less pollution, it results in more efficient use of natural resources. By transitioning to zero emission cutaways from CNG cutaways, Riverside Connect's zero -emission fleet will produce fewer carbon emissions and fewer harmful pollutants from the vehicle tailpipes. Considering DACs experience significantly more pollution from harmful emissions, communities disadvantaged by pollution served by Riverside Connect's fleet will therefore directly benefit from the reduced tailpipe emissions of zero emission vehicles compared to ICE vehicles. Estimated Ridership in DACs The City of Riverside includes 38 distinct census tracts designated as DACs. In addition, nearly 44% (35.64 square miles) of the city's land area is designated as a DAC. The City of Riverside's Special Transportation Division provides dial -a -ride (DAR) service within the city boundaries for seniors 60 and older, persons with disabilities, and other persons certified under the Americans with Disability Act (ADA). Some of the Riverside dial -a -ride service area falls within the DAC zones but specific trips may start and/or end outside of the DAC designated areas. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 32 373 G Workforce Training Riverside Current Training Program Riverside Connect's Current Training Program Riverside Connect's transit services are contracted out which includes dispatching, operations, and maintenance of the vehicles and bus stops. The transit contractor is responsible for all training pertaining to the operations of Riverside Connect. While the city may coordinate/arrange the training necessary for the operation of the service, the contractor is ultimately responsible for ensuring their staff is up-to-date based on their core responsibilities. Contractor staff includes administration (general managers and safety managers), dispatchers, drivers, and maintenance staff (maintenance manager, mechanics, and utility workers). The contractor must adapt to changes in service levels, policies and procedures, and introduction to new technologies and adopt any and all changes into its' driver training program. Operator Training The transit contractor is responsible for all training of drivers including City's service policies, passenger fares and overview of the City's fleet. The contractor is responsible for the provision of qualified training staff to conduct behind -the -wheel driver training and other training determined by the contractor or the City. Hands-on training on the bus and bus -related equipment are required to ensure safe vehicle operations. The contractor is required to provide ongoing training and prepare all drivers assigned to the City's contract in a manner that conforms to all local, state, and federal laws. Mechanics Training The mechanics assigned to the City's contract must meet the requirements for vehicle maintenance as outlined in the scope of work. They must have knowledge of the city's fleet in order to perform complete, reliable, and safe inspections and repairs. They must be able to diagnose, repair, and maintain the vehicles listed in the City's revenue vehicle fleet. The contractor must comply with regulations pertaining to licensing and operations and maintenance of vehicles as contained in the California Vehicle Code, California Administrative Code, Title 13, and The Federal Motor Carrier Safety Regulations. Dispatchers and Supervisors Training Dispatchers are required to schedule and assign drivers and vehicles in accordance with the service hours schedule and scheduled trips for each day. The dispatchers are trained to assist drivers while they are in service and monitor the performance of the scheduled trips. They are trained to handle unanticipated service demands, passenger and/or vehicle accidents, and road calls in accordance with the City's policies and procedures which are outlined in detail in the scope of work. Further, the contract requires the transit contractor to provide a Safety and Training Supervisor who is licensed and certified to conduct classroom training of all drivers as well as behind -the - wheel driver training and other trainings determined necessary by the Contractor or the City Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 33 374 Riverside Connect Zero Emission Vehicle Training Plan OEM Training Riverside Connect plans to take advantage of trainings from the vehicle manufacturers and station suppliers, including maintenance and operations training, station operations and fueling safety, first responder training and other trainings that may be offered by the technology providers. OEM trainings provide critical information on operations and maintenance aspects specific to the equipment model procured. Additionally, many procurement contracts include train -the -trainer courses through which small numbers of agency staff are trained and subsequently train agency colleagues. This method provides a cost-efficient opportunity to provide widespread agency training on new equipment and technologies. Bus and Fueling Operations and Maintenance The transition to a zero -emission fleet will have significant effects on Riverside Connect's workforce. Meaningful investment is required to upskill maintenance staff and bus operators trained in ICE vehicle maintenance and ICE fueling infrastructure. Riverside Connect training staff will work closely with the OEM providing vehicles to ensure all mechanics, service employees, and bus operators complete necessary training prior to deploying zero emission technology and that these staff undergo refresher training annually and as needed. Riverside Connect staff will also be able to bring up any issues or questions they may have about their training with their trainers. Additionally, trainers will observe classes periodically to determine if any staff would benefit from further training. ZEB Training Programs Several early zero emission bus (ZEB) adopters have created learning centers for other agencies embarking on their ZEB transition journeys. One such agency is SunLine Transit Agency, which provides service to the Coachella Valley and hosts the West Coast Center of Excellence in Zero Emission Technology (CoEZET). The Center of Excellence supports transit agency adoption, zero -emission commercialization and investment in workforce training. Similarly, AC Transit offers training courses covering hybrid and zero -emission technologies through their ZEB University program. Riverside Connect plans to take advantage of these trainings offered by experienced agencies. There are several transit agencies within and around Riverside County that have successfully begun their transition to zero -emission technology. California has at least seven heavy-duty and transit -operated fueling stations in operation and at least four more in development14. Additionally, the number of hydrogen production and distribution centers is growing to meet increased hydrogen demand as it gains popularity as a transportation fuel. At present, there are two heavy-duty, transit -operated hydrogen fueling stations in the neighboring San Bernardino and Orange counties within 40 miles of Riverside Connect, and two planned transit -operated hydrogen fueling stations in Los Angeles County and Pomona within 30 miles of Riverside Connect. In addition, private hydrogen fueling stations by First Element Fuels and Stratosfuel within 80 miles of Riverside, CA are in development and should be commissioned before the end of the fleet transition timeline. In the region, Omintrans, a public transit agency serving the San Bernardino Valley recently received $9.3 million from the Federal Transit Administration (FTA) under the FY2022 Low -No Emission Vehicle Program to develop hydrogen refueling infrastructure and launch a workforce development program. Similarly Sunline Transit Agency has received $7.8 million to upgrade their liquid hydrogen refueling infrastructure. Riverside Transit Agency has also received $5.2 million to procure hydrogen fuel cell buses. The presence of hydrogen fueling infrastructure projects, especially in the counties of Riverside and San Bernardino, demonstrates the feasibility of fuel cell electric 14 Hydrogen Refueling Stations in California, California Energy Commission: https://www.energy.ca.gov/data-reports/energy- almanac/zero-em ission-veh icle-and-infrastructure-statistics/hydroge n -refueling Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 34 375 technology for transit in the region. These agencies can serve as a resource for Riverside Connect to use when implementing zero -emission technology and supporting programs into their services. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 35 376 H Potential Funding Sources Available Funding Opportunities Federal Riverside Connect is exploring federal grants through the following funding programs: Federal Transit Administration's (FTA) Urbanized Area Formula program; discretionary grant programs such as the Bus and Bus Facilities (B&BF) program, Low or No Emission Vehicle Deployment Program (Low -No), and Better Utilizing Investments to Leverage Development (BUILD) grant; and other available federal discretionary grant programs. Annual Reliable Funding • Federal Transportation Administration (FTA) o Urbanized Area Formula program o State of Good Repair Grants o Bus and Bus Facilities Formula grants Future Funding Opportunities • United States Department of Transportation (USDOT) o Better Utilizing Investments to Leverage Development (BUILD) Grants • Federal Transportation Administration (FTA) o Bus and Bus Facilities Discretionary Grant o State of Good Repair Grants o Capital Investment Grants — New Starts o Capital Investment Grants — Small Starts o Low -or No -Emission Vehicle Grant o Metropolitan & Statewide Planning and Non -Metropolitan Transportation Planning • Federal Highway Administration (FHWA) o Congestion Mitigation and Air Quality Improvement Program through SCAG o Surface Transportation Block Grant Program through SCAG o Carbon Reduction Program • Environmental Protection Agency (EPA) o Environmental Justice Collaborative Program -Solving Cooperative Agreement Program State Riverside Connect will also seek funding from state resources through grant opportunities including but not limited to Senate Bill 1 State of Good Repair (SGR), Transit and Intercity Rail Capital Program (TIRCP), Low Carbon Transit Operations Program (LCTOP) funding, the California Energy Commission's Clean Transportation Program as well as Hybrid and Zero -Emission Truck and Bus Voucher Incentive Project (HVIP) for bus purchases when available. Annual Reliable Funding • Administered by California Department of Transportation (Caltrans) o Transportation Development Act Funds • Local Transportation Funds Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 36 377 • State Transit Assistance (STA) o State of Good Repair (SB 1 funds) o Low Carbon Transit Operations Program (LCTOP) Future Funding Opportunities • California Air Resources Board (CARB) o Hybrid and Zero -Emission Truck and Bus Voucher Incentive Project (HVIP) o State Volkswagen Settlement Mitigation o Carl Moyer Memorial Air Quality Standards Attainment Program o Cap -and -Trade Funding o Low Carbon Fuel Standard (LCFS) • California Transportation Commission (CTC) o State Transportation Improvement Program (STIP) o Solution for Congested Corridor Programs (SCCP) o Local Partnership Program (LPP) • California Department of Transportation (Caltrans) o Transit and Intercity Rail Capital Program o Transportation Development Credits o New Employment Credit • California Energy Commission Local Additionally, Riverside Connect will pursue local funding opportunities to support zero -emission bus deployment. While the aforementioned funding opportunities are mentioned by name, Riverside Connect will not be limited to these sources and will regularly assess opportunities for fiscal support for the zero -emission program. Legislation Supporting the Zero -Emission Transition Policies and regulations supporting the transition to zero -emission are proliferating as the efforts to decarbonize the transportation sector expand. Riverside Connect is monitoring the implementation of relevant policies and legislation. With the passage of the Bipartisan Infrastructure Law and issuance of Executive Order 14008: Tackling the Climate Crisis at Home and Abroad, the federal government has set a renewed focus on zero -emission transit. Riverside County's goal to deploy zero -emission vehicles supports the federal administration's priorities of renewing transit systems, reducing Greenhouse Gas emissions from public transportation, equity, creation of good paying jobs, and connecting communities. State legislation such as the Innovative Clean Transit Regulation further supports the replacement of fossil -fuel vehicles on the roads of California. Moreover, on August 25, 2022, the CARB approved the Advanced Clean Cars II Rule, requiring all new vehicles sold in California to be zero -emission vehicles (ZEVs) by 2035. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 37 378 Start-up and Scale -up Challenges Financial Challenges Challenges can arise with any new propulsion technology, its corresponding infrastructure, or in training operators and maintenance staff. Nearly all transit agencies must contend with the cost barriers posed by zero -emission technologies. The predicted costs of zero -emission cutaways are between $300,000 and $370,000, which is about $120,000 and $200,000 more costly than traditional CNG cutaways. Additionally, the necessary infrastructure to support these vehicles adds to the financial burden of transitioning to a zero -emission fleet, as outlined below in Table 6, showing the cost of the transition. Riverside Connect will seek financial support to cover the cost of their fuel cell and battery electric cutaways from the resources discussed in Section H. Table 6 — Incremental Cost of Zero Emission Transition Vehicle Capital Expense Fueling Infrastructure Total CNG Baseline* $19M $0 $19M Zero Emission Incremental Costs $12M $8M $20M Zero Emission Transition Scenario Costs $31M $8M $39M *Represents the capital costs that would have been incurred in the absence of the ICT Regulation As seen in Table 6, the costs of required fueling infrastructure and fueling operations for zero emission technologies pose another hurdle for transit agencies transitioning to zero -emission service. Continued financial support at the local, state and federal level to offset the capital cost of this new infrastructure is imperative. For alternative fuels such as hydrogen, financial support from state and federal grant opportunities for green hydrogen supply chains and increasing economies of scale on the production side will ultimately benefit transit agencies deploying and planning for fuel cell and battery electric vehicles. CARB can support Riverside Connect by ensuring continued funding for the incremental cost of zero -emission vehicles and fueling infrastructure. Funding opportunities should emphasize proper transition and deployment planning and should not preclude hiring consultants to ensure best practices and successful deployments. The price and availability of hydrogen, both renewable and not, continue to be challenges that can be allayed by legislation subsidizing and encouraging renewable fuel production. Limitations of Current Technology Beyond cost barriers, transit agencies must also ensure that available zero -emission technologies can meet basic service requirements of the agency's duty cycles. The applicability of specific zero -emission technologies will vary widely among service areas and agencies. As such, it is critical that transit agencies in need of technical and planning support have access to these resources to avoid failed deployment efforts. Support in the form of technical consultants and experienced zero -emission transit planners will be critical to turning Rollout Plans into successful deployments and tangible emissions reductions. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 38 379 In addition to the uncertainty of technology improvements, there are other risks to consider in trying to estimate costs over the 18 -year transition period. Although current battery electric range limitations may be improved over time as a result of advancements in battery energy capacity and more efficient components, battery degradation may re -introduce range limitations, which is a cost and performance risk to an all -battery electric fleet over time. While this can be mitigated by midday opportunity charging, there may be emergency scenarios where the cutaways are expected to perform off -route or atypical service. In these emergency scenarios that require use of battery electric vehicles, agencies may face challenges performing emergency response roles expected of them in support of fire and police operations. Furthermore, fleetwide energy service requirements, power redundancy, and resilience may be difficult to achieve at any given depot in an all -battery electric scenario. Although fuel cell vehicles may not be subject to these same limitations, higher capital equipment costs and availability of hydrogen may constrain fuel cell solutions. RCTC, Riverside Connect, CTE and Arcadis IBI Group will expand upon challenge mitigation and adaptation in the Riverside County ZEB Implementation & Financial Strategy Plan. Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 39 380 Appendix A — Approved Board Resolution Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 40 381 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 24002 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RIVERSIDE, CALIFORNIA, AUTHORIZING THE SUBMISSION OF THE ZERO -EMISSION BUS (ZEB) ROLLOUT PLAN TO THE CALIFORNIA AIR RESOURCES BOARD (CARB) AS REQUIRED BY THE INNOVATIVE CLEAN TRANSIT (ICT) REGULATION. WHEREAS, in 2018, CARB adopted the ICT Regulation, which requires public transit agencies to gradually transition to a 100 percent ZEB fleet with a goal of full transition by 2040; WHEREAS, the ICT Regulation's requirements include, but are not limited, to the following: 1. Small Transit Agencies which operate fewer than 100 buses in annual maximum service shall submit to CARB a governing body -approved ZEB Rollout Plan by July 1, 2023. 2. Small Transit Agencies must purchase a minimum number of ZEBs during future procurements, according to the following schedule: i) Starting in calendar year 2026, 25 percent of new bus purchases must be ZEBs. ii) Starting in calendar year 2029, 100 percent of all new bus purchases must be ZEBs; WHEREAS, the City of Riverside's ZEB Rollout Plan, currently being presented to the City Council for adoption, is a living document intended to guide Riverside Connects' conversion to a ZEB fleet and may be updated based on changes in vehicle technology, fleet size and operating requirements; WHEREAS, the presented ZEB Rollout Plan must be approved by the City Council through the adoption of a resolution prior to submission to CARB; and WHEREAS, the presented ZEB Rollout Plan includes, in the following sections, information required by the ICT Regulation: 1. Transit Agency Information 2. Rollout Plan General Information 3. Technology Portfolio 4. Current Bus Fleet Composition and Future Bus Purchases 5. Facilities and Infrastructure Modifications 6. Providing Service in Disadvantaged Communities CITY ATTORNEY'S OFFICE 3750 UNIvERSITY AVE., STE. 250 RIVERSIDE, CA 92501 (951) 826-5567 382 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 7. Workforce Training 8. Potential Funding Sources. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Riverside, California, as follows: The City Council of the City of Riverside, California, hereby adopts the presented ZEB Rollout Plan as a guide for the City of Riverside's implementation of ZEB technology and approves it for submission to CARB. Section 1: The above recitals set forth above are incorporated herein as findings by the City Council. Section 2: That the City Council of the City of Riverside, California, hereby adopts the presented ZEB Rollout Plan as a guide for the implementation of ZEB technology and approves it for submission to CARB. ADOPTED by the City Council this 20th day of June, 2023. Attest: // // // // // // // // DONESIA GAUSE City Clerk of the City of Riverside PATRICIA LOCK DAWSON Mayor of the City of Riverside CITY ATTORNEY'S OFFICE 3750 UNIVERSITY AVE., STE. 250 RNERSIDE, CA 92501 (951) 826-5567 383 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 I, Donesia Gause, City Clerk of the City of Riverside, California, hereby certify that the foregoing resolution was duly and regularly adopted at a meeting of the City Council on the 20th day of June, 2023, by the following vote, to wit: Ayes: Edwards, Cervantes, Fierro, Conder, Plascencia, Perry, and Hemenway Noes: Absent: Abstain: IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of Riverside, California, this 21st day of June, 2023 23-0608 BGS 05/16/23 DONESIA GAUSE City Clerk of the City of Riverside CITY ATTORNEY'S OFFICE 3750 UNNERSITY AvE., STE. 250 RIVERSIDE, CA 92501 (951) 826-5567 384 3 Appendix B — Glossary Auxiliary Energy: Energy consumed (usually as a by time measure, such as "x"kW/hour) to operate all support systems for non-drivetrain demands, such as HVAC and interior lighting. Battery Electric Bus: Zero -emission bus that uses onboard battery packs to power all bus systems. Battery Nameplate Capacity: The maximum rated output of a battery under specific conditions designated by the manufacturer. Battery nameplate capacity is commonly expressed in kWh and is usually indicated on a nameplate physically attached to the battery. Block: Refers to a vehicle schedule, the daily assignment for an individual bus. One or more runs can work a block. A driver schedule is known as a "run." Charging Equipment: The equipment that encompasses all the components needed to convert, control and transfer electricity from the grid to the vehicle for the purpose of charging batteries. May include chargers, controllers, couplers, transformers, ventilation, etc. Depot Charging: Centralized BEB charging at a transit agency's garage, maintenance facility, or transit center. With depot charging, BEBs are not limited to specific routes, but must be taken out of service to charge. Energy: Quantity of work, measured in kWh for ZEBs. Energy Efficiency: Metric to evaluate the performance of ZEBs. Defined in kWh/mi for BEBs, mi/kg of hydrogen for FCEBs, or miles per diesel gallon equivalent for any bus type. Fuel Cell Electric Bus: Zero -emission bus that utilizes onboard hydrogen storage, a fuel cell system, and batteries. The fuel cell uses hydrogen to produce electricity, with the waste products of heat and water. The electricity powers the batteries, which powers the bus. Greenhouse Gas Emissions: Zero -emission buses have no harmful emissions that result from diesel combustion. Common GHGs associated with diesel combustion include carbon dioxide (CO2), carbon monoxide (CO), nitrous oxides (NOx), volatile organic compounds (VOCs), and particulate matter (PM). These emissions negatively impact air quality and contribute to climate change impacts. Hydrogen Fueling Station: The location that houses the hydrogen production (if produced onsite), storage, compression, and dispensing equipment to support fuel cell electric buses. On -route Charging: BEB charging while on the route. With proper planning, on -route charged BEBs can operate indefinitely, and one charger can charge multiple buses. Operating Range: Driving range of a vehicle using only power from its electric battery pack to travel a given driving cycle. Route Modeling: A cost-effective method to assess the operational requirements of ZEBs by estimating the energy consumption on various routes using specific bus specifications and route features. 41 385 Useful Life: FTA definition of the amount of time a transit vehicle can be expected to operate based on vehicle size and seating capacity. The useful life defined for transit buses is 12 -years. For cutaways, the useful life is 7 years. Validation Procedure: to confirm that the actual bus performance is in line with expected performance. Results of validation testing can be used to refine bus modeling parameters and to inform deployment plans. Results of validation testing are typically not grounds for acceptance or non -acceptance of a bus. Zero -Emission Vehicle: A vehicle that emits no tailpipe emissions from the onboard source of power. This is used to reference battery -electric and fuel cell electric vehicles, exclusively, in this report. Well -to -wheel Emissions: Quantity of greenhouse gas, criteria pollutants, and/or other harmful emissions that includes emissions from energy use and emissions from vehicle operation. For BEBs, well -to -wheel emissions would take into account the carbon intensity of the grid used to charge the buses. For FCEBs, well -to -wheel emissions would take into account the energy to produce, transport, and deliver the hydrogen to the vehicle Prepared by Riverside Connect with support from CTE, Arcadis IBI Group, and RCTC 42 386 Zero -Emission Bus Rollout Plan FYepared by the Palo Verde Valley Transt Agency with support from the Center for Transportation and the Environment, Arcadis IBI Group, and the Rverside County Transportation Commission i Lr AP r.4 AAAtgahl+lTi yog#»iti . svIWrAsteo'SI* Table of Contents List of Tables 3 List of Figures 3 List of Abbreviations 4 Executive Summary 5 A Transit Agency Information 6 PVVTA Profile 6 History 6 Service Area and Bus Service 6 Ridership 7 PVVTA Basic Information 8 Fleet Facility 9 PVVTA Sustainability Goals 11 B Rollout Plan General Information 12 Overview of the Innovative Clean Transit Regulation 12 PVVTA Rollout Plan General Information 12 Additional Agency Resources 13 C Technology Portfolio 14 Zero Emission Transition Technology Selection 14 Local Developments and Regional Market 14 ZE8 Transition Planning Methodology 14 Requirements Analysis & Data Collection 16 Service Assessment 17 Modeling & Procurement Assumptions 17 Results 18 Description of Zero Emission Technology Solutions Considered 19 D Current Fleet Composition and Future Vehicle Purchases 20 Fleet Assessment Methodology 20 Zero Emission Vehicle Cost Assumptions 20 Description of PVVTA's Current Fleet 21 Fleet 21 Routes and Blocks 21 Current Mileage and Fuel Consumption 21 Maintenance Costs 22 Zero -Emission Bus Procurement Plan and Schedule 22 Additional Considerations 24 Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 1 388 E Facilities and Infrastructure Modifications 25 PVVTA Facility Configuration and Depot Layout 25 Facilities Assessment Methodology 25 Infrastructure Upgrade Requirements to Support Zero -Emission Buses 25 Description of Infrastructure Considered 25 FCEB Fueling Infrastructure Summary 26 F Providing Service in Disadvantaged Communities 28 Providing Zero -Emission Service to DACs 28 Map of Disadvantaged Communities served by PVVTA 29 Emissions Reductions for DACs 29 Estimated Ridership in DACs 30 G Workforce Training 31 PVVTA Current Training Program 31 PVVTA Zero Emission Vehicle Training Plan 31 OEM Training 31 Bus and Fueling Operations and Maintenance 31 ZEB Training Programs 31 H Potential Funding Sources 33 Available Funding Opportunities 33 Federal 33 State 34 Local 34 Legislation Supporting the Zero -Emission Transition 34 I Start-up and Scale -up Challenges 35 Financial Challenges 35 Limitations of Current Technology 36 Appendix A — Approved Board Resolution 37 Appendix B — Glossary 38 Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 2 389 List of Tables Table 1 — Fleet Assessment Cost Assumption 20 Table 2 — Labor and Materials Cost Assumptions 22 Table 3 — Midlife Overhaul Cost Assumptions 22 Table 4 — PVVTA Vehicle Capital Investment to Transition to a 100% Zero Emission Fleet by 2040 24 Table 5 — Annual Vehicle Operation Pollutants by Fuel Type 30 Table 6 — Incremental Cost of Zero Emission Transition 35 List of Figures Figure 1 — PVVTA Service Area 7 Figure 2 — City of Blythe Map 9 Figure 3 — Facilities Overview: Administrative and Maintenance 10 Figure 4 - Facilities Overview: CNG fueling Station 11 Figure 5 — BEB Block Achievability Percentage by Year 18 Figure 6 — Projected Fleet Procurements for Zero Emission Transition 23 Figure 7 — Annual Fleet Composition, Zero Emission Transition 23 Figure 8 — Infrastructure Project & Costs, Zero Emission Transition with Hydrogen Infrastructure 26 Figure 9 — PVVTA's Bus Service Relative to Disadvantaged Communities 29 Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 3 390 List of Abbreviations ADA: Americans with Disabilities Act A&E: Architecture and Engineering BEB: Battery Electric Bus CA: California CARB: California Air Resources Board CNG: Compressed Natural Gas COVID/COVID-19: Coronavirus Disease 2019 (SARS-CoV-2) CTE: Center for Transportation and the Environment DAC: Disadvantaged Community FCEB: Fuel Cell Electric Bus HVAC: Heating, Ventilation, and Air Conditioning ICE: Internal Combustion Engine ICT: Innovative Clean Transit kW: Kilowatt kWh: Kilowatt -Hour MW: Megawatt OEM: Original Equipment Manufacturer PM: Particulate Matter PPI: Producer Price Index CPI: Consumer Price Index RFP: Request for Proposals SCE: Southern California Edison (SoCal Edison) TDA: Transportation Development Act VTT: Verification of Transit Training ZEB: Zero -Emission Bus A glossary of useful terms can also be found in Appendix B - Glossary Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 4 391 Executive Summary The Palo Verde Valley Transit Agency (PVVTA) is the sole Public Transit Operator in eastern Riverside County, serving over 18,000 residents in the City of Blythe and the unincorporated Riverside County areas of the Mesa Verde and Ripley. The agency operates six (6) deviated fixed routes, deviating up to 0.75 miles from mapped routes, serving Blythe, Ripley, Mesa Verde, Palo Verde College, the California Department of Corrections Facilities, and a premier route to the Coachella Valley called the Blythe Wellness Express (BWE). As of 2022, PVVTA's fleet included eight (8) total vehicles: three (3) 25 -ft CNG cutaways, one (1) 32 -ft CNG cutaway, and four (4) 25 -ft gas cutaways. Riverside County Transportation Commission (RCTC) awarded a contract to the Center for Transportation and the Environment (CTE) to perform a zero -emission bus (ZEB) transition study to create a plan for a 100% zero -emission fleet by 2040 on behalf of transit agencies and municipal transportation services in the cities of Banning, Beaumont, Corona and Riverside and the Palo Verde Valley Transit Agency to comply with the Innovative Clean Transit (ICT) regulation enacted by the California Air Resources Board (CARB). This report will focus on PVVTA's transition to zero -emission technology. PVVTA's Rollout Plan achieves a zero -emission fleet in line with the 2040 target of the ICT Regulation. To achieve this goal, PVVTA will replace all CNG and gasoline cutaways with zero emission cutaways when the vehicles reach the end of their 5- or 7 -year useful life. By 2040, all 8 of the agency's vehicles are expected to be fuel cell electric cutaways. The last of the agency's internal combustion engine (ICE) cutaways will reach end of life in 2032. PVVTA's entire transit fleet operates out of one primary division located at 415 North Main Street Blythe, California, and a secondary address at 175 West 14th Avenue. Maintenance is performed by PVVTA at a maintenance shop co -located with central operations at 415 N Main Street. PVVTA plans to install hydrogen fueling infrastructure at this location to support their fully FCEB fleet. PVVTA's transit service provides transportation opportunities to Disadvantaged Communities (DACs) and moving toward zero -emission vehicles will help improve the health of DACs and non-DACs alike. The agency will build upon an existing training structure for vehicle maintenance and operators to provide the necessary fuel cell electric cutaway specific training that will be required for the agency to own and operate fuel cell electric cutaways. The agency estimates that pursuing a zero -emission fleet in place of an internal combustion engine (ICE) fleet will cost an additional $5M in vehicle costs and infrastructure alone between 2022 and 2040, which will require significantly more funding opportunities. PVVTA plans to pursue funding opportunities utilizing partnerships at the federal, state, and local levels to help fill this funding gap. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 5 392 A Transit Agency Information PVVTA Profile History PVVTA was formed in 1978 in order to provide service to the City of Blythe and the unincorporated Riverside County areas of the Mesa Verde and Ripley. Over the last 45 years, PVVTA services have changed from a modest fixed route system into a Dial -A -Ride only program and in 2002 into the Deviated Fixed Route system that operates currently. In 2022, a Comprehensive Operational Analysis (COA) was conducted to provide a road map to PVVTA and transit stakeholders towards the future. This would include; Ride sharing opportunities, expansion of regional routing and improvement on schedule and frequency throughout the system. Service Area and Bus Service PVVTA operates six (6) deviated fixed routes, deviating up to 0.75 miles from mapped routes, serving Blythe, Ripley, Mesa Verde, Palo Verde College, the California Department of Corrections Facilities, and a premier route to the Coachella Valley called the Blythe Wellness Express (BWE). Two routes, the Red Route and the Wellness Express, travel at relatively high speed, and the other four are relatively low speed. PVVTA provides regional and local public transit services in eastern Riverside County. The current bus fleet consists of 8 cutaways: three (3) 25 -ft CNG cutaways, one (1) 32 -ft CNG cutaway, and four (4) 25 -ft gasoline cutaways. PVVTA's micro -transit service, the X -Tend -A -Ride, provides community -based, on -demand service to seniors, persons with disabilities, and the general public. In addition, PVVTA provides a mileage reimbursement service known as Desert RoadTRIP. This service is provided to seniors 60 -years -and -older, persons with disabilities, and other persons certified under the Americans with Disability Act (ADA). Along with the PVVTA service area, the Desert RoadTRIP reaches areas such as the Desert Center, southern Palo Verde Valley, and the resort communities along US Highway 95. Since the X -Tend -A -Ride is performed by light -duty vehicles and Desert RoadTRIP provides this service through volunteers and volunteered vehicles, they will not be included in this transition plan. PVVTA's service map is illustrated in Figure 1. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 6 393 PALO VERDE COACHELLA VALLEYS (INTERSTATE 10 COLLEGE 6TH AVENUE 10T" AVENUE r—— Desert Roadrunner ai System Map L • ciift.7HML.r2ruJ W � 33I T CA PRISONS •• •/ 1 MESA VERDE XI Community Center RIPLEY xoe lane DPSS z NOT TO SCALE CHANSLORWAY BARNARD K O4 HOBSONWAY 14TH AVENUE 7th Street Xsar .� HOBSONWAY X AITTAIO pvvta.com Figure 1 — PVVTA Service Area ENCINAS Ridership Based on PVVTA's data of total ridership from July 2021 through the month of March 2022, there were 15,072 passengers. In the 2020/2021 Fiscal Year, there were 17,892 passengers. PVVTA anticipates that annual ridership in the 2022/2023 Fiscal Year will be 21,110 passengers. Per the PVVTA Comprehensive Operations Analysis (COA), the agency is pursuing several service changes: PVVTA plans to increase operation of the Blythe Wellness Express to five days a week, double the service of the Blue Route to every 30 minutes, and extend the micro -transit service area and its operations during the evenings and on weekends. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 7 394 PVVTA Basic Information Transit Agency's Name: Palo Verde Valley Transit Agency Mailing Address: Palo Verde Valley Transit Agency 415 N Main St, Blythe, CA 92225 Transit Agency's Air Districts: PVVTA is part of the Mojave Desert Air Quality Management District. Transit Agency's Air Basin: Mojave Desert Air Quality Management District is part of the Mojave Desert Air Basin.' Total number of buses in Annual Maximum Service: The maximum number of active buses operating fixed -route service out of PVVTA's primary transit facility is eight (8). The fleet is composed of 8 cutaways total: three (3) 25 -ft CNG cutaways, one (1) 32 -ft CNG cutaway, and four (4) 25 -ft gas cutaways. Urbanized Area: PVVTA's service area is a non -urbanized, rural area, but their service is heavily concentrated in Blythe, CA. Blythe is 25.8 square miles of land area with most residents living near the core of the city proper. There are 17,793 residents in Blythe which is made up of local full-time residents, seasonal residents and those housed at the California State facilities near Blythe. 1 https://www.mdaqmd.ca.gov/about-us Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 8 395 Figure 2 — City of Blythe Mope Contact Information for Inquiries on the PVVTA ICT Rollout Plan: George Colangeli, General Manager, Palo Verde Valley Transit Agency 415 North Main Street Blythe, CA 92225 Tel: (760) 922-4900 gmanager@pvvta.com Is your transit agency part of a Joint Group? No Fleet Facility PVVTA's entire transit fleet operates out of one primary division located at 415 North Main Street, Blythe, California, and a secondary address at 175 West 14th Avenue. Maintenance is performed by PVVTA at a maintenance shop co -located with central operations at 415 N Main Street. PVVTA owns and operates a public CNG fueling station adjacent to the City of Blythe Public Works and Maintenance Building at 440 S Main St, Blythe, CA, which is also used by the Palo Verde Unified School District. The station features a 24 -hour automated pay pump, portable restroom facilities, and free WIFI access. A layout of PVVTA's facilities and fueling locations are provided below in Figure 3 and Figure 4 to understand the locations of PVVTA's properties in relation to one another, as well as to routes and service areas. These facilities offer a starting point for the consideration of viable locations for a hydrogen fueling station. https://www.google.com/maps/place/Blythe,+CA/@33.6183123,- 114.8927385,11 z/data=!3m1 !4b 1 !4m6!3m5! 1 s0x80d121436bd 112e7:0x2c6ac2ec5ab225ae! 8m2!3d33.6177725!4d- 114.5882607! 16zL20vMHIzZ18 Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 9 396 Figure 3 — Facilities Overview: Administrative and Maintenance Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 10 397 Figure 4 - Facilities Overview: CNG fueling Station PVVTA Sustainability Goals PVVTA is dedicated to sustainability, and the agency plans to continue replacing their cutaways on a rolling basis as each vehicle reaches the end of their useful life. PVVTA's current procurement plans are to introduce one (1) CNG cutaway in FY'24, based on the assumption that such a vehicle will cost the agency $200,000 when adjusted for inflation. To service future vehicles, PVVTA is working with funding partners to identify financial streams to pool funds together to construct a modern, LEED compliant maintenance facility with infrastructure for alternatively fueled vehicles. California's plan to address public health, air quality and climate protection goals includes the Innovative Clean Transit (ICT) regulation, which aims to reduce greenhouse gas (GHG), nitrogen oxide (NOx), and diesel particulate emissions. To accomplish its sustainability goals, PVVTA has developed a plan to transition to a fully zero emission vehicle (ZEV) fleet composed of fuel cell electric cutaways by 2040, in accordance with the Innovative Clean Transit (ICT) regulation, requiring all California transit agencies to follow zero -emission procurement guidelines with the goal of achieving 100% zero -emission fleets by 2040. PVVTA has committed to purchasing zero emission cutaways, demonstrating the agency's commitment to reducing emissions. PVVTA's transition to a fully zero emission fleet will ultimately benefit communities through cleaner air, greater independence from fossil fuels, and more environmental sustainability. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 11 398 B Rollout Plan General Information Overview of the Innovative Clean Transit Regulation On December 14, 2018, CARB enacted the Innovative Clean Transit (ICT) regulation, setting a goal for California public transit agencies to have zero -emission bus fleets by 2040. The regulation specifies the percentage of new bus procurements that must be zero -emission buses for each year of the transition period (2023-2040). The annual percentages for Small Transit agencies are as follows: ICT Zero -Emission Bus Purchase Requirements for Small Agencies: January 1, 2026 - 25% of all new bus purchases must be zero -emission January 1, 2027 - 25% of all new bus purchases must be zero -emission January 1, 2028 - 25% of all new bus purchases must be zero -emission January 1, 2029+ - 100% of all new bus purchases must be zero -emission March 2021 -March 2050 — Annual compliance report due to CARB This purchasing schedule guides agency procurements to realize the goal of zero -emission fleets in 2040 while avoiding any early retirement of vehicles that have not reached the end of their useful life. Agencies have the opportunity to request waivers that allow purchase deferrals in the event of economic hardship or if zero -emission technology cannot meet the service requirements of a given route. These concessions recognize that zero - emission technologies may cost more than current internal combustion engine (ICE) technologies on a vehicle lifecycle basis and that zero -emission technology may not currently be able to meet all service requirements. PVVTA Rollout Plan General Information Rollout Plan's Approval Date: June 21, 2023 Resolution No: PVVTA 2023-04 A copy of the approved resolution Is attached to the Rollout Plan. Contact for Rollout Plan follow-up questions: George Colangeli, General Manager, Palo Verde Valley Transit Agency 415 North Main Street Blythe, CA 92225 Tel: (760) 922-1140 gmanager@pvvta.com Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 12 399 Who created the Rollout Plan? This Rollout Plan was created by PVVTA, with assistance from the Center for Transportation and the Environment (CTE) and the Riverside County Transportation Commission (RCTC). This document, the ICT Rollout Plan, contains the information for PVVTA's zero -emission fleet transition trajectory as requested by the ICT Regulation. It is intended to outline the high-level plan for implementing the transition. The Rollout Plan provides estimated timelines based on information on bus purchases, infrastructure upgrades, workforce training, and other developments and expenses that were available at the time of writing. Additional Agency Resources PVVTA agency website: https://pvvta.com/ Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 13 400 C Technology Portfolio Zero Emission Transition Technology Selection Based on outcomes of the zero -emission fleet transition planning study completed by CTE, PVVTA plans to transition its entire fleet to fuel cell electric cutaways. By 2040, PVVTA expects to operate a fully zero -emission fleet of 8 cutaways. A fuel cell electric zero -emission fleet scenario provides more service energy while avoiding the need for opportunity charging that would otherwise be necessary for a fully battery electric or mixed technology fleet. Transitioning to a fully fuel cell electric fleet also avoids the need to install two types of fueling infrastructure by eliminating the need for depot charging equipment, simplifying the transition as a whole. This plan summarizes the hydrogen infrastructure and vehicle costs needed to support the transition of the fleet to 8 fuel cell electric cutaways. Local Developments and Regional Market California has become a global leader for zero -emission buses, as well as zero -emission fuel and fueling infrastructure. California is home to four bus OEMs that manufacture zero -emission buses. Although three of these OEMs do not currently build FCEBs, growing demand for this vehicle technology may encourage these manufacturers to enter the market. The state legislature has fostered growth in zero -emission fuels through the state's Low -Carbon Fuel Standard (LCFS) program, which incentivizes the consumption of fuels with a lower carbon intensity than traditional combustion fuels and through funding opportunities offered by CARB and CEC. California also has one of the most mature hydrogen fueling networks in the nation. The state's hydrogen market has developed to support the growing number of fuel cell electric vehicles on the roads in the state. California has four medium -and -heavy-duty fueling stations in operation and four more in development. Additionally, the number of hydrogen production and distribution centers is growing to meet increased hydrogen demand as it gains popularity as a transportation fuel. California fuel cell electric bus (FCEB) deployments represent 75% of the nation's FCEB deployments.' ZEB Transition Planning Methodology PVVTA's ICT Rollout Plan was created in combination with PVVTA's Existing Conditions Report and the Riverside County ZEB Financial Strategy Plan, utilizing CTE's ZEB Transition Planning Methodology. CTE's methodology consists of a series of assessments that enable transit agencies to understand what resources and decisions are necessary to convert their fleets to zero -emission technologies. The results of the assessments help the agency decide on a step-by-step process to achieve its transition goals. These assessments consist of data collection, analysis, and modeling outcome reporting stages. These stages are sequential and build upon findings in previous steps. The assessment steps specific to PVVTA's Rollout Plan are outlined below: 1. Planning and Initiation 2. Requirements Analysis & Data Collection Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 14 401 3. Service Assessment 4. Fleet Assessment 5. Fuel Assessment 6. Maintenance Assessment 7. Facilities Assessment 8. Total Cost of Ownership Assessment 9. Policy Assessment 10. Partnership Assessment For Requirements Analysis & Data Collection, CTE collects data on the agency's fleet, routes and blocks, operational data (e.g., mileage and fuel consumption), and maintenance costs. Using this data, CTE establishes service requirements to constrain the analyses in later assessments and produce agency -specific outputs for the zero -emission fleet transition plan. The Service Assessment phase initiates the technical analysis phase of the study. Using information collected in the Data Collection phase, CTE evaluates the feasibility of using zero -emission buses to provide service to the agency's routes and blocks over the transition plan timeframe from 2022 to 2040. Results from the Service Assessment are used to guide zero emissions vehicle procurement plans in the Fleet Assessment and to determine energy requirements in the Fuel Assessment. The Fleet Assessment projects a timeline for the replacement of existing buses with zero emission vehicles that is consistent with PVVTA's existing fleet replacement plan and known procurements. This assessment also includes a projection of fleet capital costs over the transition timeline and is optimized to meet state mandates or agency goals, such as minimizing costs or maximizing service levels. The Fuel Assessment merges the results of the Service Assessment and Fleet Assessment to determine annual fuel requirements and associated costs. The Fuel Assessment calculates energy costs through the full transition timeline for each fleet scenario, including the agency's existing ICE vehicles. To more accurately estimate battery electric cutaway charging costs, a focused Charging Analysis is performed to simulate daily system -wide energy use. As older technologies are phased out in later years of the transition, the Fuel Assessment calculates the changing fuel requirements as the fleet transitions to zero emission vehicles. The Fuel Assessment also provides a total fuel cost over the transition timeline. The Maintenance Assessment calculates all projected fleet maintenance costs over the transition timeline. Maintenance costs are calculated for each fleet scenario and include costs of maintaining existing fossil -fuel cutaways that remain in the fleet and maintenance costs of new battery electric cutaways and fuel cell electric cutaways. The Facilities Assessment determines the infrastructure necessary to support the projected zero -emission fleet composition over the transition period based on results from the Fleet Assessment and Fuel Assessment. This assessment evaluates the required quantities of charging infrastructure and/or hydrogen fueling station projects and calculates the costs of infrastructure procurement and installation sequenced over the transition timeline. The Total Cost of Ownership Assessment compiles results from the previous assessment stages to provide a comprehensive view of all fleet transition costs, organized by scenario, over the transition timeline. The Policy Assessment considers the policies and legislation that impact the relevant technologies. The Partnership Assessment describes the partnership of the agency with the utility or alternative fuel provider. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 15 402 Requirements Analysis & Data Collection The Requirements Analysis and Data Collection stage begins by compiling operational data from PVVTA regarding its current fleet and operations and establishing service requirements to constrain the analyses in later assessments. CTE requested data such as fleet composition, fuel consumption and cost, maintenance costs, and annual mileage to use as the basis for analyses. PVVTA self -assigned topography and speed characteristics to each service day, which were utilized to better define vehicle efficiencies. The calculated efficiencies were then used in the Service Assessment to determine the energy requirements of PVVTA's service. CTE evaluated battery electric and fuel cell electric vehicles to support PVVTA's technology selection. The range of FCEBs, however, does not have the same level of sensitivity to environmental and operating conditions as BEBs. After collecting route and operational data, CTE determined that PVVTA's longest block is 306 miles. Based on observed performance, CTE estimates FCEBs are able to complete any block under 350 total miles. Although there are currently no fuel cell electric cutaways on the market, CTE assumed that when fuel cell electric cutaways enter the market, they will perform similarly to FCEBs, and therefore PVVTA's service will likely be feasible with fuel cell cutaways. Although fuel cell cutaways were determined to have the capability of serving all of PVVTA's routes, PVVTA was interested in exploring battery electric and mixed technology service scenarios as well, so it was necessary to determine how much of PVVTA's service could feasibly be served by depot -only charged battery electric cutaways on a single charge and with midday charging in order to develop a set of zero emission transition scenarios that would allow the agency to make an informed decision on what technology or technologies would be most suitable to the agency's needs. The energy efficiency and range of battery electric cutaways are primarily driven by vehicle specifications, such as on -board energy storage capacity and vehicle weight. Both metrics are affected by environmental and operating variables including the route profile (e.g., distance, dwell time, acceleration, sustained top speed over distance, average speed, and traffic conditions), topography (e.g., grades), climate (e.g., temperature), driver behavior, and operational conditions such as passenger loads and auxiliary loads. As such, BEB efficiency and range can vary dramatically from one agency to another or even from one service day to another. It was therefore critical for PVVTA to determine efficiency and range estimates based on an accurate representation of its operating conditions. To understand battery electric cutaway performance on PVVTA routes, CTE modeled the impact of variations in passenger load, accessory load, and battery degradation on vehicle performance, fuel efficiency, and range. CTE ran models with different energy demands that represented nominal and strenuous conditions. Nominal loading conditions assume average passenger loads and moderate temperature over the course of the day, which places low demands on the motor and heating, ventilation, and air conditioning (HVAC) system. Strenuous loading conditions assume high or maximum passenger loading and near maximum output of the HVAC system. This nominal/strenuous approach offers a range of operating efficiencies to use for estimating average annual energy use (nominal) or ensuring that a vehicle will be able to meet service demands (strenuous). Route modeling ultimately provides an average energy use per mile (kilowatt-hour/mile [kWh/mi]) for each load case. In addition to loading conditions, CTE modeled the impact of battery degradation on a battery electric cutaway's ability to complete a block. The range of a battery electric cutaway is reduced over time due to battery degradation. A battery electric cutaway may be able to complete a given trip with beginning -of -life batteries, while later it may be unable to complete the entire trip at some point in the future as batteries near their end -of -life or derated capacity (typically considered 70-80% of available service energy). Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 16 403 Service Assessment Given the conclusion that fuel cell electric cutaways can meet the range requirements for PVVTA's service, the Service Assessment focused on evaluating the feasibility of battery electric cutaways in PVVTA's service area. The efficiencies calculated in the Requirements Analysis & Data Collection stage were used to estimate the energy requirements of PVVTA's service. The main focus of the Service Assessment is called the block analysis, which determines whether generic battery electric technology can meet the service requirements of a block based on range limitations, weather conditions, levels of battery degradation and route specific requirements. The Transit Research Board's Transit Cooperative Research Program defines a block as "the work assignment for only a single vehicle for a single service workday".3 A block is usually comprised of several trips on various routes. The energy needed to complete a block is compared to the available energy of the bus assigned to service the block. If the cutaway's usable onboard energy exceeds the energy required by the block, then the conclusion is that the battery electric cutaway can successfully operate on that block. The Service Assessment projects the performance of a battery electric cutaway on a single overnight charge and operates on PVVTA's service schedule at the time of the plan's writing. The results are used to determine when along the transition timeline a fleet of overnight depot -charged battery electric cutaways can feasibly serve PVVTA's territory or if another zero -emission technology or midday charging is required to maintain service. This information can then be used to inform the scale and timing of battery electric cutaway procurements in the Fleet Assessment. Modeling & Procurement Assumptions CTE and PVVTA defined the following assumptions and requirements used throughout the study: The Service Assessment energy profile assumed a 5% improvement in battery capacity every year with a starting battery capacity of 120 kWh for a 25' cutaway which represents an analogous zero emission cutaway suitable for PVVTA's transit vehicles and is an average of battery capacities seen in commercially -available cutaways of the same size and passenger capacity in 2022. This analysis also assumed PVVTA will maintain their service in a similar distribution of distance, relative speeds, and elevation changes to pre-COVID-19 service because their cutaways will continue to serve similar locations within the service area and general topography remains constant even if specific routes and schedules change. Fleet size and vehicle length distribution do not change over time. The analysis assumed that vehicles reaching the end of their useful life would be replaced with vehicles of the same size. Total fleet size remains the same over the transition period. Cutaways are assumed to operate for a 5- or 7 -year service life dependent on length. Usable on -board energy is assumed to be that of a mid-life battery (10% degraded) with a reserve at both the high and low end of the battery's charge potential. As previously discussed, battery age affects range, so a mid-life battery was assumed as the average capacity of the battery's service life. Charging batteries to 100% or dropping the charge below 10% also degrades the batteries over time, which is why the analysis assumes that the top and bottom portions of the battery are unusable. CTE accounts for battery degradation over the transition period with the assumption that PVVTA can rotate the cutaways to match battery capacity to block energy requirements. As the zero -emission fleet transition progresses, older vehicles can be moved to shorter, less demanding blocks and newer vehicles can be assigned to longer, more demanding blocks to account for battery degradation in battery electric cutaways over time. PVVTA can rotate the fleet to meet demand, assuming there is a steady procurement of battery electric cutaways each year to match service requirements. CTE accounts for this variability in battery age by using a mid-life usable battery capacity to determine block feasibility. 3 TRB's Transit Cooperative Research Program. 2014. TCRP Report 30: Transit Scheduling: Basic and Advanced Manuals (Part B). https://onlinepubs.trb.org/onlinepubsitcrp/tcrp_rpt_30-b.pdf Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 17 404 ResuVts The Service Assessment determines the timeline for when PVVTA's service may become achievable by battery electric cutaways on a single depot charge. After determining what proportion of PVVTA's service could be completed by battery electric cutaways on a single charge, CTE was also able to determine the proportion of service that would require midday charged battery electric cutaways or longer -range fuel cell electric cutaways in order to reach 100% ZEB service. PVVTA and CTE can then use these results to inform zero emission cutaway procurement decisions in the Fleet Assessment. Results from this analysis are also used to determine the specific energy requirements and fuel consumption of the fleet over time. These values are then used in the Fuel Assessment to estimate the cost to operate the transitioning fleet. These projections assume the average service days will maintain a similar distribution to current service because PVVTA will continue to serve similar destinations within the city. This core assumption affects energy use estimates and service achievability in each year. The results of PVVTA's Service Assessment can be found below in Figure 5. Based on CTE's analysis, 0% of PVVTA's blocks could be served by a single charge of a depot -only cutaway with a 120 -kWh battery and, with the assumed 5% improvement every year, 14% of PVVTA's blocks could be served by this technology by 2036, which means that PVVTA's service cannot be completed with depot -only charged cutaways. Percentage of Blocks that are Feasible, Using Cutaways 100% 90% 80% 70% 60% 50% 40% 30% 20% 10% 0% 14% 0% 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 2040 -Percentage of Blocks that are Feasible Figure 5 — BEB Block Achievability Percentage by Year Also, as noted previously, fuel cell cutaways are assumed to be able to complete any trip under 350 total miles and PVVTA's longest block is 306 miles long, which means that fuel cell technology will have the capability to meet PVVTA's service requirements. Therefore, a mixed fleet of fuel cell electric cutaways and battery electric cutaways with opportunity charging at the depot and a full fleet of fuel cell electric cutaways are viable options for PVVTA. Pantograph and inductive charging have not yet been demonstrated on the market for electric cutaways, so this option was not considered. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 18 405 Description of Zero Emission Technology Solutions Considered For this study, CTE developed 2 scenarios to compare to a baseline scenario and analyze the feasibility and cost effectiveness of implementing each technology as well as the co -implementation of both technologies. The scenarios are referred to by the following titles and described, in detail, below. A baseline scenario was developed to represent the typical "business -as -usual" case with retention of ICE cutaways for cost comparison purposes. A battery -electric only scenario was not considered beyond the initial analyses because it is unfeasible with currently available technology. 0. Baseline (current technology) 1. Mixed Fleet — Fuel Cell and Battery Electric Cutaways (with opportunity charging) 2. Fuel Cell Cutaways Only In the Mixed Fleet Transition, battery -electric cutaways supplement a primarily fuel cell cutaway fleet to make up a fully zero -emission fleet. The costs for infrastructure and installation of two different charging and fueling infrastructures are taken into account. This scenario takes into account PVVTA's planned purchases of two battery - electric cutaways in 2024 even though they are not feasible according to CTE's modeling. It is assumed that PVVTA would be able to modify their service to accommodate the range limitations, either by shortening blocks or utilizing midday opportunity charging at the depot. Additionally, two more battery electric cutaways are added to the fleet when the feasibility increases after 2036. Overall, a mixed fleet is more resilient as it would allow service to continue if either fuel became temporarily unavailable for any reason. The Fuel CeII Fleet Transition was developed to examine the costs for hydrogen fueling and transitioning to a 100% fuel cell cutaway fleet. A fully fuel cell fleet avoids the need to install two types of fueling infrastructure by eliminating the need for depot charging equipment. Fleets composed entirely of fuel cell electric cutaways also offer the benefit of scalability compared to battery electric technologies. Adding fuel cell vehicles to a fleet after the initial facility build out does not necessitate large complementary infrastructure upgrades as long as the fueling station was appropriately sized for the fleet. Despite this benefit, the cost of fuel cell cutaways and hydrogen fuel are still more expensive than battery electric cutaways and electricity at current market prices. When considering these scenarios, this study can be used to develop an understanding of the range of costs that may be expected for PVVTA's zero emission transition, but ultimately, can only provide an estimate. Furthermore, this study aims to provide an overview of the myriad considerations the agency must take into account in selecting a transition scenario that go beyond cost, such as space requirements, safety implications, and operational changes that may differ between scenarios. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 19 406 D Current Fleet Composition and Future Vehicle Purchases Fleet Assessment Methodology The Fleet Assessment projects a timeline for the replacement of existing cutaways with zero emission cutaways. The timeline is consistent with PVVTA's fleet replacement plan that is based on the 7 -year service life of truck -style cutaways. This assessment also includes a projection of fleet capital costs over the transition timeline. Zero Emission Vehicle Cost Assumptions CTE and PVVTA developed cost assumptions for future cutaway purchases. Key assumptions for cutaway costs for the PVVTA Transition Plan are as follows: • CNG and gasoline vehicle prices were provided by PVVTA and are inclusive of costs for configurable options and taxes. • Capital vehicle costs are derived from the 2022 California, Washington and New Mexico State Contracts plus the annual PPI (2%) and tax (8.75%). Fuel Cell Cutaway pricing is a price estimation due to lack of market information. • Costs for retrofits or bus conversions are not included. Procurements assume new vehicle costs. Table 1 — Fleet Assessment Cost Assumption Fuel Type Length Cutaway (25ft) $165,326 $128,772 $376,153* *Bus size not currently available for this technology Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 20 407 Description of PVVTA's Current Fleet PVVTA's current service and fleet composition provide the baseline for evaluating the costs of transitioning to a zero -emission fleet. PVVTA staff provided the following key data on current service: • Fleet composition by powertrain and fuel • Routes and blocks • Mileage and fuel consumption • Maintenance costs Fleet As of 2022, the PVVTA fleet includes three (3) 25 -ft CNG cutaways, one (1) 32 -ft CNG cutaway, and four (4) 25 -ft gas cutaways used for fixed route service. Transit services operate out of one primary division located at 415 North Main Street, Blythe, California, and a secondary address at 175 West 14th Avenue. Maintenance is performed at a maintenance shop co -located with central operations at 415 N Main Street. PVVTA owns and operates a public CNG fueling station, which is also used by the Palo Verde Unified School District, located adjacent to the City of Blythe Public Works and Maintenance Building at 440 S Main St, Blythe, CA. Routes and Blocks PVVTA's 2022 service consists of six (6) deviated fixed routes, deviating up to 0.75 miles from mapped routes. For the purpose of this analysis, CTE considered six (6) independent bus blocks in order to accurately quantify the daily mileages and corresponding energy consumption metrics. To calculate average block distances, CTE summed sequential daily mileages based on vehicle IDs, and calculated average and maximum daily block mileages. Blocks range in distance from 152 to 306 miles. Vehicles pull out as early as 5:20 AM and return as late as 7:00 PM. PVVTA service runs within and around the City of Blythe. Current Mileage and Fuel Consumption Annual mileage of the fleet: 241,783 miles PVVTA's ZEB Transition Plan assumes that the amount of service miles will remain the same. Annual fuel consumption: 17,019 GGE of CNG and gasoline Fleet average efficiency: 6.8 miles per GGE PVVTA current fuel expense: $73,284 per year Average fuel costs: $4.31 per GGE Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 21 408 Maintenance Costs Average maintenance costs per mile by vehicle type are estimated in Table 2. Vehicles also do not undergo any midlife overhauls due to their short usable life period as summarized in Table 3. These costs were utilized to project transition maintenance costs. Table 2 — Labor and Materials Cost Assumptions Vehicle Type CNG/Gas Cutaway Fuel Cell Electric Cutaway Estimate (Per Mile) $ 0.35 $0.51 Vehicle Type CNG Cutaway Gas Cutaway Table 3 — Midlife Overhaul Cost Assumptions Overhaul (FC/Transmission) Cost Per vehicle life $0 Battery Warranty Cost Per vehicle life Fuel Cell Electric Cutaway $0 $10,000 Zero -Emission Bus Procurement Plan and Schedule PVVTA will provide service with a fleet made up entirely of fuel cell electric cutaways, as this technology will be sufficient for meeting the agency's service demands. Considering PVVTA will be phasing out their gasoline cutaways before beginning their zero -emission vehicle transition, PVVTA's fleet transition strategy is to replace each CNG cutaway as they reach the ends of their service lives with fuel cell electric cutaways beginning in 2028. Figure 6 below provides the number of each vehicle type that will be purchased each year through 2040 with this replacement strategy and the total cost of that procurement. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 22 409 $2 $1 $0 $0.5M $0.5M $0.2M $0.2M 1 1 1 PVVTA Fuel Cell Fleet Procurement Cost $1.4M $0.9M $1.3M $0.6M $0.9M $0.4M $1.6M $1.0M $0.5M $0.5M $0.5M $0.5M i 20 �O 7O �O 20 �O 20 20 `�O �O 20 20 `�O 20 20 20 7O �O 20 �� 2� 2Q ADS 26 2j �� 29 'PO u'j u'2 u� u'7 "'S. 96 ') "P6 '9 AO Year Figure 6 — Projected Fleet Procurements for Zero Emission Transition • Fuel Cell Cutaway CNG Cutaway Figure 7 demonstrates the annual composition of PVVTA's fleet through 2040. By 2033, PVVTA's fleet will consist entirely of fuel cell cutaways. The fleet will remain the same size throughout the transition period. 4 1 4 2 —111 1111 1 PVVTA Fuel Cell Fleet Composition 1 4 N 2 8 8 8 8 8 8 8 8 `o `DO `DO `.O `DO `�O `DO `DO `�O 20 `�O `�O `DO 20 `DO `.DO `o 20 20 22 2S 4 2S. 26 2> 26 29 60 "'7 d2 u�6 4 06, "S 0> 06, 00 AO Year Figure 7 — Annual Fleet Composition, Zero Emission Transition Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC • Fuel Cell Gas CNG 410 23 As seen in Table 4, the capital investment required for purchasing zero -emission cutaways is significantly higher than for CNG and gasoline cutaways. This highlights the importance of staying vigilant in the search for funding opportunities to help fill this gap. Table 4 — PVVTA Vehicle Capital Investment to Transition to a 100% Zero Emission Fleet by 2040 Vehicle Capital Costs CNG/Gas Baseline* Zero Emission Total Investment Incremental Costs $7M $5M $12M *Represents the capital costs that would have been incurred in the absence of the ICT Regulation Additional Considerations When purchasing zero emission vehicles, the process may differ slightly from the process PVVTA currently uses to purchase vehicles. First, when contracting with zero emission vehicle manufacturers, PVVTA should ensure expectations are clear between the OEM and the agency. As with CNG purchases the agreement should be clear regarding the vehicle's configurations, technical capabilities, build and acceptance process, production timing with infrastructure, warranties, training, and other contract requirements. Additionally, by developing and negotiating specification language collaboratively with the vendor(s), PVVTA can work with the vendor(s) to customize the cutaway to their needs as much as is appropriate, help advance the industry based on agency requirements and recommended advancements, ensure the acceptance and payment process is fully clarified ahead of time, fully document the planned capabilities of the cutaway to ensure accountability, and generally preempt any unmet expectations. Special attention should be given in defining the technical capabilities of the vehicle, since defining these for zero emission vehicles may differ from ICE vehicles. When developing RFPs and contracting for zero emission vehicle procurements, PVVTA should specify the source of funding for the vehicle purchases to ensure grant compliance, outline data access requirements, define the price and payment terms, establish a delivery timeline, and outline acceptance and performance requirements. PVVTA should test the vehicles upon delivery for expected performance in range, acceleration, gradeability, highway performance, and maneuverability. Any such performance requirements must be included in the technical specification portion of the RFP and contract to be binding for the OEM. Defining technical specifications for zero emission vehicles will also differ slightly from their current ICE vehicles since they will need to include requirements for hydrogen fuel cell performance. Fuel cell procurement will also differ from ICE procurements since there are fewer OEMs presently manufacturing fuel cell buses and no OEMs presently manufacturing fuel cell cutaways, although this is expected to change with increasing demand. PVVTA will also be able to apply for additional funding for these vehicles through zero - emission vehicle specific funding opportunities, which are discussed further in section H: Potential Funding Sources. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 24 411 E Facilities and Infrastructure Modifications PVVTA Facility Configuration and Depot Layout Depot Address: 415 North Main Street, Blythe, CA 92225 Electric Utility: Southern California Edison (SCE) Located in a NOx Exempt Area? No Bus Parking Capacity: 8+ Current Vehicle Types Supported: PVVTA's depot currently supports fueling and maintenance of CNG and gasoline cutaways. Propulsion Types That Will be Supported at Completion of ZEB Transition: Hydrogen fuel cell electric Facilities Assessment Methodology Fuel cell deployments such as PVVTA's require installation of hydrogen fueling infrastructure. Fuel cell deployments require installation of a fueling station and may require improvements such as upgrades to the switchgear or utility service connections. Planning and design work, including development of detailed electrical and construction drawings required for permitting, is also necessary once specific charging equipment has been selected. Building off of the fleet procurement schedule that was outlined in the Fleet Assessment, CTE then uses industry average pricing to develop infrastructure scenarios that estimate the cost of building out the infrastructure necessary to support a full fleet transition to zero emission vehicles. This plan assumes that infrastructure projects will be completed prior to each cutaway delivery. To project the costs of fueling infrastructure, CTE used industry pricing observed in active projects and an infrastructure build timeline based on the procurement timeline. This plan assumes that infrastructure projects will be completed prior to each vehicle delivery. These projects are described in detail below. Infrastructure Upgrade Requirements to Support Zero -Emission Buses Description of Infrastructure Considered With PVVTA's fuel cell electric fleet, hydrogen fueling infrastructure is required for eight (8) fuel cell cutaways to support a completely zero -emission fleet by 2040. The total cost for hydrogen fueling infrastructure is approximately $10 M. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 25 412 FCEB Fueling Infrastructure Summary Hydrogen fueling is required to support the fully fuel cell electric fleet. Like battery electric infrastructure, fuel cell infrastructure deployment will require hiring an infrastructure planning contractor. A storage capacity project, a fueling infrastructure capital project will also be necessary to allow PVVTA to fuel their hydrogen fuel cell vehicles on site. Infrastructure is assumed to be built out in one project that will conclude prior to the first fuel cell cutaway deployment in 2028. The estimated infrastructure costs for these technology & infrastructure expenses are as follows: • INFRASTRUCTURE PLANNING. Building hydrogen infrastructure requires planning at the depot. This assessment assumes that a planning project costs $200,000 and occurs only once per depot. The total cost of planning projects for PVVTA's single depot will be approximately $200,000. • MAINTENANCE BAY UPGRADES. Maintenance bay upgrades are not included in PVVTA costs. • HYDROGEN FUELING INFRASTRUCTURE. PVVTA's fueling solutions were decided based on fuel consumption needs and approximately right -sized. Hydrogen infrastructure maintenance and operations are covered in the price of fuel in the fuel assessment. • INFLATION FACTOR. 5.4% inflation is added on all project costs per the CPI. All costs listed above are in 2022 dollars, projects occurring after 2022 are inflated per the inflation factor. The total cost of fuel cell infrastructure is approximately $10 M over the transition period. Figure 8 shows the estimated total costs for the fuel cell infrastructure over the transition period. PVVTA Mixed Fleet Infrastructure Costs Annual Infrastructure Cost (with Inflation) c O $10.0 $9.76 M Independent $9.0 Hydrogen Station $8.0 $7.0 $6.0 $5.0 $4.0 $3.0 $2.0 $1.0 Master $0.25 M Planning $0.0 7 8 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 2038 2039 2040 Year =Total Hydrogen Infrastructure Costs —Number of Fuel Cell Vehicles Figure 8 — Infrastructure Project & Costs, Zero Emission Transition with Hydrogen Infrastructure 10 9 8 7 6 5 4 3 2 1 Cumulative Number of FCEVs and BEVs in Fleet Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 413 26 Utility Partnership Review Southern California Edison (SCE) the electricity provider, or utility, for PVVTA offers support to transit agencies looking to transition to zero -emission vehicles, such as the Charge Ready Transport (CRT) program that supports both California's greenhouse gas (GHG)-reduction goal and local air -quality requirements. The Program assists customers with transitioning to cleaner fuels by reducing their cost for the purchase and installation of required battery -electric vehicle (EV) charging infrastructure, as well as providing rebates to offset the cost of charging stations for certain eligible customers. Although PVVTA is not looking to transition to battery electric vehicles, the agency should still inform SCE of their plans to install a hydrogen fueling station at their location as this will add demand to the grid. SCE may need to account for this demand in their long-term demand planning. PVVTA may also have access to local incentive programs aimed at reducing air pollution in Southern California; as the air pollution control agency for San Bernardino County's High Desert and Riverside County's Palo Verde Valley, the Mojave Desert Air Quality Management District (MDAQMD) provides a variety of financial incentives to encourage the immediate use of commercially available, low- or zero -emission technologies4. Of note is the Carl Moyer Program, that provides funding for alternative fueling infrastructure and heavy-duty vehicle replacement/conversion projects. Furthermore, PVVTA understands establishing and maintaining a partnership with the hydrogen fuel provider is critical to successfully deploying zero -emission vehicles and maintaining operations. Hydrogen fueling requires a plan for infrastructure installation, delivery, storage, dispensing, and upgrades to its facilities. PVVTA may consider partnerships with agencies that have developed these systems or look for a competitive bid process for a design/build project as a reasonable approach to determining the appropriately sized station and fueling at the best price. 4 https://www.mdaqmd.ca.gov/grants Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 27 414 F Providing Service in Disadvantaged Communities Providing Zero -Emission Service to DACs In California, CARB defines disadvantaged communities (DACs) as communities that are both socioeconomically disadvantaged and environmentally disadvantaged due to local air quality. Lower income neighborhoods are often exposed to greater vehicle pollution levels due to proximity to freeways and the ports, which puts these communities at greater risk of health issues associated with tailpipe emissions.s Zero emission vehicles will reduce energy consumption, harmful emissions, and direct carbon emissions within the disadvantaged communities PVVTA serves. The PVVTA service area includes two distinct census tracts designated as DACs; one in the City of Blythe, and one along the Wellness Express line that serves the Coachella Valley. Environmental impacts, both from climate change and from local pollutants, disproportionately affect transit riders. For instance, poor air quality from tailpipe emissions and extreme heat harm riders waiting for buses at roadside stops. The transition to zero -emission technology will benefit the region by reducing fine particulate pollution and improving overall air quality. In turn, the fleet transition will support better public health outcomes for residents in DACs served by the selected routes. Public transit has the potential to improve social equity by providing mobility options to low-income residents lacking access to a personal vehicle and helping to meet their daily needs. In California, transit use is closely correlated with car -less households as they are five times more likely to use public transit than households with at least one vehicle.' Although 21% of Californians in a zero -vehicle household are vehicle free by choice, 79% do not have a vehicle due to financial limitations. Many low-income people therefore rely solely on public transportation for their mobility needs.' PVVTA's current fleet of CNG and gasoline cutaways consume 14,967 Gasoline Gallons Equivalent (GGE) of fuel per year, operating for approximately 240,000 miles per year. Moving PVVTA's fleet to zero -emission technology will help alleviate the pollution from tailpipe emissions, which will improve the health of communities impacted by NOx and particulate matter emissions and all local communities. Access to quality transit services provides residents with a means of transportation to go to work, to attend school, to access health care services, and run errands. By purchasing new vehicles and decreasing the overall age of its fleet, PVVTA is also able to improve service reliability and therefore maintain the capacity to serve low-income and disadvantaged populations. 5 Reichmuth, David. 2019. Inequitable Exposure to Air Pollution from Vehicles in California. Cambridge, MA: Union of Concerned Scientists. https://www.ucsusa.org/resources/inequitable-exposure-air-pollution-vehicles-california-2019 6Grengs, Joe; Levine, Jonathan; and Shen, Qingyun. (2013). Evaluating transportation equity: An inter -metropolitan comparison of regional accessibility and urban form. FTA Report No. 0066. For the Federal Transit Administration 7 Paul, J & Taylor, BD. 2021. Who Lives in Transit Friendly Neighborhoods? An Analysis of California Neighborhoods Over Time. Transportation Research Interdisciplinary Perspectives. 10 (2001) 100341. https://reader.elsevier.com/reader/sd/pii/52590198221000488?token=CABB49E7FF438A88A19D1137A2B1851806514EF576E9 A2D9462 D3FAF1F6283574907562519709F8AD53DEC3CF95ACF27&origin Region=us-east-1&originCreation=20220216190930 Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 28 415 Map of Disadvantaged Communities served by PVVTA Bus Stops and Disadvantaged Communities Bus Stops • Non DAC • DAC PVVTA Routes 30 Red S4.s:I a 24 111 Bus Red to 20 Green Blue '0 I- ii Gold Green ~ 10 6 7 6 ! Shier e 0 L Express Expree 39 35 Outside DAC Withn DA G Disadvantaged Commui,thes Figure 9 — PVVTA's Bus Service Relative to Disadvantaged Communities Emissions Reductions for DACs 0 438.6 172 Miles Greenhouse gasses (GHG) are the compounds primarily responsible for atmospheric warming and include carbon dioxide (CO2), methane (CH4), and nitrous oxide (N20). The effects of greenhouse gasses are not localized to the immediate area where the emissions are produced. Regardless of their point of origin, greenhouse gasses contribute to overall global warming and climate change. Criteria pollutants include carbon monoxide (CO), nitrogen oxides (NOx), particulate matter under 10 and 2.5 microns (PMio and PM2.5), volatile organic compounds (VOC), and sulfur oxides (SOx). These pollutants are considered harmful to human health because they are linked to cardiovascular issues, respiratory complications, or other adverse health effects.' These compounds are also commonly responsible for acid rain and smog. Criteria 8 Institute of Medicine. Toward Environmental Justice: Research, Education, and Health Policy Needs. Washington, DC: National Academy Press, 1999; O'Neill MS, et al. Health, wealth, and air pollution: Advancing theory and methods. Environ Health Perspect. 2003; 111: 1861-1870; Finkelstein et al. Relation between income, air pollution and mortality: A cohort study. CMAJ. 2003; 169: 397-402; Zeka A, Zanobetti A, Schwartz J. Short term effects of particulate matter on cause specific mortality: effects of lags and modification by city characteristics. Occup Environ Med. 2006; 62: 718-725. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 29 416 pollutants cause economic, environmental, and health effects locally where they are emitted. CARB defines DACs in part as disadvantaged by poor air quality because polluting industries or freight routes have often been cited in these communities. The resulting decrease in air quality has led to poorer health and quality of life outcomes for residents. PVVTA's operational Well -to -Wheel criteria emissions are summarized in Table 5. Table 5 — Annual Vehicle Operation Pollutants by Fuel Type Overall Annual Vehicle Operation Pollutants (Ibs.) CO NOx PM10 PM2.5 VOC SOx PM10 TBW PM2.5 TBW CNG 1,068 Gas 7.4 1,010 15.0 0.2 0.2 1.6 1.5 2.4 0.3 24.7 1.2 6.0 0.8 10.3 1.3 The transportation sector is the largest contributor to greenhouse gas emissions in the United States, accounting for more than 30% of total emissions, and within this sector, 25% of these emissions come from the medium- and heavy-duty markets, yet these markets account for less than 5% of the total number of vehicles. Electrifying these vehicles can have an outsized impact on pollution, fossil -fuel dependency, and climate change. Zero emission buses are four times more fuel efficient than comparable new diesel buses. Better fuel efficiency means less waste when converting the potential energy in the fuel to motive power. Less waste not only means less pollution, it results in more efficient use of natural resources. By transitioning to zero emission cutaways from CNG and gasoline cutaways, PVVTA's zero -emission fleet will produce fewer carbon emissions and fewer harmful pollutants from the vehicle tailpipes. Considering DACs experience significantly more pollution from harmful emissions, communities disadvantaged by pollution served by PVVTA's fleet will therefore directly benefit from the reduced tailpipe emissions of zero emission vehicles compared to ICE vehicles. Estimated Ridership in DACs PVVTA's service area includes two distinct census tracts designated as DACs. According to Arcadis IBI Group's in- depth analysis overlaying PVVTA's deviated fixed route service and 2021 census tract data for disadvantaged communities based on CalEnviroScreen 4.0, 48 stops (31%) and 22 service miles (5%) of PVVTA's deviated fixed route service are located within DACs. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 30 417 G Workforce Training PVVTA Current Training Program PVVTA's contractor, Transportation Concepts, manages the training of our dispatchers, mechanics, operators, and supervisors. A comprehensive program is provided for all operating staff that continually evaluates performance and prepares our operators to anticipate and correct issues that arise in passenger transportation services. PVVTA Zero Emission Vehicle Training Plan OEM Training PVVTA plans to take advantage of trainings from the vehicle manufacturers and station suppliers, including maintenance and operations training, station operations and fueling safety, first responder training and other trainings that may be offered by the technology providers. OEM trainings provide critical information on operations and maintenance aspects specific to the equipment model procured. Additionally, many procurement contracts include train -the -trainer courses through which small numbers of agency staff are trained and subsequently train agency colleagues. This method provides a cost-efficient opportunity to provide widespread agency training on new equipment and technologies. Bus and Fueling Operations and Maintenance The transition to a zero -emission fleet will have significant effects on PVVTA's workforce. Meaningful investment is required to upskill maintenance staff and bus operators trained in ICE vehicle maintenance and ICE fueling infrastructure. PVVTA training staff will work closely with the OEM providing vehicles to ensure all mechanics, service employees, and bus operators complete necessary training prior to deploying zero emission technology and that these staff undergo refresher training annually and as needed. PVVTA staff will also be able to bring up any issues or questions they may have about their training with their trainers. Additionally, trainers will observe classes periodically to determine if any staff would benefit from further training. ZEB Training Programs Several early zero emission bus (ZEB) adopters have created learning centers for other agencies embarking on their ZEB transition journeys. One such agency is SunLine Transit Agency, which provides service to the Coachella Valley and hosts the West Coast Center of Excellence in Zero Emission Technology (CoEZET). The Center of Excellence supports transit agency adoption, zero -emission commercialization and investment in workforce training. Similarly, AC Transit offers training courses covering hybrid and zero -emission technologies through their ZEB University program. PVVTA plans to take advantage of these trainings offered by experienced agencies. There are several transit agencies within and around PVVTA that have successfully begun their transition to zero - emission technology. California has at least seven heavy-duty and transit -operated fueling stations in operation Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 31 418 and at least four more in development'. Additionally, the number of hydrogen production and distribution centers is growing to meet increased hydrogen demand as it gains popularity as a transportation fuel. At present, there are two heavy-duty, transit -operated hydrogen fueling stations in the neighboring San Bernardino and Orange counties and two planned transit -operated hydrogen fueling stations in Los Angeles County and Pomona, which are all about 200 miles of PVVTA. In addition, private hydrogen fueling stations by First Element Fuels and Stratosfuel within 200 miles of Blythe, CA are in development and should be commissioned before the end of the fleet transition timeline. In the region, Omintrans, a public transit agency serving the San Bernardino Valley recently received $9.3 million from the Federal Transit Administration (FTA) under the FY2022 Low -No Emission Vehicle Program to develop hydrogen refueling infrastructure and launch a workforce development program. Similarly, Sunline Transit Agency has received $7.8 million to upgrade their liquid hydrogen refueling infrastructure. Riverside Transit Agency has also received $5.2 million to procure hydrogen fuel cell buses. The presence of hydrogen fueling infrastructure projects, especially in the counties of Riverside and San Bernardino, demonstrates the feasibility of fuel cell electric technology for transit in the region. These agencies can serve as a resource for PVVTA to use when implementing zero -emission technology and supporting programs into their services. 9 Hydrogen Refueling Stations in California, California Energy Commission: https://www.energy.ca.gov/data-reports/energy- a lmanac/zero-em ission-vehicle-a nd-infrastructure-statistics/hydrogen-refueling Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 32 419 H Potential Funding Sources Available Funding Opportunities Federal Although not an eligible recipient on their own, PVVTA is exploring federal grants in partnership with eligible recipients, such as Caltrans, RCTC or Sunline through the following funding programs: Federal Transit Administration's (FTA) Urbanized Area Formula program; discretionary grant programs such as the Bus and Bus Facilities (B&BF) program, Low or No Emission Vehicle Deployment Program (Low -No), and Better Utilizing Investments to Leverage Development (BUILD) grant; and other available federal discretionary grant programs. They are also eligible to be direct recipients of 5311 funds. Annual Reliable Funding • Federal Transportation Administration (FTA) o Urbanized Area Formula program o State of Good Repair Grants o Bus and Bus Facilities Formula grants Future Funding Opportunities • United States Department of Transportation (USDOT) o Better Utilizing Investments to Leverage Development (BUILD) Grants • Federal Transportation Administration (FTA) o Bus and Bus Facilities Discretionary Grant o State of Good Repair Grants o Capital Investment Grants — New Starts o Capital Investment Grants —Small Starts o Low -or No -Emission Vehicle Grant o Metropolitan & Statewide Planning and Non -Metropolitan Transportation Planning • Federal Highway Administration (FHWA) o Congestion Mitigation and Air Quality Improvement Program through SCAG o Surface Transportation Block Grant Program through SCAG o Carbon Reduction Program • Environmental Protection Agency (EPA) o Environmental Justice Collaborative Program -Solving Cooperative Agreement Program Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 33 420 State PVVTA will also seek funding from state resources through grant opportunities including but not limited to Senate Bill 1 State of Good Repair (SGR), Transit and Intercity Rail Capital Program (TIRCP), Low Carbon Transit Operations Program (LCTOP) funding, the California Energy Commission's Clean Transportation Program as well as Hybrid and Zero -Emission Truck and Bus Voucher Incentive Project (HVIP) for bus purchases when available. Annual Reliable Funding • Administered by California Department of Transportation (Caltrans) o Transportation Development Act Funds • Local Transportation Funds • State Transit Assistance (STA) o State of Good Repair (SB 1 funds) o Low Carbon Transit Operations Program (LCTOP) Future Funding Opportunities • California Air Resources Board (CARB) o Hybrid and Zero -Emission Truck and Bus Voucher Incentive Project (HVIP) o State Volkswagen Settlement Mitigation o Carl Moyer Memorial Air Quality Standards Attainment Program o Cap -and -Trade Funding o Low Carbon Fuel Standard (LCFS) • California Transportation Commission (CTC) — As with most federal grants, PVVTA is not eligible to be a direct recipient for CTC grants, but could partner with an eligible recipient o State Transportation Improvement Program (STIP) o Solution for Congested Corridor Programs (SCCP) o Local Partnership Program (LPP) • California Department of Transportation (Caltrans) o Transit and Intercity Rail Capital Program o Transportation Development Credits o New Employment Credit • California Energy Commission Local Additionally, PVVTA will pursue local funding opportunities to support zero -emission bus deployment. While the aforementioned funding opportunities are mentioned by name, PVVTA will not be limited to these sources and will regularly assess opportunities for fiscal support for the zero -emission program. Legislation Supporting the Zero -Emission Transition Policies and regulations supporting the transition to zero -emission are proliferating as the efforts to decarbonize the transportation sector expand. PVVTA is monitoring the implementation of relevant policies and legislation. With the passage of the Bipartisan Infrastructure Law and issuance of Executive Order 14008: Tackling the Climate Crisis at Home and Abroad, the federal government has set a renewed focus on zero -emission transit. PVVTA's goal to deploy zero -emission vehicles supports the federal administration's priorities of renewing transit systems, reducing Greenhouse Gas emissions from public transportation, equity, creation of good paying jobs, and connecting communities. State legislation such as the Innovative Clean Transit Regulation further supports the replacement of fossil -fuel vehicles on the roads of California. Moreover, on August 25, 2022, the CARB approved the Advanced Clean Cars II Rule, requiring all new vehicles sold in California to be zero -emission vehicles (ZEVs) by 2035. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 34 421 Start-up and Scale -up Challenges Financial Challenges Challenges can arise with any new propulsion technology, its corresponding infrastructure, or in training operators and maintenance staff. Nearly all transit agencies must contend with the cost barriers posed by zero -emission technologies. The predicted costs of zero -emission cutaways are between $300,000 and $380,000, which is about $120,000 and $200,000 more costly than traditional ICE cutaways. Additionally, the necessary infrastructure to support these vehicles adds to the financial burden of transitioning to a zero -emission fleet, as outlined below in Table 6 showing the cost of the transition. PVVTA will seek financial support to cover the cost of their fuel cell electric cutaways from the resources discussed in Section H. Specific challenges for PVVTA locally is the flat or slightly reduced population growth within the Palo Verde Valley. As funds at the local, State and Federal level are often tied to population, Blythe and the Palo Verde Valley are at a disadvantage as other adjacent areas such as Western Riverside County and the Coachella Valley are seeing a substantial increase in population. Also, any newly generated funds for transportation locally would be shared with other municipal and County needs. Table 6 — Incremental Cost of Zero Emission Transition Vehicle Capital Expense Fueling Infrastructure Total CNG/Gas Baseline* $7M $0 Zero Emission Incremental Costs $5M $10M $7M $15M Zero Emission Transition Scenario Costs $12M $10M $22M *Represents the capital costs that would have been incurred in the absence of the ICT Regulation As seen in Table 6, the costs of required fueling infrastructure and fueling operations for zero emission technologies pose another hurdle for transit agencies transitioning to zero -emission service. Continued financial support at the local, state and federal level to offset the capital cost of this new infrastructure is imperative. For alternative fuels such as hydrogen, financial support from state and federal grant opportunities for green hydrogen supply chains and increasing economies of scale on the production side will ultimately benefit transit agencies deploying and planning for fuel cell and battery electric vehicles. CARB can support PVVTA by ensuring continued funding for the incremental cost of zero -emission vehicles and fueling infrastructure. Funding opportunities should emphasize proper transition and deployment planning and should not preclude hiring consultants to ensure best practices and successful deployments. The price and availability of hydrogen, both renewable and not, continue to be challenges that can be allayed by legislation subsidizing and encouraging renewable fuel production. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 35 422 Limitations of Current Technology Beyond cost barriers, transit agencies must also ensure that available zero -emission technologies can meet basic service requirements of the agency's duty cycles. The applicability of specific zero -emission technologies will vary widely among service areas and agencies. As such, it is critical that transit agencies in need of technical and planning support have access to these resources to avoid failed deployment efforts. Support in the form of technical consultants and experienced zero -emission transit planners will be critical to turning Rollout Plans into successful deployments and tangible emissions reductions. In addition to the uncertainty of technology improvements, there are other risks to consider in trying to estimate costs over the 18 -year transition period. Although fuel cell vehicles may not be subject to the same limitations that battery electric vehicles are such as battery degradation and range restrictions, higher capital equipment costs and availability of hydrogen may constrain fuel cell solutions. RCTC, PVVTA, CTE and Arcadis IBI Group will expand upon challenge mitigation and adaptation in Riverside County ZEB Implementation & Financial Strategy Plan. Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 36 423 Appendix A — Approved Board Resolution RESOLUTION NO. PVVTA 2023-04 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE PALO VERDE VALLEY TRANSIT AGENCY AUTHORIZING THE SUBMISSION OF THE ZERO -EMISSION BUS ROLLOUT PLAN TO THE CALIFORNIA AIR RESOURCES BOARD AS REQUIRED BY THE INNOVATIVE CLEAN TRANSIT REGULATION. WHEREAS, in 2018, California Air Resources Board (CARB) adopted the Innovative Clean Transit (ICT) Regulation, which requires public transit agencies to gradually transition to a 100 percent Zero -Emission Bus (ZEB) fleet with a goal for the full transition by 2040; WHEREAS, the main provisions of the ICT regulation include the following: 1. Small transit agencies which operate less than 100 buses in annual maximum service are required to submit a Board approved ZEB Rollout Plan by June 30, 23. 2. Small transit agencies must purchase a minimum number of ZEBs during future procurements, according to the following schedule: a. Starting in calendar years 2026 through 2028, 25 percent of new bus purchases in each year must be ZEBs. b. Starting in calendar year 2029, 100% of all new bus purchases must be ZEBs; WHEREAS, the PVVTA ZEB Rollout Plan, currently being presented to the Board of Directors for adoption, is a living document intended to guide the Agency's conversion to a ZEB fleet and may be updated based on changes in vehicle technology, fleet size, and operating requirements. WHEREAS, the Rollout Plan must be approved by the Agency governing body through the adoption of a resolution prior to submission to CARB. and WHEREAS, per the requirements of the ICT, the Rollout Plan includes the required information in the following sections: 1. Transit Agency Information 2. Rollout Plan General Information 3. Technology Portfolio 4. Current Bus Fleet Composition and Future Bus Purchases 5. Facilities and Infrastructure Modifications 6. Providing Service in Disadvantaged Communities 7. Workforce Training 8. Potential Funding Sources. NOW, THEREFORE, BE IT RESOLVED by the Board of Director of the Palo Verde Valley Transit Agency, hereby adopts the presented ZEB Rollout Plan as a guide for the implementation of ZEB technology and approves it for submission to CARB. PASSED, APPROVED AND ADOPTED this 21st day of June 2023 by the following roll call vote to wit: AYES: DeConinck. Rodriguez, Perez, Halby III, Alvarado NOES: NONE ABSENT: NONE ATTEST: Malty Mallory Crecelius, Clerk Josep h DeConinck, Chairman Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 37 424 Appendix B — Glossary Auxiliary Energy: Energy consumed (usually as a by time measure, such as "x"kW/hour) to operate all support systems for non-drivetrain demands, such as HVAC and interior lighting. Battery Electric Bus: Zero -emission bus that uses onboard battery packs to power all bus systems. Battery Nameplate Capacity: The maximum rated output of a battery under specific conditions designated by the manufacturer. Battery nameplate capacity is commonly expressed in kWh and is usually indicated on a nameplate physically attached to the battery. Block: Refers to a vehicle schedule, the daily assignment for an individual bus. One or more runs can work a block. A driver schedule is known as a "run." Charging Equipment: The equipment that encompasses all the components needed to convert, control and transfer electricity from the grid to the vehicle for the purpose of charging batteries. May include chargers, controllers, couplers, transformers, ventilation, etc. Depot Charging: Centralized BEB charging at a transit agency's garage, maintenance facility, or transit center. With depot charging, BEBs are not limited to specific routes, but must be taken out of service to charge. Energy: Quantity of work, measured in kWh for ZEBs. Energy Efficiency: Metric to evaluate the performance of ZEBs. Defined in kWh/mi for BEBs, mi/kg of hydrogen for FCEBs, or miles per diesel gallon equivalent for any bus type. Fuel Cell Electric Bus: Zero -emission bus that utilizes onboard hydrogen storage, a fuel cell system, and batteries. The fuel cell uses hydrogen to produce electricity, with the waste products of heat and water. The electricity powers the batteries, which powers the bus. Greenhouse Gas Emissions: Zero -emission buses have no harmful emissions that result from diesel combustion. Common GHGs associated with diesel combustion include carbon dioxide (CO2), carbon monoxide (CO), nitrous oxides (NOx), volatile organic compounds (VOCs), and particulate matter (PM). These emissions negatively impact air quality and contribute to climate change impacts. Hydrogen Fueling Station: The location that houses the hydrogen production (if produced onsite), storage, compression, and dispensing equipment to support fuel cell electric buses. On -route Charging: BEB charging while on the route. With proper planning, on -route charged BEBs can operate indefinitely, and one charger can charge multiple buses. Operating Range: Driving range of a vehicle using only power from its electric battery pack to travel a given driving cycle. Route Modeling: A cost-effective method to assess the operational requirements of ZEBs by estimating the energy consumption on various routes using specific bus specifications and route features. 38 425 Useful Life: FTA definition of the amount of time a transit vehicle can be expected to operate based on vehicle size and seating capacity. The useful life defined for transit buses is 12 -years. For cutaways, the useful life is 7 years. Validation Procedure: to confirm that the actual bus performance is in line with expected performance. Results of validation testing can be used to refine bus modeling parameters and to inform deployment plans. Results of validation testing are typically not grounds for acceptance or non -acceptance of a bus. Zero -Emission Vehicle: A vehicle that emits no tailpipe emissions from the onboard source of power. This is used to reference battery -electric and fuel cell electric vehicles, exclusively, in this report. Well -to -wheel Emissions: Quantity of greenhouse gas, criteria pollutants, and/or other harmful emissions that includes emissions from energy use and emissions from vehicle operation. For BEBs, well -to -wheel emissions would take into account the carbon intensity of the grid used to charge the buses. For FCEBs, well -to -wheel emissions would take into account the energy to produce, transport, and deliver the hydrogen to the vehicle Prepared by PVVTA with support from the CTE, Arcadis IBI Group, and RCTC 39 426 AGENDA ITEM 7 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Sergio Vidal, Chief Financial Officer THROUGH: Anne Mayer, Executive Director SUBJECT: City of Desert Hot Springs Request for a Loan for Storm Damaged Road Repairs Project STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve Agreement No. 24-31-052-00 to loan the city of Desert Hot Springs (City) 2009 Measure A funds in the amount of $7,500,000 for Storm Damaged Road Repairs Project (Project) with the City's repayment of the loan anticipated from federal Emergency Relief (ER) Program funds; and 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to develop, finalize and execute the agreement, on behalf of the Commission. BACKGROUND INFORMATION: On August 20, 2023, Tropical Storm Hilary hit the Coachella Valley and the City suffered major impacts. Extensive rain in the Mission Creek Watershed created substantial amounts of flood water, mud, and debris running down Mission Creek. It was calculated that Mission Creek received rainfall equivalent to a 1,000 -year storm event. At the end of the event and during inspections it was determined the floods damaged and washed out three major arterials where they cross Mission Creek in the City: Dillon Road, Little Morongo Road, and Indian Canyon Drive. The Federal Highway Administration (FHWA) and the California Department of Transportation (Caltrans), under delegated authority from FHWA, administer ER funds as authorized by Congress to repair and reconstruct federal -aid routes that have suffered serious damage as a direct result of a declared event. The City submitted the necessary Damage Assessment Forms to Caltrans and FHWA, which were approved on November 9, 2023. DISCUSSION: The City has awarded construction contracts for each of the emergency repairs and construction is expected to occur over approximately the next four -to -six months. Given the short timeframe in which all of the work is anticipated to be performed and the protracted reimbursement process for the City to receive ER reimbursement from FHWA and Caltrans, the City has requested Agenda Item 7 427 a loan from the Commission. If the Commission approves entering into a loan with the City, it will ease cash flow challenges paying for the emergency repairs will create while waiting for its reimbursement from FHWA and Caltrans. Staff will continue to work with the City to finalize the loan terms. Below is a summary of preliminary key terms proposed to the City: • Loan amount: up to $7.5 million • Loan Term: up to 48 months • Repayment: within 45 days of receipt of identified ER funding • Cash Flow: Planning document outlining funding needs by month/fiscal year • Interest Rate: 4 percent, subject to change annually (June 30) based on annual rate of return for the Riverside County Treasurer -Tax Collector The objective of the loan is to ensure the City's emergency repair needs are met while balancing its related cash flow. The Commission will assess interest on the amount loaned to the City offsetting any investment earnings otherwise that would have been earned if the funds were not advanced to the City. FISCAL IMPACT: Staff recommends loaning the City up to $7,500,000 of Measure A funds to ensure these critical emergency repairs are made timely and as cost -efficiently as possible. Preliminary terms of the loan agreement provide that the City will repay the Commission within 45 days upon receipt(s) of reimbursement from FHWA/Caltrans, including interest commensurate with what the funds would receive from the County of Riverside's investment pool where the funds are currently held. As of September 30, 2023 the rate of return for the Commission's portfolio held at the County Treasurer's office is approximately four percent. If approved, staff will work with the City to finalize the loan agreement reflecting the terms of the loan. Due to this rapidly evolving situation regarding the need for this emergency funding request and in an effort to keep the project on schedule, a final loan agreement is not available for inclusion with this staff report. Staff recommends authorization for the Chair or Executive Director to develop, finalize and execute the necessary agreement, pursuant to legal counsel review prior to execution. A budget adjustment is not required as this is a loan rather than an expenditure of funds and repayment of the loan by the City is expected upon receipt of their federal funds. Agenda Item 7 428 Financial Information In Fiscal Year Budget: N/A Year: FY 2023/24+ Amount: $7,500,000 Source of Funds: Measure A Budget Adjustment: N/A GL/Project Accounting No.: 2xx 12301 (Loan receivable Fiscal Procedures Approved: --- Date: 12/05/2023 Attachment: City of Desert Hot Springs request for Loan Advance Agenda Item 7 429 CITY OF OFFICE OF THE CITY MANAGER December 5, 2023 DESERT SPRF 11-999 Palm Drive • Desert Hot Springs • CA • 92240 (760) 329-6411• www.cityofdhs.org MS Anne Mayer Executive Director Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Subject: Desert Hot Springs Emergency Repairs Funding Advance Request Dear Ms. Mayer, On August 20, 2023, Tropical Storm Hilary hit the Coachella Valley, and the City of Desert Hot Springs suffered major impacts. Extensive rain in the Mission Creek Watershed created substantial amounts of flood water, mud, and debris running down the Mission Creek. It was calculated that Mission Creek received rainfall equivalent to a 1,000 year storm event. The floods through Mission Creek began in the mountains to the north and flowed south through Desert Hot Springs, violently damaging everything in its pathway. At the end of the event and during inspections it was determined that the floods damaged one bridge, completely damaged and washed out three major arterials, and multiple local collector and residential roads in the City of Desert Hot Springs. The City has now completed the engineering design of the emergency repairs that are required and are moving forward with emergency re -construction. The City has submitted assistance request forms from California Governors Office or Emergency Services (CaIOES) and the Federal Highway Administration(FHWA) for the costs for the emergency repairs. Both CaIOES and FHWA have approved the damage assessment forms with total estimated costs and scope of work for the emergency repairs. The emergency repair costs will severely impact the City's operating cash, and the reimbursement timeline will vary between 1 to 4 years depending on CaIOES and FHWA timelines. The purpose of this letter is to seek an advance of funds of $7.5 Million to cover the cost for the emergency repairs now until a time in which the City receives reimbursement from the California Governors Office or Emergency Services (CaIOES) and the Federal Highway Administration(FHWA). _Frank Luckino City Manager 430 RIVERSIDE COUNTY TRANSPORTATION COMMISSION CITY OF DESERT HOT SPRINGS REQUEST FOR LOAN FOR STORM DAMAGED REPAIRS Commission Meeting December 13, 2023 Sergio Vidal, Chief Financial Officer OVERVIEW Westbound Dillon Road Low Water Crossing at Mission Creek, Before (Google Streetview Image). • August 2023 — Tropical Storm Hilary hit the Coachella Valley • Impact: Extensive flood damage on Mission Creek Watershed — Major Arterials impacted: • Dillon Road • Little Morongo Road • Indian Canyon Drive Westbound Dillon Road Low Water Crossing at Mission Creek - After 2 City Approach • September thru October 2023 -Assessed impact of the storms and sought Federal and/or State funding to expedite reconstruction of damaged infrastructure • November 2023: Desert Hot Springs City Council approved emergency contract repairs with three (3) contractors to perform work on the impacted arterials • November 2023: City received approval from Federal Highway Administration (FHWA) for up to $7.5 million in funding 3 Preliminary Loan Terms • Loan Amount: up to $7.5 million • Loan Term: up to 48 months • Repayment: within 45 days of receipt of federal funding • Cash Flow: Planning document outlining funding needs • Interest Rate: approximately 4 percent (4%), peg to County of Riverside Treasurer Tax Collector (TTC) rate of return 4 Today's Item • This item is for the Commission to: — Approve Agreement No. 24-31-052-00 to loan the City of Desert Hot Springs Measure A funds in the amount of $7,500,000; and — Authorize the Chair or Executive Director, pursuant to legal counsel review, to review, develop, finalize and execute the Loan agreement with the City of Desert Hot Springs 5 RIVERSIDE COUNTY TRANSPORTATION COMMISSION QUESTIONS / DISCUSSION AGENDA ITEM 8 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects Committee Jeff Dietzler, Capital Projects Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Agreement for Project and Construction Management Services for the Interstate 15 Express Lanes Project Southern Extension WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS STAFF RECOMMENDATION: This item is for the Commission to: 1) Award Agreement No. 24-31-004-00 with Parsons Transportation Group Inc. to provide project and construction management (PCM) Services for the Interstate 15 Express Lanes Project Southern Extension (ELPSE) for an eight -year term in the amount of $78,702,500, plus a contingency amount of $7,870,250, for a total amount not to exceed $86,572,750; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to finalize and execute the agreement, on behalf of the Commission; 3) Authorize the Executive Director, or designee, to approve contingency work up to the total not to exceed amount as required for these services; and 4) Approve an increase in the Fiscal Year 2023/24 Budget from $2,000,000 to $5,364,161. BACKGROUND INFORMATION: The scope of the 1-15 ELPSE is to add two express lanes in each direction on 1-15 from Cajalco Road to State Route 74 (Central Avenue). See Figure 1 below for a project location map. The 1-15 ELPSE meets a Measure A commitment and is identified in the Commission adopted 10 -Year Western Riverside County Delivery Plan 2019-2029. Currently, the 1-15 ELPSE is in the project approval and environmental document (PA/ED) phase with an ED that is anticipated to be an environmental impact report/environmental assessment (EIR/EA). The current schedule projects the EIR/EA will be completed in 2025 with delivery of project improvements by 2030. Agenda Item 8 431 6 Cc Corona Cleveland National Forest Legend Advance Signage & Striping Transition Limit North RIV-15 PM 40.1 Express Lane Improvement Limit North RIV-15 PM 38.1 cwrco, 12d Temescal Val ley Lane Improvements Advance Signage & Striping Transition City Limits National Parks and Forests Riverside County - Unincorporated A 0 05 1 2 Mies Source: ESt+I StraetMao North Amerca 1201 7;, Lake Mathews • Ayr ORANGE COUNTY Figure 1: Project Location Map Proj ecl Locatio RIVERSIDL COUNT" Express Lane Improvement Limit South RIV-15 PM 21.2 La.kfl Elsie Advance Signage & Striping Transition Limit South RIV-15 PM 20.3 Sources: Esri, USGS, NOAA FrankY�n St Agenda Item 8 432 ProKressive Design -Build It is intended to perform both final engineering and construction of the 15 ELPSE in an integrated fashion utilizing a progressive design -build (PDB) contract in accordance with Senate Bill 617 (recently approved legislation). PDB is an emerging project delivery tool that brings on a design -build contractor earlier into the process providing design -builder's input and innovation before a guaranteed maximum price is negotiated. PDB also allows for greater project delivery flexibility through phased funding and construction likely needed to deliver the 15 ELPSE since the cost is substantial and funding has not been solidified. Staff will be evaluating funding and financing options as part of the PCM effort discussed herein. DISCUSSION: On March 27, 2023, the Interstate 15 Ad Hoc Committee approved the use of the PDB delivery method and procurement of PCM services for the 1-15 ELPSE project. The PCM firm will provide skilled and experienced professionals to perform engineering, management, construction oversight, and other services. Staff sought the most qualified firm with national resources and experience. These resources will be scaled up or down as needed to meet the staffing needs during the course of this challenging project. Initially, the PCM will develop interagency agreements, support traffic and revenue studies and financial planning, and develop a project delivery plan and a procurement strategy for a progressive design -builder. Once the progressive design -build contract is awarded, the PCM firm will perform engineering plan reviews, inspect materials and construction, and administer the progressive design -build contract. The PCM will also oversee and ensure coordination with the Toll System Provider for the 15 ELPSE. The schedule for the PCM role on the 1-15 ELPSE is as follows: Develop Agreements/Strategies Progressive Design -Build Procurement Progressive Design -Build Implementation Procurement Process Jan 2024 to Summer 2024 Summer 2024 to Summer 2025 Summer 2025 to 2030 Pursuant to Government Code 4525 et seq, selection of architect, engineer, and related services shall be on the basis of demonstrated competence and on professional qualifications necessary for the satisfactory performance of the services required. Therefore, staff used the qualification - based method of selection for the procurement. Evaluation criteria included elements such as firm experience and stability, quality and experience of project manager, quality and experience of key personnel, project understanding and approach, and the ability to respond to the requirements set forth under the terms of a request for qualifications (RFQ). RFQ No. 24-31-004-00 for PCM services for the 1-15 Express Lanes Project Southern Extension was released by staff on July 24, 2023. The RFQ was posted on the Commission's Planet Bids website, which is accessible through the Commission's website. Through Planet Bids, 89 firms Agenda Item 8 433 downloaded the RFQ; 12 of these firms are located in Riverside County. A pre -submittal meeting was held on August 8, 2023, and was attended by 18 firms. Staff responded to all questions submitted by potential proposers prior to the August 17, 2023, clarification deadline. Three firms — 3D Built (Los Angeles); HNTB Corporation (Ontario); and Parsons Transportation Group Inc. (Ontario) — submitted responsive and responsible statements of qualifications prior to the 2:00 p.m. submittal deadline on September 7, 2023. Based on the evaluation criteria set forth in the RFQ, the firms were evaluated and scored by an evaluation committee comprised of Commission, Caltrans, and City of Lake Elsinore staff. Based on the evaluation committee's assessment of the written statement of qualifications and pursuant to the terms of the RFQ, the evaluation committee shortlisted and invited two firms (HNTB Corporation and Parsons Transportation Group Inc.) to the interview phase of the evaluation and selection process. Interviews were conducted on October 10, 2023. The evaluation committee conducted a subsequent evaluation of each firm, based on both written and interview components presented to the evaluation committee by each proposer. Accordingly, the evaluation committee recommends contract award to Parsons Transportation Group Inc. (PTG) for PCM Services for the 1-15 ELPSE, as this firm earned the highest total evaluation score. Subsequently, staff negotiated the scope of services, schedule, and cost from PTG for the PCM services and established a fair and reasonable price. As part of the federal procurement process for architectural and engineering services, the contract is subject to a pre -award audit by Caltrans Audits and Investigations Unit. The proposed cost is $86,572,750 and may change slightly as a result of the pre -award audit. Previous sections of this staff report summarize the PCM scope of work and schedule for the contract. Staff tentatively negotiated a base contract value of $78,702,500, plus a contingency amount of $7,870,250, for a total amount not to exceed $86,572,750 for an approximate contract term of eight years. STAFF RECOMMENDATION: Staff recommends award of Agreement No. 24-31-004-00 for PCM services for the 1-15 ELPSE in the amount of $78,702,500, plus a contingency amount of $7,870,250, for a total amount not to exceed $86,572,750. A 10 percent contingency is assumed for these services. Staff also recommends authorization for the Chair or Executive Director to finalize and execute the agreement for the 1-15 ELPSE, and authorization of the Executive Director, or designee, to approve contingency work up to the total not to exceed amount as required for these services. Agenda Item 8 434 FISCAL IMPACT: Federal funding in the amount of $67,000,000 has been encumbered for PCM services. Measure A will cover the balance of $19,572,750 for a total contract value of $86,572,750. An amount of $2,000,000 was included in the FY 2023/24 budget for PCM services. Based upon the negotiated scope and schedule for the PCM services, it has been determined that an additional $3,364,161 will be needed in FY 2023/24 funded by identified Federal resources. Financial Information In Fiscal Year Budget: No Year: FY 2023/24 Amount: $5,364,161 N/A FY 2024/25+ $81,208,589 Source of Funds: Federal and Measure A Budget Adjustment: Yes FY 2023-24 Budget Amendment - $3,364,161 (PCM Services) Revenue: 003044 262 41402 0000 262-31-41401 - $1,353,787 003044 262 41403 0000 262-31-41401 - $1,343,554 003044 262 41406 0000 262-31-41401 - $ 317,035 GL/Project Accounting No.: 003044 262 41407 0000 262-31-41401 - $ 150,634 003044 262 41410 0000 262-31-41401 - $ 199,151 Expenditure: 003044 81601 00000 0000 262 31 81601 - $3,364,161 Fiscal Procedures Approved: Date: 11/16/2023 i Attachment: Agreement No. 24-31-004-00 with Exhibits for Work Scope, Schedule, and Summary of Cost Approved by the Western Riverside County Programs and Projects Committee on November 27, 2023 In Favor: 12 Abstain: 0 No: 0 Agenda Item 8 435 Agreement No. 24-31-004-00 PROFESSIONAL SERVICES AGREEMENT WITH FHWA FUNDING/ASSISTANCE RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT WITH PARSONS TRANSPORTATION GROUP INC FOR PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE INTERSTATE 15 EXPRESS LANES PROJECT SOUTHERN EXTENSION Parties and Date. This Agreement is made an ntered into this day of , 2023, by and between the RIVERSI OUNTY TRANSPORTATION COMMISSION ("the Commission") and PARS N ANSPORTATION GROUP INC. ("Consultant"), a CORPORATION. The ComnMicin and Consultant are sometimes referred to herein individually as "Party", and collectively as the "Parties". Recitals. A. On November 8, 1988 the Voters ij Riverside County approved Measure A authorizing the collection of a one-half percent (1/2 %) retail transactions and use tax (the "tax") to fund transportation programs and improvements within the County of Riverside, and adopting the Riverside County Transportation Improvement Plan (the "Plan"). B. Pursuant to Public Utility Code Sections 240000 et seq., the Commission is authorized to allocate the proceeds of the Tax in furtherance of the Plan. C. On November 5, 2002, the voters of Riverside County approved an extension of the Measure A tax for an additional thirty (30) years for the continued funding of transportation and improvements within the County of Riverside. D. A source of funding for payment for professional services provided under this Agreement is federal funds administered by the California Department of Transportation ("Caltrans") from the United States Department of Transportation pursuant to the following project/program: Congestion Mitigation and Air Quality (CMAQ), Surface Transportation Block Grant (STBG)/ Carbon Reduction Program (CRP). 1 17336.02124\41493681.1 436 E. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the Commission on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing Project and Construction Management services to public clients, is licensed in the State of California (if necessary), and is familiar with the plans of the Commission. F. The Commission desires to engage Consultant to render such services for the Interstate 15 Express Lanes Project Southern Extension ("Project"), as set forth in this Agreement. Terms. 1. General Scope of Services. Consultant shall furnish all technical and professional services, inclu and expertise, and incid supply the profession for the Project ("Se attached hereto an and performed in ac incorporated herein by re and regulations. ing labor, material, equipment, transportation, supervision nd customary work necessary to fully and adequately and Construction Management services necessary ervices are more particularly described in Exhibit "A" h_ -in by reference. All Services shall be subject to, Agreement, the exhibits attached hereto and plicable local, state and federal laws, rules 2. Commencement of Services t shall commence work upon receipt of a written "Notice to Proceed" or' to Proceed" from Commission. 3. Pre -Award Audit. As a result of the aeral . for this Project, and to the extent Caltrans procedures apply in conn issuance of a "Notice to Proceed" may be contingent upon completio : a• .•val ' , pre -award audit. Any questions raised during the pre -award audit shall be r -solved ore the Commission will consider approval of this Agreement. The federal .` +vided under this Agreement is contingent on meeting all Federal requireme,ta'and could be withdrawn, thereby entitling the Commission to terminate this Agree t, if the procedures are not completed. The Consultant's files shall be maintained in a manner to facilitate Federal and State process reviews. In addition, the applicable federal agency, or Caltrans acting in behalf of a federal agency, may require that prior to performance of any work for which Federal reimbursement is requested and provided, that said federal agency or Caltrans must give to Commission an "Authorization to Proceed". 2 17336.02124\41493681.1 437 4. Caltrans Audit Procedures. 4.1 Consultant and certain subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an Independent Cost Review (ICR) Audit, or a CPA ICR audit work paper review. If selected for audit or review, this Agreement, Consultant's cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is Consultant's responsibility to ensure federal, state, or local government officials are allowed full access to the CPA's work papers including making copies as necessary. This Agreement, Consultant's cost proposal, and ICR shall be adjusted by Consultant and approved by the Commission's contract manager to conform to the audit or review recommendations. Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into this Agreement by this reference if directed by Commission at its sole discretion. Refusal by Consultant to incorporate audit or review recommendations, or to ensure that the federal, state or local governments have access to CPA work papers, will be considered a breach of the Agreement terms and cause for termination of this Agreement and disallowance of prior reimbursed costs. Additional audit provisions applicable to this Agreement are set forth in Sections 24 and 25 of this Agreement. 4.2 During Caltrans review of the ICR audit work papers created by the Consultant's independent CPA (which may include review by the Independent Office of Audits and Investigations), Caltrans will work with the CPA and/or Consultant toward a resolution of issues that arise during the review. Each party agrees to use its best efforts to resolve any audit disputes in a timely manner. If Caltrans identifies significant issues during the review and is unable to issue a cognizant approval letter, Commission will reimburse the Consultant at an accepted ICR until a FAR (Federal Acquisition Regulation) compliant ICR {e.g. 48 CFR Part 31; GAGAS (Generally Accepted Auditing Standards); CAS (Cost Accounting Standards), if applicable; in accordance with procedures and guidelines of the American Association of State Highways and Transportation Officials (AASHTO) Audit Guide; and other applicable procedures and guidelines} is received and approved by Caltrans. Accepted rates will be as follows: a. If the proposed rate is less than one hundred fifty percent (150%) — the accepted rate reimbursed will be ninety percent (90%) of the proposed rate. b. If the proposed rate is between one hundred fifty percent (150%) and two hundred percent (200%) - the accepted rate will be eighty-five percent (85%) of the proposed rate. c. If the proposed rate is greater than two hundred percent (200%) - the accepted rate will be seventy-five percent (75%) of the proposed rate. 3 17336.02124\41493681.1 438 4.3 If Caltrans is unable to issue a cognizant letter per Section 4.2 above, Caltrans may require Consultant to submit a revised independent CPA -audited ICR and audit report within three (3) months of the effective date of the Caltrans' management letter. Caltrans will then have up to six (6) months to review the Consultant's and/or the independent CPA's revisions. 4.4 If the Consultant fails to comply with the provisions of this Section 4, or if Caltrans is still unable to issue a cognizant approval letter after the revised independent CPA audited ICR is submitted, overhead cost reimbursement will be limited to the accepted ICR that was established upon initial rejection of the ICR and set forth in Section 4.2 above for all rendered services. In this event, this accepted ICR will become the actual and final ICR for reimbursement purposes under this Agreement. 4.5 Consultant may submit to Commission final invoice only when all of the following items have occurred: (1) Caltrans accepts or adjusts the original or revised independent CPA audited ICR; (2) all work under this Agreement has been completed to the satisfaction of Commission; and, (3) Caltrans has issued its final ICR review letter. The Consultant must submit its final invoice to Commission no later than sixty (60) calendar days after occurrence of the last of these items. The accepted ICR will apply to this Agreement, and all other agreements executed between the Commission and the Consultant, either as a prime or subconsultant, with the same fiscal period ICR. 5. Term. 5.1 This Agreement shall go into effect on the date first set forth above, contingent upon approval by Commission, and Consultant shall commence work after notification to proceed by Commission's Contract Administrator. This Agreement shall end on December 31, 2030, unless extended by contract amendment. 5.2 Consultant is advised that any recommendation for Agreement award is not binding on Commission until this Agreement is fully executed and approved by the Commission. 5.3 This Agreement shall remain in effect until the date set forth above, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. All applicable indemnification provisions of this Agreement shall remain in effect following the termination of this Agreement. 6. Commission's Contract Administrator. The Commission hereby designates the Commission's Executive Director, or his or her designee, to act as its Contract Administrator for the performance of this Agreement ("Commission's Contract Administrator"). Commission's Contract Administrator shall have the authority to act on behalf of the Commission for all purposes under this Agreement. Commission's Contract Administrator shall also review and give approval, as needed, to the details of 4 17336.02124\41493681.1 439 Consultant's work as it progresses. Consultant shall not accept direction or orders from any person other than the Commission's Contract Administrator or his or her designee. 7. Consultant's Representative. Consultant hereby designates Rick Grebner to act as its Representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to act on behalf of Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his or her professional skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. Consultant shall work closely and cooperate fully with Commission's Contract Administrator and any other agencies which may have jurisdiction over, or an interest in, the Services. Consultant's Representative shall be available to the Commission staff at all reasonable times. Any substitution in Consultant's Representative shall be . ed in writing by Commission's Contract Administrator. 8. Substitution that certain key Agreement. Should may substitute other personne the Commission. In the eve the substitution of the key personn Agreement for cause, pursuant performance of this Agreement ar Cooper, Angela Schnapp, Lisa Woo Kadkhoda, David Berg, Rick Krebs, and Joe 9. Standard of Care; Licenses: Evaluatio 9.1 Consultant represents and maintains that it is calling necessary to perform all Services, duties and Agreement to fully and adequately complete the Projec Services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Consultant further represents and warrants to the Commission that its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, and that such licenses and approvals shall be maintained throughout the term of this Agreement. Consultant shall perform, at its own cost and expense and without reimbursement from the Commission, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein, and shall be fully responsible to the Commission for all damages and other liabilities provided for in the indemnification provisions of this Agreement arising from the Consultant's errors and omissions. Any employee of Consultant or its sub -consultants who is determined Consultant has represented to the Commission orm and coordinate the Services under this h personnel become unavailable, Consultant equal competence upon written approval by mission and Consultant cannot agree as to Commission shall be entitled to terminate this s herein. The key personnel for ick Grebner, Humayan Aziz, Michelle ard, ` ' T a Sin d, Sara Costin Mockus, Pooya the professional ations required by this onsultant shall perform the 5 17336.02124\41493681.1 440 by the Commission to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the Commission, shall be promptly removed from the Project by the Consultant and shall not be re- employed to perform any of the Services or to work on the Project. 9.2 Consultant's performance will be evaluated by Commission. A copy of the evaluation will be sent to Consultant for comments. The evaluation together with the comments shall be retained as part of the Agreement record. 10. Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. Commission retains Consultant on an independent contractor basis and not as an employee, agent or representative of the fission. Consultant retains the right to perform similar or different services for the term of this Agreement. Any additional personnel performing the Sery s Agreement on behalf of Consultant shall at all times be under Consults exclusi ;'dir on and control. Consultant shall pay all wages, salaries and other am 1_ _ s • ":sonnel in connection with their performance of Services and as require. •y I.,��� Con '����.�ant shall be responsible for all reports and obligations respecting such • �� "on ��, i H ding but not limited to, social security taxes, income tax withholdings, unemplo insurance, disability insurance, and workers' compensation insurance. Consul t here• -mnifies and holds the Commission harmless, pursuant to the indemni ns contained in this Agreement, from any and all claims that may be de 'st th ommission based upon any contention by any third party that an employe mpl' e ,a .tionship exists by reason of this Agreement. 11. Schedule of Services. Consultant shall perform the , ices expeditiously, within the term of this Agreement, and in accordance with th- "t a_, le of Services set forth in Exhibit "B" attached hereto and incorporated here y reference. Consultant represents that it has the professional and technical per nel to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, the Commission shall respond to Consultant's submittals in a timely manner. Upon request of Commission's Contract Administrator, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 11.1 Modification of the Schedule. Consultant shall regularly report to the Commission, through correspondence or progress reports, its progress in providing required Services within the scheduled time periods. Commission shall be promptly informed of all anticipated delays. In the event that Consultant determines that a schedule modification is necessary, Consultant shall promptly submit a revised Schedule of Services for approval by Commission's Contract Administrator. 6 17336.02124\41493681.1 441 11.2 Trend Meetings. Consultant shall conduct trend meetings with the Commission's Contract Administrator and other interested parties, as requested by the Commission, on a bi weekly basis or as may be mutually scheduled by the Parties at a standard day and time. These trend meetings will encompass focused and informal discussions concerning scope, schedule, and current progress of Services, relevant cost issues, and future Project objectives. Consultant shall be responsible for the preparation and distribution of meeting agendas to be received by the Commission and other attendees no later than three (3) working days prior to the meeting. 11.3 Progress Reports. As part of its monthly invoice, Consultant shall submit a progress report, in a form determined by the Commission, which will indicate the progress achieved during the previous month in relation to the Schedule of Services. Submission of such progress report by Consultant shall be a condition precedent to receipt of payment from the ommission for each monthly invoice submitted. 12. Delay in Perfor ► cE 12.1 Excu a Dela S Id Consultant be delayed or prevented from the timely performance o - or -s required by the terms of the Agreement by reason of acts of God or o th= •lice y, acts or omissions of the Commission or other governmental agencie- ei • r sovereign or contractual capacities, fires, floods, epidemics, quarantine res c • s, strikes, freight embargoes or unusually severe weather, performance of su v act s xcused for the period of such delay. 12.2 Written Notice. If Cons es it ' -ntitled to an extension of time due to conditions set forth in subsection 12.1 on - all provide written notice to the Commission within seven (7) working y th- e Consultant knows, or reasonably should have known, that perform oft ervik-°m will be delayed due to such conditions. Failure of Consultant to provide such timely r ':'.ce shall constitute a waiver by Consultant of any right to an excusable delay in tim `p •rmance. 12.3 Mutual Agreement. Performance of any ices under this Agreement may be delayed upon mutual agreement of the Parties. Upon such agreement, Consultant's Schedule of Services shall be extended as necessary by the Commission. Consultant shall take all reasonable steps to minimize delay in completion, and additional costs, resulting from any such extension. 13. Preliminary Review of Work. All reports, working papers, and similar work products prepared for submission in the course of providing Services under this Agreement shall be submitted to the Commission's Contract Administrator in draft form, and the Commission may require revisions of such drafts prior to formal submission and approval. In the event plans and designs are to be developed as part of the Project, final detailed plans and designs shall be contingent upon obtaining environmental clearance as may be required in connection with Federal funding. In the event that Commission's Contract Administrator, in his or her sole discretion, determines the formally submitted work product to be not in accordance with the standard of care 7 17336.02124\41493681.1 442 established under this Agreement, Commission's Contract Administrator may require Consultant to revise and resubmit the work at no cost to the Commission. 14. Appearance at Hearings. If and when required by the Commission, Consultant shall render assistance at public hearings or other meetings related to the Project or necessary to the performance of the Services. However, Consultant shall not be required to, and will not, render any decision, interpretation or recommendation regarding questions of a legal nature or which may be construed as constituting a legal opinion. 15. Opportunity to Cure; Inspection of Work. Commission may provide Consultant an opportunity to cure, at Consultant's expense, all errors and omissions which may be disclosed during Project implementation. Should Consultant fail to make such correction in a timely man -r, such correction may be made by the Commission, and the cost thereof charge Consultant. Consultant shall allow the Commission's Contract Administrator `` Itra and FHWA to inspect or review Consultant's work in progress at any rea 16. Claims Filed 16.1 If claims are Commission's contractor for the Project ("Contractor") relating to work pe r -d by Consultant's personnel, and additional information or assistance from e Coy ; is personnel is required by the Commission in order to evaluate •" •. •`' ag ii st such claims; Consultant agrees to make reasonable efforts to make 1,',, pe ` el ay. ,. ble for consultation with the Commission's construction contract adminis ion al staff and for testimony, if necessary, at depositions and at trial or arbi 16.2 Consultant's personnel that the Commission cons' 1. :. s essential to assist in defending against Contractor claims will be made available a k7•nable notice from the Commission. Consultation or testimony will be rei sed at the same rates, including travel costs that are being paid for the Consul _;:^''``s personnel services under this Agreement. 16.3 Services of the Consultant's personnel and other support staff in connection with Contractor claims will be performed pursuant to a written contract amendment, if necessary, extending the termination date of this Agreement in order to finally resolve the claims. 16.4 Nothing contained in this Section shall be construed to in any way limit Consultant's indemnification obligations contained in Section 29. In the case of any conflict between this Section and Section 29, Section 29 shall govern. This Section is not intended to obligate the Commission to reimburse Consultant for time spent by its personnel related to Contractor claims for which Consultant is required to indemnify and defend the Commission pursuant to Section 29 of this Agreement. 8 17336.02124\41493681.1 443 17. Final Acceptance. Upon determination by the Commission that Consultant has satisfactorily completed the Services required under this Agreement and within the term herein, the Commission shall give Consultant a written Notice of Final Acceptance. Upon receipt of such notice, Consultant shall incur no further costs hereunder, unless otherwise specified in the Notice of Final Acceptance. Consultant may request issuance of a Notice of Final Acceptance when, in its opinion, it has satisfactorily completed all Services required under the terms of this Agreement. In the event copyrights are permitted under this Agreement, then in connection with Federal funding, it is hereby acknowledged and agreed that the United States Department of Transportation shall have the royalty -free non-exclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for governmental purposes. 18. Laws and Re•ulatios. Consultant shall keep itself fully informed of and in compliance with all local and federal laws, rules and regulations in any manner affecting the perform. e o e Project or the Services, including all CaI/OSHA requirements, and s otices required by law. For example, and not by way of limitation, Cons �P l, t shall yep .elf fully informed of and in compliance with all implementing regulate. • n n. ds, specifications, previous commitments that must be incorporated in a de- ; of th=> 'roject, and administrative controls including those of the United States `:y •a Transportation. Compliance with Federal procedures may include completio • e applicable environmental documents and approved by the United States De• ment • sportation. For example, and not by way of limitation, a signed Catego : - , Finding of No Significant Impact, or published Record of Decision may b- equ • • be - 'roved and/or completed by the United States Department of Transportation. ons gall be liable for all violations of such laws and regulations in connectio ith ices. f the Consultant performs any work knowing it to be contrary to suc vs, an gulations and without giving written notice to the Commission, Consultant shall be responsible for all costs arising therefrom. Consultant shall defend, indemnify : f.• Commission, its officials, directors, officers, employees and agents free a :r u ' armless, pursuant to the indemnification provisions of this Agreement, from any cl ,iu' ' or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 19. Fees and Payment. 19.1 The method of payment for this Agreement will be based on actual cost plus a fixed fee. Commission shall reimburse Consultant for actual costs (including labor costs, employee benefits, travel, equipment rental costs, overhead and other direct costs) incurred by Consultant in performance of the Services. Consultant shall not be reimbursed for actual costs that exceed the estimated wage rates, employee benefits, travel, equipment rental, overhead, and other estimated costs set forth in the approved Consultant cost proposal attached hereto as Exhibit "C" and incorporated herein by reference ("Cost Proposal") unless additional reimbursement is provided for by a written amendment. In no event shall Consultant be reimbursed for overhead costs at a rate that exceeds Commission's approved overhead rate set forth in the Cost Proposal. In 9 17336.02124\41493681.1 444 the event that Commission determines that a change to the Services from that specified in the Cost Proposal and this Agreement is required, the contract time or actual costs reimbursable by Commission shall be adjusted by contract amendment to accommodate the changed work. The maximum total cost as specified in Section 19.8 shall not be exceeded, unless authorized by a written amendment. 19.2 The indirect cost rate established for this Agreement is extended through the duration of this Agreement. Consultant's agreement to the extension of the 1 -year applicable period shall not be a condition or qualification to be considered for the work or Agreement award. 19.3 In addition to the allowable incurred costs, Commission shall pay Consultant a fixed fee of j INSERT DOLLAR AMOUNT 1. The fixed fee is nonadjustable for the term •, this Agreement, except in the event of a significant change in the Scope of Services, r`yi:,Fuch adjustment is made by written amendment. 19.4 Reimb -ment f.; ransportation and subsistence costs shall not exceed the rates specified ` 5.; e appr• d t Proposal. In addition, payments to Consultant for travel and subsis e� s'1 ;,.imed for reimbursement or applied as local match credit shall not exceed r.,;ar . utho -ed to be paid exempt non -represented State employees under current S D y ' ► :' t of Personnel Administration (DPA) rules, unless otherwise authorized by C. sion. If the rates invoiced are in excess of those authorized DPA rates, and mmiss • not otherwise approved said rates, then Consultant is responsible for ence and any overpayments shall be reimbursed to the Commission on de 19.5 When milestone cost estimf s nclu• + in the approved Cost Proposal, Consultant shall obtain prior writ eI for evised milestone cost estimate from the Contract Administrator before exceeding such t estimate. 19.6 Progress payments shall be made monthly it ; ' rears eased on Services provided and allowable incurred costs. A pro rata portio Consultant's fixed fee shall be included in the monthly progress payments. If Consultant fails to submit the required deliverable items according to the schedule set forth in the Scope of Services, Commission shall have the right to delay payment or terminate this Agreement in accordance with the provisions of Section 21 Termination. 19.7 No payment shall be made prior to approval of any Services, nor for any Services performed prior to approval of this Agreement. 19.8 Consultant shall be reimbursed, as promptly as fiscal procedures will permit upon receipt by Commission's Contract Administrator of undisputed, itemized invoices in triplicate. Invoices shall be submitted no later than 30 calendar days after the performance of work for which Consultant is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this Agreement 10 17336.02124\41493681.1 445 number and project title. Final invoice must contain the final cost and all credits due Commission including any equipment purchased under the Equipment Purchase provisions of this Agreement. The final invoice should be submitted within 60 calendar days after completion of Consultant's work. Invoices shall be mailed to Commission's Contract Administrator at the following address: Riverside County Transportation Commission Attention: Accounts Payable P.O. 12008 Riverside, CA 92502 19.9 The total amount payable by Commission including the fixed fee shall not exceed SEVENTY-EIGHT MILLION, SEVEN HUNDRED TWO THOUSAND, FIVE HUNDRED DOLLARS ($78z02,500). 19.10 Salary in, ases shall be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Commission's Contract Administrator. For personnel subject to prevailing wage rates as described in the California Labor Code, all salary increases, which are the direct result of changes in the prevailing wage rates are reimbursable. 19.11 Consultant shall not be reimbursed for any expenses unless authorized in writing by the Commission's Contract Administrator. 19.12 All subcontracts in excess of $25,000 shall contain the above provisions. 20. Disputes. 20.1 Any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by mutual agreement of the Parties shall be decided by a committee consisting of RCTC's Contract Administrator and the Director of Capital Projects, who may consider written or verbal information submitted by Consultant. 20.2 Not later than 30 days after completion of all Services under this Agreement, Consultant may request review by the Commission's Executive Director of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. 20.3 Neither the pendency of a dispute, nor its consideration by the committee will excuse Consultant from full and timely performance in accordance with the terms of this Agreement. 21. Termination; Suspension. 11 17336.02124\41493681.1 446 21.1 Commission reserves the right to terminate this Agreement for any or no reason upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice. 21.2 Commission may terminate this Agreement with Consultant should Consultant fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, Commission may proceed with the work in any manner deemed proper by Commission. If Commission terminates this Agreement with Consultant, Commission shall pay Consultant the sum due to Consultant under this Agreement for Services completed and accepted prior to termination, unless the cost of completion to Commission exceeds the funds remaining in this Agreement. In such case, the overage shall be deducted from any sum due Consultant under this Agreement and the balance, if any, shall be paid to Consultant upon demand. 21.3 In additi prorated amount of on unperformed Se Commission's Contr Consultant prior to the e the effective date of the Noti 21.4 Discontinuance of Termination, Consultant shall disc or as otherwise provided herein, an Data, as defined in this Agreement, as ma Consultant in performance of the Services, above, payment upon termination shall include a able, but no amount shall be paid for anticipated profit to hall provide documentation deemed adequate by show the Services actually completed by ination. This Agreement shall terminate on n receipt of the written Notice of ted Services as directed in the Notice mmission all Documents and repared or accumulated by or in progress. 21.5 Effect of Termination for Cause. In addition to the •ve, Consultant shall be liable to the Commission for any reasonable addition •` incurred by the Commission to revise work for which the Commission h compensated Consultant under this Agreement, but which the Commission has • rmined in its sole discretion needs to be revised, in part or whole, to complete the Project because it did not meet the standard of care established herein. Termination of this Agreement for cause may be considered by the Commission in determining whether to enter into future agreements with Consultant. 21.6 Cumulative Remedies. The rights and remedies of the Parties provided in this Section are in addition to any other rights and remedies provided by law or under this Agreement. 21.7 Waivers. Consultant, in executing this Agreement, shall be deemed to have waived any and all claims for damages which may otherwise arise from the Commission's termination of this Agreement, for convenience or cause, as provided in this Section. 12 17336.02124\41493681.1 447 21.8 Consultant may not terminate this Agreement except for cause. 21.9 Suspension. In addition to the termination rights above, Commission may temporarily suspend this Agreement, at no additional cost to Commission, provided that Consultant is given written notice of temporary suspension. If Commission gives such notice of temporary suspension, Consultant shall immediately suspend its activities under this Agreement. A temporary suspension may be issued concurrent with a notice of termination. 22. Cost Principles and Administrative Requirements. 22.1 Consultant agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the cost . lowability of individual items. 22.2 Consulta with 2 CFR, Part 20 Requirements for 22.3 Any costs determined by subsequent Federal Acquisition Regulations Sy repayment by Consultant to Commi ees to comply with federal procedures in accordance ministrative Requirements, Cost Principles, and Audit t has been made to Consultant that are owable under 2 CFR, Part 200 and 48 CFR, hapter 1, Part 31.000 et seq., are subject to 22.4 All subcontracts in exce' of 10 sh ontain the above provisions. 23. Retention of Records/Audit. For th rmining compliance with Public Contract Code 10115, et seq. and 21, lifor Code of Regulations, Chapter 21, Section 2500 et seq., when applicable and other ters connected with the performance of this Agreement pursuant to Government ' ,J. - 46.7; Consultant, subconsultants, and Commission shall maintain and make`` vailable for inspection all books, documents, papers, accounting records, and otifor evidence pertaining to the performance of this Agreement, including but not limited -to, the costs of administering this Agreement. All parties shall make such materials available at their respective offices at all reasonable times during this Agreement period and for three years from the date of final payment under this Agreement. The state, State Auditor, Commission, FHWA, or any duly authorized representative of the Federal Government shall have access to any books, records, and documents of Consultant and it's certified public accountants (CPA) work papers that are pertinent to this Agreement and indirect cost rates (ICR) for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. Subcontracts in excess of $25,000 shall contain this provision. 23.1 Accounting System. Consultant and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate expenditures by line item for the Services. The accounting system of 13 17336.02124\41493681.1 448 Consultant and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. 24. Audit Review Procedures. 24.1 Any dispute concerning a question of fact arising under an interim or post audit of this Agreement that is not disposed of by agreement, shall be reviewed by Commission's Chief Financial Officer. 24.2 Not later than 30 days after issuance of the final audit report, Consultant may request a review by Commission's Chief Financial Officer of unresolved audit issues. The request for review shall be submitted in writing. 24.3 Neither the shall excuse Consulta of this Agreement. 25. Subcontracting ency of a dispute nor its consideration by Commission and timely performance, in accordance with the terms 25.1 Nothing conta r i _ greement or otherwise, shall create any contractual relation between omm'` and an subconsultant(s), and no subcontract shall relieve Consultant of its res nsibili d obligations hereunder. Consultant agrees to be as fully responsible o •n for the acts and omissions of its subconsultant(s) and of persons eith-'° dire indir-.> ly employed by any of them as it is for the acts and omissions of per ��i7iP= yti�employed by Consultant. Consultant's obligation to pay its subcons ° : n s :, an ependent obligation from Commission's obligation to make payments t 25.2 Consultant shall perform the Services with own organization and no portion of the Services shall be authorization by Commission's Contract Administrator, identified in the approved Cost Proposal. vailable within its ontracted without written ept that, which is expressly 25.3 Consultant shall pay its subconsultants within fifteen (15) calendar days from receipt of each payment made to Consultant by Commission. 25.4 Any subcontract in excess of $25,000 entered into as a result of this Agreement shall contain all the provisions stipulated in this Agreement to be applicable to subconsultants. 25.5 Any substitution of subconsultant(s) must be approved in writing by Commission's Contract Administrator prior to the start of work by the subconsultant(s). 25.6 Exhibit "C" may also set forth the rates at which each subconsultant shall bill the Consultant for Services and that are subject to reimbursement by the 14 17336.02124\41493681.1 449 Commission to Consultant. Additional Direct Costs, as defined in Exhibit "C" shall be the same for both the Consultant and all subconsultants, unless otherwise identified in Exhibit "C". The subconsultant rate schedules and cost proposals contained herein are for accounting purposes only. 26. Equipment Purchase 26.1 Prior authorization, in writing, by Commission's Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order, or subcontract for supplies, equipment, or Consultant services. Consultant shall provide an evaluation of the necessity or desirability of incurring such costs. 26.2 For purchase of any item, service or consulting work not covered in Consultant's Cost Proposal -nd exceeding $5,000 prior authorization by Commission's Contract Administrator i fired. Three competitive quotations must be submitted with the request for pu ease, or the absence of bidding must be adequately justified. 26.3 Any eq - - r -s a result of this Agreement is subject to the following: Consultant shall maintain an inven all nonexpendable property. Nonexpendable property is defined as having a use life of - - .t two years and an acquisition cost of $5,000 or more. If the purchased e i. : s replacement and is sold or traded in, Commission shall receive a proper re nd dit at conclusion of this Agreement, or if this Agreement is terminated, Consultan ay ep the equipment and credit Commission in an amount equal to its fair rk ue, ell such equipment at the best price obtainable at a public or privat ale, acc ance with established Commission procedures; and credit Commission in an amount -;:>al to the sales price. If Consultant elects to keep the equipment, fair market val , ; h-., ,be determined at Consultant's expense, on the basis of a competent ind- yndent appraisal of such equipment. Appraisals shall be obtained from an ap- 'ser mutually agreeable to Commission and Consultant. If Consultant determines to sell the equipment, the terms and conditions of such sale must be approved in advance by Commission. 2 CFR, Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the project. 26.4 All subcontracts in excess $25,000 shall contain the above provisions. 15 17336.02124\41493681.1 450 27. Labor Code Requirements. 27.1 Prevailing Wages. (a) Consultant shall comply with the State of California's General Prevailing Wage Rate requirements in accordance with California Labor Code, Section 1770, and all Federal, State, and local laws and ordinances applicable to the Services. (b) Any subcontract entered into as a result of this Agreement, if for more than $25,000 for public works construction or more than $15,000 for the alteration, demolition, repair, or maintenance of public works, shall contain all of the provisions of this Section. (c) When prevaili u • wages apply to the Services described in the Scope of Services, transportation <.ubsistence costs shall be reimbursed at the minimum rates set by the Depa -nt • dustrial Relations (DIR) as outlined in the applicable Prevailing Wage De, ination. ee http://www.dir.ca.gov. (d) Copies rate of per diem wages in effect at commencement of this Agree -4 re o Ile at the Commission's offices. Consultant shall make copies of the pre ng rla_ s per diem wages for each craft, classification or type of worker needed to execu Services available to interested parties upon request, and shall post copies at th onsu •rincipal place of business and at the project site. Consultant shall defe • ' and hold the Commission, its elected officials, officers, employees and age s frf d ha ess from any claims, liabilities, costs, penalties or interest arising out of any lure red failure to comply with the Prevailing Wage Laws. 27.2 DIR Registration. If the Services are being pe ormed •art of an applicable "public works" or "maintenance" project, then pursuant to La• Sections 1725.5 and 1771.1, the Consultant and all subconsultants m F be registered with the Department of Industrial Relations. If applicable, Cons "t shall maintain registration for the duration of the Project and require the same of any subconsultants. This Project may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Consultant's sole responsibility to comply with all applicable registration and labor compliance requirements. 27.3 Eight -Hour Law. Pursuant to the provisions of the California Labor Code, eight hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight -Hour Law"), unless Consultant or the Services are not subject to the Eight -Hour Law. Consultant shall forfeit to Commission as a penalty, $50.00 for each worker employed in the execution of this Agreement by him, or by any sub -consultant under him, for each calendar day during which such workman is required 16 17336.02124\41493681.1 451 or permitted to work more than eight hours in any calendar day and forty hours in any one calendar week without such compensation for overtime violation of the provisions of the California Labor Code, unless Consultant or the Services are not subject to the Eight -Hour Law. 27.4 Employment of Apprentices. This Agreement shall not prevent the employment of properly indentured apprentices in accordance with the California Labor Code, and no employer or labor union shall refuse to accept otherwise qualified employees as indentured apprentices on the work performed hereunder solely on the ground of race, creed, national origin, ancestry, color or sex. Every qualified apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade in which he or she is employed and shall be employed only in the craft or trade to which he or she is registered. If California Labor Code Section 1777.5 applies to the Services, Consultant and any subcontractor hereunder who employs workers in any apprenticeable craft or trade shall apply to the joint apprenticeship council administering applicable standards for a certificate approving Consultant or any sub -consultant for the employment and training of apprentices. Upon issuance of this certificate, Consultant and any sub -consultant shall employ the number of apprentices provided for therein, as well as contribute to the fund to administer the apprenticeship program in each craft or trade in the area of the work hereunder. The parties expressly understand that the responsibility for compliance with provisions of this Section and with Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code in regard to all apprenticeable occupations lies with Consultant 28. Ownership of Materials/Confidentiality. 28.1 Documents & Data. This Agreement creates an exclusive and perpetual license for Commission to copy, use, modify, reuse, or sub -license any and all copyrights and designs embodied in plans, specifications, studies, drawings, estimates, materials, data and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that Commission is granted an exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to grant the exclusive and perpetual license for all such Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the Commission. 17 17336.02124\41493681.1 452 Commission shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at Commission's sole risk. 28.2 Intellectual Property. In addition, Commission shall have and retain all right, title and interest (including copyright, patent, trade secret and other proprietary rights) in all plans, specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, enhancements, documents, and any and all works of authorship fixed in any tangible medium or expression, including but not limited to, physical drawings or other data magnetically or otherwise recorded on computer media ("Intellectual Property") prepared or developed by or on behalf of Consultant under this Agreement as well as any other such Intellectual Property prepared or developed by o . on behalf of Consultant under this Agreement. The Commission shall developed or modifi Commission, whet not developed by Co any and all rights to t Commission. retain all right, title and interest in Intellectual Property Agreement whether or not paid for wholly or in part by elo" : • in conjunction with Consultant, and whether or t will execute separate written assignments of ced Intellectual Property upon request of Consultant shall also be responsib from any subcontractors or agen referenced Intellectual Property. termination of this Agreement, desire to us Property, it shall first obtain the written appr riting separate written assignments nt of any and all right to the above nsul . ;; , , either during or following bove-referenced Intellectual sion. All materials and documents which were deve oped or prepare the Consultant for general use prior to the execution of this Agreement and whi t the copyright of any other party or publicly available and any other comput- .plications, shall continue to be the property of the Consultant. However, unless , °'`erwise identified and stated prior to execution of this Agreement, Consultant represents and warrants that it has the right to grant the exclusive and perpetual license for all such Intellectual Property as provided herein. Commission further is granted by Consultant a non-exclusive and perpetual license to copy, use, modify or sub -license any and all Intellectual Property otherwise owned by Consultant which is the basis or foundation for any derivative, collective, insurrectional, or supplemental work created under this Agreement. 28.3 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of Commission, 18 17336.02124\41493681.1 453 be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use Commission's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of Commission. 28.4 Infringement Indemnification. Consultant shall defend, indemnify and hold the Commission, its directors, officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, for any alleged infringement of any patent, copyright, trade secret, trade name, trademark, or any other proprietary right ;•f any person or entity in consequence of the use on the Project by Commission R `_ Documents & Data, including any method, process, product, or concept sp s `"ed o ;cepicted. 29. Indemnificatr '`;;,, To th '' Ile -xtent permitted by law, Consultant shall defend (with counsel of Com indemnify and hold Commission, its directors, officials, officers, employees, =,,. Itan volunteers, and agents free and harmless from any and all claims, d nd = s of action, costs, expenses, liability, loss, damage or injury, in law or equity, t " :"perty or persons, including wrongful death, in any manner arising out of or inci negligent acts, omissions, or willful misconduct of Consultant, its offi �I i employees, agents, consultants, and contractors arising out of or in connctio ' <� ` the •,.v , ormance of the Services, the Project or this Agreement, including withou emit payment of consequential damages, expert witness fees, and atto =y, a k other related costs and expenses. Consultant shall defend, at Con is n co expense and risk, any and all such aforesaid suits, actions or other legal proceedings ; :r ,every kind that may be brought or instituted against Commission, its directors, off F s, , a icers, employees, consultants, agents, or volunteers. Consultant shall pa d satisfy any judgment, award or decree that may be rendered against Comm on or its directors, officials, officers, employees, consultants, agents, or volunteers, in any such suit, action or other legal proceeding. Consultant shall reimburse Commission and its directors, officials, officers, employees, consultants, agents, and/or volunteers, for any and all legal expenses and costs, including reasonable attorney's fees, incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by Commission, its directors, officials officers, employees, consultants, agents, or volunteers. If Consultant's obligation to defend, indemnify, and/or hold harmless arises out of Consultant's performance as a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, 19 17336.02124\41493681.1 454 recklessness, or willful misconduct of the Consultant, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. Consultant's obligations as set forth in this Section shall survive expiration or termination of this Agreement. 30. Insurance. 30.1 Time for Compliance. Consultant shall not commence work under this Agreement until it has provided evidence satisfactory to the Commission that it has secured all insurance required under this Section, in a form and with insurance companies acceptable to t ,- Commission. In addition, Consultant shall not allow any subcontractor to comme ::.rk on any subcontract until it has secured all insurance required under this Se 30.2 Minim maintain for the dur persons or damages to prop performance of the Agre employees or subcontractors. Con procure and maintain the same i insurance shall meet at least the fo Consultant shall, at its expense, procure and ent insurance against claims for injuries to ay arise from or in connection with the Consultant, its agents, representatives, shall also require all of its subcontractors to e duration of the Agreement. Such m levels of coverage: (a) Minimum Scope of Insur as the latest version of the following: (1) Commercial General Liability coverage (occurr (2) Automobile Liability: Insurance Services 0 ice Business 0001, code 1 (any auto) or exact equivalent); and (3) Wo Employer's Liability: Workers' Compensation insurance California and Employer's Liability Insurance. e shall be at least as broad nsurance Services Office 1 or exact equivalent); Coverage (form CA ompensation and equired by the State of (b) Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; and (3) Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the Labor Code of the State of California. Employer's Practices Liability limits of $1,000,000 per accident. 20 17336.02124\41493681.1 455 30.3 Professional Liability. Consultant shall procure and maintain, and require its sub -consultants to procure and maintain, for a period of five (5) years following completion of the Project, errors and omissions liability insurance appropriate to their profession. For Consultant, such insurance shall be in an amount not less than $1,000,000 per claim. This insurance shall be endorsed to include contractual liability applicable to this Agreement and shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Consultant. "Covered Professional Services" as designated in the policy must specifically include work performed under this Agreement. The policy must "pay on behalf of" the insured and must include a provision establishing the insurer's duty to defend. Subconsultants of Consultant shall obtain such insurance in an amount not less than $1,000,000 per claim. Notwithstanding the foregoing, the Commission may consider written requests to lower or dispense with the errors and omissions liability insurance requirement contained in this Section f•,_ certain subconsultants of Consultant, on a case -by -case basis, depending on th-, re and scope of the Services to be provided by the subconsultant. App r I o .uch request shall be in writing, signed by the Commission's Contr tor. 30.4 Aircraft of aircraft, Consultant s maintained, aircraft liability i required by the Commission. Suc and non -owned aircraft and passe Commission, Caltrans and their di additional insureds with respect to th of the Consultant. Prior to conducting any Services requiring use maintain, or cause to be procured and uivalent form, with a single limit as shall be ance shall include coverage for owned, hired name, or be endorsed to name, the s, officers, employees and agents as r op ions performed by or on behalf 30.5 Insurance Endorsements. '��` su _ e p following provisions, or Consultant shall provi.e endorsements the Commission to add the following provisions to the insuran (a) General Liability. ies shall contain the forms approved by s: (i) Commercial General Liability Insurance must include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury; (3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7) contractual liability with respect to this Agreement; (8) broad form property damage; and (9) independent consultants coverage. (ii) The policy shall contain no endorsements or provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; or (3) contain any other exclusion contrary to this Agreement. 21 17336.02124\41493681.1 456 (iii) The policy shall give the Commission, its directors, officials, officers, employees, and agents insured status using ISO endorsement forms 20 10 10 01 and 20 37 10 01, or endorsements providing the exact same coverage. (iv) The additional insured coverage under the policy shall be "primary and non-contributory" and will not seek contribution from the Commission's or Caltrans' insurance or self-insurance and shall be at least as broad as CG 20 01 04 13, or endorsements providing the exact same coverage. (b) Automobile Liability. The automobile liability policy shall be endorsed to state that: (1) the Commission, Caltrans and their directors, officials, officers, employees and agents shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed b the Consultant or for which the Consultant is responsible; and (2) the insurance cov Caltrans and their dire stand in an unbro underlying coverag Caltrans and their dir the Consultant's insurance and (c) Workers' Comp (i) Consult Section 3700 of the California Labor against liability for workers' compensation or with the provisions of that code, and he/s commencing work under this Agreement. shall be primary insurance as respects the Commission, als, officers, employees and agents, or if excess, shall coverage excess of the Consultant's scheduled r self-insurance maintained by the Commission, ers, employees and agents shall be excess of called upon to contribute with it in any way. on and Employers Liability Coverage. t he/she is aware of the provisions of every employer to be insured elf -insurance in accordance h such provisions before (ii) The insurer shall agree to waive against the Commission, its directors, officials, officers, losses paid under the terms of the insurance policy whic the Consultant. (d) All Coverages. forth hereunder. is of subrogation ployees and agents for ise from work performed by (i) Defense costs shall be payable in addition to the limits set (ii) Requirements of specific coverage or limits contained in this Section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth herein shall be available to the Commission, Caltrans and their directors, officials, officers, employees and agents as additional insureds under said policies. Furthermore, the 22 17336.02124\41493681.1 457 requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. (iii) The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the Commission (if agreed to in a written contract or agreement) before the Commission's own insurance or self-insurance shall be called upon to protect it as a named insured. The umbrella/excess policy shall be provided on a "following form" basis with coverage at least as broad as provided on the underlying policy(ies). (iv) days prior written notic that the Consulta cancellation of any coverage is cancelle deliver renewal certifica e(s) Endorsement to the Comm cancellation or expiration. sultant shall provide the Commission at least thirty (30) lation of any policy required by this Agreement, except e at least ten (10) days prior written notice of non-payment of premium. If any of the required e term of this Agreement, the Consultant shall the General Liability Additional Insured ten (10) days prior to the effective date of (v) The ret .: • — any) of each policy is to be no later than the effective date of this Agre- en . 1 nsult shall maintain such coverage continuously for a period of at least three ye . a mpletion of the work under this Agreement. Consultant shall purchase .n ear ended reporting period A) if the retroactive date is advanced past the e tive too °` '; ,'s Agreement; B) if the policy is cancelled or not renewed; or C) if the policy is repla • by another claims - made policy with a retroactive date subsequent to the effectiv_ :t this Agreement. (vi) The foregoing requirements :' 'to the types and limits of insurance coverage to be maintained by Consultant, and any approval of said insurance by the Commission, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Consultant pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. (vii) If at any time during the life of the Agreement, any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, Commission has the right but not the duty to obtain the insurance it deems necessary and any premium paid by Commission will be promptly reimbursed by Consultant or Commission will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, Commission may cancel this Agreement. The Commission may require the Consultant to provide complete copies of all insurance policies in effect for the duration of the Project. 23 17336.02124\41493681.1 458 (viii) Neither the Commission nor any of its directors, officials, officers, employees or agents shall be personally responsible for any liability arising under or by virtue of this Agreement. Each insurance policy required by this Agreement shall be endorsed to state that: 30.6 Deductibles and Self -Insurance Retentions. Any deductibles or self - insured retentions must be declared to and approved by the Commission. If the Commission does not approve the deductibles or self -insured retentions as presented, Consultant shall guarantee that, at the option of the Commission, either: (1) the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the Commission, its directors, officials, officers, employees and agents; or, (2) the Consultant shall procure a bond guaranteeing payment of losses and related investigation costs, claims d administrative and defense expenses. 30.7 Accepta current A.M. Best's satisfactory to the 30.8 Verification o original certificates of insur Agreement on forms satisfacto endorsements for each insurance insurer to bind coverage on its received and approved by the Comm reserves the right to require complete, certifi at any time. rers. Insurance is to be placed with insurers with a than A:VIII, licensed to do business in California, and onsultant shall furnish Commission with ements effecting coverage required by this Commission. The certificates and igned by a person authorized by that ificates and endorsements must be ommences. The Commission required insurance policies, 30.9 Subconsultant Insurance Requirements. "Consul shall not allow any subcontractors or subconsultants to commence work on any o' ct until they have provided evidence satisfactory to the Commission that the "f ve secured all insurance required under this Section. Policies of commercial gen liability insurance provided by such subcontractors or subconsultants shall be endorsed to name the Commission as an additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. If requested by Consultant, the Commission may approve different scopes or minimum limits of insurance for particular subcontractors or subconsultants. 30.10 Other Insurance. At its option, the Commission may require such additional coverage(s), limits and/or the reduction of deductibles or retentions it considers reasonable and prudent based upon risk factors that may directly or indirectly impact the Project. In retaining this option Commission does not warrant Consultant's insurance program to be adequate. Consultant shall have the right to purchase insurance in addition to the insurance required in this Section. 24 17336.02124\41493681.1 459 31. Safety. Consultant shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. As between Consultant and the construction contractors only, the construction contractors shall remain solely responsible for construction safety notwithstanding any safety obligations of Consultant at the jobsite. The foregoing sentence shall not impact nor in any way modify or alter Consultant's indemnity and defense obligations to the Commission, as set forth in Section 29 of this Agreement, not any of Consultant's duties or obligations set forth under this Agreement, including the attached exhibits. Pursuant to the authority contained in Section 591 of the Vehicle Code, the Commission has determined that the Project will contain areas that are open to public traffic. Consultant shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles. 32. Additional Work. Any work or activities that are in addition to, or otherwise outside of, the Services to be performed pursuant to this Agreement shall only be performed pursuant to a separate agreement between the parties. Notwithstanding the foregoing, the Commission's Executive Director may make a change to the Agreement, other than a Cardinal Change. For purposes of this Agreement, a Cardinal Change is a change which is "outside the scope" of the Agreement; in other words, work which should not be regarded as having been fairly and reasonably within the contemplation of the parties when the Agreement was entered into. An example of a change which is not a Cardinal Change would be where, in a contract to construct a building there are many changes in the materials used, but the size and layout of the building remains the same. Cardinal Changes are not within the authority of this provision to order, and shall be processed by the Commission as "sole source" procurements according to applicable law, including the requirements of FTA Circular 4220.1 D, paragraph 9(f). (a) In addition to the changes authorized above, a modification which is signed by Consultant and the Commission's Executive Director, other than a Cardinal Change, may be made in order to: (1) make a negotiated equitable adjustment to the Agreement price, delivery schedule and other terms resulting from the issuance of a 25 17336.02124\41493681.1 460 Change Order, (2) reflect definitive letter contracts, and (3) reflect other agreements of the parties modifying the terms of this Agreement ("Bilateral Contract Modification"). (b) Consultant shall not perform, nor be compensated for any change, without written authorization from the Commission's Executive Director as set forth herein. In the event such a change authorization is not issued and signed by the Commission's Executive Director, Consultant shall not provide such change. 33. Prohibited Interests. 33.1 Solicitation. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agree• to pay any company or person, other than a bona fide employee working solely onsultant, any fee, commission, percentage, brokerage fee, gift or other consi• tion .;_7ntingent upon or resulting from the award or making of this Agreement. Fo -ach or °'elation of this warranty, the Commission shall have the right to rescind this eemen th• liability. 33.2 Consultant (a) Consultant sh • sclose relationship with Commission tha ay h Agreement, or any ensuing Com current clients who may have a fina ial i any ensuing Commission construction projec any financial, business, or other impact upon the outcome of this tion project. Consultant shall also list in t • utcome of this Agreement, or ow. (b) Consultant hereby certi 1e- at •es acquire any financial or business interest that would conflict Services under this Agreement. Consultant agrees to advise apparent or potential conflicts of interest that may develo execution of this Agreement. Consultant further agrees economic interest if required by either Commission or State law. now have, nor shall it the performance of ion of any actual, bsequent to the date of omplete any statements of (c) Any subcontract in excess of $25,000 entered into as a result of this Agreement, shall contain all of the provisions of this Article. (d) Consultant hereby certifies that neither Consultant, nor any firm affiliated with Consultant will bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this Agreement. An affiliated firm is one, which is subject to the control of the same persons through joint -ownership, or otherwise. (e) Except for subconsultants whose services are limited to providing surveying or materials testing information, no subconsultant who has provided design services in connection with this Agreement shall be eligible to bid on any construction 26 17336.02124\41493681.1 461 contract, or on any contract to provide construction inspection for any construction project resulting from this Agreement. 33.3 Commission Conflict of Interest. For the term of this Agreement, no member, officer or employee of the Commission, during the term of his or her service with the Commission, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 33.4 Conflict of Employment. Employment by the Consultant of personnel currently on the payroll of the Commission shall not be permitted in the performance of this Agreement, even though such employment may occur outside of the employee's regular working hours or on weekends, holidays or vacation time. Further, the employment by the Consultant of personnel who have been on the Commission payroll within one year prior to the ate of execution of this Agreement, where this employment is caused by and or depe upon the Consultant securing this or related Agreements with the Commission, 33.5 Cove t Agai Co, i;'ngent Fees. As required in connection with federal funding, the w; nit that he/she has not employed or retained any company or person, otheer tha► •ona •e employee working for the Consultant, to solicit or secure this Agree - - 't, t _ : he/she has not paid or agreed to pay any company or person, other than a bo •e emplo ee, any fee, commission, percentage, brokerage fee, gift, or any other sider. '.ntingent upon or resulting from the award or formation of this Agree • ,:^'ach or violation of this warranty, the Commission shall have the right to to Ina' ' Agre ent without liability pursuant to the terms herein, or at its discretion to ed �� the Agreement price or consideration, or otherwise recover, the ull; .unt such fee, commission, percentage, brokerage fee, gift, or contingent f 33.6 Rebates, Kickbacks or Other Unlawful Co, e . 'on. Consultant warrants that this Agreement was not obtained or secured ; °`i7 ugh rebates kickbacks or other unlawful consideration, either promised or paid to "Commission employee. For breach or violation of this warranty, Commission shall have the right in its discretion; to terminate this Agreement without liability; to pay only for the value of the work actually performed; or to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. 33.7 Covenant Against Expenditure of Commission, State or Federal Funds for Lobbying. The Consultant certifies that to the best of his/ her knowledge and belief no state, federal or local agency appropriated funds have been paid, or will be paid by or on behalf of the Consultant to any person for the purpose of influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the award of any state or federal contract, grant, loan, or cooperative agreement, or 27 17336.02124\41493681.1 462 the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. (a) If any funds other than federal appropriated funds have been paid, or will be paid to any person for the purpose of influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this Agreement, the Consultant shall complete and submit the attached Exhibit "F", Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with the attached instructions. (b) The Consultant's certification provided in this Section is a material representation of fact upon which reliance was placed when this Agreement was entered into, and is a prere_: uisite for entering into this Agreement pursuant to Section re to comply with the restrictions on expenditures, or the ements set forth in Section 1352, Title 31, US. Code t less than $10,000 and not more than $100,000 for 1352, Title 31, US. Code disclosure and certific may result in a civil each such failure. (c) The shall require that the langu subcontracts which exceed $100,0 disclose accordingly. 33.8 Employment Adverse Commission, and shall obtain the Commissio to assist with or participate in a third -pa proceeding against the Commission during the rees by signing this Agreement that he/she this Section be included in all Consultant that all such subcontractors shall certify and Consultant shall notify the sent, prior to accepting work r legal or administrative ment. 34. Equal Opportunity Employment. Consultant repres opportunity employer and it shall not discriminate against or applicant for employment because of race, religion, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. t it is an equal subcontractor, employee r, national origin, ancestry, 35. Right to Employ Other Consultants. Commission reserves the right to employ other consultants in connection with the Project. 36. Governing Law. This Agreement shall be governed by and construed with the laws of the State of California. Venue shall be in Riverside County. 28 17336.02124\41493681.1 463 37. Disputes; Attorneys' Fees. 37.1 Prior to either party commencing any legal action under this Agreement, the Parties agree to try in good faith, to resolve any dispute amicably between them. If a dispute has not been resolved after forty-five (45) days of good -faith negotiations and as may be otherwise provided herein, then either Party may seek any other available remedy to resolve the dispute. 37.2. If either Party commences an action against the other Party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing Party in such litigation shall be entitled to have and recover from the losing Party reasonable attorneys' fees and, all other costs of such actions. 38. Time of Essence. T e is of the essence for each and every provision of this Agreement. 39. Headings. headings containe in the construction or 39.1 Notices. All n given to the respective parties at th respective parties may provide in w ection Headings, paragraph captions or marginal re for convenience only and shall have no effect provision herein. CONSULTANT: or required under this Agreement shall be wing address, or at such other address as the ng for �' . pose: Parsons Transportation Group, Inc. Riv .id my nsportation Commission 3200 East Guasti Road 4081 on et, Floor Suite 200 Riverside, CA 2501 Ontario, CA 91761 Attn: Executive Direc Such notice shall be deemed made when personally d,-> ii, ered or when mailed, forty- eight (48) hours after deposit in the U.S. mail, first class postage prepaid, and addressed to the Party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 40. Conflicting Provisions. In the event that provisions of any attached exhibits conflict in any way with the provisions set forth in this Agreement, the language, terms and conditions contained in this Agreement shall control the actions and obligations of the Parties and the interpretation of the Parties' understanding concerning the performance of the Services. 41. Amendment or Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 29 17336.02124\41493681.1 464 42. Entire Agreement. This Agreement contains the entire agreement of the Parties relating to the subject matter hereof and supersedes all prior negotiations, agreements or understandings. 43. Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 44. Provisions Applicable When Federal Department of Transportation Funds Are Involved. When funding for the Services provided by this Agreement are provided, in whole or in part, from the United States Department of Transportation, Consultant shall also fully and adequately comply with the provisions included in Exhibit "D" (Federal Department of Transportation Requirements and California Department of Transportation (Caltrans) D : E program requirements) attached hereto and incorporated herein by reference. 45. Survival. All after any expiratio indemnification and termination. igations hereunder that by their nature are to continue his Agreement, including, but not limited to, the tions, shall survive any such expiration or 46. No Third Party Beneficiaries Bre are no intended third party beneficiaries of any right or obligation assumed by r - Parti 47. Labor Certification. By its si aware of the provisions of Section 3700 of every employer to be insured against I undertake self-insurance in accordance with prov comply with such provisions before commencing the pe ormance of the Services. Consultant certifies that it is Labor Code which require Workers' Compensation or to s of that Code, and agrees to 48. Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 49. Subpoenas or Court Orders. Should Consultant receive a subpoena or court order related to this Agreement, the Services or the Project, Consultant shall immediately provide written notice of the subpoena or court order to the Commission. Consultant shall not respond to any such subpoena or court order until notice to the Commission is provided as required herein, and shall cooperate with the Commission in responding to the subpoena or court order. 50. Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein, without the prior written consent of the Commission. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 30 17336.02124\41493681.1 465 51. Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties, and shall not be assigned by Consultant without the prior written consent of Commission. 52. Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement as though fully set forth herein. 53. No Waiver. Failure of Commission to insist on any one occasion upon strict compliance with any of the terms, covenants or conditions hereof shall not be deemed a waiver of such term, covenant or condition, nor shall any waiver or relinquishment of any rights or powers hereunder at any one time or more times be deemed a waiver or relinquishment of such other right or power at any other time or times. <) esnfoIIowing page] 31 17336.02124\41493681.1 466 SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT WITH FHWA FUNDING/ASSISTANCE IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY TRANSPORTATION CO SION By: Anne Mayer Executive Direc Approved as to Form: By: Best, Best & Krieger LLP General Counsel PARSONS TRANSPORTATION GROUP INC. Bv: Signature Name ATTEST: By: Its: A corporation requires the signatures of two corporate officers. One signature shall be that of the chairman of board, the president or any vice president and the second signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation. If the above persons are not the intended signators, evidence of signature authority shall be provided to RCTC. 32 17336.02124\41493681.1 467 EXHIBIT "A" SCOPE OF SERVICES [attached behind this page] B-1 17336.02124\41493681.1 468 APPENDIX "A" SCOPE OF WORK 469 EXHIBIT A SCOPE OF WORK This Scope of Work (SOW) assumes that future work related to the planning, procurement, design, construction, and toll system delivery of the 1-15 Express Lanes Project Southern Extension (Project) will be accomplished through up to four primary contracts: Project and Construction Manager (PCM) [subject of this RFQ], Progressive Design -Build (PDB) Legal Advisor, Progressive Design -Build Contractor (PDB Contractor),and a Toll Services Provider. This SOW also uses the terms PDB Contractor and Toll Services Provider throughout to reflect the key relationship between these two specific contracts. At this t',�. e, however, this assumption of four primary contracts is preliminary and used in t ment simply as a matter of convenience and it is possible that some of these con is a :•r scope items could be combined in the future. Specific decisions as to how Commision will procure and deliver these future services have yet to be made. In ''.:red in t P SOW are services to analyze, recommend, and assist the Commissio sions. The selected Offeror will b these project services include preli utility agreements, right-of-way Additionally, the selected Offeror m services. Examples of these pr 401/404/408/1602 permit processes, the SE Selected Offeror shall work with the Com such strategies are applicable and beneficial itiate certain project services. Examples of design of some project elements, preliminary ring, toll planning documents, etc. to initiate and complete other project es ;r,. ude the completion of the t Management Plan (PMP). e project services where The Offeror shall assist the Commission in the planning; finan ' `; ning; procurement of design and construction; and general management and • sight of the Project. The Offeror will provide the Commission with the agreed upo ff, resources, and expertise to manage the Project. The PCM tasks and activities are s described below and in the following sections. It is the Commission's intent that the Project be delivered with a phased delivery, subject to available state, local, and federal funding sources and include the following major activities: 1. Project Phased Delivery Plan Development, which will analyze and develop the necessary elements to fund, procure, and deliver a phased delivery of the Project via Progressive Design Build (PDB); 2. Investment Grade Traffic and Revenue / Financial Analysis Support, which includes updating Capital and Operations & Maintenance Cost estimates; 3. Grant Planning and Pursuit, which includes identifying federal and state Scope of Work A-2 470 discretionary funds/grant opportunities, recommending and implementing grant success strategies, and preparing grant winning applications; 4. PDB Procurement, which includes developing the PDB contract in coordination with the Commission's PDB Legal Advisor and all supporting documents/agreements/evaluations in conformance with best industry practices; 5. PDB Phase 1, which includes the administration of the PDB contract and design oversight of the PDB Contractor in developing design submittals and preparation of the Independent Cost Estimates in support of negotiating a Guaranteed Maximum Price (GMP), targeting a Notice to Proceed with Construction as required for each phased work package; 6. PDB Phase 2, which includes the final design and construction Quality Verification of the PDB contractor in accordance with the agreed upon Project Phasing Plan and negotiated GMP requirements; 7. Toll System Coordination, which includes coordinating with the Commission's Toll Operations Department, PDB Contractor and Toll Services Provider for the installation and integration of the Project's on -road toll equipment. This PCM SOW was written with the intent to describe all planned PCM services to be provided by the Offeror. However, situations may arise where the Offeror will be required to provide additional services not specifically defined in this SOW. The Commission is open to the Offeror's recommendation for additional services that may be required to accomplish the Commission's goals and the Project major activities as described above. The Offeror will be required to provide assistance to the Commission and to provide these additional services to assure the successful cprr Ietion of the Project. Scope of Work A-3 471 A. Project Management Under the Commission's direction, provide overall management of Project activities and/or support for agency agreements, project funding plan, procurements and negotiations, contract awards and contract management, project controls, toll system planning and installation, ROW engineering and acquisition, utility relocation, final design, construction, environmental permitting, safety, quality, public outreach, and other Project activities. These Project management responsibilities include overseeing the activities of the PDB Contractor and other contracts further defined in this SOW: Al. Project Management Under the Commission's direction, • Represent Commission and be the contact for coordination and communication between the Commission and the PDB Contractor. Offeror will be the primary point of contact with Commission on all Project and contract -related m; ters: • Plan and c ct ting ooperate and coordinate with stakeholder agencies includi e Calif is Department of Transportation (Caltrans), Federal Highwa Administration (FHWA), Transportation Infrastructure Finance Innovation Act (TIFIA) office, regional agencies, and municipalities; • Coordinate and oversee Project activities and deliverables performed by the PDB Contractor and other contractors associated with the Project; • Cooperate and coordinate with other Commission consultants, financial advisors, legal advisors, and contractors to achieve completion of both Project development, regulatory, and related financing activities; and • Develop, monitor compliance, and maintain a commitment register and log based on the commitments and obligations with Federal, State, and Local agency requirements contained in applicable agreements. A2. Project Administration Provide administrative personnel and perform general office management and administration for the duration of the PCM contract term. Administrative responsibilities include: • Schedule meetings; prepare meeting agendas, minutes, and action items; provide Project standards and templates for Project communications; institute specific Project initiatives; • Provide document control services throughout the Project duration; and Scope of Work A-4 472 • Provide general office support at a future co -located office for the PCM, Commission, Caltrans, FHWA, and others as necessary. A3. Project Information and Development of Plans Offeror shall obtain and review relevant Project information and prepare various plans. • Project Information Obtain and review all available Project information including preliminary engineering, Project reports/briefs, presentations, plans, cost estimates, environmental documents, environmental technical studies, advance planning studies, cooperative agreements and other Project information provided by Commission, Caltrans, and others (Review References for some applicable inf• ' -tion to this SOW). In conju obtain app Phased Delivery Initial Financial .n FHWA and/or Caltrans • Project Close -Out Plan sion staff and its advisors, develop, submit, and ajor Project deliverables including the Project st and Schedule Risk Assessment (CSRA), d Financial Plan (FP) annual updates per Identify the requirements (both out the PDB Contractor and submittals of all record drawings, final completion, necessary documentation, applic and completion of all reports. Coordinate with control for records retention and incorpor document control system. • Other Plans other) to effectively close- ider contracts including obtain substantial and s, data, submittals, ission document n into the Commission Prepare other plans identified elsewhere in this SOW. Identify and prepare other plans as necessary to comply with local, state, or federal requirements or as directed by the Commission. A4. Project Safety Offeror shall provide a Safety Engineer/Manager who will be responsible for overseeing Project safety including ensuring Project team and contractor compliance with Project safety requirements relevant to future co -located Project and toll operations offices and construction sites. Safety activities include but are not limited to: • Develop a Project -wide safety program. Provide and implement a Project Scope of Work A-5 473 oversight site safety plan and provide safety training for all owner oversight personnel on the Project. Provide hard hats and safety vests for all owner oversight personnel who will be working on the Project site; • Develop the safety requirements that will be included into the PDB Contractor procurement documents including safety manual and training program requirements for all Project personnel, and administration of the PDB Contractor's safety program by a designated safety officer; • Ensure compliance of the safety program with all federal, state and local laws including those of Occupational Safety and Health Administration, Caltrans, Commission and the local agencies and jurisdictions; • Review various Project activities and work processes and perform periodic audits to assess general office safety and compliance with current best practices; • Work with Caltrans to merge its budgeted safety responsibilities with Commission and Offeror and build one effective safety oversight program for the Project. Establish roles and responsibilities, necessary oversight, and reporting requirements; • Perform safety oversight of the PDB Contractor and Toll Services Provider: o Verify implementation of the safety training by the PDB Contractor, Toll Services Provider, all contractors and Project staff, and provide training to office staff as required; o Track PDB Contractor and Toll Services Provider proper investigation and reporting of accidents; o Monitor the provision of proper safety personnel protective equipment to all PDB Contractor, Toll Services Provider, and other Project personnel as required; and o Regularly document or require documents by PDB Contractor of safety meetings with set agendas as conducted by PDB Contractor to document safety understanding and compliance. • Oversee the investigation of accidents, report to the Commission, and recommend corrective actions to reduce risks and reoccurrence. A5. Quality Assurance (QA) Offeror shall provide a Quality Engineer/Manager who will be responsible for overseeing Project quality including ensuring Project team and contractor compliance with Project quality requirements relevant to all deliverables and construction. Quality activities include but are not limited to: Scope of Work A-6 474 • Develop a comprehensive, Project -wide QA program based on the Project scope, assumed construction contracts, stakeholder requirements, and delivery approach of the Project. The QA program shall include the clear delineation of roles and responsibilities between all identified parties related to all design, procurement, installation, and construction activities and the development and maintenance of a quality manual; • Develop the quality requirements that will be included into the PDB Contractor and Toll Services Provider procurement documents; • Work with Caltrans to merge its budgeted quality responsibilities with Commission and Offeror in order to build one effective quality oversight program for the Project. Establish roles and responsibilities, necessary oversight, and r -porting requirements; and • Perform q Project • rove includi overs� validation Q contractor's with contractor's A6. Public Outreach ication (QVe) during final design, and construction of of PDB Contractor and Toll Services Provider, c• pliance with quality control (QC) and quality nts, over -the -shoulder reviews, audits of 'ties, resolution of audit findings, coordinating el, and providing periodic quality reporting. At the direction of the Commission rs De artment, Offeror shall help the Commission Public Affairs in the developm and ' entation of public outreach, media affairs, and government relations m atio tans for the Project. The communication plans shall provide: • Develop key clear, concise messages that guide Project in English and Spanish; ent phases of the • Develop key clear, concise messages for pr' , digital, and online materials that guide different phases of the Project; • Public information distribution and response to public and media questions about the Project, including for social media to be distributed upon approval by the Public Affairs Manager; • Public information about tolled express lanes and initial toll facility operations; • Ongoing communications with staff of public agencies, project partners, and elected officials; • Ongoing coordination and direction from RCTC Public Affairs as well as city and county adjacent transportation projects teams to identify potential Scope of Work A-7 475 impacts and conflicts; • Develop, plan, and staff in -person or virtual public meetings, hearings, open houses industry presentations, and community group presentations, including the preparation of presentation materials; • Prepare and distribute, as directed by Commission, Project fact sheets, branding items, messaging, and other necessary communication and collateral materials to support Commission's communications obligation and requirements with the agencies and communities; • Prepare, create, and distribute, as directed by the Commission, digital engagement materials such as social media posts, digital advertising, website messaging, and emerging communications methods; • Develop a pro• e public facing videos and other interactive videos for digital e •ement annels; • Lead any pa "pat. ; regularly scheduled PDB meetings including certain technical- w gro , preconstruction, and construction related meetings with C ,on B Contractor, and Toll Services Provider personnel. Prep for s, as required, to properly organize or support each meeting event; • Establish, operate, and appropriate handoff to the PDB Public Outreach Plan until an • Oversee operations and mainte n - Prod" Public Outreach Plan by the PDB Contractor and ensure t ' respor es a :k ':A ctions required of the PDB Contractor are carried out per contract requirer;� ;. and direction from Public Affairs. Continue to prepare and respon• -wenc •irected questions and issues received through the Project Publi► `utreach Plan with approval from Commission Public Affairs Manager, as eeded; • Oversee, monitor, and cooperate in business support meetings by the PDB Contractor, and organize and prepare for such meetings, as requested by Commission, to support the Project's efforts to mitigate issues and disruptions to local businesses due to construction activities; • Support the Commission in preparing and organizing media and governmental relations media activities, including but not limited to news conferences and elected official tours. Commission Public Affairs will respond to media inquiries, or delegate response via direction from Public Affairs; • Plan, prepare, and organize, in support of Commission, special events such as "ribbon cuttings" and "ground -breaking" ceremonies; Scope of Work A-8 476 • Provide reports, meeting organization materials, tables, data, and other forms of communications to present or document activities on the public outreach efforts; and • Maintain an ongoing database record of all public outreach contacts and responses that will be available for review by RCTC Public Affairs. A7. Project Support and Other Services • Participate in the review of insurance claims involving incidents as it affects the Commission and provide analyses, identify means to mitigate or resolve, and make recommendations for action by Commission; • Prior to the start of final design and construction, organize, schedule, and conduct a pre -design and construction conference that includes select agencies that wil e participating in the Project, as well as the PDB Contractor and T Services Provider, in communicating to them the approach and pl to •esign and construct the Project by the PDB Contracts • Identify, define, an: mplement key Project initiatives that will benefit Commission and the Project by improving work processes and reducing Project costs and resource requirements; and • Schedule, coordinate, and/or attend meetings, as required, and provide all necessary meeting materials (i.e., agendas, minutes, action items, reports and documents) necessary to support the Project management activities. A8. Project Funding and Financing • Offeror shall serve as the Commission's qualified Independent Cost Estimator responsible for the independent review of the PDB Contractor cost estimate developed during PDB Phase 1 leading to a Guaranteed Maximum Price (GMP); Offeror shall negotiate costs with PDB Contractor for each work package as needed leading to a GMP; • In coordination with the Commission, traffic and revenue consultants, other engineering consultants, financial advisors, and legal advisors, participate in finalizing the financial approach, participate in internal meetings, prepare and provide information and review and comment to support funding applications, Project financing documents, federal formula (Congestion Mitigation and Air Quality (CMAQ) or Surface Transportation Block Grant (STBG)) approvals, federal e-76 Authorization to Proceed, and other applications and approvals; planned funding sources include Riverside County Measure A sales tax funds, excess toll revenue funds federal formula and discretionary funds, and SB-1 State formula or discretionary funds; Scope of Work A-9 477 • Offeror shall provide competitiveness and bundling guidance on funding opportunities and develop professional grant proposal packages for discretionary funding opportunities available from federal, state, regional, and private sources. Offeror will update the Project Phased Delivery Plan and Project Funding Plan as discretionary funding sources are successfully awarded and allocated (see Reference 03 and Reference 06); • Utilizing the Independent Cost Estimator, prepare an initial Project capital and operating cost estimate review in support of developing the Project Phased Delivery Plan. Perform annual updates of the Project program capital cost and operating cost estimates. Prepare major repair and rehabilitation cost estimates. These estimates of costs and revenues support the Commission's financial model that is updated annually (See Reference 09); • Participate in planning meetings, provide information, prepare materials, and directly participate in formal presentations made to the Commission (Board), FHWA, Caltrans, lenders, and others directly related to project funding and financin • Prepare or sis the eparation of various technical supporting documents or re s -te• • Project funding and financing, state tolling approvals, or fe. -ral tol '.:.provals that are required by FHWA, Caltrans, investors, and others. Such reports may include the Financial Plan and construction progress reports. A9. Risk Management • Perform a risk assessment including conducting a risk management workshop with appropriate Project stakeholders to identify risks, probability and severity of risk occurrence, proposed mitigation strategies, responsible parties, and mitigation timing. Prepare and maintain a risk register to document, track, and manage Project risks; • Perform ongoing Project risk identification and management activities by working with the various Project work groups, including the PDB Contractor and Toll Operations Department; • Provide periodic updates of the risk register showing resolution and mitigation of defined Project risks, identification of new risks, and required mitigation measures; and • Provide all necessary reports and actions requested by Commission to support requests of Caltrans, FHWA, lenders, or others in documenting adherence to risk management requirements and practices. Scope of Work A-10 478 A10. Agency Agreements and Stakeholder Coordination • Work with the Commission and its legal advisors to create, develop, negotiate, and execute agency agreements including but not limited to the following: o Environmental Mitigation Agreements and Environmental In- Lieu Fee Agreements (various agencies); o High Profile Project Agreement (FHWA and Caltrans); o Design -Build Cooperative Agreement (Caltrans); o Toll Facilities Agreement (Caltrans); o Other agency agreements as necessary. • Offeror shall identify, define, schedule, facilitate and coordinate with stakeholder agencies in support of Project policies, procedures, practices and schedules. Additionally, Offeror shall work through barriers and enhance opportunity for innovations in the timely delivery of the Project, particularly with those commitments and obligations associated with any cooperative agreements between Commission and the respective agency. The respective agencies include but are not limited to the cities of Corona, and Lake Elsinore; the Riverside County community of Temescal Valley (Riverside County TLMA), Riverside County Flood Control and Water Conservation District (RCFCWC Ca ns, and FHWA. Scope of Work A-11 479 B. Design Management Offeror shall provide day-to-day management of all planning, design review, and oversight activities for the Project including coordinating with stakeholders and affected agencies on technical issues relating to utilities, ROW acquisition, and environmental mitigation. Coordinate PDB Contractor design and construction activities with those of the Toll Services Provider as described in Section C, Tolling Services. Offeror shall coordinate with the Commission to develop the Request for Proposals (RFP) Technical Provisions and participate in the evaluations of the PDB Contractor and Toll Services Provider submitted documents and provide technical selection recommendations for the following Design management activities: 131. Design Management • Review PDB Co ctor and Toll Services Provider design submittals for conform e with t contract documents and all applicable Federal, State, and L agenc equirements. Provide staff, planning, and resources required schedule commitments, including highway, structural, drainage, u r les, traffic, landscape, aesthetics, acoustic, electrical, toll system, and geotechnical engineers and support staff required to perform the QVe review and approvals—' B2. Design Support • The Offeror shall organize and consolidate the design concept drawings to be provided as part of the RFP documents. The basis for the design concept drawings shall be the drawings provided by the Commission's Project Approval/Environmental Document (PA/ED) Consultant; • Review of all available Project data and information, including Project reports, plans, estimates, technical and planning studies, cooperative agreements, environmental documentation and other Project information as provided by Commission, Caltrans, and other stakeholder agencies (See References 01 through 13); • Review and understand the Geometric Approval Drawings (GAD's) (Reference 01 and Reference 12), the Design Standards Decision Document (Reference 02), and other documents developed by the Commission's PA/ED Consultant. Evaluate the possibility of maximizing the Project express lanes lane -miles, while taking into consideration Project geometry, cost, ROW, design exception impacts, ingress/egress assumptions, CHP turnarounds, Toll Services Provider tow truck staging areas, etc. Provide a written evaluation and recommendation to the Commission; • Review and evaluate the Materials Report (MR) and pavement Life Cycle Cost Analysis (LCCA) developed by the Commission's PA/ED Consultant; Scope of Work A-12 480 Review and evaluate the Noise Study Report (NSR), Noise Analysis Decision Report (NADR), and other documents developed by the Commission's PA/ED Consultant. Perform additional soundwall design to further define the soundwall scope of work for the future PDB RFP, identify necessary property interests needed to construct the soundwalls, identify possible conflicts with soundwall construction, and estimate soundwall costs; • Provide engineering support for further definition and refinement of ROW lines to develop ROW requirements for negotiated and eminent domain acquisition of Project ROW; • Prepare and submit encroachment permit applications for surveying, geotechnical investigations, and construction. These may include, but are not limited to local agency Encroachment Permits, Flood Control Encroachment Permit, and Facility Relocation Permits; • Provide preliminary design as requested by the Commission to support high risk project elements, such as utilities, necessary to support the PDB delivery schedule; • Review PDB Contractor Computer -Aided Design and Drafting (CADD) protocol and document PDB Contractor compliance to contract documents and Caltrans standards and requirements; • Monitor compliance an. - .r ctive actions to submittal procedures, cycles, and review time frames `. he processing, review, and approval of all submittals by Commission altrans, and stakeholder agencies in compliance with the PDB contra ` ( Reference 11 for draft Project Charter agreement between the Commiss n and Caltrans used during the PA/ED phase); • Represent Commission with Caltrans and the PDB Contractor on all engineering issues and facilitate Commission's approval. Facilitate other agency reviews/approvals of Project submittals; • Provide CADD support, as necessary, for any technical analyses, graphical presentations, reference materials, ROW acquisition, regulatory permits, and Project documents; • Regularly coordinate and communicate with Commission on status and progress on design reviews and oversight of PDB Contractor's submittals. Identify any technical issues with proposed solutions and make recommendations to resolve to Commission, including necessary actions to implement proposed solution(s); • Coordinate Commission, Caltrans, and other stakeholder agency involvement and participation in PDB Contractor technical meetings, process Scope of Work A-13 481 PDB Contractor meeting minutes, and coordinate Commission and stakeholder action items resulting from technical meetings, along with necessary agency approvals; • Schedule, coordinate, and attend meetings, as necessary, in cooperation with the agencies and contracted parties (PDB Contractor and Toll Services Provider), including the preparation of agendas, meeting minutes, and action items; and • Participate with the construction management utility oversight personnel in providing Notices to Owners and in overseeing and coordinating the design and engineering work of the utility agencies and those of the PDB Contractor, as appropriate. B3. Structures QVe Offeror shall: • Review all available project data and information, including project reports, plans, estimates, technical a planning studies for incorporation into the RFP documents; • Provide preliminary Ion ad time P -'ect elements necessary to support the PDB delivery schedule re. )y the Commission; • Provide design development a various wash crossings as needed to support construction permitting, h a he 408, 404, 401, and 1602 permits; • Provide design management service to review PDB Contractor submittals, including design plans, investigations, studies, and reports required by the contract, for acceptability and conformance to contract requirements, Caltrans standards, and stakeholder agency standards; and • Review and respond to structures -related issues and activities after issuance of Release for Construction (RFC) packages. B4. Roadway & Drainage QVe Offeror shall: • Review all available project data and information, including project reports, plans, estimates, technical and planning studies for incorporation into the RFP documents; • Identify areas for risk reduction; • Provide design management services to review PDB Contractor submittals, including design plans, investigations, studies, and reports required by the Scope of Work A-14 482 contract, for acceptability and conformance to contract requirements, Caltrans standards, and stakeholder agency standards; and • Review and respond to roadway & drainage related issues and activities after issuance of RFC packages. B5. Maintenance of Traffic QVe Offeror shall: • Provide design management services to review PDB Contractor submittals, including design plans, investigations, studies, and reports, required by the contract, for acceptability and conformance to contract requirements, Caltrans standards, and stakeholder agency standards; and • Review and resp to maintenance of traffic related issues and activities after issuance of R packages. B6. Geotechnical QVe Offeror shall: • Organize and consolidafeTie geotechnical information developed by the Commission's PA/ED Consultant to develop a geotechnical information package that will be provided to the PDB Contractor. The level of detail provided will be coordinated with Co ion and Caltrans; • Coordinate with the Commi exploration and testing; • Evaluate PDB Contractor submitted documen selection recommendations; additional geotechnical provide technical • Provide design management services to review PDB Contractor submittals, including design plans, investigations, studies, and reports required by the contract, for acceptability and conformance to contract requirements, Caltrans standards, and stakeholder agency standards; and • Review and respond to geotechnical related issues and activities after issuance of RFC packages. B7. Traffic Management System (TMS) QVe Offeror shall: • Review draft Traffic Management Plan (TMP) provided by others and make recommendations on possible enhancements; Scope of Work A-15 483 • Provide design management services to review PDB Contractor submittals, including design plans, investigations, studies, and reports required by the contract, for acceptability and conformance to contract requirements, Caltrans standards, and stakeholder agency standards; and • Review and respond to TMS related issues and activities after issuance of RFC packages. B8. Electrical & Lighting QVe Offeror shall: • Coordinate with Commission, Caltrans, and Toll Operations Department to identify system needs and technology requirements for incorporation into the RFP; • Provide design management services to review PDB Contractor submittals, including design plans, investigations, studies, and reports required by the contract, for acceptability and conformance to contract requirements, Caltrans standards, and stakeholder agency standards; and • Review and respond to electrical & lighting related issues and activities after issuance of RFC packages. B9. Landscape & Aesthetics IQA Offeror shall: • Provide design management services to review PDB Contractor submittals, including design plans, investigations, studies, and reports required by the contract, for acceptability and conformance to contract requirements, Caltrans standards, and stakeholder agency standards; and • Review and respond to landscape & aesthetics related issues and activities after issuance of RFC packages. B10. Environmental & Permits Offeror shall provide environmental oversight, compliance, and coordination of PDB Contractor's environmental obligations and commitments under the contract, including Commission's obligations and requirements with resource agencies. This includes: • Incorporation of environmental requirements and approved mitigation commitments and plans into the RFP, preparation of necessary environmental permits, preparation of necessary environmental mitigation or in -lieu fee agreements for execution by the Commission; • The following permits shall be prepared to the level of completion needed to Scope of Work A-16 484 support the delivery schedule: o United States Army Corps of Engineers (USACE) 404 and 408 permits, and Out Grant Agreement; o Regional Water Quality Control Board (RWQCB) 401 Certification; and o California Department of Fish and Wildlife ( CDFW) 1602 Streambed Alteration permit. • Oversee PDB Contractor's requirements in meeting the obligations and commitments in its preparation of materials and documents to secure the final USACE 404 and 408 permits, and Out Grant Agreement; RWQCB 401 certification; CDFW 1602 permit; and RCFCWCD encroachment permit; • Coordinate approval of the above permits and agreements with each resource agency, address any changes required of the PDB Contractor by the agencies, and fjrther the approval of the permits and agreements; • Analyze and amass environmental re -validation and re-evaluations required due to Commission directed changes and implement accordingly; • Coordinate with Caltrans for review and comment on all environmental activities, including agreements, permits, and exercises of re -validation and re-evaluation; • Oversee PDB Contractor's acquiring of all necessary environmental permits affecting their construction activities, including storm water permits; • Schedule and coordinate meetings necessary to accomplish the environmental requirements of Commission, including providing agenda and meeting minutes and action items; and • Oversee implementation of the approved mitigation monitoring plan for compliance with Caltrans and regulatory agencies permit requirements and the mitigation documented in the environmental document. B11. Utility Coordination & Oversight Offeror shall provide a ROW/Utility Team Leader who will be responsible for coordinating the utilities affected by the Project. In order to accommodate and facilitate the PDB Contractor schedule, Offeror may be requested to undertake certain relocation work if needed. Utility coordination activities include, but are not limited, to the following: • Verify all existing utility information provided by the Commission's PA&ED Consultant and identify utilities that may be impacted by the Project; • Meet with utility companies and other entities to determine their requirements Scope of Work A-17 485 for relocation, protection, and abandonment of utilities required to accommodate Project and to establish any potential ROW impacts for utility relocations; • Coordinate all final utility agreements with private utility owners (as needed); • Monitor utility relocation work and meet regularly with PDB Contractor, utility agencies, Caltrans, Commission, and other stakeholder agencies to coordinate utility relocation work; • Coordinate all interaction and correspondences with utility owners including but not limited to preparation of proper notices (i.e., Notice to Owners), PDB Contractor submittals, notice to utility owners required to commence their (utility owner) design, procurement, and relocation activities, as necessary; • Prepare Report of Investigation (ROI) as outlined in Section 13-05 of Caltrans ROW Manual Chapter 13; • Review and comment, as appropriate, on utility owner designs for inclusion into PDB Contractor final design documents, and review PDB Contractor's RFC documents for proper inclusion of the utility owner designs; • Confirm that the utility agency and PDB Contractor have all necessary permits and ROW clearances to allow relocation work to proceed; • Oversee coordination between the PDB Contractor and utility agencies' construction and relocation work, address any issues and confirm identification, protection, adjustment, removal, or relocation of the subject utility in compliance with State and Federal laws and regulations, standards, and agreements; and • Oversee and coordinate the final documentation and completion of the utility owner relocation work, and review and recommend final payments and closeout. B12. Survey & Right of Way (ROW) Engineering Offeror shall provide surveying, ROW mapping, and ROW engineering services as needed in support of the PDB RFP development, QVe of the PDB Contractor's construction survey, and to complete post -construction Record of Survey. Survey and ROW tasks include but are not limited to: • Pre -Construction Record of Survey — Offeror shall provide a pre- construction record of survey for the land net in conformance with statutory requirements and to delineate limits of existing record ROW. The project surveyor will prepare a record of survey in conformance with existing standards by the County of Riverside surveys; Scope of Work A-18 486 • Utility Verification — Offeror shall be able to provide field survey services to document the pothole locations; • Advanced Design Surveys — Offeror shall be able to provide field survey services to document the geotechnical borings; • ROW Engineering — Offeror shall be able to provide appraisal maps (ROW Maps) in conformance with Caltrans District 8 guidelines and drafting standards to facilitate ROW acquisition, as needed; • Field and office survey support on an as -needed basis to provide survey QVe checks; and • Provide a post -construction Record of Survey of the any new ROW limits and record a post -construction Record of Survey for the land net in conformance with statutory requirements and to delineate limits of the new record ROW. A record of surveys may be required to be submitted for review and filing by the County of Riverside. B13. ROW Services Offeror shall provide a ROW/Utility Team Leader who will be responsible for the technical and administrative functions required to provide the necessary ROW (See Reference 04, Attachment E). Attention to this reference document is being made only to provide an indication of the extent of the Project ROW required at the time of this RFQ. ROW services include but are not limited to: • Overall coordination and management with th Commission, Caltrans, FHWA and the PDB Contractor and assist wi development and implementation of the ROW program as needed; • Prepare ROW cost estimates; • Provide acquisition and negotiations services required for Commission to acquire property for the Project in a timely, efficient manner and at a reasonable cost including appraisal and review of appraisals, and necessary environmental investigations and remediation; • Provide any necessary remaining ROW environmental investigations and remediation to support ROW acquisition services; Obtain title reports and escrow, utility relocation coordination, and ROW certification; • Assess any proposed modifications or changes to the ROW proposed by the PDB Contractor and provide investigations and analyses, propose solutions, and make recommendations to Commission for consideration and implementation as directed; Scope of Work A-19 487 • Provide ROW acquisition and relocation services under compliance with Federal, State, and Local laws and regulations, and in support of the Project's schedule as needed; • Perform all necessary Project close-out activities, including ROW transfer from Commission to the various agencies, and working with Commission to determine the excess land disposition process; • Continue to provide the appropriate progress/status reports, and schedule and attend meetings, as necessary, to support the acquisition, relocation, and close-out processes, and coordination with the PDB Contractor; and • Work shall be performed in accordance with Caltrans and Commission's policies and procedures and applicable federal, state, and local regulations. Scope of Work A-20 488 C. Tolling Services Cl. General Offeror to provide general support, participation, information, coordination, recommendations, expertise, etc. to support the Commission in the following areas: • Potential implementation of emerging tolling technologies and related toll industry innovations. C2. Toll System Planning Generally, Offeror to support the Commission by analyzing, developing, and recommending strategies, policies, procedures, business rules, customer account rules, management rules, technical requirements, and toll facility concepts. • Plans Offeror, under approval of. direction, to develop, submit, and obtain o Systems Engineering Review Form (SERF) from Caltrans and FHWA per current Caltrans Local Assistance Procedures Manual (LAPM) and FHWA requirements; o Systems Engineering Mana FHWA per current FHWA r n (SEMP) from Caltrans and o Concept of Operations (Con and FHWA per current FHWA requirements; and o Develop a toll system project managem Ian and incorporate into the overall PMP prepared by the PCM tea • Strategies Offeror to analyze, evaluate alternatives, make recommendations, and document Commission decisions via white papers, procurement documents, reports, or similar methods for the following issues and other issues identified by the Commission: o Using the preliminary engineering geometric design concepts developed to date, review and evaluate the toll lane configuration for operability and maintenance. Particular focus is needed analyzing potential southern end toll lane termination configurations, interim phased implementation, and the resulting traffic impacts of the various toll lane termination alternatives on both general purpose lane traffic as well as toll lane operations (see Reference 08). Scope of Work A-21 489 • Toll System Design o Offeror to develop and recommend design concepts, specifications, toll system testing guidelines and procedures, and/or requirements to implement electronic toll collection, CHP enforcement and customer service patrol staging locations, etc to ensure compatibility with the existing 1-15 ELP toll lane operations; and o Offeror to incorporate agreed to design concepts, specifications, and/or requirements into the PDB Contractor and/or the Toll Services Provider contract SOWs and other contract deliverables. C3. Toll Operations and Maintenance Planning • Fee Revenue Estimates and Cost Estimates o Offeror shall review the existing Commission toll system life cycle estimate and prepare a toll system replacement schedule and cost estimates for the life of the facility (i.e. toll system life -cycle cost estimate) to support the Commission's financial model and Project financing efforts. See the Project Finding and Financing section; and o Offeror shall prepare an express lane pavement rehabilitation strategy, schedule, and cost estimate for the life of the facility (i.e. pavement life - cycle cost estimate) to support the Commission's financial model and Project financing efforts. • Toll System and Roadway Maintenance o Offeror shall review the existing Commission , ii ystem maintenance plan and develop performance requireme• f he future routine maintenance of the Project toll system .g. cameras, transponder readers, Changeable Message Sign CMS), etc.) and roadway maintenance (regular pavement maintenance, trash removal, delineator replacement, etc.). Offeror to incorporate these requirements into the future Toll Services Provider contract SOW. • Incident Management and Disaster Recovery o Offeror shall review the existing Commission toll system incident management plan and develop performance requirements to address routine roadside incident management and disaster recovery. Offeror to incorporate these Project performance requirements into the future Toll Services Provider contract SOW. • Other Performance Requirements for the Toll Services Provider o Offeror shall develop other Toll Services Provider performance Scope of Work A-22 490 requirements in the areas of procurement, contract management, cost controls, facility safety, training of Toll Operator and Commission personnel, and other areas identified mutually with Commission. Offeror to incorporate these performance requirements into the future Toll Services Provider contract SOW. C4. Oversight, Coordination, and QVe • General Management and Coordination Among Contractors Offeror shall: o Provide overall, day-to-day management and oversight of the Project's tolling services including identifying and allocating of staff to oversee work pe : i ed by the PDB Contractor and Toll Services Provider, planni► n.:.cheduling of toll system activities, and organizing and/or pa •sting i ` eetings; o Pr. •e an. p• ontract administration activities associated with the t• -rv' in•" ding safety and quality compliance, review of progress an • ' . e ap cations, submittals, and monthly reports; o Provide a respon- D ili y matri •etween the PDB Contractor and Toll Services Provider deli - -as of responsibility; o Provide coordinatio bet " the P' Contractor and Toll Services Provider activities to ensure ope •or. .tion and integration with the procurement, design, inst ti• .dsi•. construction, testing, and startup of the Project toll syst s; o Provide coordination of all toll system r- e• ctivities with the Commission's Toll Department staff l '' luding: reviewing and commenting on Toll Services Provi contract documents and drawings as they relate to the PDB Contractor work, incorporating the Toll Services Provider schedule into the Project schedule, coordinating toll infrastructure turnover and access for testing; o Coordinate toll system and operations planning activities with stakeholder agencies and coordinate with other Project functional groups on toll system design, installation, and integration matters, including toll system testing and acceptance; and o Coordinate the review of designs, submittals, design plans, and shop drawings between the PDB Contractor and Toll Services Provider. • PDB Contractor's Toll System Infrastructure Offeror shall: Scope of Work A-23 491 o Review and provide comments to PDB Contractor's design, design plans, submittals, and shop drawings of the toll system infrastructure work, including communications and power conduit duct banks, vaults and roadside equipment cabinet installations, gantries, CMS and camera pole installation, toll utility buildings, emergency backup generators, and integration of the PDB Contractor requirements with the requirements of the Toll Services Provider SOW; o Review PDB Contractor's toll facility -related deliverables and provide technical selection recommendations as necessary; and o Provide construction oversight of the PDB Contractor's toll infrastructure work, including power and communications conduit duct banks, gantries, CMS and camera pole installation, toll utility buildings, and emergency backup generators; document compliance with the contr equirements; and obtain signoff and acceptance by the Toll Se s Provider. • Toll Se Offeror shall: o Manage and oversee adherence to the Toll Services Provider's contract requirements, including compliance with the safety plan and the Toll Services Provider's design of roadside toll equipment, communications equipment, power equipment, cameras, CMS signage, and toll operations and customer service center facility layout plans; o Review and provide comments to Toll Services Provider's design, design plans, submittals, and shop drawings of the toll system as it relates to toll infrastructure; o Oversee the installation of the Toll Services Provider's work, including roadside tolling equipment, communications and power, express lane cameras, CMS signage, traffic operations, and data center build out, document compliance with the contract requirements, and obtain signoff and acceptance by Commission and other stakeholder agencies, as required; o Review the Toll Services Provider's submittals and testing and startup plans, provide oversight of the systems testing and startup in compliance with the contract, and obtain testing and acceptance signoffs by Commission and other stakeholder agencies; o Review Toll Services Provider deliverables and provide technical selection recommendations as necessary; o Obtain from the Toll Services Provider manufacturer warranties, as -built Scope of Work A-24 492 drawings, training materials, and other manuals required under the contract; o Provide oversight and review of training manuals, coordinate training sessions provided by the Toll Services Provider, and review attendance and training completed by the training participants; and o Perform Toll Services Provider contract management and administration including identifying potential SOW changes, review of submitted contract change orders (CCO), performing required analyses, coordinating potential and implemented changes, as necessary, with other contracts, and maintain full documentation of all potential and actual changes. Scope of Work A-25 493 D. Contracts Management and Procurement Services Provide contracts management and administration services to monitor performance by the PDB Contractor and Toll Services Provider to the requirements of their respective contracts. This includes Disadvantage Business Enterprise (DBE) subcontracting performance, labor compliance, administration of change management processes, and claims support on behalf of Commission. In support of Commission, define, prepare, and administer procurements for PDB Contractor and Toll Services Provider, and environmental mitigation contracts, and other procurements required for the Project development and implementation. Contract management and procurement services include: D1. Contracts Management • Provide contracts management services for the overall Project and its various contracts. This includes identification and allocation of staffing resources to accomplish specific contract administration tasks; integration and coordination with the functional groups on contract matters; and attendance at meetings to coordinate contract management -related activities and deliverables with the PDB Contractor and stakeholder entities associated with the Project. Identify contract compliance issues for the PDB Contractor and Toll Services Provider contracts, provide analyses, and make recommendations to resolve issues for Commission approval; • Provide the systems and tools appropriate to track, monitor, document, and report on PDB Contractor, Toll Services Provider, environmental mitigation, and other contracts and the compliance to their respective contracts, and timing of actions, recommendations, and approvals; • Coordinate and manage additional Commission contracts in connection with environmental mitigation and other contracts related to the Project development and implementation; • Coordinate and manage contract compliance between Commission and Offeror, providing communications and correspondence in addressing clarifications and amendments. Monitor compliance with Federal, State, and Local agency requirements including: o Provide regular updates to audited overhead rates as requested by Commission, including those of Offeror and Offeror's Subconsultants; o Demonstrate compliance with Offeror's contract commercial requirements, including invoicing content and format, allowable compensation, schedule adherence, insurance coverage requirements, etc. through submitted documentation; and Scope of Work A-26 494 o Participate in any audits performed by the Commission, State, or other agencies. • Schedule, coordinate, and attend meetings to support all Project -related contract administration activities, including, where appropriate, providing agenda, meeting minutes, and action item listings. D2. Contract Administration • Establish Project correspondence and communication in coordination with the Commission's policies, procedures, and protocols consistent with the requirements of the PDB Contractor and Toll Services Provider and monitor and track compliance to these requirements; • Process PDB the Project stakehol tractor and Toll Services Provider correspondence under ents in a timely manner to support Commission and pprovals; • Review ' Coy ct. Toll Services Provider contracts for compliance to contract er req ments. Identify areas of concern and resolve with PDB Contra • Identify the amount of e final p Services Provider, and changes and the resolu all lien releases, transfer of title delivery of final record drawings transmit to Commission all requi to, guarantees, affidavits, releas maintenance stock; ent due to PDB Contractor and Toll ion with processing any final contract btain evidence of certification of agencies, and certification of e appropriate. Secure and including, but not limited , bon• waiv- keys, manuals, and • Prepare final Project accounting and closeo . -ports of all reporting and document control systems. Organize all pe '' 'ent data, purge all files, and send to document control; • Prepare the final documentation to release all liens and recommend final payment and release of bonds and retention; • Provide the systems and tools to provide documentation and tracking of PDB Contractor, Toll Services Provider and Offeror's contract compliance; • Prepare and issue Commission -directed CCOs in compliance with the PDB Contractor and Toll Services Provider respective contract requirements. Negotiate final terms with the PDB Contractor and Toll Services Provider and process the CCOs, and seek any necessary external approvals; • Review and analyze contractor -initiated CCOs by PDB Contractor and Toll Scope of Work A-27 495 Services Provider and Toll Services Provider. Negotiate final terms and process for approval by Commission and other stakeholder agencies, including Caltrans and FHWA; • Perform regular review and documentation of PDB Contractor and Toll Services Provider communications for changes and claims, and report to Commission with recommendations and actions; and • Provide reporting tools and CCO logs to properly track and monitor change notices, CCOs, and claims to identify trends and measure cost and schedule impacts. D3. Procurement Services • General Under Co+l nissio erection, provide broad procurement support for the PDB Contractor, Tot Services Provider, environmental mitigation work, and other contracts necessary to develop, design, build, operate, and maintain the Project. Offeror shall participate in the development of procurement strategy, assist in the development of solicitations by preparing SOWs and technical documents, review and provide input on procurement documents to the Commission and Commission's legal counsel, and coordinate with the Commission's Project Team, consisting of the Commission, Commission's legal counsel, legal advisors, financial advisors, insurance advisors, other consultants, and Caltrans. • Offeror shall review and understand Commission policies, procedures, and legal requirements related to its procurements; • Offeror shall coordinate with the Commission's Project Team to: o Prepare a Project Phasing Development Plan which will analyze and develop the necessary elements to deliver a phased delivery of the Project via progressive design build (PDB). Project Phasing Development Plan should consider Project funding availability, coordination with adjacent projects and schedules, impacts to ELP toll operations, and PDB Contractor phased design and construction of Project improvements; o Support, through either direct input or review and comment on documents as appropriate, the preparation by Commission's legal counsel of procurement documents including Requests for Qualifications (RFQs), RFPs, contracts, evaluation criteria, evaluation manuals, and certain procurement correspondence; o Maintain adequate practices and procedures to ensure strict adherence Scope of Work A-28 496 to confidentiality agreements by all members of the procurement team, including measures to ensure the security of all procurement -related documents; o Develop a detailed work plan for the Project Team's timely development, review of and collaboration on procurement documents; o Plan and organize weekly Project Team calls during the development of PDB procurement documents and procurement period; o Maintain a complete and accurate official procurement file, including electronic and hard copies; o Track, review, and coordinate with the Project Team in the development of responses to questions received from proposers. Assist in the development of addenda to procurement documents; o Assist Commission with the evaluation of Statements of Qualifications (SOQ), Proposals (including technical proposals and concepts, price/cost proposals, and schedules), potential conflicts of interest, conformance with procurement submittal requirements (including insurance, proposal and payment and performance security, and business structure), and othe •eliverables, including preparation of technical analysis nd r o Assist in contract nego e award process following selection; and o Participate and help conduct adva industry review meetings and processes (if applicable) and post-shortlisting and selection debriefing meetings; and assist Commission with any protests. • Offeror, under Commission's direction, shall be directly responsible to: o Work with the Project Team to present/identify alternatives, analyze, and make recommendations to the Commission for the structure of its future procurements for PDB Contractor and Toll Services Provider, to best accomplish the necessary planning, development, design, procurement, construction, installation, and testing of the Project; o Prepare SOWs/technical provisions for the procurements for the PDB Contractor, Toll Services Provider, environmental mitigation work, and other required services for other procurements; o Incorporate lessons learned from recent Commission procurements and projects and other relevant projects involving design -build, and toll system integration; and Scope of Work A-29 497 o Incorporate strategies, action plans, performance criteria, and other requirements from the Commission's current toll program organization effort in the areas of risk management, performance metrics, asset management, customer service, communication, and marketing; see the tolling services portion of this SOW for more detail; o Prepare necessary technical documents including plans, exhibits, maps, cost estimates, etc. for these same procurements; o Plan and prepare various procurement schedules to meet overall Project development and operations and maintenance schedule goals; o Plan and coordinate any necessary review of procurement documents with Caltrans, FHWA and local agencies; o Plan, organize and lead internal team meetings and external meetings with. industry and shortlisted proposers related to Commission p rements; o Help identify, accumulate, review, index and cataloge relevant reference documents for the procurements; o Prepare certain correspondence, documentation, and presentations for Commission approval related to procurements and contract awards; and o Plan, administer, and or eyed tasks associated with procurement processes 1 organizing proposal evaluation teams, internal procurement etin organization and administration, external industry events and meetings, facility reservations and setup, and related tasks. D4. Labor Compliance — Disadvantaged Business Enterprise (DBE) Offeror shall support the preparation of the Project bid/contract specifications containing appropriate and current language concerning State prevailing wage requirements, Federal Davis -Bacon Act requirements and apprentice requirements, and provisions to be included in the PDB Contractor, Toll Services Provider, and other contracts, as applicable. Services include responding to contractor comments and providing technical assistance on all labor compliance requirements, as necessary. Labor compliance shall also include: • Development of a "Federal On -the -Job Training (OJT) Participation" goal, as necessary, and ensure that all required OJT provisions, labor compliance forms, and applicable Federal prevailing wage determinations are included in the applicable contracts; • Develop processes and procedures for labor compliance functions in accordance with State and Federal requirements and the Caltrans LAPM; Scope of Work A-30 498 • Develop planned labor compliance activities as part of the PMP, including roles and responsibilities; • Determine and update the Federal general wage determinations, as necessary, based on wage rate amendments and the Federal "10- Day rule" found under 29 CFR Section 1.6(c) (3); • Determine applicable State prevailing wage rate determinations • Prepare a pre -bid meeting checklist designed to facilitate review of all labor compliance requirements including applicable prevailing wage requirements and potential proposers; • Support the Commission in its compliance with California's Department of Industrial Relations (DIR) requirements for labor compliance, including: o Provide technical guidance and coordinate with Commission to establish the appropriate reporting requirements and information necessary for the DIR to perform labor compliance on the Project; o Provide periodic audits of PDB Contractor, Toll Services Provider, and other contractor's compliance to DIR requirements and information needed for labor compliance monitoring; o Support Commission with coordinating with DIR, as necessary, on its performance of Project review audit] site interviews; and o Periodically review with Commission it ompliance to State and Federal requirements for labor compliance. • Observe and monitor PDB Contractor, Toll Services Provider, and other contractors labor relations with labor organizations on behalf of Commission, periodically review labor practices on the Project, and discuss labor issues with the PDB Contractor, Toll Services Provider, and other contractors, as appropriate, to mitigate potential for delays to Project completion. Make recommendations, as appropriate, on resolution of labor issues to Commission; • Monitor PDB Contractor, Toll Services Provider, and other contractors for compliance to labor code requirements and provisions for labor harmony on the Project; • Develop a DBE Contractor Performance Plan requirement for inclusion in the applicable contracts; • Develop an annual DBE reporting update requirement for inclusion in the applicable contracts; Scope of Work A-31 499 • Consider and develop contract -specific DBE goals for applicable procurements in accordance with Caltrans race -conscious directives; • Participate in workgroup meetings relative to the development and finalization of all applicable DBE solicitations and contractual provisions; • Confirm, track and monitor contractor -claimed DBE participation crediting in conformance with 49 CFR Part 26 and Caltrans directives, including Commercially Useful Function (CUF) provisions; • Conduct Good Faith Efforts reviews of proposers for compliance with all DBE contract -specific goal requirements, as necessary, to determine responsiveness to applicable requirements; • Review PDB Contractor, Toll Services Provider, and other applicable contractors' BE reports for accuracy and coordinate with contractors to reconcil crepancies; and • Provide oversight of DBE and labor compliance activities of the PDB Contractor, Toll Services Provider, and other applicable contractors and general support to the Commission, including compliance by the contractor with their DBE Performance Plan, and Federal, State, and Local requirements for prevailing wage r. i'o, Davis -Bacon Act requirements. D5. Document Controls Manal • Provide and maintain a Commi for all Project communications; ument collaboration portal • Oversee integration of the Commission -Offeror ele• c document control process, including administration, with the P actor's document control system once identified; • Provide document management and control of all PDB Contractor, Toll Services Provider, and other contractor submittals and correspondence. Integrate the PDB Contractor and Commission document management procedures and tools in support of transmittal, submittal processing, and approval requirements. This activity will include all Project documentation for design reviews, Requests for Information (RFIs), and all other submittals. Maintain the tools, filing, storage, and retention of Project documentation. Scope of Work A-32 500 E. Project Controls Provide overall Project controls management, administration, and oversight services related to the cost, scheduling, estimating, and document management requirements for Offeror's contract, and the contracts between the Commission and the PDB Contractor, and Toll Services Provider including the necessary plans, procedures, tools, processes, and tasks for ongoing planning, budgeting, and control of the Project. The specific Project controls activities planned include the following: El. Project Controls Management • Provide review and management of the budget, cost engineering, scheduling, estimating, and document controls processes and procedures. Review the monthly invoices for the PDB Contractor and Toll Services Provider to maintain conformance with the Work Breakdown Structure (WBS) cost structure; • Provide monthly trend registers, cost, and schedule reports on Project performance, both separate and in conjunction with, the PDB Contractor and Toll Services Provider reporting requirements. Reporting will be provided in an agreed upon format on activities with stakeholder and third -party agencies. Provide any other necessary documentation deemed required to support Project performance monitoring; • Update and document changes in the Project processes and procedures as provided for in the PMP and submit, as necessary, for reviews and approvals by Commission, Caltrans, and FHWA; o • Perform periodic reviews and analyses the PDB Contractor and Toll Services Provider cost performance, as appropriate, to determine trends that may result in potential claim situations, and document such analyses and monitor trends; and • Monitor and report, as necessary, Commission program costs that are external to PCM contract. This will include costs associated with the Project that are incurred through other agreements, in accordance with State, Federal, or Local requirements, or as otherwise defined under the PCM contract. E2. Cost Engineering • Prepare monthly invoices for contract services with adequate budget allocation for actual costs incurred; check for compliance to contract compensation requirements; monitor charges to established WBS codes to support cost control and reporting; verify appropriateness of charges; and respond to Commission questions or comments on invoicing; Scope of Work A-33 501 • Develop budgeting for work tasks for Offeror activities; assign tasks against the WBS; monitor labor charges and expenses for validity and proper coding; and provide progress and reporting support for internal management and client needs; • Review monthly invoices/progress payments submitted by the PDB Contractor and Toll Services Provider as to compliance with contract requirements and progress achieved on the Project; and • Coordinate development of reports related to Commission program costs that are external and internal to the PCM contract. Coordinate with PDB Contractor and Toll Services Provider to develop additional reports, as necessary. E3. Scheduling • Prepare and maintain an overall Project schedule and coordinate with Project disciplines, including ROW, to schedule updates and provide monthly reporting to Commission. Include identification and analysis of resource constraints and requirements, as appropriate, and any constraints to costs and cash flow; • Provide schedule analyses, as required, to address schedule issues and concerns resulting from Project activities, either of Caltrans, Commission, and/or Offeror, or of the PDB tractor or Toll Services Provider. In addressing issues, determine andl Cr ; mend recovery actions, including resource and cash flow requirements; ;. • Review the PDB Contractor and Toll Services Provider design and construction schedule to monitor compliance with their contracts and incorporate their schedules into the master program schedule. Provide analysis and document all schedule changes and their impacts to the baseline schedule, and request and analyze recommendations of PDB Contractor and Toll Services Provider recovery plans; • Participate in weekly PDB Contractor and Toll Services Provider scheduling meetings to coordinate respective schedules, identify areas of schedule concern, monitor schedule performance, and track schedule alignment of weekly schedules to Project schedules; • Schedule, coordinate, and attend meetings, as necessary, to support Project schedule activities, including preparation of agendas, meeting minutes, and action items; and • Provide monthly schedule reports on Project performance, both separate and in conjunction with, PDB Contractor and Toll Services Provider reporting requirements. Provide any other necessary supports deemed required to Scope of Work A-34 502 support Project performance monitoring. E4. Cost Estimating • Offeror shall review the current project cost estimate and budget, and prepare a new cost estimate and firm budget for the PDB Project, including the provision for contingencies and escalations and submit to the Commission for approval. The cost estimate and budget shall be updated quarterly as new information is developed, changes to the budget shall be tracked as variances, and the Commission shall be notified on a prompt and regular basis. Any change or variance from the Project budget will be submitted to the Commission for approval; • Provide review and analyses of potential CCOs submitted by the PDB Contractor and Toll Services Provider, including presentation of cost and schedule impacts, solutions to mitigate impacts, and recommendations to Commission and other stakeholder agencies for approval; and • Provide estimating support, as necessary, to review and analyze PDB Contractor and Toll Services Provider changes and value engineering proposals. Providrecr Mme ®.tions to Commission. Scope of Work A-35 503 F. Construction Management Provide Construction Management services for construction quality oversight and compliance to contract requirements by the PDB Contractor and Toll Services Provider, in accordance with AB 401 and SB 617, and in coordination with Caltrans QVe and construction inspection services. These services include: F1. Construction Management • Organize, schedule and conduct a pre -construction conference that includes all agencies, utilities, PDB Contractor and Toll Services Provider that will be participating in the Project and other impacted projects within the limits of the Project. Provide all meeting support services such as meeting notice and meeting minute • • Provide an implement a construction management staffing plan that integrates with Caltrans' role, responsibilities, and staffing for the Project and provides the necessary resources and capabilities to oversee and monitor the quality of construction by the PDB Contractor and Toll Services Provider; • Monitor the PDB Contractor and Toll Services Provider overall planning of construction activities to identify critical milestones and priorities, and to determine budget estimates and staffing requirements for the defined scope and schedule; • Support preparation of the monthly report of construction activity and progress that relates to PDB Contractor and Toll Services Provider progress and compliance to contract requirements; • Field monitor PDB Contractor and Toll Services Provider construction activities and compliance to their safety plan. Note concerns or deficiencies immediately to PDB Contractor and Toll Services Provider for their implementation of corrective measures; • Develop/implement a field issue resolution program, including issue identification and resolution by the PDB Contractor and Toll Services Provider, or appropriate agencies; • Observe and identify all potential changes in SOW based on PDB Contractor and Toll Services Provider activities, review all CCOs submitted, and perform required analyses and recommendations to Commission for disposition; • Review work status and recommend to Commission when the Project is substantially complete. Prepare a summary of the status of the work of PDB Contractor and Toll Services Provider and a "punch list" of any incomplete work or work that does not conform to the contract documents. Coordinate and assist Caltrans in conducting final inspections and oversee completion Scope of Work A-36 504 of all work. Recommend relief of maintenance to PDB Contractor and Toll Services Provider for all or portions of the Project; and • Certify the amount of the final payment due to PDB Contractor and Toll Services Provider and assist Commission with the processing of any final contract changes and the resolution of any claims. Obtain evidence of certification of all lien releases, transfer of title to appropriate agencies, and certification of delivery of final record drawings to Caltrans. Secure and transmit to Commission all required turn -over items, including, but not limited to, guarantees, warranties, affidavits, releases, bonds, waivers, keys, manuals, and maintenance stock. F2. Construction Services & Administration • Support the struction Management and Resident Engineer PDB Contractor • Services Provider Oversight teams with administrative support ices. • plete a variety of routine and non -routine tasks and project accord. e h the Project procedures, or as directed. Manage docume •ntr• .r t► .struction Management team; • Support the Cons tion : nagement and Resident Engineer PDB Contractor and Toll Services Provider Oversight teams as the primary liaison between other Project departments and construction management, ensuring timely and accurate distribution of information and materials; • Support the Construction Management and Resident Engineer PDB Contractor and Toll Services Provider Oversight teams in researching and compiling statistical information and related data and produce special or recurring reports and complete special projects as assigned. May maintain and monitor the operating budget as directed; • Establish and maintain document archiving and retrieval systems, prioritizing the flow of Project reports/correspondence, and ensuring timeliness in the handling, processing, and resolution of requests, requirements, or problems; • Establish and maintain follow-up files and confidential files for Construction Management team; • Make recommendations for additions or revisions to existing Project practices and policies. Serve as focal point for gathering newly published policies and the dissemination of materials; • Maintain the Construction Management team meetings calendar. Assist Construction Management team in coordinating Project meetings; and • Manage project vehicle fleet, maintaining monthly inspection, maintenance and fueling records. Scope of Work A-37 505 F3. Roadway Construction Oversight • Monitor the overall planning of construction activities to identify critical milestones and priorities. Determine budget estimates and staffing requirements for the roadway work scope and schedule; • Coordinate and conduct pre -construction and pre -activity meetings with the PDB Contractor and Toll Services Provider; • Provide engineering assessment of plans for adequacy of design, particularly with respect to suitability to actual field conditions; • Ensure compliance with the plans and specifications by the PDB Contractor and Toll Services Provider; recommend, modify, interpret, and edit special provisions an• are modification estimates; and keep necessary records pertaining on ction progress, budget performance, and work order balance the see ent; • Monitor programs, 1 and provide, as Services Provid - _,. of re materials do not confor • Monitor compliance of plans and note concerns or defi Toll Services Provider for their i r and Toll Services Provider construction QC acy of capability of QC resources. Oversee tification to the PDB Contractor and Toll work when it is the opinion that the work or ents of the PDB contract documents; tor a d Toll Services Provider safety cies j iately to PDB Contractor and corrective measures; • Oversee Caltrans performance of eriodictonstr independent oversight activities and their recordin Project with accurate and complete daily in weather conditions, work performed, nu encountered, and other relevant data. Mainta log of the construction progress indexed for easy retrieval; n inspection and QA ily progress of the do eports, including r of workers, problems an independent photographic • Review all detour, lane closures, temporary access, signing, delineation, and traffic management and control plans for compliance with contract TMP requirements and all safety laws and regulations. Notify any deficiencies to PDB Contractor and Toll Services Provider for their immediate correction and compliance. Communicate any special notices to the public outreach team; • Monitor the closures and provide reports and updates to the Commission and other stakeholders to ensure any issues are raised and notified to Project management; • Coordinate with the Public Relations team and RCTC Public Relations to ensure the planned closures are properly notified to the public; Scope of Work A-38 506 • Observe and identify all potential changes in SOW based on PDB Contractor and Toll Services Provider activities, and review all CCOs submitted, perform required analyses, and present recommendations to Commission for disposition. Maintain separate log and files to document all potential and actual changes; • Perform oversight and review of laboratory, shop, and mill test reports of materials and equipment, and coordination; • Offeror shall establish and maintain Project records. Project record keeping shall include, but are not limited to, correspondence, memoranda, contract documents, RFIs, CCOs, claims, Commission and engineer directives, meeting minutes, shop drawings, supplementary drawings, review and approval of sub ittals, and quantity calculations, measurements and daily Extra Work s that support progress payments. Offeror shall maintain a record • . ''' a es, addresses, and telephone/fax numbers of the Contrac , subco 'actors, and principal material suppliers; • Monitor and surveys movement or str works; and Toll Services Provider compliance to inspection ent to the Project to monitor possible ground e to properties that may be caused by the • Monitor test and in -c'- .ice •s and noncompliance reports for satisfactory resolution o c• • g wo F4. Structures Construction Oversight • Monitor the overall planning of a6nstrud n ac es to identify critical milestones and priorities. Determine budget -tes and staffing requirements for the structures work scope and -dul-, • Coordinate and conduct pre -construction an re -activity meetings with the PDB Contractor and Toll Services Provider; • Provide engineering assessment of plans for adequacy of design, particularly with respect to suitability to actual field conditions; • Ensure compliance with the plans and specifications by the PDB Contractor and Toll Services Provider; recommend, modify, interpret, and edit special provisions and prepare modification estimates; and keep necessary records pertaining to construction progress, budget performance, and work order balances; • Monitor the PDB Contractor and Toll Services Provider construction QC programs, including the adequacy of capability of QC resources. Oversee and provide, as necessary, notification to the PDB Contractor and Toll Scope of Work A-39 507 Services Provider of rejected work when it is the opinion that the work or materials do not conform to the requirements of the PDB contract documents; • Monitor compliance of PDB Contractor and Toll Services Provider safety plans and note concerns or deficiencies immediately to PDB Contractor or Toll Services Provider for their implementation of corrective measures; • Oversee Caltrans performance of periodic construction inspection and QA independent oversight activities and their recording of daily progress of the Project with accurate and complete daily inspection reports, including weather conditions, work performed, number of workers, problems encountered, and other relevant data. Maintain an independent photographic log of the construction progress indexed for easy retrieval; • Perform oversight and review of laboratory, shop, and mill test reports of materials and equipment, and coordination; • Monitor PDB Contractor and Toll Services Provider compliance to inspection and surveys of properties adjacent to the Project to monitor possible ground movement or structural damage to properties that may be caused by the works; and • Ensure that PDB Contractor's test and inspection records and noncompliance reports are resolved in accordance with the PDB Contractor's contract. F5. Office Engineering • Coordinate with PDB Contractor and Toll Services Provider for completion and submittal of final record drawings or as -built drawings. The record drawings and documents shall be prepared and submitted in conformance with the contract requirements; • Monitor that the PDB Contractor and Toll Services Provider maintain a detailed photographic history of the Project in compliance with the PDB contract, which includes labels with location, direction of view, date, time, and any information of interest. Photographs shall be maintained in an indexed album or Commission approved software. Photographs shall include, but not be limited to, conditions prior to construction, changes to detours, barricade placement, disputed work, rejected work, and completed work; • Coordinate between the Design Review and Construction Oversight teams to receive and distribute Project plans and documents throughout the Project term; • Perform general construction office duties relating to administration of Scope of Work A-40 508 construction contracts, such as processing extra work invoices, preparing progress estimates, and filing documents; • Confer with PDB Contractor and Toll Services Provider regarding compliance with plans and quality of work and construction activity; selection and/or use of computer -based processes to compile engineering data, horizontal and vertical alignments, and curve computations; and preparation of as -built plans; • For schedule/work activities where the need is identified, prepare quantity calculations and quantity sheets for payment purposes and review calculations prepared by Roadway and Structures Resident Engineering teams; • Prepare or assist in the preparation of CCOs for the purpose of making alterations, deviations, additions to, or deletions from the plans and specifications to ensure proper completion or construction of the contract by gathering critical information necessary and interpreting technical reports and data to determine a feasible solution; • Assist in timely resolution/close out of RFIs and CCOs; • Coordinate between field personnel in tracking and logging all field documents, including reports and daily Progress Reports; • Track and document all safety prydurres and reports. • Track and document all d ironmental and stormwater pollution prevention related reports and inspections and coordinate with the environmental personnel on the Project; • Track, monitor, and document all roadway closures on the Project, and document all 10-97, 10-98, and 10-22 calls on Caltrans Traffic Management Center (TMC); • Together, with administration and the Project document control, develop, maintain, and update Project's contact matrix and assure posting and distribution to the Project's team; • Provide the tracking and maintenance of Project work schedules, analyses, technical and production reports, and other documentation as required; • Organize, prepare, and conduct field site investigations and visitations from Caltrans, Commission, and FHWA personnel to confirm Project progress, conduct studies, or any other purpose; and • Schedule, coordinate, and attend meetings, as necessary, to support Project Scope of Work A-41 509 oversight and construction activities, including the preparation of meeting materials, agendas, minutes, and action item lists. Scope of Work A-42 510 EXHIBIT "B" SCHEDULE OF SERVICES [attached behind this page] B-1 17336.02124\41493681.1 511 PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE INTERSTATE 15 EXPRESS LANES PROJECT SOUTHERN EXTENSION FIGURE C-15. MASTER SCHEDULE Activity PARSONS ORGANIZATIONAL APPROACH Planning and Development Implementation RCTC INITIAL ELPSE PHASED DELIVERY PLAN PA/ED Phase PCM Procurement Investment Grade T&R/Financial Analysis Phasing Plan Development Progressive Design Build Procurement PDB Phase 1 PDB Segment 0 (1-15 COP) PDB Segment 1 PDB Segment 2 PDB Segment 3 MAJOR ACTIVITY SUMMARY (by TASK) TASK 100 - Project Management PCM NTP Project Partnering Project Management & Admin Lessons Learned and Risk Workshops Establish and Manage Risk Register Project Phasing Plan Cost Estimate Review (CER) FHWA PMP (draft) FHWA PMP (final) FHWA PMP (FHWA Approval) Public Outreach Agency and Third Party Agreements FHWA High Profile Agreement Caltrans D/B Coop Toll Facility Agreement DBE and Labor Compliance TASK 200 - Design Management PDB RFP Development Design Review/Support During PDB Phase 1 Preliminary Utility and ROW Identification Minimize Utility and ROW impacts during PDB Phase 1 Environmental and Regulatory Permits PDB Design IQA PDB Design Support During Construction TASK 300 - Tollin: and 0 . erations Tolling Management and Oversight System Eng Review Form (SERF) Concept of Operations (Con-Ops) Systems Eng Management Plan (SEMP) Toll Policy Review Business Rules Review RFP Development and Support 2023 2024 2025 2026 2027 2028 2029 2030 2031 1 1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Design Design Construction Design Construction ' 1 Design onstructigr) Q1 Q2 Q3 Q4 ® Proven Results with Progressive Ideas) 512 ■ 77 PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE INTERSTATE 15 EXPRESS LANES PROJECT SOUTHERN EXTENSION Activity PARSONS ORGANIZATIONAL APPROACH Planning and Development Implementation RCTC INITIAL ELPSE PHASED DELIVERY PLAN PA/ED Phase PCM Procurement Investment Grade T&R/Financial Analysis Phasing Plan Development Progressive Design Build Procurement PDB Phase 1 PDB Segment 0 (I-15 COP) PDB Segment 1 PDB Segment 2 PDB Segment3 MAJOR ACTIVITY SUMMARY (by TASK) TSP Procurement Support Business Rules (update) Toll System Design System Installation Testing D/B Coordination Express Lane Opening TASK 400 - Project Funding and Financing T&R Review and Optimization CapEx and OpEx Updates Review/Establish Funding Availability/Timing Assess Alternative Finance Options Financial Modeling ELP Financial Impact and Option Review Refinancing Option Financial Modeling Engineers Technical Report Finance Community Interface Financial Close TIFIA Impact Review Revenue Impact Identification and Minimization TIFIA Review and Approval Grant Applications Submit E-76 (PDB Phase 1) Submit E-76 (PDB Segment 0) Submit E-76 (PDB Segment 1) Submit E-76 (PDB Segment 2) Submit E-76 (PDB Segment 3) FHWA Financial Plan (draft) FHWA Financial Plan (final) FHWA Financial Plan Approval Annual FP Updates TASK 500 - Contract Management &Procurement Issuance of RFEI 2023 20124 2025 2026 2027 2028 2029 2030 2031 Construc ions De ign 1 Q Q3 Q Q Q2 1 Q3 Q4 ® Proven Results with Progressive Ideas) 513 PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE INTERSTATE 15 EXPRESS LANES PROJECT SOUTHERN EXTENSION Activity PARSONS ORGANIZATIONAL APPROACH Planning and Development Implementation RCTC INITIAL ELPSE PHASED DELIVERY PLAN PA/ED Phase PCM Procurement Investment GradeT&R/Financial Analysis Phasing Plan Development Progressive Design Build Procurement PDB Phase 1 PDB Segment 0 (1-15 COP) PDB Segment 1 PDB Segment 2 PDB Segment 3 One -on -One Meetings (Industry Review) TSP Procurement (if required) Development of the RFP Documents Proposal Period Evaluation and Award NTP PDB Coordination and civil refinements Progressive Design Build Construction Development of the RFP Documents PDB RFQ Shortlist Evaluation and Selection D/B RFP (draft) D/B RFP (final) RFP Due Date Evaluation and Award: Contract#1 Off Ramp RFP Documents Off Ramp Decision Point#1 Off Ramp Decision Point#2 Off Ramp Decision Point#3,#4 Award Contracts #2-#5 Administrative Project Closeout TASK 600 - Project Controls Cost Controls Scheduling Document Management PDB ICE Cost Estimating Cost Estimating TASK 700 - Construction Management Services RFP Development/ Draft IQA Plan Finalize IQA Management Plan PDB Phase 1 Constructabilty Input Construction Oversight and IQA Indicates Project Milestone • Phasing Plan Deve opment PDB Procurement 2026 PDB Phase 1 2030 2031 2027 Construction 4 Proven Results with Progressive Ideas) 514 79 EXHIBIT "C" COMPENSATION PROVISIONS [attached behind this page] C-1 17336.02124\41493681.1 515 EXHIBIT "C" COMPENSATION SUMMARY FIRM PROJECT TASKS/ROLE COST Prime Consultant: Parsons Transportation Group Project Construction Management Services $ 42,533,023.00 Sub Consultants: Costin Public Outreach Public Outreach 2,347,827.00 Group Delta Geotechnical 1,721,624.00 Psomas Right of Way Engineering & Surveying 1,401,184.00 Monument ROW Services Right of Way and Utilities 633,154.00 CR Associates Maintenance of Traffic and Grant Writing 272,976.00 VCS Environmental Environmental Permitting 934,766.00 WSP Tolling, Funding Strategy and Grant Proposals 7,540,027.00 GCAP DBE & Labor Compliance 794,334.00 Albert Risk Management isk Management 50,072.00 FPS Project Services cheduling 83,971.00 Krebs Corp Cost Estimating 2,688,448.00 Technology Partnerz WA Cost Estimate Review 434,941.00 RT Engineering & Associates C truction Management Support 2,830,690.00 Falcon Engineering Construction Management Support 3,122,878.00 Al Management & Inspection Quality Assurance i, 5,025,123.00 Fountainhead Construction Management Support 4,841,062.00 Dynamic Engineering Services Electrical Inspection 1,302,813.00 American Safety Group (ASG) Safety Management 143,587.00 TOTAL COSTS $ 78,702,500.00 1 Commission authorization pertains to total contract award amount. Compensation adju nts between consultants may occur; however, the maximum total compensation authorized may not be exceeded. 516 EXHIBIT "0" FEDERAL DEPARTMENT OF TRANSPORTATION FHWA AND CALTRANS REQUIREMENTS [attached behind this page] D-1 17336.02124\41493681.1 517 EXHIBIT "D" FEDERAL DEPARTMENT OF TRANSPORTATION FHWA AND CALTRANS REQUIREMENTS 1. STATEMENT OF COMPLIANCE. A. Consultant's signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California that CONSULTANT has, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performanc- •f this Agreement, Consultant and its subconsultants shall not deny the Agreemen :-fits to any person on the basis of race, religious creed, color, national origin, estry;„`hysical disability, mental disability, medical condition, genetic informatio arital st 'r; s, sex, gender, gender identity, gender expression, age, sexual orient nd veteran status, nor shall they unlawfully discriminate, harass, 11 9 as -nt against any employee or applicant for employment because of race +us c 'ed, color, national origin, ancestry, physical disability, mental disability, dica - i'on, genetic information, marital status, sex, gender, gender identity, gender e ression, - sexual orientation, or military and veteran status. Consultant and s cons s -hall insure that the evaluation and treatment of their employees an. '° or employment are free from such discrimination and harassment. C. Consultant and subconsultants shall • r° ith = provisions of the Fair Employment and Housing Act (Gov. Code §1 0 e q.), applicable regulations promulgated there under (2 CCR §11000 et seq.), the pr :'_•ns of Gov. Code §§11135-11139.5, and any regulations or standards ad' "'-d Commission to implement such article. The applicable regulations of the F mployment and Housing Commission implementing Gov. Code §12990 (a -f), set `d h 2 CCR §§8100-8504, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. D. Consultant shall permit access by representatives of the Department of Fair Employment and Housing and the Commission upon reasonable notice at any time during the normal business hours, but in no case less than twenty-four (24) hours' notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or Commission shall require to ascertain compliance with this clause. E. Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. D-1 17336.02124\41493681.1 518 F. Consultant shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under this Agreement. 2. FHWA TITLE VI ASSURANCES. A. Compliance with Regulations: Consultant shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. B. Nondiscrimination: Consultant, with regard to the work performed by it during the Agreement, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub -applicants, including procurements of materials and leases of equipment. Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Agreement covers a program set forth in Appendix B of the Regulations. C. Solicitations for Sub -agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by Consultant for work to be performed under a Sub- agreement, including procurements of materials or leases of equipment, each potential sub -applicant or supplier shall be notified by Consultant of the Consultant's obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. D. Information and Reports: Consultant shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the recipient or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of Consultant is in the exclusive possession of another who fails or refuses to furnish this information, Consultant shall so certify to the recipient or FHWA as appropriate, and shall set forth what efforts Consultant has made to obtain the information. E. Sanctions for Noncompliance: In the event of Consultant's noncompliance with the nondiscrimination provisions of this agreement, the Commission shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: i. withholding of payments to Consultant under the Agreement within a reasonable period of time, not to exceed 90 days; and/or ii. cancellation, termination or suspension of the Agreement, in whole or in part. F. Incorporation of Provisions: Consultant shall include the provisions of paragraphs (A) through (F) in every sub -agreement, including procurements of materials and leases of D-2 17336.02124\41493681.1 519 equipment, unless exempt by the Regulations, or directives issued pursuant thereto. Consultant shall take such action with respect to any sub -agreement or procurement as the Commission or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event Consultant becomes involved in, or is threatened with, litigation with a sub -applicant or supplier as a result of such direction, Consultant may request Commission enter into such litigation to protect the interests of the State, and, in addition, Consultant may request the United States to enter into such litigation to protect the interests of the United States. 3. ADDITIONAL NONDISCRIMINATION REQUIREMENTS During the performance of this Agreement, the Consultant, for itself, its assignees, and successors in interest (her the following nondiscri Pertinent Non-Discri • Title VI of the Ci prohibits discrimination • The Uniform Relocation A 1970, (42 U.S.C. § 4601), ohibi property has been acquired becaus • Federal -Aid Highway Act of 1973, the basis of sex; • Section 504 of the Rehabilitation Ac of 1 (prohibits discrimination on the basis of disab • The Age Discrimination Act of 1975, as a discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 U.S.C. § amended, (prohibits discrimination based on race, creed, col • The Civil Rights Restoration Act of 1987, (PL 100 - coverage and applicability of Title VI of the Civil Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act, which prohibit discrimination of the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations 49 C.F.R. parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with after referred to as the "Consultant") agrees to comply with statutes and authorities, including, but not limited to: orities: 64 (42 U.S.C. § 2000d et seq., 78 stat. 252), , color, national origin); and 49 CFR Part 21. Real Property Acquisition Policies Act of r treatment of persons displaced or whose ederal • Federal -aid programs and projects); 4 et seq.), prohibits discrimination on § 794 et seq.), as amended, Part 27; 6101 et seq.), prohibits Section 47123), as I origin, or sex); , (Broadened the scope, is Act of 1964, The Age D-3 17336.02124\41493681.1 520 disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). 4. DEBARMENT AND SUSPENSION CERTIFICATION A. CONSULTANT's signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California, that CONSULTANT has complied with Title 2 CFR, Part 180, "OMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)", which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to COMMISSION. B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining CONSULTANT responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. C. Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration. 5. DISCRIMINATION The Commission shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any DOT -assisted contract or in the implementation of the Caltrans DBE program or the requirements of 49 CFR Part 26. The Commission shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of DOT -assisted contracts. Consultant or subcontractor shall not discriminate on the basis of race, color, national origin, of sex in the performance of this Agreement. Consultant or subcontractor shall carry out applicable requirements of 49 CFR Part 26 and the Caltrans DBE program in D-4 17336.02124\41493681.1 521 the award and administration of DOT -assisted contracts, as further set forth below. Failure by the Consultant or subcontractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy, as the Commission deems appropriate. 6. PROMPT PAYMENT A. Consultant agrees to pay each subconsultant under this Agreement for satisfactory performance of its contract no later than 15 days from the receipt of each payment the Consultant receives from the Commission. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Commission. This clause applies to both DBE and non -DBE subcontractors. B. In the event that a is a •od faith dispute over all or any portion of the amount due on a progres payment •m Consultant to a subconsultant, Consultant may withhold no more 150 rc= •f the disputed amount. Any violation of this requirement shall co a se •r disciplinary action and shall subject the Consultant to a penalty, paya' the s consultant, of 2 percent of the amount due per month for every month t pay - not made. In any action for the collection of funds wrongfully withheld, the prey ing party .II be entitled to his or her attorney's fees and costs. The sanctions auth zed - 's requirement shall be separate from, and in addition to, all other remedie administrative, or criminal. This clause applies to both DBE and non -DBE subcons C. The above provisions apply to orbs sib onsultants who retain subconsultants. D. PROMPT PAYMENT CERTIFICATION For projects awa - : o r after September 1, 2023: the Consultant shall submit Caltrans ibit 9-P (available at https://dot.ca.gov/programs/local-assistance/forms/local- istance-procedu res-man ual- forms and incorporated herein by reference) to the Commission by the 15th of the month following the month of any payment(s). If the Consultant does not make any payments to subconsultants, supplier(s), and/or manufacturers they must report "no payments were made to subs this month" and write this visibly and legibly on Exhibit 9- P. The submitted forms shall be reviewed by the Commission and submitted to Caltrans. 7. RELEASE OF RETAINAGE No retainage will be held by the Commission from progress payments due to Consultant. Consultant and subconsultants are prohibited from holding retainage from subconsultants. Any delay or postponement of payment may take place only for good cause and with the Commission's prior written approval. Any violation of these provisions shall subject the violating Consultant or subconsultant to the penalties, D-5 17336.02124\41493681.1 522 sanctions, and other remedies specified in Section 3321 of the California Civil Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies, otherwise available to Consultant or subconsultant in the event of a dispute involving late payment or nonpayment by Consultant, deficient subconsultant performance and/or noncompliance by a subconsultant. This clause applies to both DBE and non -DBE subconsultants. 8. LEGAL REMEDIES In addition to those contract remedies set forth under relevant provisions of California law, either Party to this Agreement may, where applicable, seek legal redress for violations of this Agreement pursuant to the relevant provisions of 49 C.F.R. Parts 23 and 26, to the relevant ' •eral or state statutory provisions governing civil rights violations, and to the r- federal and state provisions governing false claims or "whistleblower" actio as any and all other applicable federal and state provisions of law. The Consultant shall i _ : p sio • this effect in each of its agreements with its subcontractors. 9. DBE PARTICIPATION A. Consultant or subconsultant sh that DBEs have opportunities to pa icipat equal participation of DBEs provided in 49 contract goal for DBEs under this Agreeme DBEs and select work parts consistent suppliers. sary and reasonable steps to ensure the ct (49 CFR 26). To ensure ommission has included a I make work available to ava ale i subconsultants and Consultant shall meet the DBE goal shown in this exhibit r demonstrate that it made adequate Good Faith Efforts (GFE) to meet this goal. It 'eM_ ' onsultant's responsibility to verify all DBE firms included in its proposal are certified as a DBE by using the California Unified Certification Program (CUCP) database and possesses the most specific available North American Industry Classification System (NAICS) codes and work code applicable to the type of work the firm will perform under this Agreement. Additionally, the Consultant is responsible to document the verification record by printing out the CUCP data for each DBE firm. A list of DBEs certified by the CUCP can be found at https://dot.ca.gov/programs/civil-rights/dbe-search. All DBE participation will count toward the California Department of Transportation's federally mandated statewide overall DBE goal. Credit for materials or supplies Consultant purchases from DBEs counts towards the goal in the following manner: • 100 percent counts if the materials or supplies are obtained from a DBE manufacturer. D-6 17336.02124\41493681.1 523 • 60 percent counts if the materials or supplies are purchased from a DBE regular dealer. • Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer." This Agreement is subject to 49 CFR 26 entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs". Consultants who enter into a federally -funded agreement will assist the Commission in a good faith effort to achiev California's statewide overall DBE goal. Any subcontract entered into as a result • y greement shall contain all of the DBE provisions in this Exhibit "D". 10. DBE GOAL The goal for DBE parties Consultant or subconsultan Exhibit 10- 02: Consulta Co incorporated as part of this Agree Consultant must make a good subconsultant, if the goal is not othe ement is 22 %. Participation by DBE accordance with information contained in DBE Commitment attached hereto and subconsultant is unable to perform, replace him/her with another DBE A. Consultant can meet the DBE participatio •o- eith. •ocumenting commitments to DBEs to meet the Agreement goal, or by o• e • a• ^i ate good faith efforts to meet the Agreement goal. An adequate goo:` faith e •rt me' that the Consultant must show that it took all necessary and reasonable steps to °t , e a DBE goal that, by their scope, intensity, and appropriateness to the obi _ e, c• Id reasonably be expected to meet the DBE goal. If Consultant has not _' the DBE goal, Consultant must complete and submit Exhibit 15-H: Proposer/Co ractor Good Faith Efforts to document efforts to meet the goal. Refer to 49 CFR 26 for guidance regarding evaluation of good faith efforts to meet the DBE goal. 11. CONTRACT ASSURANCE; REMEDIES A. Contract Assurance. Under 49 CFR 26.13(b): Consultant or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Consultant shall carry out applicable requirements of 49 CFR 26 in the award and administration of federal -aid contracts. B. Failure by the Consultant to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the Commission appropriate, which may include, but is not limited to: D-7 17336.02124\41493681.1 524 (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying Consultant from future proposing as non -responsible 12. TERMINATION AND REPLACEMENT OF DBE SUBCONSULTANTS Consultant shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless Consultant or DBE subconsultant obtains the Commission's written consent. Consultant shall not terminate or replace a listed DBE for convenience and perf• ; the work with their own forces or obtain materials from other sources without o :tionfrom the Commission. Unless the Commission's consent is provided, =Cons ` ant shall not be entitled to any payment for work or material unless it '`::erforme► •r pplied by the listed DBE on the Exhibit 10-02: Consultant Contract rm. A. Termination of DBE • k suit R;ts. After execution of this Agreement, termination of a DBE may allo the following, but not limited to, justifiable reasons with prior written authoriza from th ' •mmission: 1. Listed DBE fails or refuse u a written contract based on plans and specifications for the project. 2. The Commission stipulated that a • dition of executing the subcontract and the listed DBE fails to meet th om ion's d requirements. 3. Work requires a consultant's license and listed D: d• not have a valid license under Contractors License Law. 4. Listed DBE fails or refuses to perform the work or furnish the listed materials (failing or refusing to perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or discrimination). 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent or exhibits credit unworthiness. 8. Listed DBE voluntarily withdraws with written notice from this Agreement. 9. Listed DBE is ineligible to receive credit for the type of work required. D-8 17336.02124\41493681.1 525 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on under this Agreement. 11. The Commission determines other documented good cause. B. Consultant must use the following procedures to request the termination of a DBE or portion of a DBE's work: 1. Send a written notice to the DBE of the Consultant's intent to use other forces or material sources and include one or more justifiable reasons listed above. Simultaneously send a copy of this written notice to the Commission. The written notice to the DBE must request they provide any response within five (5) business days to both the Consultant and th Commission by either acknowledging their agreement or documenting their reaso • 'r to why the use of other forces or sources of materials should not occur. 2. If the DBE does no spond within five (5) business days, Consultant may move forward with the reques -s ' the DBE had agreed to Consultant's written notice. 3. Submit Consulta 1 3 t-. ination request by written letter to the Commission and include: • One or more above reasons along with supporting documentation. • Consultant's written notice to the D= re ing request, including proof of transmission and tracking documentation of . o ' wri notice • The DBE's response to Consultant's written notice, eived. If a written response was not provided, provide a statement to that effec The Commission shall endeavor to respond i °' riting to Consultant's DBE termination request within five (5) business days. C. Replacement of DBE Subconsultants. After receiving the Commission's written authorization of DBE termination request, Consultant must obtain the Commission's written agreement for DBE replacement. Consultant must find or demonstrate GFEs to find qualified DBE replacement firms to perform the work to the extent needed to meet the DBE commitment. The following procedures shall be followed to request authorization to replace a DBE firm: 1. Submit a request to replace a DBE with other forces or material sources in writing to the Commission which must include: D-9 17336.02124\41493681.1 526 a. Description of remaining uncommitted work item made available for replacement DBE solicitation and participation. b. The proposed DBE replacement firm's business information, the work they have agreed to perform, and the following: • Description of scope of work and cost proposal • Proposed subcontract agreement and written confirmation of agreement to perform under this Agreement. • Revised Exhibit 10-02: Consultant Contract DBE Commitment. 2. If Consultant has not identified a DBE replacement firm, submits documentation of Consultant's GFEs to use DBE replacement firms within seven (7) days of Commission's authorization to terminate the DBE. Consultant may request the Commission's approval to extend this submittal period to a total of 14 days. Submit documentation of actions taken to find a DBE replacement firm, such as: • Search results of certified DBEs available to perform the original DBE work identified and or other work Consultant had intended to self -perform, to the extent needed to meet DBE commitment • Solicitations of DBEs for perfo.` e • ork identified • Correspondence with interested DB' thg fay've included contract details and requirements • Negotiation efforts with DBEs that reflect why an agree was not reached • If a DBE's quote was rejected, provide reasoning ft the DBE was unqualified for the work, or why the pri excessive e rejection, such as why uote was unreasonable or • Copies of each DBE's and non -DBE's price quotes for work identified, as the Commission may contact the firms to verify solicitation efforts and determine if the DBE quotes are substantially higher • Additional documentation that supports Consultant's GFE The Commission shall endeavor to respond in writing to Consultant's DBE replacement request within five (5) business days. D-10 17336.02124\41493681.1 527 13. DBE COMMITMENT AND UTILIZATION The Commission's DBE program must include a monitoring and enforcement mechanism to ensure that DBE commitments reconcile to DBE utilization. The Commission shall request Consultant to: 1. Notify the Commission's contract administrator or designated representative of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work 3. Maintain records including: • Name and business address of each 1st -tier subconsultant • Name and business address of each DBE subconsultant, DBE vendor, and DBE trucking company, regardless of tier • Date of payment and total amount paid to each business (see Exhibit 9-F: Monthly Disadvantaged Business Enterprise Payment) If Consultant is a DBE Consultanfthey shall include the date of work performed by their own forces and the correspondin lue of the work. If a DBE is decertified before compl ing work, the DBE must notify Consultant in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify Consultant in writing of the certification date. Consultant shall submit the notifications to the Commission. On work completion, Consultant shall complete Exhibit 17-0: Disadvantaged Business Enterprises (DBE) Certification Status Change and submit the form to the Commission within 30 days of contract acceptance. Upon work completion, CONSULTANT shall complete Exhibit 17-F: Final Report — Utilization of Disadvantaged Business Enterprises (DBE), First -Tier Subcontractors and submit it to the Commission within 90 days of contract acceptance. The Commission will withhold $10,000 until the form is submitted. The Commission will release the withheld funds upon submission of the completed form. In the Commission's reports of DBE participation to Caltrans, the Commission must display both commitments and attainments. 14. COMMERCIALLY USEFUL FUNCTION - DBEs DBEs must perform a commercially useful function (CUF) under 49 CFR 26.55 when performing work or supplying materials listed on the DBE Commitment form. The DBE value of work will only count toward the DBE commitment if the DBE performs a CUF. A DBE performs a CUF when it is responsible for execution of the work of the Agreement D-11 17336.02124\41493681.1 528 and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a CUF, the DBE must also be responsible, with respect to materials and supplies used on the Agreement, for negotiating price, determining quality and quantity, ordering the material and installing (where applicable), and paying for the material itself. Consultant must perform CUF evaluation for each DBE working on a federal -aid contract, with or without a DBE goal. Perform a CUF evaluation at the beginning of the DBE's work and continue to monitor the performance of CUF for the duration of the Project. Consultant must provide written notification to the Commission at least 15 days in advance of each DBE's initial performance of work or supplying materials for this Agreement. The notification must include the DBE's name, work the DBE will perform on the contract, and the location, date, and time of where their work will take place. Within 10 days of a DBE initial erforming work or supplying materials on the Contract, Consultant shall submit to e LPA the initial evaluation and validation of DBE performance of a CUF usin the LAPM 9-J: Disadvantaged Business Enterprise Commercially Useful nction Evaluation (available online at https://dot.ca.gov/programs/local-assistance/forms/local-assistance-procedures-manual- forms) and incorporated herein byriterence , ude the following information with the submittal: • Subcontract agreement with the DB • Purchase orders • Bills of lading • Invoices • Proof of payment Consultant must monitor all DBE's performance of CUF by conducting quarterly evaluations and validations throughout their duration of work on the Contract using the LAPM 9-J: DBE Commercially Useful Function Evaluation (available online at https://dot.ca.gov/programs/local-assistance/forms/local-assistance-procedures-manual- forms) and incorporated herein by reference. Consultant must submit to the Commission these quarterly evaluations and validations by the 5th of the month for the previous three months of work. Consultant must notify the Commission immediately if they believe the DBE may not be performing a CUF. The Commission will verify DBEs performance of CUF by reviewing the initial and quarterly submissions of LAPM 9-J: DBE Commercially Useful Function Evaluation, submitted supporting information, field observations, and through any D-12 17336.02124\41493681.1 529 additional Commission evaluations. The Commission must evaluate DBEs and their CUF performance throughout the duration of this Agreement. The Commission will provide written notice to the Consultant and the DBE at least two (2) business days prior to any evaluation. The Consultant and the DBE must participate in the evaluation. Upon completing the evaluation, the Commission must share the evaluation results with the Consultant and the DBE. An evaluation could include items that must be remedied upon receipt. If the Commission determines the DBE is not performing a CUF, the Consultant must suspend performance of the noncompliant work. Consultant and DBEs must submit any additional CUF related records and documents within five (5) business days of Commission's request such as: • Proof of ownership r lease and rental agreements for equipment • Tax records • Employee • Certified payro • Inventory rosters Failure to submit required DBE C mmerciall Useful Function Evaluation forms or requested records and documents can result in withholding of payment for the value of work completed by the DBE. If Consultant and/or the Commission determine that a listed' CUF in performance of their DBE committed work,pCon suspend performance of the noncompliant portion of the wor deny payment for the noncompliant portion of the work. Th Consultant to submit a corrective action plan (CAP) to t days of the noncompliant CUF determination. The Consultant will correct the noncompliance findings for the remaining portion of the DBE's work. The Commission has five (5) days to review the CAP in conjunction with the Consultant's review. The Consultant must implement the CAP within five (5) days of the Commission's approval. The Commission will then authorize the prior noncompliant portion of work for the DBE's committed work. BE is not performing a nt must immediately e Commission may ssion will ask the ommission within five (5) P must identify how the If corrective actions cannot be accomplished to ensure the DBE performs a commercially useful function under the Agreement, Consultant may have good cause to request termination of the DBE. A. A DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, agreement, or project through which funds are passed in order to obtain the appearance of DBE participation. In determining whether a DBE is such an extra D-13 17336.02124\41493681.1 530 participant, examine similar transactions, particularly those in which DBEs do not participate. B. If a DBE does not perform or exercise responsibility for at least thirty percent (30%) of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work of the contract than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that it is not performing a CUF. 15. RECORDS OF PAYMENTS TO DBEs A. Consultant shall maintain records of materials purchased or supplied from all subcontracts entered into ith certified DBEs. The records shall show the name and business address of eac or vendor and the total dollar amount actually paid each DBE or vendor, regard The records shall 'w the d. of . - ment and the total dollar figure paid to all firms. DBE Consultants sh. - s• - •w e of work performed by their own forces along with the corresponding •. v. of th- ork. B. For projects awarded on • after 1, submitting an invoice for reimburse -nt that than the 10th of the following mont email Exhibit 9-F: Disadvantaged e business.support.unit@dot.ca.gov with a cop C. For projects awarded on or after Se required. Instead, by the 15th of the month foI Wing t mon Consultant must submit Exhibit 9-P to the Commission. If make any payments to subconsultants, supplier(s), and/o report "no payments were made to subs this month" and Exhibit 9-P. 2020, but before September 1, 2023: after es a payment to a DBE, but no later tractor/consultant must complete and erpris Running Tally of Payments to nistering agencies. xhibit 9-F is no longer of any payment(s), the •nsultant does not anu turers they must this visibly and legibly on 16. DEBARMENT, SUSPENSION AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION In accordance with 49 CFR Part 29, which by this reference is incorporated herein, Consultant's subconsultants completed and submitted the Certificate of subconsultant Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusion as part of the Consultant's proposal. If it is later determined that Consultant's subconsultants knowingly rendered an erroneous Certificate, the Commission may, among other remedies, terminate this Agreement. D-14 17336.02124\41493681.1 531 17. ENVIRONMENTAL COMPLIANCE A. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000). B. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 18. NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Agreement, Consultant certifie unappealable finding of cont Consultant within the imm failure to comply with an orde an order of the National Lab ntract Code Section 10296, and by signing this nder penalty of perjury that no more than one final urt by a federal court has been issued against ing two-year period, because of Consultant's ederal court that orders Consultant to comply with s Board. 19. PROHIBITION OF CE AIN OMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT AN Consultant shall not obligate or expend e reimbursed under this Agreement to: • Procure or obtain; • Extend or renew a contract to procure or obtain; or • Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The prohibited vendors (and their subsidiaries or affiliates) are: • Huawei Technologies Company; • ZTE Corporation; • Hytera Communications Corporation; • Hangzhou Hikvision Digital Technology Company; • Dahua Technology Company; and • Subsidiaries or affiliates of the above -mentioned companies. and customers is sustained. D-15 17336.02124\41493681.1 532 EXHIBIT "E" CONSULTANT DBE COMMITMENT [attached behind this page] E-1 17336.02124\41493681.1 533 Consultant to Complete this Section 1. Local Agency Name: 2. Project Location: 3. Project Description: 4. Consultant Name: 5. Contract DBE Goal %: DBE Commitment Information 6. Description of Services to b ' ided 7. DBE Firm Contact Information 8. DBE Cert. Number 9. DBE % 4 ., E-1 17336.02124\41493681.1 534 EXHIBIT "F" DISCLOSURE OF LOBBYING ACTIVITIES [attached behind this page] F-1 17336.02124\41493681.1 535 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities Not Applicable EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: ❑ a bid/offer/application b. initial award c. post -award 4. Name and Address of Reporting Entity nPrime n Subawardee Tier , if known Congressional District, if 6. Federal Department/A 8. Federal Action 10. Name and Address of L (If individual, last name, first na (attach • inuation S 12. Amount of Payment (check all that ap $ actual pla 13. Form of Payment (check all that apply): Ha. cash b. in -kind; specify: nature Value 3. Report Type: a. initial b. material change For Material Change Only: year quarter date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable 9. Award Amount, if known: 11. Individuals Performing Services (including address if different from No. 10) (last name, first name, MI) necessary) Type of Payment (check all that apply) ainer ime fee on conting< fee ferred f. other, spe 15. Brief Description of Services Performed or to be performed and Date(s) + ice, ' i uding officer(s), employee(s), or member(s) contacted, for Payment Indicate s tem 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: Yes n 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: No Signature: c&N, Print Name: Chris A. Johnson, PE Title: Vice President, Parsons Transportation Group Inc. Telephone No.: 858.568.8568 Date: 9/7/2023 Authorized for Local Reproduction Standard Form - LLL Standard Form LLL Rev. 04-28-06 Distribution: Orig- Local Agency Project Files LPP 13-01 EXHIBFf316- 1 166 Page 1 May 8,2013 RIVERSIDE COUNTY TRANSPORTATION COMMISSION 1-15 Express Lanes Project Southern Extension (ELPSE) PROJECT AND CONSTRUCTION MANAGEMENT (PCM) SERVICES Riverside County Transportation Commission December 13, 2023 Jeff Dietzler, Capital Projects Manager Interstate 15 EXPRESS LANES PROJECT Southern Extension Project Scope • Dual Express Lanes in Median • Limits: Cajalco Road to SR -74 • $650 Million Total Capital Cost Legend Project Limits OInterchange Project Limits North: RIV-15 PM 36.8 Lake Matthews Unincorporated Riverside County rn CD Canyon Laire Lake Elsinore Iv' Cleveland National Forest Interstate 15 EXPRESS LANES PROJECT Southern Extension ACTIVITY PA/ED Phase Current ELPSE Project Schedule 2023 2024 2025 2026 2027 2028 2029 2030 PCM Procurement Investment Grade T&R/Financial Analysis Phasing Plan Development Progressive Design Builder Procurement PDB Phase 1 PDB Segment 0 (1-15 COP) PDB Segment 1 PDB Segment 2 PDB Segment 3 Design Construction Design Construction Design Construction Design Construction 3 Interstate 15 EXPRESS LANES PROJECT Southern Extension I-15Ad Hoc Committee Summary Discussed and approved at the March 27, 2023 Interstate 15 Ad Hoc Committee: • Initiate an Investment Grade T&R Study — Quantify impacts to the 15 EL toll revenue and TIFIA loan covenants — Support potential funding strategies for the ELPSE • Proceed with Progressive Design -Build delivery and procurement of PCM Services 4 Interstate 15 EXPRESS LANES PROJECT Southern Extension Progressive Design -Build — ELPSE • Senate Bill 617 (passed 10/4/23), authorizing the use of Progressive Design -Build delivery for local agency transportation projects • Collaborative approach between agency and contractor — Early contractor input and innovation — Potential for both phased project delivery and phased project funding 5 Interstate 15 EXPRESS LANES PROJECT Southern Extension PCM Services Procurement Mar 27, 2023 — 1-15 Ad Hoc Committee authorization to procure PCM Services July 24, 2023 — Request for Qualifications (RFQ) Issued — 89 firms downloaded Aug 8, 2023 — Pre -Submittal Meeting — 18 firms attended Sept 7, 2023 — Qualifications (SOQ) Submittals — 3 Teams Submitted Sept 27, 2023 — Short Listed Firms — 2 Teams, HNTB and Parsons Oct 10, 2023 — Interviews and Cost Proposals Due, Parsons Ranked #1 Nov 27, 2023 — WRCPP Committee Meeting, Unanimously Approved Dec 13, 2023 — Commission Meeting, Seeking Approval Jar) 2, 2024 — r-'roposed Notice to roceea 6 Interstate 15 EXPRESS LANES PROJECT Southern Extension Funding / Budget Adjustment • Federal Funding for PCM Services Obligated May, 2023 = $67 million; balance of $19.6 million with Local Funds (Measure A). • Fiscal Year 23/24 Budget allocated $2 million for PCM services. Based on the negotiated scope and schedule for PCM services, a budget adjustment increase of $3.4 million is needed in FY 23/24. 7 Interstate 15 EXPRESS LANES PROJECT Southern Extension Staff Recommendation 1) Award the PCM Services Agreement to Parsons for a value not to exceed $86.6 million; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement, on behalf of the Commission; 3) Authorize the Executive Director, or designee, to approve contingency work up to the total not to exceed amount as required for these services; and 4) Approve the FY 23/24 Budget Adjustment increase of $3.4 million, to be funded by Federal sources. 8 RIVERSIDE COUNTY TRANSPORTATION COMMISSION Interstate 15 EXPRESS LANES PROJECT Southern Extension QUESTIONS/DISCUSSION AGENDA ITEM 9 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects Committee Joie Edles Yanez, Capital Projects Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Amendment No. 11 with Michael Baker International for the Santa Ana River Trail Project 2 — Phase 6 and Additional Contingency WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve Agreement No. 17-67-027-11, Amendment No. 11 to Agreement No. 17-67-027-00, with Michael Baker International (MBI) for additional scope of services, as part of planned construction of the Santa Ana River Trail Project (SART) 2 through Green River Golf Course (Project) in the amount of $222,980, plus a contingency amount of $236,667, for an additional amount of $459,647, and a total contract amount not to exceed $2,609,259; 2) Authorize the Executive Director or designee to approve contingency work as may be required for the Project; and 3) Authorize the Chair or Executive Director, pursuant to legal counsel review, to finalize and execute the agreement on behalf of the Commission. BACKGROUND INFORMATION: The concept for the overall SART from the San Bernardino Mountains to the Pacific Ocean in Huntington Beach has been in development for many years. Much of the trail has been built through Orange County with short segments remaining to be completed in Riverside and San Bernardino Counties. The last remaining segment to be completed in Riverside County is from the Orange County line to the Hidden Valley Reserve in the cities of Corona and Riverside. In 2007, the Riverside County Regional Park and Open -Space District (Park District) was successful in obtaining Proposition 84 Grant funds for the detailed alignment and construction of the section of trail from the Orange County line to the US Army Corps of Engineers property in the Prado Dam basin. Agenda Item 9 537 In early 2015, the Park District requested the Commission to manage the delivery of the SART 1 trail project between State Route 71 and the city of Eastvale. In March 2015, the Commission and Park District entered into Memorandum of Understanding (MOU) No. 15-67-059-00, which reimburses the Commission's costs for providing project management and procurement of construction services for the Park District SART 1 project. Please see attachment, Figure 1— Santa Ana River Trail Project 2 — Phase 6 & Gap Phase map. In October 2016, the Park District and Commission amended the MOU, Agreement No. 15-67-059-01, to reimburse the Commission for its costs for delivery of the SART 2 Project, which runs adjacent to the Green River Golf Course near the city of Corona. At the November 2017 meeting, the Commission approved an agreement with MBI for preliminary engineering, final environmental document and design and preparation of the final plans, specifications and estimate (PS&E) package and related construction bid documents for the construction of the Project in the amount of $1,256,960, including contingencies. There have been 10 amendments to the contract to date for changes in key staff personnel and one utilizing contingency, shown in Table 1 below: TABLE 1— Agreement History Agreement Date Contract Amount Contingency Original Agreement Amendment No. 1 Amendment No. 2 Amendment No. 3 Amendment No. 4 Amendment No. 5 October 23, 2017 May 1, 2018 June 6, 2019 October 22, 2019 October 14, 2019 February 4, 2020 Amendment No. 6 April 8, 2020 Amendment No. 7 Amendment No. 8 Amendment No. 9 October 26, 2020 April 12, 2022 October 3, 2022 Amendment No. 10 March 8, 2023 Total $1,142,691 0* 0* 0* 0* 0* $874,626 0** $2,017,317 $114,269 $87,463 -$21,841*** $201,732 ($179,891 Remaining) *Change in Key Personnel **Contract Term Extension ***Utilized Contingency The parties now desire to amend Agreement No. 17-67-027-00 in order to provide compensation for final design services and construction support for the Project to complete work that was not anticipated in the original scope. Agenda Item 9 538 Project Description The Project will construct a 1.5 -mile -long Class I hot mixed asphalt (HMA) and decomposed granite (DG) equestrian and pedestrian trail (total 18-20 feet in width), from the SART Orange County line, through the Green River Golf Course (GRGC), to connect to the existing trail at Chino Hills State Parks boundary. The Project would connect the SART Extension under the jurisdiction of the County of Orange just south of the Burlington Northern Santa Fe (BNSF) railroad and would then traverse to the east parallel to the railroad right of way (ROW). A new overhead bridge structure is required to cross the BNSF railroad approximately 1,200 feet east of the Orange County line. Once on the north side of the BNSF railroad, the trail will run along the west side of the GRGC, crossing Aliso Canyon Creek with the new proposed Bridge, then connecting to the existing trail on the west end of the Chino Hills State Park Trail. The proposed Trail will be a multi -use trail that will serve pedestrians, hikers, bicyclists, and equestrians. As a part of this overall Project and as noted above, two new bridges will be constructed: • A bridge over the BNSF railroad tracks and; • A bridge over Aliso Canyon Creek The team submitted the 65 percent Trail Plans and 95 percent BNSF Structures plans summer 2023. A total of 10 agencies were transmitted the design submittal for review and the last of the 65 percent submittal review comments were received on October 17, 2023. The designers are now preparing their comment responses and revised plans. The 100 percent Design Submittal is tentatively scheduled for early 2024 with proposed construction to begin late 2024. DISCUSSION: MBI Amendment No. 11 MBI's Amendment No. 11 request includes items that MBI has identified as out of scope work and is requesting additional budget to address these Project changes. Please see Attachment 1 for a detailed justification for increasing each task order line item identified below. Staff has negotiated these amounts with MBI and found the costs to be fair and reasonable. Some of the issues that arose during the design, and which have resulted in these out -of -scope work items that need to be addressed include: • 1.7 Geotechnical Investigation — Additional geotechnical analysis and calculations associated with changes in retaining wall designs and foundations due to review comments from BNSF on the railroad overcrossing bridge and Metropolitan Water District (MWD) on Aliso Canyon Creek bridge. Agenda Item 9 539 • 2.1 Project Meetings and 2.2 Project Management and Coordination - Additional project meetings due to the project extending beyond the original schedule due to coordination efforts with multiple stakeholders. • 2.6 Utility Coordination —Additional coordination efforts required for Southern California Edison (SCE) overhead line conflict and relocation. Utility coordination for AT&T which is in conflict with trail and was not anticipated at the start of the Project. • 2.10 Trail Improvement Plans — Additional coordination with stakeholders resulted in multiple design alternatives and refinements to the trail alignment and configuration. Latest configuration resulted in less impacts to the nearby GRGC. • 2.12 Bridge Design Calculations, 2.13 Bridge Plans, Specifications and Estimate, 2.14 Technical Specifications — Due to input from stakeholder BNSF, additional structural calculations and analyses had to be performed to modify BNSF railroad overcrossing bridge walls. Due to input from stakeholder MWD, additional structural calculations and analyses had to be performed to modify Aliso Canyon Creek bridge foundation abutment. Latest iteration of foundation results in a construction cost savings. • 2.16 Plan Check Revisions / Approvals / Local Agency Permits — Due to input from stakeholder SAWPA, additional loading calculations and analyses were performed to evaluate whether pipe can be protected in place. Additional funding is included in anticipation for coordination efforts with multiple stakeholders. • 3.7 Shop Drawing Review (Phase 3) — Due to wall modification for BNSF overhead bridge, additional shop drawing review is required. Increased Contingency In addition to MBI's Amendment No. 11 request, RCTC staff performed an independent cost estimate of the contract, reviewed historical issues that have arose resulting in increased costs, and performed projections of costs to complete the Project and found that additional contingency should be added. Staff's rationale behind this approach of increasing contingency is so that these funds are only to be utilized when justified and authorized by staff and parks. RCTC's independent cost estimate along with staff justifications for increasing each line item can be found in Attachment 2. In performing RCTC's independent cost estimate, staff recommends increasing the contingency due to potential project delays as a result of the increased submittal review times due to the multiple project stakeholders and added complexity in addressing and coordinating comments amongst these stakeholders. Because of where the trail lands jurisdictionally, the plans go through 10 agencies during each round of review, which is a unique case not typical in most projects and not anticipated in MBI's budget. The reviewing entities include our internal staff review, BNSF, Orange County Public Works (OCPW), GRGC, Chino Hills State Parks, Riverside County Transportation Department, Riverside County Flood Control District and Water Conservation District, Riverside County Parks, MWD, and Santa Ana Watershed Project Authority. The number of agencies reviewing the plans resulted in review durations exceeding what was anticipated by MBI. Staff and MBI have actively managed the review process and continually followed up with the reviewers but due to the different agency schedules and the time needed Agenda Item 9 540 to address and respond to conflicting comments has resulted in excessive review periods. The Project team still has the 90 percent and 100 percent submittal milestones to complete and with this current trend, it would be proactive and prudent to allocate additional funding and time considerations to accommodate these extended review times, added level of complexity in addressing comments, and increased coordination efforts. Another observation that staff had, was that the activities for design support during construction appeared lower than the Project needs. Staff performed a side -by -side analysis of a similarly sized project, in terms of dollar value of construction, and recommends increasing the Project contingency to address the potential for these activities to exceed what MBI anticipates. Based on the multiple authorities having jurisdiction and past project experience, staff requests additional contingency be allocated for potential increased efforts in addressing ROW, utility coordination and agency permitting. Parks District has been involved in the development of this proposed Amendment No. 11 to MBI and has concurred with the recommendations presented here. FISCAL IMPACT: All funding for the Project, including the changes proposed in this staff report are provided from the Proposition 84 grant secured by the Park District through the State Coastal Conservancy. The Commission -Park District MOU provides for the reimbursement of the Commission's project costs. Financial Information In Fiscal Year Budget: Yes N/A Year: FY 2023/24 FY 2024/25+ Amount: $100,000 $359,647 Source of Funds: Proposition 84 Grant by the State Coastal secured by Park funds provided Conservancy and District Budget Adjustment: No N/A GL/Project Accounting No.: 007202 81102 00000 0000 720 67 81101 $459,647 Fiscal Procedures Approved: Date: 11/17/2023 Attachments: 1) Amendment No. 17-67-027-11— Scope, Fee and Schedule with MBI 2) RCTC Independent Cost Estimate of Amendment No. 11 3) Figure 1— SART Project 2 — Phase 6 & Gap Phase Map Agenda Item 9 541 Approved by the Western Riverside County Programs and Projects Committee on November 27, 2023 In Favor: 12 Abstain: 0 No: 0 Agenda Item 9 542 Michael Baker INTERNATIONAL We Make a Difference September 20, 2023 JN 167982 Ms. Joie Edles Yanez Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92502 Subject: Amendment #11 — Additional Design Changes for SART 2 Phase 6 (Agreement, No. 17-67-027-00) Dear Ms. Yanez: Michael Baker International (MBI) appreciates the opportunity to submit this amendment request to provide additional engineering support to prepare relocation plans (plans, specifications, and estimate) for the SART 2 Phase 6 project. This request includes scope items that MBI has identified as out of scope work and is requesting additional budget to address project changes. Our proposed amendment No. 11 scope and compensation documentation are attached as Exhibits "A" "B". Supporting documents are included as Exhibits "C" and "D". These exhibits define our efforts and the fees associated with these tasks. Upon receiving a Notice -To -Proceed, we will incorporate the revised design changes into our final design plans and specifications. We look forward to continuing to provide superior services on this project. Should you have any questions, please do not hesitate to contact myself at 949-648-2330, david.eames@MBakerintl.com or Steve Huff at 949-855-3624, SJHuff@mbakerintl.com. Sincerely, Sincerely, David Eames, P.E. Project Manager Steve Huff, P.E. Vice President H:\pdata\167982\Admin\Contract\Amendment 7\SART Phase 6 - Amendment 11.docx MBAKERINTL.COM 5 Hutton Centre, Suite 500 1 Santa Ana, CA 92707 Office 949 472-3505 1 Fax 949 472-8373 543 Joie Edles Yanez September 20, 2023 Page 2 "Exhibit A" Amendment No. 11 Scope of Services Phase 2 — PS&E Services We Make a Difference Task 1.7 — Geotechnical Investigation The MBI team proposes to use the borings completed to date to complete the bridge and wall design. Due to the bedrock and difficult drilling conditions encountered during the first phase of drilling, the budget for additional drilling for the bridges was largely exhausted. Now that the bridge and wall locations have been finalized, the MBI team will use the previously completed boring locations to complete the wall design. Wall No. 1 adjacent to the GRGC driving range has been replaced with a fill slope and wall 2 has been identified as a modified Caltrans standard design wall. The Aliso Canyon bridge foundation design was modified to reduce the pile depths and also reduce the cost of constructing the bridge as outlined in the bridge memo prepared by MBI. The additional pile calculations performed for Aliso Canyon bridge used up the remaining geotechnical budget. There are still three activities remaining to complete the geotechnical analysis. Wall number 2 is proposed to be a Caltrans standard wall but because of the height of the proposed wall, the wall will require modifications to the standard Caltrans design details. There is additional geotechnical analysis required to support the modified design details. The Mechanically Stabilized Earth (MSE) walls will require additional geotechnical analysis including slope stability analysis and analysis to determine the required performance wall requirements to be included into the specifications. Lastly, the larger fill embankments will also require the preparation of a settlement monitoring protocol to be included in the final construction specification package. No additional geotechnical borings are to be completed during the design phase. See attached DYA scope of work as Exhibit "D". Deliverables: Retaining wall design recommendations for Wall 2, MSE design recommendations, and embankment consolidation monitoring requirements to be included into the final specifications. Task 2.1 and 2.2 — Meetings, Management, and Coordination The MBI team anticipates that the design will be completed in January 2024 but the coordination with RCTC and third -party owners will extend into summer 2024. As such, we are asking for additional task budget to augment the remaining budgets to allow for monthly discussions that are necessary to resolve the outstanding design issues with Orange County Public Works and to resolve remaining review comments. Deliverables: Monthly meeting attendance and project management for an 8 month period. Task 2.6 Utility Coordination The MBI team anticipates that the SCE utility relocation design will be completed in 2024 and will require a minimal level of coordination with RCTC and SCE. This task includes 48 hours and included 4 meetings and 32 hours of drafting time for recalibration of CAD files and to prepare conceptual exhibits. This scope assumes that SCE will be preparing all facility relocation plans and providing completed plans for MBI to review and approve. This scope does not include additional reviews for the ATT facility relocations. 544 Joie Edles Yanez September 20, 2023 Page 3 We Make a Difference Deliverables: Meeting attendance for up to 8 coordination meetings and preparation of special formatted CAD files for SCE to perform their in-house relocation plans. Task 2.10 — Trail Improvement plans In response to the OCPW and MWD comments, the Michael Baker team has expended a significant portion of our final design budget preparing exhibits and revising the PAED level trail alignments to address comments and impacts related to golf course impacts and make refinements requested by the reviewing agencies. This extensive level of design refinements was not included in our original final design budget as the trail alignment was assumed to be finalized following the preliminary design stage of the work. At the start of the final design phase, MBI resented a realigned truck ramp option to RCTC. This consolidated ramp design eliminated major impacts to the GRGC driving range that were identified in the environmental document. Upon review of the truck ramp design. OCPW requested two alternatives of the ramp alignment and truck turning exhibits. MBI prepared several exhibits and presented them at the PDT meetings to facilitate review and approval. With respect to other exhibits, the MBI team has prepared multiple exhibits to address various technical issues including trail impacts to the GRGC golf course, utilities, truck turning, slope and fencing encroachments into the golf course, BNSF fencing/access, and SAWPA fill impacts. These are all necessary communication and decision documents but have been prepared at the expense of our trail design budget under this task. Some examples of exhibits prepared for the project are as follows: • SART trail renderings with dimension to golf course encroachments (request from Ariel). • Truck turning exhibits for 3 different ramp configurations. • Aliso Canyon grading exhibits including plan and profile views- 6 exhibits. • Golf Course Impact exhibits including impacts to hole #4 and hole #7. • GRGC conceptual wall profile at hole #4. • Utility conflict exhibits for ATT, SCE, and the GRGC clubhouse sewer. • BNSF / CPUC fencing exhibits. Deliverables: Trail plan revisions to address agency comments. Task 2.12, and 2.13 — Bridge Plans and Calculations Aliso Creek Bridge Foundation Calculations As provided in Exhibit C. "Aliso Footing Elevation and Decision Narrative," the restrictive boundary of the MWD right of way prevents relocating the abutment outside of the scour zone, combined with significant scour demands, has resulted in a high -risk and overly expensive abutment foundation for the Aliso Creek bridge. Michael Baker will perform additional work described herein to raise the abutment foundation above maximum limits of Caltrans and AASHTO criteria while allowing the piles to be subject to scour which is not included in the original scope of work. Michael Baker will design the piles and abutment footings for no -collapse follow Caltrans Seismic Design Criteria (SDC 2.0) and AASHTO LRFD Bridge Design Specifications with Caltrans Amendments, and for the flood and seismic loading appropriate to service, strength, and extreme limit states defined in those codes similar to a Type 1 Pier Shaft. The bridge piles will be designed to resist flood loading similar to a bridge pier or column in the waterway. The bridge will also potentially be inundated by the check flood event. The pile design and anchorage will be designed for this loading. One additional plan sheet is budgeted for more significant abutment detailing which may be required. Retaining Walls Design Modifications 545 Joie Edles Yanez September 20, 2023 Page 4 We Make a Difference The original project Amendment 7 included scope and fee to prepare standard Caltrans wall designs for 2 walls. The scope of work identified 2 walls located in the GRGC parking lot and next to the driving range. The Bridge Plan (Task 2.13) include 3 sheets for retaining walls and sections. Based on the 30% design development, there have been a few changes to the retaining wall design. There are currently 4 walls identified on the project plans. Walls 1 & 2 and located next to the driving range and GRGC parking lot. Assuming these walls remain as a Caltrans Type 1 Cast -In -Place (CIP) wall design, the standard plan design details will need to be modified to address the higher peak ground acceleration (provided in the geotechnical recommendations). These 2 walls will require MBI to perform additional calculations and make modifications to the standard plan sheets. Michael Baker also proposes to prepare final design plans for the construction of concrete panel -type Mechanically Stabilized Embankment (MSE) walls for walls 3 and 4 located just north of the BNSF bridge. Based on final trail alignment and profile, the wall heights are such that the standard Caltrans wall plans cannot be used at this location. Special design wall foundations are required to be supported on Cast -In - Drilled -Hole (CIDH) piles. This foundation type is much more expensive to construct and will require additional borings and special structural and geotechnical design. Mechanically Stabilized Embankment Walls offer a much more economical construction cost with some added engineering cost. The comparison of wall construction cost alternatives are shown in the following table as a rough order of magnitude estimate of construction cost: Area (SF) Construction Cost: Construction Cost: Wall on Piles MSE Wall 3 Wall 4 1170 $470 $100 1132 $470 $100 Total $1,081,940 $230,200 Converting Retaining Walls 3 and 4 from Cast- In -Place concrete walls to a larger foot -print MSE walls reduces the design review duration and a construction savings of over $800,000. To maximize bidding flexibility and constructability, Michael Baker will prepare project specifications which will allow specific pre -approved MSE vendor wall types for construction of the walls following Caltrans standard special provisions. The SSPs will require the contractor to submit for review and approval shop drawings of the retaining wall and retaining wall structural calculations for all elements and for global stability, which will be specific to the contractors selected vendor product as allowed within the project special provisions. In order to facilitate bids and establish a baseline expectation for safety and quality, Michael will prepare plan and profiles for the wall design including minimum wall base widths for stability, and an MSE drain layout. MBI will also determine and specify the controlling design criteria on the plans. Michael baker will prepare structural calculations only for external stability. Calculations will follow AASHTO LRFD Bridge Design Specifications including Caltrans Amendments. The geogrid stabilized embankment behind the wall will be incorporated into the SART trail embankment slopes. Slope drainage will be modified to incorporate the new wall alignments. The preliminary alignment and locations of walls 3, 4 are shown in the revised General Plan provided in Exhibit D. Work under this new task will include completing the following items: 546 Joie Edles Yanez September 20, 2023 Page 5 We Make a Difference • BNSF wall layout and alignment exhibits for review and approval of RCTC and BNSF Consultant. • Wall 2 seismic internal and external stability calculations. • Wall 3 and 4 seismic stability calculations. • MBI will provide the following additional sheets for the retaining walls: o One (1) sheet for standard plan modifications for Wall 2 o One (1) sheet for MSE wall typical section for Wall 3 and 4 • Geotechnical recommendations will be included in the SART Project Geotechnical Report. • Addition of MSE wall construction bid items. • Wall quantities and a construction cost estimate to be incorporated into the larger SART construction project at the 100% level of design. Deliverables: Calculations, modified Geotech report, MSE and Wall No. 2 plan details and revised cost estimates. Task 2.14 Technical Specifications The MBI team will be including new technical specifications for the Mechanically Stabilized Earth (MSE) walls and also for embankment consolidation testing. The MSE walls were added rto the scope of work to reduce the cost of the typical Cast -In place concrete walls. The MSE walls were also moved outside of the railroad right of way to facilitate easier approvals by the railroad. The MSE wall specifications will be a performance -based specification allowing for the Contractor to economize the construction. The larger fill embankments required for the SART trail construction will require consolidation monitoring during the early phases of construction to monitor the settlement and ensure the embankments has adequately consolidated prior to final grading. These added specifications will be included with the railroad bridge portion of the bid items when the final bid set is separated into two parts (A and B bid schedules). Deliverables: MSE wall specifications and embankment consolidation monitoring requirements. Task 2.16 — Plan Check Revisions/ Approvals/ Local Agency Permits During the SART preliminary design (Phase 1) a significant amount of time was spent with RCTC and SAWPA reviewing trail alignment alternatives. RCTC previously approved additional analysis under task 1.4 of our design contract for this purpose. Going to the final design phase of the project, the scope of work assumed that the trail alignment was set and would not need to be revised. To facilitate project approval by the Santa Ana Watershed Authority (SAWPA) Michael Baker was asked to submit cross sections and submit a design memorandum including pipe loading calculations for SAWPA to review. The Michael Baker team submitted a design package in December 2022 and received approval for the trail alignment and profile design from SAWPA in January 2022. The level of effort to obtain approval from SAWPA including the preparation of a design memorandum was not included in the original trail design scope of work. Although necessary to address the SAWPA comments, this additional effort has further expended our limited budget. We have exhausted this task budget as of July 2023. We need additional budget to address remaining agency comments and obtain plan approvals. Deliverables: Pipe loading calculations and trail cross section. Responses to remaining agency comments. 547 Joie Edles Yanez September 20, 2023 Page 6 Task 3.7 — Shop Drawing Review We Make a Difference Michael Baker will review the contractor MSE wall submittals during the construction phase to ensure conformance to the specified design criteria and the project performance requirements. Deliverables: Shop drawing review comments, contractor correspondence log. An ODC budget of $250 has been included to cover the cost of mileage to site visits and additional printing of plans and exhibits. See attached budget breakdown as Exhibit B and supporting documents as Exhibits "C" and "D". 548 Michael Baker INTERNATIONAL Exhibit "B" Riverside County Transportation Commission Santa Ana River Trail Phase 6 (Green River Golf Course) Cost Proposal (Amendment #11) - 9/18/2023 Senior Principal $110.91 Avg Raw Rate $49.34 Fringe (44.49%) $107.53 OH (96.95%) $267.78 per hour Structural Engineer $80.50 Avg Raw Rate $35.81 Fringe (44.49%) $78.04 OH (96.95%) $194.35 per hour Michael Technical Manager I Environmental Manager $73.39 Avg Raw Rate $32.65 Fringe (44.49%) $71.15 OH (96.95%) $177.19 per hour Baker Project Engineer / Landscape Architect $67.06 Avg Raw Rate $29.83 Fringe (44.49%) $65.01 OH (96.95%) $161.90 per hour Designer / Planner $54.08 Avg Raw Rate $24.06 Fringe (44.49%) $52.43 OH (96.95%) $130.57 per hour Assistant Engineer / Planner $35.58 Avg Raw Rate $15.83 Fringe (44.49%) $34.49 OH (96.95%) $85.90 per hour Sub -Total Michael Baker Subconsultant (Diaz Associates) Yourman TOTAL HOURS TOTAL FEE Task Sub -Task Description Hours $ Hours $ Hours $ Hours $ Hours $ Hours $ Hours Fee Hours Fee PHASE 1 - FINAL ENVIRONMENTAL DOCUMENT AND PRELIMINARY ENGINEERING SERVICES Geotechnical Investigation due to Scour Analysis - Aliso Canyon Bridge Realignment $0 $0 $22,251 0 $22,251 Sub -Total Phase 1 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $22,251 0 $22,251 Fee (10%)- Included in DYA fee $0 $0 $0 $0 $0 $0 $0 Total $0 $0 $0 $0 $0 $0 $0 $22,251 $22,251 PHASE 2 - PS&E SERVICES 2.1 Project Meetings 0 $0 $0 0 $0 $0 26 $3,395 $0 26 $3,395 0 $0 26 $3,395 2.2 Project Management and Coordination 32 $8,569 $0 0 $0 60 $9,714 40 $5,223 12 $1,031 144 $24,537 0 $0 144 $24,537 2.6 Utility Coordination 8 $2,142 0 $0 8 $1,418 0 $0 32 $4,178 0 $0 48 $7,738 0 $0 48 $7,738 2.10 Trail improvement Plans 12 $3,213 0 $0 40 $7,088 0 $0 100 $13,057 0 $0 152 $23,358 0 $0 152 $23,358 2.12 Bridge Design Calculations 8 $2,142 60 $11,661 40 $7,088 0 $0 40 $5,223 0 $0 148 $26,114 0 $0 148 $26,114 2.13 Bridge Plans, Specifications and Estimate 12 $3,213 40 $7,774 0 $0 160 $25,904 120 $15,668 0 $0 332 $52,560 0 $0 332 $52,560 2.14 Technical Specifications 60 $16,067 8 $1,555 32 $5,670 0 $0 0 $0 0 $0 100 $23,292 0 $0 100 $23,292 2.16 Plan Check Revisions / Approvals / Local Agency Permits 4 $1,071 0 $0 24 $4,253 0 $0 80 $10,446 0 $0 108 $15,769 0 $0 108 $15,769 Sub -Total Phase 2 136 $36,418 108 $20,990 144 $25,515 220 $35,618 438 $57,190 12 $1,031 1,058 $176,762 0 $0 1,058 $176,762 3.7 Shop Drawing Review (Phase 3) 2 $536 4 $777 0 $0 $0 32 $4,178 $0 38 $5,491 0 $0 38 $5,491 Sub -Total Phase 3 2 $536 4 $777 0 $0 0 $0 32 $4,178 0 $0 38 $5,491 0 $0 38 $5,491 ODCs $250 0 $0 0 $250 Sub -Total 138 $36,954 112 $21,767 144 $25,515 220 $35,618 470 $61,368 12 $1,031 1,096 $182,503 0 $22,251 2,154 $204,754 Michael Baker Fee (10% labor only) [Fee for DYA shown above] $3,695 $2,177 $2,552 $3,562 $6,137 $103 $18,225 $18,225 Total $40,649 $23,944 $28,067 $39,180 $67,505 $1,134 $200,728 $22,251 $222,979 1 549 9/18/2023 Michael Baker EXHIBIT C INTERNATIONAL Design Memo TO: FROM: Joie Edles Yanez (RCTC) Chad Harden, David Eames (Michael Baker Intl) DATE: 06/16/2023 SUBJECT: Aliso Canyon Footing Design Aliso Footing Elevation and Decision Narrative This white paper documents the controlling variables leading to raising the Aliso Canyon pedestrian bridge abutment pile cap above the scour elevation and allowing the trail embankment to be subject to scour, and associated benefits, risks, and consequences. This discussion may not be inclusive of all risks. For the sake of brevity in this summary, reference to a section within AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications is designated as "AASHTO §". Reference to a section within Caltrans Amendments to AASHTO LRFD is designated as "Caltrans LRFD." Hydraulic and Scour Data The current thalweg (flowline) of the channel is at approximate elevation 432.9 -ft. The project hydraulic report presents the following scour components for the 200 -year scour event: • Long -Term Scour Depth 12.8 -ft (Degradation & Contraction) • Short -Term Scour Depth 9.7 -ft (Local) • Total Scour Depth 22.5 -ft For bridge foundations, scour components are combined following Ca/trans LRFD Tab/e375-Ifor a total scour applicable to Service (SVC), Strength (STR), and Extreme (EXT) Limit States. Table 3.7.54 —Scour Conditions for Limit State Load Combinations Limit State Degradation/ Aggradation Contraction Scour Local Scour Strength minimum 0% 0% 0% maximum 100% 100% �y 50% Service minimum Din 0% 0% maximum 100% 100%. 100% Extreme Event 1 minimum Q% 0% 0% maximum 100% 100% 0% The resulting scour depths by load combination are as follows: Scour Depth (ft) Scour Elevation (ft) • Service Limit State 22.5 -ft 410.4 • Strength Limit State 17.7 -ft 415.2 • Extreme Limit State 12.8 -ft 420.1 550 Original Type Selection Report Proposed Design and Resulting Challenge The standard of practice to address scour presents several approaches to determine the appropriate foundation depth. The current foundation configuration for Aliso Creek Pedestrian Bridge is supported on six, 48" diameter piles. The top of the piles are joined together at a pile cap. The depth to the top and bottom of footing (pile cap) must meet the required footing scour elevations given in AASHTO LRFD 2.6.4.4.2. The pile cap foundation design follows the following steps - 1. Typically, if possible, the abutment would be moved outside of the flood zone to avoid the issue of scour. Because of the bridge proximity to the Metropolitan Water District (MWD) lower feeder pipe and associated right of way easement requirements, it is not possible to move the bridge abutment 2 location outside of the scour zone and into the MWD easement. 2. If the abutment is subject to scour, the bottom of footing (pile cap) should be lowered to the scour elevation. This was presented as Alternative 1 Bottom of Footing (BOF) elevation 417.5 in the Type Selection Report (TSR) and is the current alternative. 3. The elevation of the Alternative 1 foundation would also require shoring to protect the MWD lower feeder pipeline and SAWPA pipelines during the construction phase based on the depth of footing. 4. In the Alternative 2 footing design presented in the TSR, the footing can be kept relatively shallow below existing ground if a streambed scour countermeasure is provided, such as rip -rap or concrete lining. However, this countermeasure was not considered feasible because the scour protection would increase the environmental footprint of the Project and potentially require an environmental reevaluation. Caltrans amends AASHTO § 2.6.4.4.2 for the requirements related to elevations of pile caps and deep foundations (See Figure 1 graphic excerpt on next page). However, in doing so additional judgement is allowed to the engineer of record, apparently, using the included text "...where practical." The proposed alternative design strategy is suggested in the third sentence, to allow the new bridge piles to be exposed during a scour event if they can be designed to be stable. At the time of the Type Selection Report, Michael Baker set the bottom of footing (pile cap) at elevation 417.5 which is located in between the Extreme and Strength Limit States scour elevations. The bottom of footing elevation places the top of footing to address contraction and degradation scour. Local scour around the abutments would need to be "restored" following small storms. The resulting piles for this configuration were 100 -ft long, and abutment heights were very tall at approximately 34 -ft. Because the initial phase of exploratory drilling encountered refusal at 50' and 70' Below Ground Surface (BGS) , the resulting TSR Alternative 1 pile lengths were designed beyond the depth of borings performed for this project. Additional drilling with a more powerful drill rig would be required to mitigate the risk for the design team and the project sponsor. Challenge: The restrictive boundary of the MWD R/W prevents relocating the abutment outside of the scour zone, combined with significant scour demands, has resulted in a high -risk and overly expensive abutment foundation for the Aliso Creek bridge. 551 Figure 1 Proposed Solution to mitigate risk and reduce cost Solution: Rai se the abutment footing (pile cap) elevations from 417.50 to 435.30 at Abutment 1 , and from 417.50 to 432.00 at Abutment 2. Michael Baker has performed preliminary calculations to explore an alternative foundation concept that involves raising the abutment foundation (pile cap) above maximum scour limits determined by the Caltrans and AASHTO criteria (the only documented design criteria for this situation). This alternative approach is presented to achieve the project goals of enhanced constructability and cost efficiency. The pile cap elevation was raised up to Elevation 432 (at Abutment 2) so that it provides minimum soil cover over the footing. A cross section showing the alternative abutment pile cap elevation and section is provided on the attached revised bridge General Plan and Foundation plan dated June 2023. The revised abutment footing (pile cap) elevations are shown on the Foundation Plan. Cost Savings: Raising the abutment footing (pile cap) significantly reduces the abutment height and associated pile demands, which result in the following anticipated construction cost comparisons and potential savings: TSR Alternative: $5.99 Million Proposed Solution: $3.61 Million Cost Savings: $2.38 Million Note these costs include the total bridge and foundation cost, it does not include other project costs such as embankment or retaining wall construction, or maintenance. Performance Expectations: Michael Baker presents that the bridge can be designed in the framework of no-collapse under the all scour conditions, but specific design considerations and performance metrics for the life of the structure and maintenance of the approach embankment must be understood by all stakeholders: · The bottom chord of the bridge at the current design location will provide the following freeboard from the design water surface: o Q100 1.0-ft (*) o Q200 0.6-ft o Check Flood -0.2 (ft) (Negative Value) *1.0-ft minimum freeboard will be provided. 552 · The check flood will inundate the bridge. We will design the bridge and foundations to remain stable during the check flood event. Stream velocities are estimated at approximately 10 fps. In addition to the standard loading conditions, the bridge piles will be designed to resist flood loading in a manner similar to a bridge pier or column in a waterway. The soil in front of and below the bridge footing (pile cap) and the approach embankment may be damaged or removed during a 200-year or smaller flood event. · The element of maintenance following a significant flood event is similar for each of the bridge footing alternative designs. For the proposed alternative foundation design, the footing (pile cap) and CIDH piles would be exposed as compared to the TSR design which would result in a large exposure of the abutment wall. The bridge may not be accessible after a 200-year flood (or smaller) event and may sit higher than its surroundings if the embankment is damaged or removed. The responsible agency will need to reconstruct the embankments around the exposed bridge foundations. If piles are more frequently exposed, bridge inspections or public concern may be more frequent, regardless of if the bridge is designed for this condition. · Long-term scour is a function of channel migration. It may not be possible to repair the approach embankment for the condition of long-term scour which would require re-alignment of the Santa Ana River course of flow. 553 PROFILE GRADE PLAN ELEVATION TYPICAL SECTION CLASS 1 MULTI-USE PATH AND NATURAL SURFACE TRAIL SANTA ANA RIVER TRAIL - PHASE 65 Hutton Centre Drive Suite 500 Santa Ana, CA 92707 Phone: (949) 472-3505 MBAKERINTL.COMBURIED CABLE ALISO CANYON BRIDGE 65 % D E S I G N P L A N S N O T F O R C O N S T R U C T I O N GENERAL PLAN 554 CLASS 1 MULTI-USE PATH AND NATURAL SURFACE TRAIL SANTA ANA RIVER TRAIL - PHASE 65 Hutton Centre Drive Suite 500 Santa Ana, CA 92707 Phone: (949) 472-3505 MBAKERINTL.COMBURIED CABLE ALISO CANYON BRIDGE 65 % D E S I G N P L A N S N O T F O R C O N S T R U C T I O N PLAN PILE DATA TABLE HYDROLOGIC SUMMARY FOR ALISO CANYON BRIDGE ² FOUNDATION PLAN 555 D I A Z • Y O U R M A N & A S S O C I A T E S 1616 EAST 17th STREET, SANTA ANA, CALIFORNIA 92705-8509 (714) 245-2920 Fax: (714) 245-2950 Subject: Revised Proposal for Additional Geotechnical Services Santa Ana River Trail (SART Phase 6) Through Green River Golf Course Project Orange County, California Diaz•Yourman & Associates (DYA) is pleased to present this revised proposal to provide additional geotechnical services for the subject project based on our discussion on Wednesday July 19, 2023. On May 17, 2023, DYA issued a proposal to provide additional geotechnical services for four tasks. See the DYA’s proposal dated May 17, 2023, for detail. MBI submitted our proposal for RCTC’s review and approval. After MBI received the feedback on review of our scope and fee proposal, MBI and DYA had a meeting on July 19, 2023. Few important items that were shared/discussed in the meeting are summarized below: 1. Proposed Retaining Wall No. 1 (west of Abutment 1 of BNSF OH) is eliminated. The approach embankment to Abutment 1 on the westside will be fill embankment and it will be sloped 2H:1V. MBI believes this 2:1 fill slope will be grossly stable. Therefore, MBI does not feel the need for additional boring. 2. MBI informed that the proposed Retaining Wall No. 2 (RW2) on the east side of the Abutment 1 of the BNSF OH will be a modified Caltrans standard plan wall. 3. MBI suggested that geotechnical input for the proposed approach embankment and RW2 can utilize the previously performed Boring R-22-02 (Abutment No. 1). 4. As discussed in the past, proposed MSE walls 3 & 4 will utilize previously performed Boring R-22-01A and R-22-01B. 5. Previously proposed boring north of the Abutment 2 of the BNSF OH (approximately 75 to 100 feet) is eliminated. Hence the northern approach embankment stability and settlement will be analyzed utilizing existing Borings R-22-01A and R-22-01B. 6. The total budget for Tasks 2 through 4 should not exceed $35,000. Based on the above items, DYA eliminated Task 1 that had been proposed in our scope and fee proposal dated May 17, 2023. Date: July 26, 2023 Proposal No: PW17-114.01 To: Mr. David Eames, PE Michael Baker International (MBI) From: Mr. Niranjanan, PE, GE Email: david.eames@mbakerintl.com cc: EXHIBIT D 556 Mr. Eames July 26, 2023 PW17-114.01 Page 2 The details of the requested additional work are summarized below: Task 1: Pre-Exploration Activities, Geotechnical Exploration and Laboratory Testing (Eliminated from our scope) For completeness the Task 1 scope is provided below: Perform a geotechnical exploration consisting of performing two soil borings at the project site. One boring will be performed west of the proposed BNSF Overhead Abutment 1 and near the proposed Wall 1. The second boring will be performed approximately 75 to 100 feet north of the boring performed for proposed BNSF Overhead Abutment 2. This Task 1 will consist of the following: • Reviewing project and underground utility information provided for the additional borings planned. • Contacting Orange County Public Works (OCPW) regarding additional borings to be added to the existing permit [Our assumption is that OCPW will amend the existing permit to allow us to perform these additional borings]. • Contacting Green River Golf Course (GRGC) staff regarding site visit. Visiting the project site and marking boring locations in the field and contacting underground service alert (USA) and following up with the USA to get a “no- conflict’ confirmation. [Based on our previous discussions with MBI, performing geophysical work is removed from our scope. DYA and MBI will be utilizing available underground utility maps to determine two locations which are not in conflict with any underground utilities. This task should be completed prior to marking these boring locations at the project site]. • Performing two soil borings with hollow stem auger boring techniques within one 8-hour shift (one day), each will be advanced to approximately 30 to 40 feet deep or to the refusal whichever comes first. The bore holes will be backfilled with cement bentonite grout above groundwater. Any excess dry cutting will be used to backfill the boreholes above the bentonite grout. We will temporarily store the investigated derived waste (IDW) in 55-gallon DOT approved drums on site during the IDW characterization; samples will be taken for environmental testing. We will prepare an environmental manifest, coordinate and get OCPW signature on manifest, and then dispose of the IDW with the assistance of our sub-contractor. • Editing the soil samples (QC samples) and preparing draft gINT logs. • Performing 10 moisture content/dry density, 9 index test (particle size analysis - #200 sieve, or Atterberg limits), 4 shear strength, 2 consolidation including time readings, 1 compaction, and 2 corrosion test suites (pH, chloride, sulfide and electrical resistivity) on the soil samples for engineering characterization. Task 2: Engineering Analyses and Reporting – Proposed Retaining Wall 2 (RW2) and Approach Embankment Our original proposal dated August 18, 2017 (as part of our current existing contract), excluded any scope for geotechnical input for retaining walls. Based on our recent discussion on July 19, 2023, only one cantilever retaining wall (RW2) is proposed and will be designed at the wing wall of BNSF Overhead Abutment 1. The RW2 will be 170 to 200 feet long. This wall will support the southwest approach embankment. Please note because of the budgetary limitations, no additional borings will be performed for approach embankment and RW2. Boring R-22-02 performed for Abutment 1 of BNSF OH will be utilized for geotechnical input for these improvements. Settlement and slope stability analyses for the approach embankment will be performed. The slope stability analyses will include both static and pseudo-static conditions. Bearing resistance and settlement check will be performed for proposed RW2 that is a modified Caltrans Standard Plan wall. Task 3: Engineering Analyses and Reporting – Proposed MSE Walls 3 & 4 and Approach Embankment Our original proposal dated August 18, 2017 (as part of our current existing contract), excluded any scope for geotechnical input for retaining walls. Currently two mechanically 557 Mr. Eames July 26, 2023 PW17-114.01 Page 3 stabilized earth (MSE) retaining walls are proposed and will be designed at the wing walls of BNSF Overhead Abutment 2. The proposed MSE walls will be approximately 70 to 80 feet long and 10 to 30 feet high. The walls will be parallel to the existing tracks and away from BNSF right-of-way. These proposed MSE walls will be standard Caltrans MSE wall panels (segmental precast concrete panels) with wire mesh reinforcement. Since Task 1 is eliminated (Because of budgetary concerns), no additional boring will be performed. Slope stability (for both static and pseudo-static conditions) and settlement analyses will be performed for the approach embankment. MSE wall study includes external stability analyses only and internal stability analyses will be performed by others. External stability analyses of the MSE walls under static and seismic loading will be completed to calculate the capacity demand ratio (CDR) or factors of safety (FS) against the following: • Sliding along the wall base • Overturning about the toe (limiting eccentricity) • Bearing resistance • Global stability The software programs MSEW+, an interactive program for the design and analysis of mechanically stabilized earth walls, and SLOPE/W (Geo-Slope International Ltd.) will be used to perform the external stability analyses for the MSE walls. Global stability analyses will be performed using the computer program SLOPE/W using the Spencer method for the critical section(s) of the MSE walls for both static and seismic (pseudostatic) conditions. The MSE-reinforced section will be considered as a rigid body, and only failure surfaces completely outside the reinforced mass will be considered for global stability. Surcharge loads, including seismic force, were accounted for in the analysis. A horizontal seismic coefficient (kh) of PGA will be used to compute the factor of safety during pseudostatic condition. Task 4: Performing additional Pile Analysis for the Proposed Aliso Canyon Bridge DYA will be performing pile lateral analyses for the proposed Aliso Canyon Bridge for various scenarios. The analyses will be done using the computer program LPILE by Ensoft, Inc. The program computes deflection, shear, and bending moments of laterally loaded piles. The program uses nonlinear p-y (lateral load-deflection) curves to model the soil behavior. These p-y curves can be either input or generated by the program. For sloping ground surfaces, a reduction factor is applied to the resisting soil force (p) based on the ratio of the difference between the passive and active earth pressures for a sloping ground surface to the difference between the passive and active earth pressure for a level surface. We will also apply reduction for pile grouping effect (shadow effect). Our LPILE model will analysis pile lateral resistance for various scour conditions (short- and long- term scour conditions). These analyses will be performed for service, strength and extreme event conditions. DYA will also be performing axial pile analyses for the proposed Aliso Canyon Bridge for various pile diameters, center-to-center pile spacing, scour depths, final grades and loads. Additional meetings with the design team have occurred and more are expected for the design of the proposed Aliso Canyon Bridge. COMPLETED August 2023 558 Mr. Eames July 26, 2023 PW17-114.01 Page 4 The scope of services needed to provide geotechnical input for Tasks 2 through 4, proposed schedule, and estimated fee are summarized in Table 1 followed by a list of assumptions. A summary of labor hours and fee breakdown is provided in the attached document. We propose to provide our design services on a time-and expense basis. Table 1 - SUMMARY OF PROJECT SCHEDULE AND FEE TASK SCHEDULE (weeks)1 FEE Task 1 – Pre-Exploration Activity, Geotechnical Exploration and Laboratory Testing – Task is eliminated. -- $0 Task 2 - Engineering Analyses and Reporting – Proposed Retaining Wall 2 and Approach Embankment (settlement and slope stability) 12 $10,135 Task 3 - Engineering Analyses and Reporting – Proposed MSE Walls 3 & 4 and Approach Embankment (settlement and slope stability) 12 $12,116 Task 4 - Performing additional Pile Analysis (axial and lateral) for the Proposed Aliso Canyon Bridge 12 $12,651 TOTAL $34,902 Notes: 1. Time to complete after receipt of written notice to proceed or site access is granted, whichever is longer. The fee and schedule presented in Table 1 are based on the following assumptions: • No additional geotechnical exploration/laboratory testing will be performed. • The geotechnical input/conclusions and recommendations for approach embankments and proposed walls (RW2, MSE Walls 3 & 4) will be based on Borings R-22-01A, R-22-02 for Walls 2, 3 and 4. • A separate report will be prepared to provide geotechnical recommendations for RW2, MSE Walls 3 & 4. To provide written authorization to proceed, please amend our existing contract. We appreciate the opportunity to propose our services to you and look forward to working with you on this project. If you have any questions, please call. COMPLETED August 2023 $22,251 559 MBI Amendment 11 MBI Amendment  11  Request RCTC Independent  Cost Estimate Difference Task Contract Value $ Spent % Spent Justification 1.7 Geotechnical Investigation 100,281.64$         98,375.90$          98%22,251$ 22,251$ ‐$ Ok 2.1 Project Meetings 56,523.22$           44,687.77$          79%3,395$ 15,000$ 11,605$ Need to be increased due to potential for project delays 2.2 Project Management and Coordination 71,452.64$           70,568.32$          99%24,537$ 35,000$ 10,463$ Need to be increased due to potential for project delays 2.3 Topographic Field Survey and Control 21,915.77$           21,913.55$          100%‐$ ‐$  2.4 Right‐of‐Way Mapping 39,913.20$           39,872.72$          100%‐$ 15,000$ 15,000$ Increased for unforeseen conditions / ROW complications 2.5 Legal Description and Exhibit 42,549.66$           21,316.23$          50%‐$ 10,000$ 10,000$ Increased for unforeseen conditions / ROW complications 2.6 Utility Coordination 19,481.27$           19,467.88$          100%7,738$ 20,000$ 12,262$ Increased for unforeseen conditions / utility complications 2.7 Hydrology and Hydraulics Report ‐ Scour Analysis 67,244.51$           63,140.71$          94%‐$ ‐$  2.8 Water Quality Management Plan 12,109.87$           ‐$ 0%‐$ ‐$  2.9 SWPPP 6,601.93$             ‐$ 0%‐$ ‐$  2.10 Trail improvement Plans 320,573.24$         320,550.45$        100%23,358$ 80,000$ 56,642$ 90% and 100% plans left and we already expended 100% of budget 2.11 Bridge Type Selection Report ‐ BNSF Vehicular Bridge 85,840.51$           85,811.58$          100%‐$ 20,000$ 20,000$ Rec'd 90% comments and 100% left and we already expended 100% of budget 2.12 Bridge Design Calculations 172,557.07$         172,511.63$        100%26,114$ 26,114$ ‐$ Ok 2.13 Bridge Plans, Specifications and Estimate 182,811.06$         182,757.21$        100%52,560$ 60,000$ 7,440$ 90% and 100% plans left and we already expended 100% of budget 2.14 Technical Specifications 18,660.35$           7,182.77$            38%23,292$ 23,292$ ‐$ Ok 2.15 Quantity Cost Estimate 17,504.24$           8,476.99$            48%‐$ 18,000$ 18,000$ Comparable project HDR S Perris is at $68,289 2.16 Plan Check Revisions / Approvals / Local Agency Permits 39,004.98$           37,606.35$          96%15,769$ 25,000$ 9,231$ Need more buffer due to stakeholders 2.17 Regulatory Permit Application Prep 17,389.53$           4,144.57$            24%‐$ 5,000$ 5,000$ Original estimate seems low 2.18 Railroad Permits / License Agreement Coordination 37,613.55$           22,940.18$          61%‐$ ‐$  3.1 Pre‐Bid and Pre‐Construction Meetings 3,545.46$             ‐$ 0%‐$ 2,000$ 2,000$  3.2 Construction Bidding Phase Support 2,306.83$             ‐$ 0%‐$ 2,000$ 2,000$  3.3 Bid Schedule Preparation 1,122.72$             ‐$ 0%‐$ 2,000$ 2,000$  3.4 Addendum Preparation Assistance 4,827.20$             ‐$ 0%‐$ 2,000$ 2,000$  3.5 Field Meetings (8) 10,902.02$           ‐$ 0%‐$ 2,000$ 2,000$  3.6 Field Support Services 26,109.36$           ‐$ 0%‐$ 2,000$ 2,000$  3.7 Shop Drawing Review 13,764.37$           ‐$ 0%5,491$ 10,000$ 4,509$ Comparable project HDR S Perris is at $23,057 3.8 Plan Revisions and Modifications 13,977.18$           ‐$ 0%‐$ 13,000$ 13,000$ Comparable project HDR S Perris is at $13,351 but due to stakeholders double it  3.9 Record Drawings 7,872.15$             ‐$ 0%‐$ 10,000$ 10,000$ Comparable project HDR S Perris is at $17,480 ODCs 94,302.00$           74,408.09$          79%250$ 250$ ‐$ Ok Subtotal 204,755$ 419,907$ 215,152$  Fee (10%) Excluding Geotech Sub Task 1.7 18,225$ 39,741$ 21,515$  Total 222,980$ 459,648$ 236,667$  Additional Contingency Requested 236,667$  Comparable project HDR S Perris is at $18,891 Comparable project HDR S Perris is at $42,813 560 ATTACHMENT 2 Attachment 3: Figure 1 – Santa Ana River Trail Project 2 – Phase 6 & Gap Phase 561 SANTA ANA RIVER TRAIL 2 – PHASE 6 Amendment to Environmental and Design Consultant Contract Riverside County Transportation Commission December 13, 2023 Joie Edles Yanez, Capital Projects Manager 1 Santa Ana River Trail 2 – Green River Golf Course SART Background 2 •RCTC has been managing the SART projects for Riverside County Regional Park and Open-Space District (RivCo Parks) since 2015 •All costs reimbursed by RivCo Parks •Last remaining gaps in 110-mile trail from mountains to sea •Equestrian, bicyclist, pedestrian ADA accessible trail Santa Ana River Trail 2 – Green River Golf Course 3 Key Features •1.65 miles of trail •Features two (2) bridges –1 over railroad –1 over Aliso Creek •Adjacent to Green River Golf Club •Construction Cost Estimate: $26.6 million •Status: 90% Design Santa Ana River Trail 2 – Phase 6 Santa Ana River Trail 2 – Green River Golf Course SART Bridges 4 Burlington North Santa Fe (BNSF) Bridge: •Overhead Bridge for BNSF railroad tracks •Replaces existing at-grade crossing •Bridge is 180 ft long, 20 ft wide Aliso Canyon Creek Bridge: •Pedestrian bridge over Aliso Canyon Creek •Bridge will be 180 ft long, 20 ft wide •Anticipated users are pedestrians, cyclists, equestrians, golf course maintenance Santa Ana River Trail 2 – Green River Golf Course SART History 5 •November 2017 – Contract with MBI for Environmental and Design •January 2022 – Environmental Document Approved •Early 2024 – 100% Design Submittal Anticipated •Late 2024/Early 2025 – Construction •Encountered several scope changes due to coordination with various stakeholders •Total of 11 Amendments to MBI’s PA&ED PS&E Contract –Amendment 7 and 11 requested additional funding –All other amendments were key personnel changes / utilized contingency Santa Ana River Trail 2 – Green River Golf Course Changes to Scope 6 •Changes in retaining walls for BNSF bridge after receiving submittal review comments from BNSF •Changes to foundation for Aliso Canyon Creek bridge after receiving submittal review comments from Metropolitan Water District (MWD) •Additional budget for increased coordination efforts to address concerns with utilities and comments from project stakeholders •Requesting additional $459,647 •RivCo Parks has concurred Santa Ana River Trail 2 – Green River Golf Course Increased Contingency 7 •Staff performed an independent cost estimate, reviewed historical issues resulting in increased costs and performed projections of costs to complete and is recommending an increased contingency •Contingency can only to be utilized when justified and authorized by Staff and RivCo Parks •Even with increased contingency, MBI’s total contract cost for design is at 8%, which is less than the standard threshold being 10% of the construction cost Item Dollar Amount Reference Document 1 SART 2 MBI Amendment 11 $222,980 Attachment 1 2 Increased Contingency $236,667 Attachment 2 Total $459,647 Santa Ana River Trail 2 – Green River Golf Course Fiscal Impact 8 Item Dollar Amount Fund Source 1 SART 2 MBI Amendment 11 + Contingency $459,647 Proposition 84 Grant funds provided by the State Coastal Conservancy and secured by RivCo Parks Total $459,647 Santa Ana River Trail 2 – Green River Golf Course Recommendation 9 •Approve Agreement No. 17-67-027-11, Amendment No. 11 to Agreement No. 17-67-027-00, with Michael Baker International (MBI) for additional scope of services, as part of planned construction of the Santa Ana River Trail Project (SART) 2 through Green River Golf Course (Project) in the amount of $222,980, plus a contingency amount of $236,667, for an additional amount of $459,647, and a total contract amount not to exceed $2,609,259; •Authorize the Executive Director or designee to approve contingency work as may be required for the Project; and •Authorize the Chair or Executive Director, pursuant to legal counsel review, to finalize and execute the agreement on behalf of the Commission. QUESTIONS 10 AGENDA ITEM 10 Agenda Item 10 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Lorelle Moe-Luna, Multimodal Services Director THROUGH: Anne Mayer, Executive Director SUBJECT: Senate Bill 125 Formula-Based Funding for the Transit and Intercity Rail Capital Program and Zero Emission Transit Capital Program BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve the funding recommendations in Attachment 1 for the Senate Bill 125 (SB 125) Formula-Based Funding for the Transit and Intercity Rail Capital Program (TIRCP) and Zero Emission Transit Capital Program (ZETCP) for Fiscal Year 2023/24; 2) Direct staff to prepare and execute funding agreements with the project sponsors to outline the project schedule and local funding commitments; 3) Authorize the Executive Director to execute the funding agreements with the project sponsors, pursuant to legal counsel review; 4) Approve an amendment to the FY 2023/24 budget to receive the first-year allocations of TIRCP and ZETCP formula funds in the amounts of $123,382,700 and $14,828,290, respectively; and 5) Approve a FY 2023/24 budget adjustment of $791,214 for expenses related to the TIRCP and ZETCP formula funds. BACKGROUND INFORMATION: TIRCP was created by the state as a competitive program in 2014 to provide grants from the Greenhouse Gas Reduction Fund (GGRF) via cap-and-trade proceeds to fund transformative capital improvements that will modernize California’s intercity, commuter, and urban rail systems, and bus systems, to significantly reduce emissions of greenhouse gases, vehicle miles traveled, and congestion. In 2017, SB 1 gas tax funding added a substantial increase with funds directed to the TIRCP from the Public Transportation Account. Assembly Bill 398 (AB 398) extended the Cap-and-Trade Program that supports TIRCP from 2020 through 2030. TIRCP has awarded six cycles of funding totaling over $10 billion for 132 projects throughout the state. In July 2023, the Governor signed AB 102 and SB 125 amending the Budget Act of 2023 to appropriate about $4 billion of general fund to TIRCP over the next two years and $910 million of GGRF funding and $190 million of Public Transportation Account funding over the next four 562 Agenda Item 10 years to establish the Zero-Emission Transit Capital Program (ZETCP). This created the formula based TIRCP and ZETCP. SB 125 guides this process and requires that the California State Transportation Agency (CalSTA) develop and administer the program to govern the distribution of the funds. At the end of September 2023, CalSTA published the final SB 125 Formula-Based TIRCP and ZETCP Guidelines. The objectives of the program are to reduce emissions of greenhouse gases; expand and improve transit service to increase ridership; integrate the rail service of the state’s various rail operations; and improve transit safety. The guidelines identify the regional transportation planning agencies (RTPAs) such as RCTC as the recipient of these funds. The guidelines give the Commission discretion to suballocate or distribute funds within their region based on local needs, existing priorities, policies, and procedures, as long as the SB 125 program requirements and goals are met. TIRCP projects eligible to receive funding include transit operations and capital improvements, and grade separations and rail crossing improvements. ZETCP funding is only available to public transit operators already eligible to receive State Transit Assistance funds and can only be used for zero emission capital and operating expenditures. RCTC is identified to receive about $247.1 million of TIRCP and $39.8 million of ZETCP, for a total of $286.9 million over two years and four years, respectively, as shown in Table 1. Table 1. RCTC share of SB 125 Formula-Based TIRCP and ZETCP Funding The guidelines require that each RTPA submit an allocation package by December 31, 2023, for at least Year 1 of funding to CalSTA for approval. To meet this deadline, staff has reviewed the CalSTA SB 125 guidelines and have aligned them with Commission-approved plans, goals, and policies from documents such as the Traffic Relief Plan and Grade Separation Priority Study to identify projects. The following categories for project selection were identified for Year 1 of TIRCP and ZETP funding: 1. Zero-emission and Transit Capital Projects – includes projects such as zero-emission infrastructure and buses, facility upgrades, and integrated passenger fare systems. 2. Passenger Rail Project Development – includes project development for the Coachella Valley Rail Project and grade separations. 3. Program Administration – includes an update for the Grade Separation Priority Study, technical assistance, and program administration. Fund Type Year 1 Year 2 Year 3 Year 4 Total TIRCP $ 123,382,700 $ 123,693,468 n/a n/a $ 247,076,168 ZETCP 14,828,290 8,318,309 $ 8,318,309 $ 8,318,309 39,783,217 Total* $ 138,210,990 $ 132,011,777 $ 8,318,309 $ 8,318,309 $ 286,859,385 *Maximum administrative share 1% or $2,868,594 of total. 563 Agenda Item 10 Staff recommends that the Commission approve the list of projects in Attachment 1 for Year 1 FY 2023/24 TIRCP and ZETCP, and to direct staff to prepare and enter into agreements with the project sponsors. Staff plans to return to the Commission by the end of 2024 to award Year 2 FY 2024/25 TIRCP and ZETCP funds. Staff has also coordinated and consulted with each transit operator in the county as required in the guidelines. Staff has emphasized to the project sponsors that their proposed projects are for the intention that the identified project phases and/or bus procurements will be completed by 2030. The Commission has the right to rescind funds if a project does not progress or complete the intended project phases within the timeframe. This will help prevent funds from being programmed onto a project indefinitely when another project that can move forward could have the opportunity for funding. Any cost savings will also be returned to the SB 125 formula program for consideration of other projects. Should these situations occur, staff will return to the Commission for approval. Additionally, staff has also encouraged project sponsors to continue seeking competitive funds to leverage this program and other formula programs and is committed to working with them to strategize and assist with future grants as appropriate. Staff will follow normal accounting procedures like the State Transit Assistance and State of Good Repair programs which are done on a reimbursement basis. FISCAL IMPACT: A budget amendment for the current year is needed to receive $138,382,700 of SB 125 funds in our account, which is expected to be distributed by April 2024, and account for $791,214 of expenditures for the current year. Expenditures for projects in subsequent years will be budgeted for in the respective year’s budget. Funds provided to transit operators will be included in the upcoming FY 2024/25 Short Range Transit Plans. 564 Agenda Item 10 Financial Information In Fiscal Year Budget: No Year: FY 2023/24 Amount: $138,210,990 $791,214 Source of Funds: SB 125 TIRCP and ZETCP Budget Adjustment: Yes GL/Project Accounting No.: Budget Adjustment (Receipt of Funds) - $138,210,990 Revenue: 002233 000 59001 0000 243-62-59001 Transfer In ($138,210,990) Budget Adjustment (for expenditure during FY 2023-24) Expenditure(s): 002233 000 65520 0000 243-62-65520 ($191,214) 002233 000 86101 0000 243-62-86101 ($350,000) 002233 000 86101 0000 243-62-86101 ($250,000) Fiscal Procedures Approved: Date: 11/15/2023 Attachments: 1) SB 125 Formula-Based TIRCP and ZETCP Funding Recommendations for Year 1 2) City of Banning Letter Requesting Funding Assistance for Hargrave Ave Grade Separation 3) City of Beaumont Letter Requesting Funding Assistance for Pennsylvania Ave Grade Separation 4) County of Riverside Letter Requesting Funding Assistance for Broadway Grade Separation Approved by the Budget and Implementation Committee on November 27, 2023 In Favor: 10 Abstain: 0 No: 0 565 RCTC SB 125 Formula-Based TIRCP and ZETCP Funding Recommendations for Year 1 TIRCP/ZETCP Project Type Year 1 - FY24 Riverside Transit Agency 14,828,290$ SunLine Transit Agency 16,000,000 Palo Verde Valley Transit Agency 16,010,000 City of Corona Transit 12,400,000 City of Banning Transit 2,489,413 City of Beaumont Transit 10,300,000 City of Riverside Transit 5,392,073 Passenger Rail Project Development RCTC - Coachella Valley Rail Tier 2 Environmental 40,000,000 City of Banning - Hargrave Ave Grade Separation 5,000,000 City of Beaumont - Pennsylvania Ave Grade Separation 5,000,000 County of Riverside - Broadway Grade Separation 10,000,000 Program Administration Grade Separation Study Update, Technical Assistance, Program Administration 791,214 Total 138,210,990$ Zero Emission and Transit Capital Projects * * Includes projects such as zero-emission infrastructure & buses, facility upgrades, and integrated passenger fare systems. ATTACHMENT 1 566 99 E. Ramsey St. • P.O. Box 998 • Banning, CA 92220-0998 • (951) 922-3130 • Fax (951) 922-3141 City of Banning November 14, 2023 Anne Mayer Executive Director Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92502 Re: SB 125 TIRCP Funding Request for the Hargrave Street Grade Separation Mrs. Mayer, The purpose of this letter is to respectfully request that the Riverside County Transportation Commission (RCTC) consider allocating $5,000,000 of SB 125 – Transit and Intercity Rail Capital Program (TIRCP) funds to the Hargrave Grade Separation Project (Project). The City of Banning is situated along a regionally significant goods movement corridor along I-10 and the Union Pacific Railroad (UPRR). Hargrave Street is an existing north- south arterial road which crosses under the elevated I-10 and crosses the UPRR tracks at-grade. The UPRR trains and truck traffic hauling goods from ports through the Banning Pass area has increased in recent years, and vehicle wait time at the crossing is a growing concern. Approximately 34 trains pass through the crossing every 24 hours. New passenger rail route expansions between Los Angeles and the Coachella Valley (i.e. Coachella Valley-San Gorgonio Pass Rail) will increase that number. RCTC listed the Project as a top priority in two important planning documents, the 2012 Grade Separation Study and the 2017 Grade Separation Study Update. The 2017 update prioritized 46 at-grade crossings using accident rates, existing and future vehicle delay, vehicle emissions from idling, horn noise impacts on residential areas, adjacency to existing grade separations, and local priority. The 46 at-grade crossings were grouped in priority categories of 1 through 5, where 1 represented the highest priority level and 5 the lowest. The Project is listed as a Number 1, highest priority grade separation . The Project was also identified, after significant public engagement, as a priority project and added to RCTC’s Traffic Relief Plan 2020. Elimination of the Hargrave Street at-grade railroad crossing will provide substantial benefits to the local community and the region. Those benefits result from eliminating at - grade safety risks, reducing traffic congestion onto local streets and stacking onto the I- 10, eliminating idling and reducing greenhouse gas emissions, eliminating noise pollution Attachment 2 567 99 E. Ramsey St. • P.O. Box 998 • Banning, CA 92220-0998 • (951) 922-3130 • Fax (951) 922-3141 caused from train horns, ensuring timely emergency response for local residents and partnering agencies, eliminating impacts on connectivity and mobility, and increase accessibility to economic opportunities. With the assistance of a support letter from RCTC, the City of Banning was recently awarded $2,800,000 in U.S. DOT Railroad Crossing Elimination Program funds. Additionally, the Western Riverside Council of Governments (WRCOG) has allocated $1,750,000 in Transportation Uniform Mitigation Fee (TUMF) funding and the City has set aside $500,000 in local impact fee funding. With RCTC’s continued support of this critical project by the allocation of the requested TIRCP funds, the City is ensured that funding is available to complete the design, environmental and right-of-way phases resulting in a shovel ready project. Remaining funds allocated to the Project will be programmed to the construction phase. We hope that RCTC agrees that the Hargrave Grade Separation project is significant to not only the City of Banning, but also to the region and state. If you have any questions, please do not hesitate to contact me at 951-922-3130 or at avela@banningca.gov. Sincerely, Art Vela, P.E. Director of Public Works 568 Attachment 3 569 ATTACHMENT 4 570 SENATE BILL (SB) 125 FORMULA-BASED FUNDING FOR THE TRANSIT AND INTERCITY RAIL CAPITAL PROGRAM (TIRCP) AND ZERO EMISSION TRANSIT CAPITAL PROGRAM (ZETCP) December 13, 2023 Riverside County Transportation Commission Lorelle Moe-Luna, Multimodal Services Director 1 Background 2 •2023 State Budget trailer bills: one-time formula funding –$4 billion of general fund to TIRCP over 2 years –$910 million of cap-and-trade funds and $190 million from the Public Transportation Act to ZETCP over 4 years •Administered by CalSTA SB 125 Program Objectives 3 •Reduce greenhouse gas emissions •Expand and improve transit service to increase ridership •Integrate the rail service of the state’s various rail operations •Improve transit safety SB 125 Process 4 •CalSTA established program guidelines •Eligible projects –Transit/rail operations and capital –Grade separations and rail crossing improvements •All funding distributed to RTPAs such as RCTC for allocation •Submit recommendations to CalSTA by Dec 31, 2023 •Recommendations based on RCTC goals, plans, and priorities SB 125 RCTC Available Funding 5 Fund Type Year 1 Year 2 Year 3 Year 4 Total TIRCP $ 123,382,700 $ 123,693,468 n/a n/a $ 247,076,168 ZETCP 14,828,290 8,318,309 $ 8,318,309 $ 8,318,309 39,783,217 Total*$ 138,210,990 $ 132,011,777 $ 8,318,309 $ 8,318,309 $ 286,859,385 *Maximum administrative share 1% or $2,868,594 of total. Administrative share for Year 1 = $791,214 To be utilized for program administration, technical assistance, and updating the Grade Separation Priority Study. Zero Emission and Transit Capital Projects 6 TIRCP/ZETCP Project Type Year 1 - FY24 Zero Emission and Transit Capital Projects Riverside Transit Agency $ 14,828,290 SunLine Transit Agency 16,000,000 Palo Verde Valley Transit Agency 16,010,000 City of Corona Transit 12,400,000 City of Banning Transit 2,489,413 City of Beaumont Transit 10,300,000 City of Riverside Transit 5,392,073 Total $ 77,419,776 Map of Transit Projects 7 RTA PVVTA SunLine City of Riverside Transit Banning Transit Beaumont Transit Corona Transit Passenger Rail Project Development 8 TIRCP Project Type Year 1 - FY24 Passenger Rail Project Development RCTC - Coachella Valley Rail Tier 2 Environmental $ 40,000,000 City of Banning - Hargrave Ave Grade Separation 5,000,000 City of Beaumont - Pennsylvania Ave Grade Separation 5,000,000 County of Riverside - Broadway Grade Separation 10,000,000 Total $ 60,000,000 Map of Rail Projects 9 CV Rail Pennsylvania Hargrave Broadway Distribution of Funds 10 Purpose Total Allocation*% of Total Zero-Emission Transit and Capital Projects $ 77,419,776 56% Passenger Rail Project Development - Supportive of Coachella Valley Rail $ 60,000,000 44% Total $137,419,776 100% *Excludes RCTC administrative share Distribution of Funds 11 Subregion Total Allocation*% of Total Western County $ 79,809,776 58% Coachella Valley 41,600,000 30% Palo Verde Valley 16,010,000 12% Total $137,419,776 100% *Excludes RCTC administrative share Staff Recommendations 12 1.Approve the funding recommendations in Attachment 1 for the SB 125 Formula-Based Funding for the TIRCP and ZETCP for Fiscal Year (FY) 2023/24; 2.Direct staff to prepare and execute funding agreements with the project sponsors to outline the project schedule and local funding commitments; 3.Authorize the Executive Director to execute the funding agreements with the project sponsors, pursuant to legal review; 4.Approve an amendment to the FY 2023/24 budget to receive the first-year allocations of TIRCP and ZETCP in the amounts of $123,382,700 and $14,828,290, respectively; and 5.Approve a FY 2023/24 budget adjustment of $791,214 for expenses related to the TIRCP and ZETCP formula funds. rctc.org 951.787.7141 info@rctc.org @theRCTC 13 AGENDA ITEM 11 Agenda Item 11 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Jillian Guizado, Planning and Programming Director THROUGH: Anne Mayer, Executive Director SUBJECT: Southern California Association of Governments Corrective Action for Federal Formula Funds BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve the RCTC Procedures for the Southern California Association of Governments (SCAG) 2024 Call for Project Nominations (nomination procedures); 2) Authorize the Executive Director to submit to SCAG the project nomination list based on the nomination procedures; 3) Approve Agreement No. 24-66-041-00, a Memorandum of Understanding (MOU) with SCAG; and 4) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. BACKGROUND INFORMATION: As part of the review of the 2021 Federal Statewide Transportation Improvement Program (FTIP), the Federal Highway Administration (FHWA) and Federal Transit Administration (FTA) issued a Corrective Action dated April 15, 2021, to the California Department of Transportation (Caltrans) regarding the administration and oversight of the Congestion Mitigation and Air Quality (CMAQ) and Surface Transportation Block Grant (STBG) federal formula funding programs. This was followed by a Corrective Action issued to SCAG on August 15, 2022, as part of its 2022 Federal Certification Review. Caltrans and SCAG were given until June 30, 2023, to demonstrate policies and procedures that comply with federal regulations for the administration of these programs. STBG Funds STBG funds provide flexible funding to address state and local transportation needs. Federal transportation authorization bills use the term sub-allocation to refer to funds apportioned to states by formula for use in specific areas within the state. The sub-allocated funds are divided into three categories and must be used in the areas described: urbanized areas with a population over 200,000; urban areas with a population of 5,001 to 200,000; and areas with a population of 571 Agenda Item 11 5,000 or less. The federal metropolitan planning and statewide and non-metropolitan planning requirements lay out the basic provisions related to STBG project selection. For urbanized areas with a population over 200,000, projects are to be selected from the approved FTIP by the Metropolitan Planning Organization (MPO) in consultation with the state and any affected public transportation operator. Projects on the National Highway System are to be selected from the approved FTIP by the state in cooperation with the affected MPO. FTIP procedures that distribute STBG funds to individual jurisdictions by pre-determined percentages or formulas are inconsistent with the legislative provisions requiring the MPO to consult with the state and the public transportation operator to develop the FTIP. FHWA and FTA have determined SCAG’s process for programming STBG funds is inconsistent with federal regulations for the following reasons: • STBG funds are sub-allocated to the County Transportation Commissions (CTCs) using a population formula, and • The CTCs prioritize and select projects for STBG funding without the involvement of SCAG. It is important to note that SCAG’s process for programming STBG funds was consistent with state statute which dictates that where CTCs have been created by state law, all STBG funds would be apportioned by the MPO to the CTCs based on relative population. Through this requirement, the Commission has received formula apportionments of STBG funds in the amount of approximately $30 million annually. CMAQ Funds CMAQ funds are for transportation projects or programs that will contribute to the attainment or maintenance of the National Ambient Air Quality Standards (NAAQS) for ozone (O3), carbon monoxide (CO), and particulate matter (PM): both PM10 and PM2.5. Each CMAQ project must meet three basic criteria: it must be a transportation project; it must generate an emissions reduction; and it must be in or benefit a nonattainment or maintenance area. To ensure projects deemed most effective in reducing motor vehicle emissions and congestion are programmed for early implementation, the MPOs, states, and transit operators should develop CMAQ project selection processes in accordance with the federal metropolitan or statewide planning process. The selection process should involve state and local transportation and air quality agencies. As part of the selection process, MPOs and the state should evaluate the cost-effectiveness of the projects and give priority consideration to those that will create the greatest emissions reductions for the least cost, especially in those areas designated as being in nonattainment or maintenance for PM2.5. This selection process allows states and local agencies to present a case for selecting eligible projects that will best use CMAQ funding to meet the requirements and advance the goals of the Clean Air Act. States and MPOs should fulfill this responsibility so that nonattainment and maintenance areas can make good-faith efforts to attain and maintain the NAAQS by the prescribed deadlines. 572 Agenda Item 11 FHWA and FTA have determined that SCAG’s process for programming CMAQ funds is inconsistent with federal regulations for the following reason: • The CTCs prioritize and select projects for CMAQ funding without the involvement of SCAG. CMAQ funds have traditionally been apportioned to CTCs based on a formula that factored in O3 and CO weighted attainment status. Compliance Action Plan SCAG convened a working group with representatives of each CTC in the SCAG region to develop a methodology for programming STBG and CMAQ funds to be in compliance with the federal corrective action. The SCAG Regional Council approved a Compliance Action Plan in February 2023, and received confirmation from FHWA and FTA in April 2023, that the plan addresses the Corrective Action. The Compliance Action Plan indicates that SCAG will regularly conduct a call for project nominations in which the SCAG region CTCs will nominate projects for SCAG’s consideration. SCAG will then evaluate and select projects to receive federal formula funding which will subsequently be programmed in the FTIP. The SCAG Regional Council approved the STBG/CMAQ Program Guidelines on June 1, 2023, included in this item as Attachment 1. For STBG funds, SCAG has identified programming targets for each county based on performance output of the regional travel demand model and pavement condition. Under this methodology, the Commission’s target share of STBG funds is 11.8 percent. For CMAQ funds, the programming targets will be based on the pre-existing formula distribution of O3 and CO attainment status. The Commission’s target share of CMAQ funds is 12.7 percent. Performance-based nomination targets will only guide the nomination submittals from each county, it is not a guarantee of funding, nor a maximum of funding that can be received. Each CTC is to define its own process for identifying projects to be nominated with a minimum obligation of engaging with eligible federal formula funding recipients. Carbon Reduction Program In November 2021, Congress passed and the President signed the Infrastructure Investment and Jobs Act (IIJA). The IIJA continued the STBG and CMAQ federal formula funding programs and created another federal formula funding program: Carbon Reduction Program (CRP). CRP funds are similar to CMAQ funds as they are designated for projects that reduce transportation emissions from on-road highway sources. California has determined CRP funds are subject to the federal Corrective Action and is requiring that project selection and programming of the funds be performed by SCAG. As such, SCAG anticipates adopting Carbon Reduction Program Guidelines in December 2023, to include CRP funding in the SCAG 2024 Call for Project Nominations. See Attachment 2 for SCAG’s draft CRP Guidelines. 573 Agenda Item 11 DISCUSSION: Most recently, the Commission selected projects for STBG and CMAQ funding based on needs in the Commission’s adopted 2019-2029 Western Riverside County Highway Delivery Plan, a policy which was adopted by the Commission on July 10, 2019. Federal formula funding in the Coachella Valley was requested by the Coachella Valley Association of Governments (CVAG) on a project- by-project basis with sub-regional fair share distribution considered. In March 2023, the Commission approved programming $26 million of STBG funds on the Interstate 10/Monroe Street Interchange Project as requested by CVAG which covered the Coachella Valley fair share of STBG funds through Fiscal Year 2026 at that time. Additionally in March 2023, the Commission approved an MOU with CVAG committing both agencies to program federal formula dollars equitably between Western County and Coachella Valley. Consistent with this MOU, CVAG added $21.3 million of CMAQ funds to its Coachella Valley Signal Synchronization Phase 2 project in July 2023 when construction phase bids came in high. This also covered the Coachella Valley fair share of CMAQ funds through FY 2026 at that time. As a result of the Corrective Action and pursuant to SCAG’s Compliance Action Plan, SCAG anticipates issuing a Call for Project Nominations on January 4, 2024. Riverside County’s estimated target share of the $275 million available in the SCAG 2024 Call for Project Nominations is merely $33 million. The Commission must develop a new approach for prioritizing Riverside County projects to be nominated in the SCAG call. Nomination Procedures Staff is recommending approval of the attached nomination procedures (Attachment 3) for the SCAG 2024 Call for Project Nominations. The nomination procedures were developed recognizing the complexity of utilizing federal dollars on transportation projects. Federalized transportation projects require extensive collaboration and multiple levels of approval from Caltrans to attain project environmental clearance, meet Caltrans and FHWA project delivery requirements to utilize the federal dollars, and ensure federal funds are approved and spent on time and in accordance with federal regulations. Failure to meet these federal funding requirements will result in loss of federal dollars for the region and will provide an opportunity for other CTCs to access these funds. Prior to SCAG’s Compliance Action Plan, the Commission had the authority to easily move federal funding within projects to mitigate this risk. Due to the Corrective Action, the Commission no longer has this authority and flexibility. With federal funding at risk, staff is recommending the following approach to ensure federal funds remain in the region. Part A – Initial Screening: Eligible agencies, including cities, the county, transit operators, and Tribal Governments, will submit an intake form describing the project, project schedule and funding, and indicating which regional plan the project is in. Applicable plans include: the Commission’s adopted 2019-2029 Western Riverside County Highway Delivery Plan, CVAG’s Transportation Project Prioritization Study (TPPS), the Western Riverside Council of Governments’ Transportation Uniform Mitigation Fee Nexus Study and adopted zero emission 574 Agenda Item 11 transition plans. Projects in one of these plans will advance either as highly recommended or recommended. Projects not in one of these plans have the option of advancing on the contingency list. Part B – Invitation to Apply: Based on Part A, nominating agencies will be notified of their project’s designated priority (highly recommended, recommended, or contingency list) and invited to submit a full nomination application. Nominations will be submitted to Commission staff for review and feedback prior to being finalized. Staff is recommending the Executive Director be authorized to submit the project nomination list to SCAG. SCAG will evaluate and score all project nomination applications submitted by the six CTCs within the SCAG region per SCAG’s adopted guidelines (Attachments 1 and 2). SCAG staff will score projects based on the following criteria: CTC prioritization, ability to support the goals and policies of SCAG’s Regional Transportation Plan/Sustainable Communities Strategy (RTP/SCS), equity considerations, and air quality improvements. SCAG staff anticipates submitting the recommended list of projects totaling $275 million to the SCAG Regional Council for approval on June 6, 2024. At the Commission’s Budget and Implementation Committee meeting on November 27, 2023, Commissioner Gregory expressed concern that the proposed nomination procedures does not allow a Coachella Valley project the opportunity to receive a maximum amount of points. The Committee unanimously approved the item. Subsequently, CVAG and Commission staff collaborated on a solution to allow a high priority project in the Coachella Valley to receive maximum points. Attachment 5 is a letter from CVAG that proposes to add a criteria to the Highly Recommended category in the nomination procedures (Attachment 3). Commission staff is supportive of the solution CVAG proposes. MOU between SCAG and SCAG Region CTCs As SCAG and the region’s CTCs embark on this new process for programming federal formula funds, staff recommends entering into Agreement No. 24-66-041-00 (Attachment 4). This is a MOU with SCAG and the other SCAG region CTCs to describe the reasons for the change in how federal formula funds are distributed and what each party’s responsibilities will be. Staff for all CTCs in the SCAG region and SCAG have agreed to the language of the MOU. All SCAG region CTC governing boards will be considering adoption of this MOU. This agreement will not impact the commitment outlined in the March 2023 RCTC-CVAG MOU that was referenced above. FISCAL IMPACT: While this item has no fiscal impact to the Commission’s adopted FY 2023/24 budget, the policy behind this item presents significant funding challenges to Commission-led projects in the future. Traditionally, the Commission has received a steady level of STBG and CMAQ funding every year and had the flexibility to program or increase federal formula funding to advance priority projects by pairing it with locally generated funds from sources like Measure A and TUMF. Now, the 575 Agenda Item 11 Commission no longer has this consistent level of funding on-hand and must wait for SCAG to conduct a Call for Project Nominations, at the same time competing with neighboring CTCs for the same dollars. Attachments: 1) SCAG STBG/CMAQ Program Guidelines 2) Draft SCAG CRP Guidelines 3) RCTC Procedures for SCAG’s 2024 Call for Project Nominations 4) Agreement No. 24-66-041-00 between SCAG and SCAG Region CTCs 5) CVAG Letter dated December 4, 2023 Approved by the Budget and Implementation Committee on November 27, 2023 In Favor: 10 Abstain: 0 No: 0 576 SOUTHERN CALIFORNIA ASSOCIATION OF GOVERNMENTS STBG/CMAQ PROGRAM GUIDELINES ATTACHMENT 1 577 STBG/CMAQ PROGRAM GUIDELINES 1 CONTENTS STBG/CMAQ PROGRAM OVERVIEW ............................................................................................................. 2 BACKGROUND ........................................................................................................................................... 2 FUNDING AVAILABILITY ............................................................................................................................ 2 ELIGIBLE APPLICANTS ................................................................................................................................ 3 PUBLIC OUTREACH & STAKEHOLDER ENGAGEMENT ............................................................................... 3 PROJECT SELECTION PROCESS ...................................................................................................................... 3 CTC INITIAL SCREENING ............................................................................................................................ 4 PROJECT NOMINATIONS ........................................................................................................................... 5 REGIONAL PROJECT EVALUATION ............................................................................................................ 5 APPROVED PROJECTS, FEDERAL PROGRAMMING, MONITORING, AND FTIP MANAGEMENT ................. 8 578 STBG/CMAQ PROGRAM GUIDELINES 2 STBG/CMAQ PROGRAM OVERVIEW The Congestion Mitigation and Air Quality Improvement program (CMAQ) and Surface Transportation Block Grant program (STBG) Program Guidelines, scheduled for adoption by the SCAG Regional Council (RC) on June 1, 2023, establishes the framework for project selection and investing of CMAQ and STBG funds within the SCAG region in accordance with 23 CFR § 450.332(c) et al. While the program guidelines focus on CMAQ and STBG project selection for Fiscal Year (FY) 2025 through FY 2028, the guidelines are effective June 30, 2023, and any new project or new project phase to be programmed in the Federal Transportation Improvement Program (FTIP) with CMAQ and/or STBG funds after this date will be subject to the SCAG selection process. These guidelines address joint Federal Highway Administration’s (FHWA) and Federal Transit Administration (FTA) compliance findings focused on the delegation of project selection authority for the CMAQ program and the suballocation and administration of the STBG program. BACKGROUND Planning and programming actions for federal formula funded projects and programs are guided by the SCAG RC-approved Regional Transportation Plan / Sustainable Communities Strategy (RTP/SCS) – known as Connect SoCal 2020 and Connect SoCal 2024 (expected to be adopted by the SCAG RC in April 2024), the 2023 FTIP, the 2025 FTIP (expected to adopted by the SCAG RC in September 2024), and Federal Performance-Based Planning and Programming and Transportation Performance Management requirements. The RTP/SCS provides the long-term vision and goals for how the SCAG region will build and support transformative transportation projects and initiatives. SCAG’s RTP/SCS demonstrates how transportation projects and programs in the six-county SCAG region conform to the State of California and federal air quality mandates for funding eligibility. It identifies strategies to reduce regional greenhouse gas (GHG) emissions and criteria air pollutant (CAP) emissions. The FTIP is the document prepared by a metropolitan planning organization (MPO) that lists projects to be funded with federal, state, and local funds for the next four-year period. The FTIP is a key component in the process by which the RTP/SCS is implemented. It does so by providing an orderly allocation of federal, state, and local funds for use in planning and building specific projects. The FTIP is required to advance the RTP/SCS by programming the projects contained in the RTP/SCS, in accordance with federal and state requirements. These include specific requirements for scheduling of projects, funding, and the timely implementation of transportation control measures to help reduce air pollution. Federal Transportation Performance Management Targets, adopted by the SCAG RC, provide near and mid-term anticipated outcomes for the transportation network. These inform and are informed, by planning and programming actions. FUNDING AVAILABILITY Prior to initiating a call for project nominations, SCAG will evaluate the availability of STBG and CMAQ funding. SCAG reserves the right to set aside up to 2.5 percent of the annual obligational authority for CMAQ and STBG funds apportioned to the SCAG region to support regional planning priorities that are led by SCAG and/or in partnership with the County Transportation Commissions (CTCs) (i.e., eligible planning activities that advance implementation of the RTP/SCS and performance-based planning and 579 STBG/CMAQ PROGRAM GUIDELINES 3 programming in the SCAG region). Use of the funds included in the set aside will be doc umented in the annual SCAG Overall Work Program and FTIP, as appropriate. The balance of CMAQ and STBG funding is available to projects through a competitive call for project nominations process that is administered and selected by SCAG in coordination with the SCAG region’s six CTCs. SCAG is responsible for the development of the call for project nominations process, oversight, and final project selection. As outlined in the STBG/CMAQ Compliance Action Plan, SCAG has established performance-based nomination targets to guide the nomination submittals from each county within the SCAG region. The targets do not represent a guaranteed funding level, a nomination floor, or a nomination ceiling. County CMAQ Target Percentage STBG Target Percentage Imperial 0.6% 1.2% Los Angeles 54.8% 53.3% Orange 17.3% 17.1% Riverside 12.7% 11.8% San Bernardino 11.3% 12.2% Ventura 3.3% 4.3% ELIGIBLE APPLICANTS In general, SCAG cities, counties, transit agencies, federally recognized Tribal governments, and CTCs are eligible to apply for CMAQ and STBG funds. Each CTC is responsible for coordination and submission of project nominations to SCAG from eligible entities from their respective counties. SCAG encourages CTCs to coordinate with SCAG and other affected CTCs on project nominations for multi-county projects and to support multi-county agency projects such the California Department of Transportation (Caltrans), the Los Angeles-San Diego-San Luis Obispo Rail Corridor Agency, and the Southern California Regional Rail Authority (Metrolink). PUBLIC OUTREACH & STAKEHOLDER ENGAGEMENT Stakeholder engagement is essential in all SCAG programs. SCAG requires each CTC to engage relevant stakeholders from their respective county to maximize project impact and further collabora tive policy goals. CTCs are required to demonstrate countywide outreach and engagement with stakeholders and the public to solicit project ideas. CTCs should make every effort to follow current best practices related to virtual and in-person public participation, outreach, and engagement. SCAG strongly encourages each CTC to outreach and engage with historically disadvantaged communities (Priority Equity Communities) within their respective counties. CTCs must document their public outreach and stakeholder engagement process and demonstrate how it meets the program guidelines. This can include a CTC conducting a call for project nominations. PROJECT SELECTION PROCESS SCAG will conduct a call for project nominations, provide guidance, identify available funding, perform project evaluations, develop a list of prioritized projects, and conduct the SCAG board review and approval process. 580 STBG/CMAQ PROGRAM GUIDELINES 4 CTCs will solicit and submit project nomination applications including conducting and documenting their outreach processes, screening applicants and projects for program eligibility, and conducting initial evaluation and prioritization of projects from their respective county. CTCs will develop individual project nomination application materials for submission to SCAG and establish processes for their county’s project nominations, consistent with the overall program guidelines and subject to consultation and concurrence by SCAG staff. After completing the initial project screening and evaluations, the CTCs will submit prioritized project nominations and required documentation to SCAG by the deadline established by SCAG. Prioritized nomination lists must be approved by the CTC’s CEO (and/or governing board) prior to submission to SCAG. CTC INITIAL SCREENING At minimum, CTCs must incorporate the following regional criteria into their project nomination evaluations: 1. Eligibility: CTCs will screen potential implementing agencies and projects for eligibility with federal and regional requirements. Projects must be eligible for STBG and/or CMAQ funds, as detailed in 23 USC Sec. 133, 149, et al. 2. Alignment: CTCs should evaluate projects for alignment with relevant federal and regional plans and policies. CTCs should prioritize projects that: • Implement SCAG’s adopted RTP/SCS, including future adopted Plan policies and strategies; • Advance Connect SoCal Performance Measures including Federal Transportation Performance Management Goals for safety, asset management, environmental sustainability and system performance, as detailed in 23 USC Sec. 105(b) and 49 USC Sec. 5301(b)(3); • Demonstrate direct and/or indirect benefits that positively impact Priority Equity Communities. (CTCs should aim to ensure that at least 40 percent of funding requested by projects countywide positively impact Priority Equity Communities). 3. Community/Stakeholder Engagement: CTCs should prioritize project nomination applications with demonstrated community support from Priority Equity Communities. Community support may be determined through a variety of means, including (but not limited to): • Responses to public outreach, including comments received at public meetings or hearings, feedback from community workshops, survey responses, etc.; and/or • Endorsement by a Community-Based Organization (CBO) representing Priority Equity Communities. 4. Deliverability and Readiness: CTCs should evaluate potential implementing agencies and projects for deliverability issues. CTCs should consider if potential implementing agencies have sufficient capacity and technical expertise to meet deadlines. CTCs should encourage projects with demonstrated readiness within the programming period. 581 STBG/CMAQ PROGRAM GUIDELINES 5 SCAG encourages CTCs to work with SCAG staff on the development of the CTC project evaluation criteria. CTC project evaluation criteria must receive concurrence from SCAG staff and approval by the CTC CEO (and/or governing board) prior to issuing the call for nominations activities (or documented equivalent process) in their respective county. CTCs may develop separate evaluation frameworks by project type, but each such framework must meet the requirements of this section. PROJECT NOMINATIONS After completing initial project screening and evaluations, CTCs shall submit project nominations and associated documentation to SCAG for regional evaluation and project selection. Nomination lists must be approved by the CTC CEO (and/or governing board) prior to submission to SCAG. Project nomination packets must include the following elements, including project applications identifying the requested source(s) of funding: 1. Nomination List: list of eligible candidate projects for STBG and/or CMAQ funds prioritized according to the evaluation criteria developed by the CTC and approved by SCAG staff. 2. CEO Approval: letter from the CTC’s CEO approving the project nomination list. 3. Outreach Documentation: materials verifying CTC compliance with outreach requirements. 4. Compliance Checklists: completed checklists and supporting documentation affirming compliance with requirements for both the CTC and each potential implementing agency with a project on the nomination list, including emissions benefit analysis for candidate CMAQ projects. Checklists should be completed by the CTC and must be signed by a signatory authority for the agency concerned. REGIONAL PROJECT EVALUATION SCAG staff will form a review committee composed of a multidisciplinary group of staff members. The review committee will conduct the regional project evaluation process to review the nomination packets provided by the CTCs and develop a recommended list of projects for adoption by the SCAG RC. This process will consist of the following steps: 1. Confirm Eligibility: SCAG staff will review submitted documentation to ensure CTC, potential implementing agency, and project compliance with applicable federal and regional policies. Screening will include a review to ensure consistency with adopted RTP/SCS. Any issues identified will be communicated to CTC staff, and projects with unresolved issues will be excluded from further consideration. 2. Scoring Criteria: Eligible projects can achieve up to 110 points for projects submitted for potential CMAQ funding and up to 100 points for projects submitted for STBG funding. The review committee will score projects using the following rubric: 582 STBG/CMAQ PROGRAM GUIDELINES 6 SCORING CRITERIA POSSIBLE POINTS CTC Prioritization: Relative CTC project prioritization 50 Points Regional Priorities: Project implements SCAG’s adopted RTP/SCS, including future adopted Plan policies and strategies 20 Points Performance Measures: Project demonstrates support for Connect SoCal Performance Measures (including but not limited to Federal Transportation Performance Management Goals): 20 Points • Location Efficiency, • Mobility and Accessibility, • Safety and Public Health, • Environmental Quality, • Economic Opportunity, • Investment Effectiveness, • Transportation System Sustainability, and • Environmental Justice Equity: Project demonstrates direct and/or indirect benefit that positively impact Priority Equity Communities 10 Points Air Quality Improvements: For CMAQ-eligible projects, expected criteria air pollutant (CAP) emissions reductions and relative cost effectiveness of projects in reducing CAP emissions in the SCAG region Air Basins 10 Points The review committee will score each project using the following criteria: CTC Prioritization: • Prioritized in the CTC list as Highly Recommended 50 points • Prioritized in the CTC list as Recommended 40 points • Prioritized in the CTC Contingency List 20 points Regional Priorities • Aligns with 3 or more Regional Priorities 20 points • Aligns with 1 to 2 Regional Priorities 10 points • Does not align a Regional Priority 0 points Performance Measures • Supports 6 or more Performance Measures 20 points • Supports 4 to 5 Performance Measure 10 points • Supports 2 to 3 Performance Measures 5 points • Supports less than 2 Performance Measures 0 points 583 STBG/CMAQ PROGRAM GUIDELINES 7 Equity • Demonstrates direct positive benefit to Priority Equity Communities 10 points • Demonstrated indirect positive benefits to Priority Equity Communities 5 points • Does not demonstrate positive benefits to Priority Equity Communities 0 points Air Quality Improvements • Demonstrates cost effectiveness in reducing CAP emissions 10 points • Estimates CAP emission reduction benefits 5 points • Does not address CAP emission reduction benefits 0 points 3. Project Ranking Process: Candidate projects will be ranked according to their average review committee score. To ensure that high performing air quality improvement projects are prioritized for CMAQ funding, SCAG staff will first develop a recommended list of eligible projects for CMAQ funding using the comprehensive rubric rankings as well as projects identified as seeking CMAQ funding. (All eligible projects scored with a maximum possible score of 110 points and ranked from highest to lowest score.) In developing this list, SCAG will consider if project elements may not be eligible for CMAQ funds and should be considered for STBG funding. All remaining projects, including CMAQ-eligible projects not recommended for funding using this first method, will then be ranked with the air quality improvement portion of the rubric score excluded. (All remaining projects scored with a maximum possible score of 100 points and ranked from highest to lowest score). The latter rankings will be used by SCAG staff to develop a recommended list of projects for STBG funding. Once the lists are developed, they will be shared with the Air Quality Districts to obtain input on the projects selected for potential CMAQ funding. This will fulfill SCAG’s requirement to involve the loca l air quality districts. SCAG may also consult with Caltrans and others as applicable. 4. Program Balancing: Candidate projects will be initially prioritized according to their ranking as described above. However, to achieve programmatic investment thresholds, and ensure a balanced program of projects, SCAG staff may adjust project prioritization based on the following factors: • Ensuring that at least 40 percent of funding positively benefit Priority Equity Communities, • County targets (as detailed in the SCAG RC-approved STBG/CMAQ Compliance Action Plan), • Relative STBG and/or CMAQ availability, and • Overall program balancing for a variety of project types, equitable investments, and regional diversity. Project scores will be converted into recommendation categories (i.e., Highly Recommended, Recommended, Contingency List, and Not Recommended) prior to publishing the recommended program of projects. To achieve an overall Highly Recommended determination, projects must 584 STBG/CMAQ PROGRAM GUIDELINES 8 achieve a score of at least 90 points. To achieve an overall Recommended determination, projects must achieve a score of at least 75 and less than 90 points. To be considered for the Contingency List, projects must achieve a score of at least 70 points. Depending on availability of CMAQ and STBG funds, projects may move between the Recommended list and the Contingency List. Using this process, SCAG staff will develop a draft program of recommended (Highly Recommended and Recommended) and Contingency List projects for SCAG RC adoption. Projects that achieve a score of less than 70 will be determined to be Not Recommended. 5. Program Approval: The SCAG RC will consider the recommended CMAQ and STBG projects. Projects approved by the SCAG RC for funding will be eligible for programming into the FTIP. If high scoring projects (Highly Recommended and Recommended) are not selected due to funding constraints, they will be prioritized for future funding opportunities as additional programming capacity becomes available for CMAQ and/or STBG programs prior to the next scheduled call for project nominations process. Contingency List projects will be considered after high scoring projects for future funding opportunities if additional programming capacity becomes available for CMAQ and/or STBG programs prior to the next scheduled call for project nominations process. APPROVED PROJECTS, FEDERAL PROGRAMMING, MONITORING, AND FTIP MANAGEMENT Projects approved by the SCAG RC for funding will be programmed in the FTIP consistent with adopted FTIP Guidelines. Approved projects that meet eligibility for transfer to the FTA should consult the FTIP Guidelines. To ensure the timely use of federal funds, SCAG will collaborate with Caltrans, CTCs, local jurisdictions, and transit operators to enhance FTIP Guideline policies and procedures to ensure federal funding requirements and deadlines are met and funds are not lost to the region. Additionally, SCAG will prepare and submit annual obligation plans to Caltrans, monitor federal fund obligations, overall federal funding levels, and apportionment and Obligation Authority (OA) balances. 585 SOUTHERN CALIFORNIA ASSOCIATION OF GOVERNMENTS FY23-FY26 CARBON REDUCTION PROGRAM GUIDELINES Packet Pg. 73 At t a c h m e n t : F Y 2 3 - F Y 2 6 C R P P r o g r a m G u i d e l i n e s ( F Y 2 0 2 3 - F Y 2 0 2 6 C a r b o n R e d u c t i o n P r o g r a m ( C R P ) G u i d e l i n e s ) ATTACHMENT 2 586 FY23-FY26 CRP PROGRAM GUIDELINES 1 CONTENTS CARBON REDUCTION PROGRAM OVERVIEW ............................................................................................... 2 BACKGROUND ........................................................................................................................................... 2 FUNDING AVAILABILITY ............................................................................................................................ 2 ELIGIBLE APPLICANTS ................................................................................................................................ 3 PUBLIC OUTREACH AND STAKEHOLDER ENGAGEMENT ........................................................................... 3 ELIGIBILE PROJECT USES ........................................................................................................................... 3 PROJECT SELECTION PROCESS ...................................................................................................................... 4 CALL FOR PROJECTS SCHEDULE ................................................................................................................ 4 REGIONAL PROJECT EVALUATION ............................................................................................................ 4 APPROVED PROJECTS AND MONITORING ................................................................................................ 6 CONTACT INFORMATION .............................................................................................................................. 7 Packet Pg. 74 At t a c h m e n t : F Y 2 3 - F Y 2 6 C R P P r o g r a m G u i d e l i n e s ( F Y 2 0 2 3 - F Y 2 0 2 6 C a r b o n R e d u c t i o n P r o g r a m ( C R P ) G u i d e l i n e s ) 587 FY23-FY26 CRP PROGRAM GUIDELINES 2 CARBON REDUCTION PROGRAM OVERVIEW The federal Carbon Reduction Program (CRP) Guidelines, establishes the policy framework for project selection and investment of federal funds in accordance with the State of California’s Carbon Reduction Strategy. CRP funding is made available by the Bipartisan Infrastructure Law (BIL), enacted as the Infrastructure Investment and Jobs Act (IIJA), which provides funds for projects designed to reduce transportation emissions. SCAG is in a unique position to utilize this resource and build upon the REAP 2.0 funded County Transportation Commission Partnership Program efforts, allowing for broader planning and implementation investments, including those which focus on reducing transportation emissions. As part of its implementation of CRP, SCAG will use 65 percent of the regional CRP share to issue a Call for Project Nominations to support transformative projects as described below. BACKGROUND The United States is committed to a whole-of government approach to reducing economy-wide net greenhouse gas (GHG) emissions by 2030. The BIL provides resources to help funding recipients advance this goal in the transportation sector. In addition, the BIL makes historic investments to improve the resilience of transportation infrastructure, helping communities prepare for hazards such as wildfires, floods, storms, and droughts exacerbated by climate change. The CRP encourages the advancement of projects that address climate change and sustainability. In particular, SCAG encourages projects that implement the region’s Regional Transportation Plan/Sustainability Communities Strategy (RTP/SCS, known as Connect SoCal). In alignment with SCAG’s Racial Equity Early Action Plan, projects that facilitate the consistent integration of equity are strongly encouraged. FUNDING AVAILABILITY The CRP program is authorized from FY22 through FY26. For the FY22 apportionments totaling $33.6 million, SCAG coordinated with the CTCs to expedite and select a program of projects approved by the Regional Council on April 6, 2023. The SCAG region’s allocation of CRP funds is estimated to be approximately $141 million from FY23 through FY26. For FY23-FY26, SCAG will solicit project nominations from the CTCs using a Call for Project Nominations process to program up to an estimated approximately $92 million. This represents 65 percent of the SCAG region’s apportionments. SCAG will direct the remaining estimated up to approximately $49 million to SCAG’s regional initiatives, to identify, evaluate, and award funding for regional and/or local pilots and partnership projects that achieve regional transportation goals and further the objectives of Connect SoCal. Actual programming may be lower to reflect the latest apportionments as reported by Caltrans. CRP funds are contract authority, reimbursed from the Highway Account of the Highway Trust Fund. CRP funds are available for obligation for a period of 3 years after the last day of the fiscal year for which the funds are authorized. Thus, CRP funds are available for obligation for up to 4 years. Packet Pg. 75 At t a c h m e n t : F Y 2 3 - F Y 2 6 C R P P r o g r a m G u i d e l i n e s ( F Y 2 0 2 3 - F Y 2 0 2 6 C a r b o n R e d u c t i o n P r o g r a m ( C R P ) G u i d e l i n e s ) 588 FY23-FY26 CRP PROGRAM GUIDELINES 3 FEDERAL FISCAL YEAR 2023 2024 2025 2026 OBLIGATION DEADLINE 9/30/2026 9/30/2027 9/30/2028 9/30/2029 EXPENDITURE DEADLINE 9/30/2031 9/30/2032 9/30/2033 9/30/2034 ELIGIBLE APPLICANTS In general, SCAG cities, counties, transit agencies, federally recognized Tribal governments, and CTCs are eligible to apply for CRP funds. Each CTC is responsible for coordination and submission of project nominations to SCAG from eligible entities from their respective counties. SCAG encourages CTCs to coordinate with SCAG and other affected CTCs on project nominations for multi-county projects and to support multi-county agency projects such the California Department of Transportation (Caltrans), the Los Angeles-San Diego-San Luis Obispo Rail Corridor Agency (LOSSAN), and the Southern California Regional Rail Authority (Metrolink). PUBLIC OUTREACH AND STAKEHOLDER ENGAGEMENT Stakeholder engagement is essential in all SCAG programs. SCAG requires each CTC to engage relevant stakeholders to maximize project impact and further collaborative policy goals. CTCs are required to demonstrate countywide outreach and engagement with stakeholders and the public to solicit project ideas. CTCs should follow current best practices related to virtual and in-person public participation, outreach, and engagement. SCAG encourages each CTC to outreach and engage with historically disadvantaged communities (Priority Equity Communities) within their respective counties. CTCs must document their public outreach and stakeholder engagement process and demonstrate how it meets the program guidelines. This can include a CTC conducting a call for project nominations. ELIGIBILE PROJECT USES SCAG’s CRP guidelines prioritize projects that aspire to transform Southern California’s mobility opportunities, especially with respect to Connect SoCal, the region’s adopted Regional Transportation Plan (RTP) and Sustainable Community Strategy (SCS). Applicants are encouraged to review strategies included within Connect SoCal to align project applications with regional planning priorities and concepts. Funds shall be used for implementation efforts that can demonstrate a reduction in transportation emissions over the project’s lifecycle. Of critical importance to SCAG is to demonstrate GHG emission reduction to meet our climate commitments, particularly in ways that advance equity and improve underlying social and public health vulnerabilities. Funds may be spent on projects at any phase, helping to close a critical transportation funding gap for pre-construction needs. As with most federal funds, CRP requires a non-federal match. While the non- federal share requirement depends on the type of project, most projects must have a minimum 11.47 percent non-federal funding match. Due to the limited balance of toll credits statewide, toll credits may not be used as funding match for CRP. CRP funding may be used on a wide range of projects that support the reduction of transportation emissions. In accordance with California’s Carbon Reduction Strategy, applicants should nominate projects that support the state’s three Carbon Reduction Program pillars: 1) transit and passenger rail 2) active transportation, 3) zero emission vehicles and infrastructure, and conversion of existing highway Packet Pg. 76 At t a c h m e n t : F Y 2 3 - F Y 2 6 C R P P r o g r a m G u i d e l i n e s ( F Y 2 0 2 3 - F Y 2 0 2 6 C a r b o n R e d u c t i o n P r o g r a m ( C R P ) G u i d e l i n e s ) 589 FY23-FY26 CRP PROGRAM GUIDELINES 4 lanes to price managed lanes. For more information, please refer to the Federal CRP Implementation Guidance. All proposed uses will be required to meet the state and program requirements. Projects must demonstrate a reduction in transportation emissions. Please contact SCAG with any questions regarding funding eligibility. PROJECT SELECTION PROCESS SCAG will conduct a Call for Project Nominations, provide guidance, perform project evaluations, develop a list of selected projects, and conduct the SCAG board review and approval process. CTCs will solicit and submit project applications including conducting and documenting their outreach processes, screening applicants and projects for program eligibility, and conducting initial evaluation and prioritization of projects from their respective county. CTCs will develop individual project application materials for submission to SCAG and establish processes for their county’s project nominations, consistent with the overall program guidelines and subject to consultation and concurrence by SCAG staff. One application is required per project and entities may submit multiple project applications. Applicants must complete and submit their application by March 29, 2024, at 5:00 p.m. Program timelines are subject to change. CALL FOR PROJECTS SCHEDULE The following schedule outlines important dates for the CRP Call for Projects. Program timelines are subject to change. CRP (FY23-FY26) CALL MILESTONES DATE CALL FOR APPLICATIONS OPENS January 4, 2024 APPLICATION WORKSHOP TBD CALL FOR APPLICATIONS SUBMISSION DEADLINE March 29, 2024 REGIONAL COUNCIL APPROVAL July 11, 2024 REGIONAL PROJECT EVALUATION SCAG staff will form a review committee composed of a multidisciplinary group of staff members. The review committee will conduct the regional project evaluation process to review the project submittals provided by the CTCs and develop a recommended list of projects for adoption by the SCAG RC. This process will consist of the following steps: 1. Confirm Eligibility: SCAG staff will review submitted documentation to ensure compliance with applicable federal, state, and regional policies. Screening will include a review to ensure consistency with adopted RTP/SCS. Any issues identified will be communicated to CTC staff, and projects with unresolved issues will be excluded from further consideration. 2. Scoring Criteria: Eligible projects can achieve up to 100 points. The review committee will score projects using the following rubric: Packet Pg. 77 At t a c h m e n t : F Y 2 3 - F Y 2 6 C R P P r o g r a m G u i d e l i n e s ( F Y 2 0 2 3 - F Y 2 0 2 6 C a r b o n R e d u c t i o n P r o g r a m ( C R P ) G u i d e l i n e s ) 590 FY23-FY26 CRP PROGRAM GUIDELINES 5 SCORING CRITERIA POSSIBLE POINTS CTC Prioritization: Relative CTC project prioritization Up to 25 Points Regional Priorities: Project implements SCAG’s adopted RTP/SCS, including future adopted Plan policies and strategies Up to 20 Points Performance Measures: Project demonstrates support for Connect SoCal Performance Measures (including but not limited to Federal Transportation Performance Management Goals): Up to 15 Points • Location Efficiency, • Mobility and Accessibility, • Safety and Public Health, • Environmental Quality, • Economic Opportunity, • Investment Effectiveness, • Transportation System Sustainability, and • Environmental Justice Equity: Project demonstrates direct and/or indirect benefit that positively impact Priority Equity Communities Up to 15 Points Carbon Reduction: Expected carbon reduction and relative cost effectiveness of projects in reducing carbon emissions in the SCAG region Up to 25 Points The review committee will score each project using the following criteria: CTC Prioritization • Prioritized in the CTC list as Highly Recommended • Prioritized in the CTC list as Recommended • Prioritized in the CTC Contingency List 25 points 15 points 5 points Regional Priorities • Aligns with 3 or more Regional Priorities • Aligns with 1 to 2 Regional Priorities • Does not align a Regional Priority 20 points 10 points 0 points Performance Measures • Supports 6 or more Performance Measures • Supports 4 or 5 Performance Measures • Supports 2 or 3 Performance Measures • Supports less than 2 Performance Measures 15 points 10 points 5 points 0 points Equity • Demonstrates direct positive benefit to Priority Equity Communities • Demonstrates indirect positive benefit to Priority Equity Communities • Does not demonstrate positive benefits to Priority Equity Communities 15 points 10 points 0 points Carbon Reduction • Demonstrates cost effectiveness in reducing transportation emissions • Estimates transportation emission reduction benefits • Does not address transportation emission reduction benefits 25 points 15 points 0 points Packet Pg. 78 At t a c h m e n t : F Y 2 3 - F Y 2 6 C R P P r o g r a m G u i d e l i n e s ( F Y 2 0 2 3 - F Y 2 0 2 6 C a r b o n R e d u c t i o n P r o g r a m ( C R P ) G u i d e l i n e s ) 591 FY23-FY26 CRP PROGRAM GUIDELINES 6 3. Project Ranking Process: Projects will be ranked according to their average review committee score. SCAG staff will develop a recommended list of eligible projects for CRP funding using the comprehensive rubric rankings. All eligible projects scored with a maximum possible score of 100 points and ranked from highest to lowest score. In developing this list, SCAG will consider if project elements may not be eligible for CRP funds. 4. Program Balancing: Candidate projects will be initially prioritized according to their ranking as described above. However, to achieve programmatic investment thresholds, and ensure a balanced program of projects, SCAG staff may adjust project prioritization based on the following factors: • Ensuring that at least 40 percent of funding positively benefit Priority Equity Communities and meet Justice 40 requirements, and • Overall program balancing for a variety of project types, equitable investments, and regional diversity. Project scores will be converted into recommendation categories (i.e., Highly Recommended, Recommended, Contingency List, and Not Recommended) prior to publishing the recommended program of projects. To achieve an overall Highly Recommended determination, projects must achieve a score of at least 85 points. To achieve an overall Recommended determination, projects must achieve a score of at least 70 and less than 85 points. To be considered for the Contingency List, projects must achieve a score of at least 65 points. Using this process, SCAG staff will develop a draft program of recommended (Highly Recommended and Recommended) and Contingency List projects for SCAG RC adoption. Projects that achieve a score of less than 65 will be determined to be Not Recommended. 5. Program Approval: The SCAG RC will consider the recommended CRP projects. APPROVED PROJECTS AND MONITORING To ensure the timely use of federal funds, SCAG will collaborate with Caltrans and CTCs to enhance Guideline policies and procedures to ensure federal funding requirements and deadlines are met and funds are not lost to the region. Once SCAG selects projects, CTCs will be required to submit a Project Alignment Confirmation Form to SCAG for transmittal to Caltrans. Additionally, SCAG will prepare and submit annual obligation plans to Caltrans, monitor federal fund obligations, overall federal funding levels, and apportionment and Obligation Authority (OA) balances. Program completion is based on statutory provisions and SCAG expects all selected projects to be completed in a timely manner and requires that applicants coordinate internal resources to ensure timely completion of the projects. Packet Pg. 79 At t a c h m e n t : F Y 2 3 - F Y 2 6 C R P P r o g r a m G u i d e l i n e s ( F Y 2 0 2 3 - F Y 2 0 2 6 C a r b o n R e d u c t i o n P r o g r a m ( C R P ) G u i d e l i n e s ) 592 FY23-FY26 CRP PROGRAM GUIDELINES 7 CONTACT INFORMATION Questions regarding the Carbon Reduction Program application process should be directed to: Kate Kigongo Department Manager, Partnerships for Innovative Deployment Telephone: (213) 236-1808 Email: kigongo@scag.ca.gov Questions regarding eligibility, programming, and obligation of CRP funding should be directed to: Heidi Busslinger Principal Planner, Federal Transportation Improvement Program Telephone: (213) 236-1541 Email: busslinger@scag.ca.gov Packet Pg. 80 At t a c h m e n t : F Y 2 3 - F Y 2 6 C R P P r o g r a m G u i d e l i n e s ( F Y 2 0 2 3 - F Y 2 0 2 6 C a r b o n R e d u c t i o n P r o g r a m ( C R P ) G u i d e l i n e s ) 593 1 RCTC PROCEDURES FOR SCAG’S 2024 CALL FOR PROJECT NOMINATIONS The Southern California Associa�on of Governments (SCAG) intends to issue a SCAG Region Carbon Reduc�on Program (CRP) & Conges�on Mi�ga�on and Air Quality (CMAQ)/Surface Transporta�on Block Grant (STBG) Call for Project Nomina�ons on January 4, 2024, with a closing date of March 29, 2024. Projects are an�cipated to be approved by the SCAG Regional Council on June 6, 2024, and to be programmed in the Federal Transporta�on Improvement Program (FTIP) in July 2024. The SCAG guidelines require county transporta�on commissions (CTCs) to perform an ini�al project screening and evalua�on, then submit project nomina�ons to SCAG for regional evalua�on and project selec�on. This document describes the Riverside County Transporta�on Commission’s (RCTC) nomina�on procedures for SCAG’s 2024 Call for Project Nomina�ons. PART A – INITIAL SCREENING In the SCAG region, an es�mated $275 million is available for fiscal years (FY) 2022/23 through 2025/26 across the three programs: CRP ($88 million), STBG ($130 million), and CMAQ ($57 million). This funding is available due to increased funding for California called out in the federal Infrastructure Investment and Jobs Act (IIJA). Riverside County’s target is roughly 12 percent or $33 million. SCAG an�cipates that under subsequent SCAG Call for Project Nomina�ons, considerably more funding will be available for programming. This nomina�on procedure is writen recognizing the very limited funding in the 2024 Call for Project Nomina�ons. Should future calls include substan�ally more funding, RCTC’s inten�on is to revisit this procedure. Screening Criteria: In the SCAG Call for Project Nomina�ons, the respec�ve CTC ranks each project based on the following: Highly Recommended – 50 Points for STBG/CMAQ; 25 points for CRP Recommended – 40 Points for STBG/CMAQ; 15 points for CRP Con�ngency List – 20 Points for STBG/CMAQ; 5 points for CRP RCTC’s methodology for screening and ranking projects will be: Highly Recommended – Regional Priori�es •Projects in Groups 1 and 2 of the RCTC 10-Year Delivery Plan Recommended – Regionally Significant •Projects in Group 3 of the RCTC 10-Year Delivery Plan •Projects in the Coachella Valley Associa�on of Governments Transporta�on Project Priori�za�on Study •Projects on the backbone network in the Western Riverside Council of Governments Transporta�on Uniform Mi�ga�on Fee Nexus Study •Projects in an adopted zero emission transi�on plan Con�ngency List – Local Priori�es •Projects that are not iden�fied in any of the above-referenced plans or studies ATTACHMENT 3 594 2 Screened projects that are highly recommended or recommended will be invited to prepare a full SCAG nomina�on applica�on. Sponsors of projects that are on RCTC’s con�ngency list may s�ll prepare a nomina�on applica�on. Outreach: All outreach ac�vi�es will be documented for repor�ng to SCAG as required. 1. A�er RCTC board approval, issue call for nomina�ons countywide to all eligible recipients including local agencies, transit agencies, and Tribal Governments via email a. RCTC Programming staff will host a minimum of two office hours b. RCTC Programming staff will offer 30-minute consulta�ons with interested eligible recipients 2. Present the call for nomina�ons and associated office hours and consulta�on opportuni�es to RCTC Technical Advisory Commitee (TAC) and RCTC Mul�modal Bi-Monthly Roundtable Mee�ng with transit operators 3. Work with RCTC Community Affairs Manager to connect with Tribal Governments PART B – INVITATION TO APPLY Screened projects that are highly recommended or recommended will be invited to prepare a full SCAG nomina�on applica�on. Nominators of projects that are on the con�ngency list may s�ll submit a nomina�on applica�on. All nomina�on applica�ons will be submited to RCTC for submital to SCAG. SCHEDULE November 20 RCTC TAC presenta�on November 27 RCTC Budget and Implementa�on Commitee presenta�on December 12 Bi-Monthly Roundtable presenta�on December 13 RCTC Commission presenta�on/open call for nomina�ons January 4 SCAG opens Call for Project Nomina�ons January 12 RCTC call for nomina�ons closes February 7 RCTC to no�fy nominators of recommenda�on category March 13 Nominators to submit full project nomina�ons to RCTC for review March 20 RCTC to provide feedback on nomina�ons for nominators to incorporate March 27 Final project nomina�ons due to RCTC March 28 RCTC to submit all Riverside County project nomina�ons to SCAG March 29 SCAG Call for Project Nomina�ons closes April – May SCAG evaluates nomina�ons based on SCAG’s adopted STBG/CMAQ and CRP Guidelines June 6 SCAG Regional Council adopts project lists 595 Page 1 of 5 MEMORANDUM OF UNDERSTANDING BETWEEN THE SOUTHERN CALIFORNIA ASSOCIATION OF GOVERNMENTS AND THE SCAG REGION COUNTY TRANSPORTATION COMMISSIONS This Memorandum of Understanding (“MOU”), is entered into by and between the Southern California Association of Governments (“SCAG”) and Imperial County Transportation Commission, Los Angeles County Metropolitan Transportation Authority, Orange County Transportation Authority, Riverside County Transportation Commission, San Bernardino County Transportation Authority, Ventura County Transportation Commission (collectively, the “CTCs”) to cooperatively determine their mutual responsibilities in carrying out the metropolitan transportation planning and programming responsibilities addressed in the Federal Highway Administration (“FHWA”) and the Federal Transit Administration (“FTA”) Fiscal Year 2022 SCAG Certification Review and December 16, 2022 approval of the California 2023 Federal Statewide Transportation Improvement Program (“FSTIP”). SCAG and the CTCs are individually referred to herein as Party and collectively referred to herein as “Parties.” RECITALS WHEREAS, SCAG is a Joint Powers Agency and the federally designated Metropolitan Planning Organization (“MPO”) for the counties of Imperial, Los Angeles, Orange, Riverside, San Bernardino, and Ventura, primarily responsible for the development of a Regional Transportation Plan/Sustainable Communities Strategy (“RTP/SCS”) for the counties; WHEREAS, in federal fiscal year 2022, the SCAG region received $576 million in federal Surface Transportation Block Grant ("STBG”), Congestion Mitigation and Air Quality (“CMAQ”), and Carbon Reduction Program (“CRP”) funds and expects a similar amount annually in each subsequent year; WHEREAS, to maximize and ensure that those funds continue to flow to the SCAG region, SCAG must address FHWA and FTA Federal Planning Findings (“FPF”) issued in conjunction with the approval of the FSTIP in accordance with 23 CFR 450.220(b); WHEREAS, the FPF verifies that the development of the FSTIP is consistent with the provisions of both the Statewide and Metropolitan transportation planning requirements and documents FHWA and FTA's recommendations for statewide and metropolitan transportation planning improvements; WHEREAS, FHWA and FTA issued the Fiscal Year 2022 SCAG Certification Review and approval of the FSTIP on December 16, 2022; WHEREAS, SCAG adopted STBG and CMAQ guidelines that address the specific findings for the SCAG region, including replacing the historic federal transportation funding suballocations by population or mode to cities and counties with a performance-based approach, modifying the eligibility screening conducted for compliance with Federal program guidance and regulations, ATTACHMENT 4 596 Page 2 of 5 and modifying the project selection process so federally funded transportation projects are selected by SCAG as the MPO; WHEREAS, SCAG has developed a project selection process for STBG/CMAQ funded projects and is developing a project selection process for CRP funded projects that builds and improves on performance-based planning a programming process; and WHEREAS, the Parties seek to enter into this MOU to address the administrative and statutory requirements outlined in the December 16, 2022 FHWA/FTA approval of the 2023 FSTIP. NOW THEREFORE, THE PARTIES AGREE AS FOLLOWS: 1. Recitals The Recitals are incorporated herein by this reference and made a part of the provisions of this MOU. 2. Term The Term of this MOU shall begin on the Effective Date of the MOU and continue in full force until such Party withdraws from this MOU pursuant to Section 7 below or this MOU is terminated by SCAG upon thirty (30) days prior written notice. 3. Responsibilities of the Parties a. SCAG’s Responsibilities: i. Determines the availability of STBG, CMAQ, and CRP funding. ii. Initiate a regional solicitation for project nominations, as applicable. iii. Evaluate project nominations against program criteria and recommend a list of projects for SCAG Regional Council approval. iv. Collaborate with Caltrans, CTCs, local jurisdictions, and transit operators to enhance FTIP Guideline policies and procedures to ensure federal funding requirements and deadlines are met and funds are not lost to the region. v. Prepare and submit annual obligation plans to Caltrans. vi. Monitor and report federal fund obligations, overall federal funding levels, and apportionment and Obligation Authority (OA) balances. vii. Engage in loans with other regions as deemed necessary. viii. Collaborate on project guideline updates as deemed necessary. 597 Page 3 of 5 b. CTC’s Responsibilities: i. Assist in the process by outreaching to eligible project sponsors, conducting an initial screening against the selection criteria, and identifying county-level project priorities. ii. Collaborate with SCAG to assist SCAG with enhancing FTIP Guideline policies and procedures to ensure federal funding requirements and deadlines are met and funds are not lost to the region. iii. Coordinate with project sponsors to provide information to SCAG as needed for OA tracking and reporting in order to ensure OA delivery for the region. iv. Assist project sponsors with the oversight of the obligation process and inactive project list for projects within the county. 4. Amendments No alteration or deviation of the terms of this MOU shall be valid unless made in writing in the form of an MOU amendment and properly executed by the Parties. 5. Indemnification A Party and its officers shall not be responsible for any damage or liability occurring by reason of anything done or omitted to be done by another Party under or in connection with any work, authority or jurisdiction delegated to that other party under this MOU. It is understood and agreed that each Party shall fully defend, indemnify and save harmless the other Parties, their officers, and employees from all claims, suits or actions of every name, kind and description brought for or on account of any damage or injury occurring by reason of anything done or omitted to be done by the indemnifying Party under or in connection with any work, authority or jurisdiction delegated to the indemnifying Party under this MOU. 6. Independent Contractor The Parties shall be independent contractors in the performance of this MOU, and not officers, employees, contractors, or agents of each other. The Parties shall maintain sole and exclusive control over their personnel, agents, consultants, and operations. 7. Termination of MOU A Party may terminate this MOU at any time by giving written notice to the other Parties of such termination at least thirty (30) calendar days before the effective date of such termination. Should one of the CTCs provide written notice to terminate, the remaining CTCs and SCAG may amend the MOU to remove the terminating CTC. 598 Page 4 of 5 8. Execution This MOU, or any amendment related thereto, may be executed in multiple counterparts, each of which shall be deemed to be an original, but all of which shall constitute one and the same agreement. The signature page of this MOU or any amendment may be executed by way of a manual or authorized digital signature. Delivery of an executed counterpart of a signature page to this MOU or an amendment by electronic transmission scanned pages shall be deemed effective as a delivery of a manually or digitally executed counterpart to this MOU or any amendment. 9. Effective Date This MOU shall be effective as of the last date in which the document is executed by the Parties. 10. Entire MOU This MOU, comprised of these terms and conditions and any properly executed amendments, represents and contains the entire agreement of the Parties with respect to the matters set forth herein. This MOU supersedes any and all prior negotiations, discussions and, if any, previous agreements between the Parties. 11. Authority The person executing this MOU on behalf of the Parties warrant that they are duly authorized to execute this MOU on behalf of said Parties, and that by doing so the Parties are formally bound to the provisions of this MOU. 599 Page 5 of 5 IN WITNESS WHEREOF, the Parties have caused this MOU to be executed by their duly authorized representatives as of the dates indicated below: Southern California Association of Governments By: _______________________________________________ _________________ Kome Ajise, Executive Officer Date Imperial County Transportation Commission By: _______________________________________________ _________________ David Aguirre, Executive Director Date Los Angeles County Metropolitan Transportation Authority By: _______________________________________________ _________________ Stephanie N. Wiggins, Chief Executive Officer Date Orange County Transportation Authority By: _______________________________________________ _________________ Darrell E. Johnson, Chief Executive Officer Date Riverside County Transportation Authority By: _______________________________________________ _________________ Anne Mayer, Executive Director Date San Bernardino County Transportation Authority By: _______________________________________________ _________________ Raymond W. Wolfe, Executive Director Date Ventura County Transportation Commission By: _______________________________________________ _________________ Martin R. Erickson, Executive Director Date 600 ATTACHMENT 5 601 602 SCAG CORRECTIVE ACTION FOR FEDERAL FORMULA FUNDS Commission Meeting – December 13, 2023 Jillian Guizado, Planning and Programming Director 1 2 Introduction 3 Available Funds 4 Federal Funding Program Funding Available Region-wide Riverside Target Share STBG (Surface Transportation Block Grant) $130 million $15.34 million (11.8%) CMAQ (Congestion Mitigation Air Quality) $57 million $7.24 million (12.7%) CRP (Carbon Reduction) $88 million Not Applicable $10.56 million?? TOTAL $275 million $33 million?? Recommendation Levels as approved by RCTC Budget & Implementation Committee 5 Level Criteria STBG/CMAQ CRP Highly Recommended •Measure A 10-Year Delivery Plan Groups 1 & 2 50 points 25 points Recommended •Measure A 10-Year Delivery Plan Group 3 •CVAG TPPS •WRCOG TUMF Backbone •Adopted Zero Emission Transition Plan 40 points 15 points Contingency List •Projects not in one of the above plans 20 points 5 points Recommendation Levels as approved by RCTC Budget & Implementation Committee* 6 Level Criteria STBG/CMAQ CRP Highly Recommended •Measure A 10-Year Delivery Plan Groups 1 & 2 •CVAG TPPS Climate Adaptation 50 points 25 points Recommended •Measure A 10-Year Delivery Plan Group 3 •CVAG TPPS •WRCOG TUMF Backbone •Adopted Zero Emission Transition Plan 40 points 15 points Contingency List •Projects not in one of the above plans 20 points 5 points RCTC Process 7 Step 1: Intake Form Step 2: Full nomination application Step 3: Forward nominations to SCAG SCAG Evaluation Criteria 8 Criteria STBG/CMAQ CRP CTC Prioritization 20 – 50 points 5 – 25 points Regional Priorities 0 – 20 points 0 – 20 points Performance Measures: -Location Efficiency -Investment Effectiveness -Mobility & Accessibility -Transportation System -Safety & Public Health Sustainability -Environmental Quality -Environmental Justice -Economic Opportunity 0 – 20 points 0 – 15 points Equity 0 – 10 points 0 – 15 points Air Quality Improvements / Carbon Reduction 0 – 10 points 0 – 25 points Schedule Highlights 9 RCTC open call for nominations RCTC close call for nominations RCTC notify nominators Nominations due to RCTC SCAG approval TODAY - December 13 January 12 February 7 March 27 June 6 Not a Lot to Go Around 10 Budget & Implementation Committee and Staff Recommendations (summarized) 11 1.Approve the RCTC Procedures for SCAG 2024 Call 2.Authorize Executive Director to submit project list 3.Approve entering into MOU with SCAG 4.Authorize Chair or Executive Director to execute MOU QUESTIONS 12 AGENDA ITEM 12 Agenda Item 12 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: December 13, 2023 TO: Riverside County Transportation Commission FROM: Lisa Mobley, Administrative Services Director/Clerk of the Board THROUGH: Anne Mayer, Executive Director SUBJECT: Election of Riverside County Transportation Commission Officers STAFF RECOMMENDATION: This item is for the Commission to: 1) Conduct an election of officers for 2024 – Chair, Vice Chair, and Second Vice Chair. BACKGROUND INFORMATION: Election of Officers In accordance with the Administrative Code, the Commission must annually hold an election of officers at its first meeting in December. The changes will be effective on January 1 of the following year. The officers of the Commission shall consist of the Chair, Vice Chair, and Second Vice Chair. At its October 9, 2013 meeting, the Commission adopted an amendment to the Administrative Code to modify the officer rotation procedure. Rather than requiring the city and county members alternate every year in the officer positions, the new policy requires there be at least one Supervisor and one city councilmember among the three officer positions at all times. For 2023, Bob Magee served as Chair, Lloyd White as Vice Chair, and Karen Spiegel as Second Vice Chair. For 2024, the Second Vice Chair shall be a regular member of the Commission representing either a city or the Riverside County Board of Supervisors. Attachments: 1) List of Past Commission Chairs 2) Administrative Code Excerpt Election of Chair, Vice Chair and Second Vice Chair 603 COMMISSION CHAIRS 2023 Bob Magee City of Lake Elsinore 2022 V. Manuel Perez County of Riverside – District 4 1996 Alex Clifford City of Riverside 2021 Jan Harnik City of Palm Desert 1995 Alex Clifford City of Riverside 2020 Ben J. Benoit City of Wildomar 1994 Corky Larson County of Riverside – District 4 2019 Chuck Washington County of Riverside – District 3 1993 Al Lopez City of Corona 2018 Dana Reed City of Indian Wells 1992 Al Lopez City of Corona 2017 John F. Tavaglione County of Riverside – District 2 1991 Kay Ceniceros County of Riverside – District 3 2016 Scott Matas City of Desert Hot Springs 1990 Kay Ceniceros County of Riverside – District 3 2015 Daryl R. Busch City of Perris 1989 Jack Clarke City of Riverside 2014 Marion Ashley County of Riverside – District 5 1988 Don Baskett City of Hemet 2013 Karen Spiegel City of Corona 1987 Melba Dunlap County of Riverside – District 2 2012 John J. Benoit County of Riverside – District 4 1986 Jean Mansfield City of Riverside 2011 Greg Pettis City of Cathedral City 1985 Susan Cornelison Public Member 2010 Bob Buster County of Riverside – District 1 1984 Susan Cornelison Public Member 2009 Bob Magee City of Lake Elsinore 1983 Roy Wilson City of Palm Desert 2008 Jeff Stone County of Riverside – District 3 1982 Norton Younglove County of Riverside – District 5 2007 Terry Henderson City of La Quinta 1981 Jean Mansfield City of Riverside 2006 Marion Ashley County of Riverside – District 5 1980 Donald Schroeder County of Riverside – District 2 2005 Robin Lowe City of Hemet 1979 Donald Schroeder County of Riverside – District 2 2004 Roy Wilson County of Riverside – District 4 1978 Russell Beirich City of Palm Springs 2003 Ron Roberts City of Temecula 1977 Russell Beirich City of Palm Springs 2002 John Tavaglione County of Riverside – District 2 2001 Will Kleindienst City of Palm Springs 2000 Tom Mullen County of Riverside – District 5 1999 Jack van Haaster City of Murrieta 1998 Bob Buster County of Riverside – District 1 1997 Bob Buster County of Riverside – District 1 604 EXCERPT FROM THE COMMISSION’S ADMINISTRATIVE CODE, ARTICLE III, SECTION B B.ELECTION OF CHAIR, VICE CHAIR AND SECOND VICE CHAIR. The Commission annually, at its first meeting in December, and at such other times as there may be a vacancy in either office, shall elect a Chair who shall preside at all meetings, a Vice Chair who shall preside in the absence of the Chair, and a Second Vice Chair who shall preside in the absence of the Chair and the Vice Chair. The Chair, the Vice Chair, and the Second Vice Chair shall be elected by the Commission at its first meeting in December for a one-year term. The changes will be effective on January 1. The election for each position is as follows: 1.At the start of the agenda item, Commission Board members may nominate one or more regular members to fill the positions of Chair, Vice Chair, and Second Vice Chair. Each nomination must be seconded in order to qualify that member for the election. Only those members nominated and seconded shall be part of the selection process set forth below. 2.If no objections are made, the nominations will be closed when the Chair makes a formal announcement closing the nomination period. 3.If only one nomination is received for a position, the Chair shall call on the Commission’s Board of Director’s to approve the nomination. If more than fifty (50%) percent of the votes cast approve that nominee, the nominee shall be elected and the election for that position shall be consider complete. If the nominee fails to obtain more than fifty percent (50%) of votes cast by the Board, the process for electing a member to the desired position shall begin again from paragraph 1. 4.If two nominations are received for a position, the Chair shall call for the Commission’s Board of Director’s to cast votes for one of the nominees. Both nominees shall be voted on using a single written ballot. If one of the nominees receives more than fifty percent (50%) of the votes cast, that nominee shall be elected and the election for that position shall be considered complete. If the election fails to result in a nominee with more than fifty percent (50%) of the vote, the nominee with the most votes will be placed before the Commission’s Board of Directors for approval. The nominee must be approved by more than fifty percent (50%) of the votes cast by the Board in order to be elected to the desired position. If the nominee fails to obtain more than fifty percent (50%) of the Board’s vote, the process for electing a person to the desired position shall begin again from paragraph 1. 5.If there are more than two nominees, the following steps shall be followed in the order set forth below: (a)The Chair shall call for the Commission’s Board of Directors to cast votes for one of the nominees. All nominees shall be voted on using a single written ballot. If one nominee receives more than fifty percent (50%) of the votes cast that nominee shall be elected and the election for that position shall be considered complete. If the vote fails to result in a nominee receiving more than fifty percent (50%) of the votes cast, the two nominees with the most votes will be placed in a runoff election. ATTACHMENT 2 605 (b) The winning nominee in the runoff election is selected if that nominee receives more than fifty percent (50%) of the votes cast. In that case, the election for that position shall be considered complete. (c) If the runoff election fails to result in a nominee with more than fifty percent (50%) of the vote, the nominee with the most votes will be placed before the Commission’s Board of Directors for approval. (d) If the nominee receives more than fifty percent (50%) of the votes cast, the nominee shall be elected and the election for that position shall be considered complete. (e) If the nominee placed before the Commission’s Board of Directors fails to obtain more than fifty percent (50%) of the votes cast, the process for electing a person to the desired position shall begin again from Paragraph 1, above (f) If there is a tie in any step in the election process and the next step of the process cannot proceed, then one or more tie-breaking votes will occur in which all members of the Commission’s Board of Directors present at the meeting will be allowed to vote again. The winning nominee must receive more than fifty percent (50%) of the votes cast to be elected. At any point the Commission may vote to suspend the vote until a subsequent meeting. If the Chair has been selected prior to the vote to suspend, the new Chair shall be seated when his or her term commences, but shall relinquish his or her seat as the Vice Chair if applicable. If the Chair and Vice Chair have been selected prior to the vote to suspend, the new Vice Chair shall also seated when his or her term commences, but shall relinquish his or he seat as Second Vice Chair, if applicable. The tally of all votes taken by written ballot hereunder shall be read aloud by the Clerk of the Board immediately following the vote. The written ballots shall be retained by the Clerk of the Board as part of the public record of the meeting. The Chair, the Vice Chair, and the Second Vice Chair shall regularly alternate between regular members of the Commission representing a city and a regular member of the Commission who is a member of the Riverside County Board of Supervisors. At all times, at least one of three officer slots – Chair, Vice Chair, or Second Vice Chair – shall be held by a member of the Riverside County Board of Supervisors. During the time in which the Chair is a regular member of the Commission representing a city, either the Vice Chair or the Second Vice Chair, or both, shall be a regular member of the Commission who is a member of the Riverside County Board of Supervisors. During the time in which the Chair is a regular Commission member who is a member of the Riverside County Board of Supervisors, either the Vice Chair or the Second Vice Chair, or both, shall be a regular member of the Commission representing a city in order to ensure the participation of both city and county representatives in leadership positions. 606 RIVERSIDE COUNTY TRANSPORTATION COMMISSION ROLL CALL DECEMBER 13, 2023 Present Absent County of Riverside, District I X  County of Riverside, District II X  County of Riverside, District III X  County of Riverside, District IV X  County of Riverside, District V  X City of Banning  X City of Beaumont X  City of Blythe X  City of Calimesa X  City of Canyon Lake X  City of Cathedral City X  City of Coachella X  City of Corona X  City of Desert Hot Springs X  City of Eastvale X  City of Hemet X  City of Indian Wells X  City of Indio X  City of Jurupa Valley X  City of La Quinta X  City of Lake Elsinore X  City of Menifee X  City of Moreno Valley X  City of Murrieta X  City of Norco X  City of Palm Desert X  City of Palm Springs X  City of Perris X  City of Rancho Mirage X  City of Riverside X  City of San Jacinto X  City of Temecula X  City of Wildomar X  Governor’s Appointee, Caltrans District 8 X  TO: Riverside County Transportation Commission FROM: Lisa Mobley, Administrative Services Director/Clerk of the Board DATE: December 6, 2023 SUBJECT: G.C. 84308 Compliance – Potential Conflict of Interest California Government Code 84308 states a Commissioner may not participate in any discussion or action concerning a contract or amendment if a campaign contribution of more than $250 is received in the past 12 months or 3 months following the conclusion from a bidder or bidder’s agent. This prohibition does not apply to the awarding of contracts that are competitively bid. The Commission’s procurement division asks potential vendors to disclose any contributions made to the campaigns of any Commissioner as part of their submitted bid packets. As an additional precaution, those entities are included below in an effort to give Commissioners opportunity to review their campaign statements for potential conflicts. Please note the entities listed in this memo are not encompassing of all potential conflicts and are in addition to any personal conflicts of interest such as those disclosed on Statement of Economic Interests – Form 700 or prohibited by Government Code Section 1090. Please contact me should you have any questions. Agenda Item No. 6D – Amendment to Project and Construction Manager Services for the Interstate 15/State Route 91 Express Lanes Connector Project Consultant(s): Parsons Transportation Group Inc. Chris A. Johnson, Vice President 3200 East Guasti Road, Suite 200 Ontario, CA 91761 Agenda Item No. 6E – Agreement for Janitorial Services for the Commuter Rail Stations and Toll Facilities Consultant(s): Ultimate Maintenance Services Claudia Solomon, Secretary 4237 Redondo Beach Blvd. Lawndale, CA 90260 Agenda Item No. 6H – Traffic Relief Plan Public Engagement Program Consultant(s): AlphaVu LLC Scott G. Wilkinson, CEO 1100 15th Street NW, 4th Floor Washington, D.C. 20005 RCTC Potential Conflicts of Interest December 6, 2023 Page 2 Agenda Item No. 6K – Riverside County Zero-Emission Bus Rollout Plans and Funding and Implementation Strategy Consultant(s): Center for Transportation and the Environment Dan Raudebaugh, Executive Director 730 Peachtree St. NE Suite 450 Atlanta, GA 30308 Agenda Item No. 8 – Agreement for Project and Construction Management Services for the Interstate 15 Express Lanes Project Southern Extension Consultant(s): Parsons Transportation Group Inc. Chris A. Johnson, Vice President 3200 East Guasti Road, Suite 200 Ontario, CA 91761