Loading...
HomeMy Public PortalAbout07 July 11, 2012 CommissionComments 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. MEETING AGENDA TIME/DATE: 9 :3 0 a.m. / Wednesday, July 11, 201 2 LOCATION: BOARD ROOM County of Riverside Administrative Center 4080 Lemon Street, First Floor, Riverside  COMMISSIONERS  Chair – John J. Benoit First Vice Chair – Karen Spiegel Second Vice Chair – Marion Ashley Bob Buster, County of Riverside John F. Tavaglione, County of Riverside Jeff Stone, County of Riverside John J. Benoit, County of Riverside Marion Ashley, County of Riverside Bob Botts / Don Robinson, City of Banning Roger Berg / Jeff Fox, City of Beaumont Joseph DeConinck / To Be Appointed, City of Blythe Ella Zanowic / Jeff Hewitt, City of Calimesa Mary Craton / Barry Talbot, City of Canyon Lake Greg Pettis / Kathleen DeRosa, City of Cathedral City Steven Hernandez / Eduardo Garcia, City of Coachella Karen Spiegel / Eugene Montanez, City of Corona Scott Matas / Yvonne Parks, City of Desert Hot Springs Adam Rush / Ike Bootsma, City of Eastvale Larry Smith / Robert Youssef, City of Hemet Douglas Hanson / Patrick Mullany, City of Indian Wells Glenn Miller / Michael Wilson, City of Indio Frank Johnston / Micheal Goodland, City of Jurupa Valley Terry Henderson / Don Adolph, City of La Quinta Bob Magee / Melissa Melendez, City of Lake Elsinore Darcy Kuenzi / Wallace Edgerton, City of Menifee Marcelo Co / Richard Stewart, City of Moreno Valley Rick Gibbs / Kelly Bennett, City of Murrieta Berwin Hanna / Kathy Azevedo, City of Norco Jan Harnik / William Kroonen, City of Palm Desert Ginny Foat / Steve Pougnet, City of Palm Springs Daryl Busch / Al Landers, City of Perris Gordon Moller / Scott Hines, City of Rancho Mirage Steve Adams / Andy Melendrez, City of Riverside Andrew Kotyuk / Scott Miller, City of San Jacinto Ron Roberts / Jeff Comerchero, City of Temecula Ben Benoit / Timothy Walker, City of Wildomar Basam Muallem, Governor’s Appointee RIVERSIDE COUNTY TRANSPORTATION COMMISSION www.rctc.org AGENDA* *Actions may be taken on any item listed on the agenda 9:30 a.m. Wednesday, July 11, 2012 BOARD ROOM County of Riverside Administrative Center 4080 Lemon Street, First Floor, Riverside, CA In compliance with the Brown Act and Government Code Section 54957.5, agenda materials distributed 72 hours prior to the meeting, which are public records relating to open session agenda items, will be available for inspection by members of the public prior to the meeting at the Commission office, 4080 Lemon Street, Third Floor, Riverside, CA, and on the Commission’s website, www.rctc.org. In compliance with the Americans with Disabilities Act and Government Code Section 54954.2, if special assistance is needed to participate in a Commission meeting, please contact the Clerk of the Board at (951) 787-7141. Notification of at least 48 hours prior to meeting time will assist staff in assuring that reasonable arrangements can be made to provide accessibility at the meeting. 1. CALL TO ORDER 2 . PLEDGE OF ALLEGIANCE 3 . ROLL CALL 4 . PUBLIC COMMENTS – Each individual speaker is limited to speak three (3) continuous minutes or less. The 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. Riverside County Transportation Commission Agenda July 11, 2012 Page 2 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. 5 . APPROVAL OF MINUTES – JUNE 7 , 2012 6 . PUBLIC HEARING – RIVERSIDE COUNTY TRANSIT SERVICES FUNDING ALLOCATION FOR FISCAL YEAR 2012/13 Page 1 Overview This item is for the Commission to: 1) Conduct a public hearing at the July Commission meeting on the proposed Section 5307 Program of Projects (POP); 2) Approve the FY 2012/13 Federal Transit Administration’s (FTA) Section 5307 and 5311 POP for Riverside County; 3) Approve the FY 2012/13 Local Transportation Fund (LTF) and State Transit Assistance (STA) fund allocations for transit; 4) Direct staff to add projects into the Federal Transportation Improvement Program (FTIP); and 5) Adopt Resolution No. 12-022, “Resolution of the Riverside County Transportation Commission to Allocate State Transit Assistance Funds”. 7 . 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. 8 . 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. 8 A. QUARTERLY FINANCIAL STATEMENTS Page 21 Overview This item is for the Commission to receive and file the Quarterly Financial Statements for the period ended March 31, 2012. Riverside County Transportation Commission Agenda July 11, 2012 Page 3 8 B. REVISED PROCUREMENT POLICY MANUAL Page 28 Overview This item is for the Commission to: 1) Approve the revised Riverside County Transportation Commission Procurement Policy Manual for the procurement and contracting activities undertaken by the Commission, subject to final review by legal counsel as to conformance to state and federal law; and 2) Adopt Resolution No. 12-018, “Resolution of the Riverside County Transportation Commission Regarding the Revised Procurement Policy Manual”. 8 C. 2012 STATE ROUTE 91 IMPLEMENTATION PLAN Page 32 Overview This item is for the Commission to receive and file the 2012 State Route 91 Implementation Plan. 8 D. FISCAL YEARS 2013 -17 MEASURE A FIVE-YEAR CAPITAL IMPROVEMENT PLANS FOR LOCAL STREETS AND ROADS Page 65 Overview This item is for the Commission to approve the FYs 2013-17 Measure A Five-Year Capital Improvement Plans (CIPs) for Local Streets and Roads as submitted. 8 E. 2009 MEASURE A MAINTENANCE OF EFFORT BASE YEAR ADJUSTMENT FOR CITY OF BANNING Page 67 Overview This item is for the Commission to approve the adjustment to the city of Banning’s (Banning) 2009 Measure A Maintenance of Effort (MOE) base year. Riverside County Transportation Commission Agenda July 11, 2012 Page 4 8 F. PROPOSITION 1B STATE-LOCAL PARTNERSHIP PROGRAM FORMULA PROGRAM - COACHELLA VALLEY ASSOCIATION OF GOVERNMENTS’ PROJECT RECOMMENDATIONS Page 70 Overview This item is for the Commission to: 1) Approve programming State-Local Partnership Program (SLPP) formula funds for the following six Coachella Valley projects as submitted by the Coachella Valley Association of Governments (CVAG): • Monterey Avenue interchange loop ramp; • Varner Road/Jefferson Street intersection improvements; • Monroe Street widening and intersection improvements (Avenue 49 to Avenue 52); • Fred Waring Drive median widening (Adams Street to Port Maria Road); • Highway 111 widening and intersection improvements (Cook Street to Hospitality Row); • Highway 111/Washington Street intersection improvements; 2) Authorize staff to submit additional eligible projects or revise funding amounts to the Western and Eastern (per CVAG direction) SLPP candidate projects in the event additional SLPP funds are available through project savings or California Transportation Commission (CTC) formula allocations; and 3) Submit the CVAG SLPP formula projects to the CTC for programming. 8 G. AGREEMENT WITH NINYO & MOORE TO MANAGE AND IMPLEMENT PROPERTY REMEDIATION Page 73 Overview This item is for the Commission to: 1) Approve Agreement No. 12-73-110-00 with Ninyo & Moore to manage and implement the approved Department of Toxic Substances Control Remedial Action Plan for the Liston Aluminum Brick Company property in an amount not to exceed $835,595; and 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. Riverside County Transportation Commission Agenda July 11, 2012 Page 5 8 H. AGREEMENT WITH RBF/BAKER CONSULTING FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE CONSTRUCTION OF THE STATE ROUTE 74 CURVE WIDENING PROJECT Page 97 Overview This item is for the Commission to: 1) Award Agreement No. 12-31-056-00 to RBF/Baker Consulting (RBF) to provide construction management (CM), materials testing, and construction surveying services for the State Route 74 curve widening project, in the amount of $373,223, plus a contingency amount of $37,322, for a total amount not to exceed $410,545; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Authorize the Executive Director to approve contingency work as may be required for the project. 8 I. 2012 UPDATE TO THE COORDINATED PUBLIC TRANSIT -HUMAN SERVICES TRANSPORTATION PLAN Page 151 Overview This item is for the Commission to 1) Approve the update to the Coordinated Public Transit-Human Services Transportation Plan (2012 Coordinated Plan); 2) Authorize staff to prepare the evaluation criteria and application package to support the 2013 Specialized Transit Universal Call for Projects (2013 Call for Projects); and 3) Authorize staff to conduct the 2013 Call for Projects. Riverside County Transportation Commission Agenda July 11, 2012 Page 6 8 J. AGREEMENT WITH SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT TO FUND THE DEVELOPMENT AND DEPLOYMENT OF AN INLAND EMPIRE 511 MOBILE APPLICATION Page 157 Overview This item is for the Commission to: 1) Approve Agreement No. 12-45-089-00 with the South Coast Air Quality Management District (AQMD) for the Commission to receive $100,000 in grant funding for the development and deployment costs of an Inland Empire 511 (IE511) mobile application; and 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. 8 K. FISCAL YEAR 2012/13 AGREEMENTS FOR REGIONAL RIDESHARE SERVICES Page 168 Overview This item is for the Commission to: 1) Approve Agreement No. 12-41-111-00 with the San Bernardino Associated Governments (SANBAG) as part of the Commission’s continuing bi-county partnership with SANBAG to deliver commuter/employer rideshare services, regional ridematching services, and operation of an Inland Empire 511 (IE511) system for FY 2012/13; 2) Approve the following FY 2012/13 agreements for regional ridematching services: • Agreement No. 09-41-075-03, Amendment No. 3 to Agreement No. 09-41-075-00, with the Los Angeles County Metropolitan Transportation Authority (Metro); • Agreement No. 11-41-139-01 and No. 11-41-139-02, Amendment No. 1 and No. 2 to Agreement No. 11-41-139-00, with the Orange County Transportation Authority (OCTA); and • Agreement No. 06-41-082-07, Amendment No. 7 to Agreement No. 06-41-082-00, with the Ventura County Transportation Commission (VCTC) for regional ridematching services; and 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements on behalf of the Commission. Riverside County Transportation Commission Agenda July 11, 2012 Page 7 8 L. AMENDMENT TO THE AGREEMENT WITH THE CALIFORNIA HIGHWAY PATROL TO FUND ADDITIONAL CHP SERVICES Page 188 Overview This item is for the Commission to: 1) Approve Agreement No. 10-45-084-02, Amendment No. 2 to Agreement No. 10-45-084-00, with the California Highway Patrol (CHP) for the addition of one-half of a full-time equivalent CHP officer position for the supervision and operation of a Freeway Service Patrol (FSP) program in Riverside County in the amount of $78,751; and 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. 9 . MOTORIST ASSISTANCE PROGRAM UPDATE Page 194 Overview This item is for the Commission to receive an update for the Motorist Assistance program. 10. MAP-21 FEDERAL LEGISLATIVE UPDATE Page 195 Overview This item is for the Commission to receive an update on federal surface transportation authorizing legislation, “Moving Ahead for Progress in the 21st Century” (MAP-21). 11. ITEM(S) PULLED FROM CONSENT CALENDAR AGENDA 12. COMMISSIONERS / EXECUTIVE DIRECTOR REPORT Overview This item provides the opportunity for the Commissioners and the Executive Director to report on attended meetings/conferences and any other items related to Commission activities. • Report on the American Public Transportation Association (APTA) Rail Conference 2012, by Commissioners Daryl Busch, Greg Pettis, Ron Roberts, and Karen Spiegel. Riverside County Transportation Commission Agenda July 11, 2012 Page 8 13. CLOSED SESSION 13A. CONFERENCE WITH REAL PROPERTY NEGOTIATORS Pursuant to Government Code Section 54956.8 Case Number(s): Case No. RIC 10013327 13B. CONFERENCE WITH REAL PROPERTY NEGOTIATORS Pursuant to Government Code Section 54956.8 Item APN(s) Property Purchaser(s) 1 234-240-011 234-250-016 234-250-018 234-250-024 Steven Walker Communities Steve Berzansky and David Peery, Principals 1 4 . ADJOURNMENT The next Commission meeting and is scheduled to be held at 9:30 a.m., Wednesday , August 8 , 2012, Board Chambers, First Floor, County Administrative Center, 4080 Lemon Street, Riverside. AGENDA ITEM 5 MINUTES RIVERSIDE COUNTY TRANSPORTATION COMMISSION MINUTES Thursday, June 7, 2012 1. CALL TO ORDER The Riverside County Transportation Commission was called to order by Chair John J. Benoit at 9:31 a.m. in the Board Room at the County of Riverside Administrative Center, 4080 Lemon Street, Riverside, California, 92501. 2. PLEDGE OF ALLEGIANCE At this time, Chair Benoit led the Commission in a flag salute. 3. ROLL CALL Commissioners/Alternates Present Commissioners Absent Steve Adams Frank Johnston Roger Berg Marion Ashley Andrew Kotyuk Rick Gibbs Ben Benoit Darcy Kuenzi Douglas Hanson John J. Benoit Bob Magee Scott Hines Bob Botts Scott Matas Jeff Stone Daryl Busch Glenn Miller Bob Buster Ron Roberts Marcelo Co Syed Raza Mary Craton Adam Rush Joseph DeConinck Larry Smith Kathleen DeRosa Karen Spiegel Ginny Foat John F. Tavaglione Berwin Hanna Ella Zanowic Jan Harnik Terry Henderson Steven Hernandez 4. PUBLIC COMMENTS Anne Mayer, Executive Director, explained the equipment in the Board Room was upgraded and asked to provide feedback if there are any technical difficulties. Riverside County Transportation Commission Minutes June 7, 2012 Page 2 Anne Mayer then presented five-year service awards to staff analysts Grace Alvarez and Joe Colayco. 5. APPROVAL OF MINUTES – MAY 9, 2012 M/S/C (Henderson/Kuenzi) to approve the minutes as submitted. 6. PUBLIC HEARING – PROPOSED BUDGET FOR FISCAL YEAR 2012/13 Michele Cisneros, Accounting and Human Resources Manager, presented the proposed Budget for FY 2012/13, noting a revision to the item, and discussed the following areas:  Budget adjustments;  Budget summary;  Funding sources and comparison;  Summary of uses;  Management services;  Regional programs;  Capital program uses;  Capital projects and operations expenditures and highlights;  Functional uses breakdown;  Measure A management services; and  Final steps. Chair Benoit announced the continuance of the public hearing from the May 9 meeting and requested comments from the public at this time. No comments were received from the public and the Chair closed the public hearing. Chair Benoit commended Michele Cisneros for a thorough presentation and budget document. Commissioner Marion Ashley concurred with Chair Benoit’s comment. M/S/C (Ashley/Spiegel) to: 1) Receive input on the proposed Budget for FY 2012/13; 2) Close the public hearing on the proposed Budget for FY 2012/13; and 3) Adopt the proposed Budget for FY 2012/13. Riverside County Transportation Commission Minutes June 7, 2012 Page 3 John Standiford, Deputy Executive Director, presented the Government Finance Officers Association and the Comprehensive Annual Financial Report awards to Michele Cisneros and Theresia Trevino, Chief Financial Officer. 7. ADDITIONS / REVISIONS There was a revision to Agenda Item 6, “Public Hearing – Proposed Budget for Fiscal Year 2012/13”, as previously noted. 8. CONSENT CALENDAR Commissioner Ashley expressed appreciation to Caltrans and Commission staff for Agenda Item 8K, “State Route 60 Truck Climbing/Descending Lane Project – Project Approval and Environmental Document”. Commissioner Karen Spiegel expressed appreciation for Agenda Item 8L, “City of Corona Funding Request for Foothill Parkway”, as this is a critical project for the city of Corona and will provide traffic relief for State Route 91. M/S/C (Henderson/Spiegel) to approve the following Consent Calendar items: 8A. FISCAL YEAR 2010/11 TRANSPORTATION DEVELOPMENT ACT AND MEASURE A AUDIT RESULTS Receive and file the Transportation Development Act (TDA) and Measure A audit results report for the FY 2010/11. 8B. APPROPRIATIONS LIMIT FOR FISCAL YEAR 2012/13 Adopt Resolution No. 12-017, “Resolution of the Riverside County Transportation Commission Establishing the Commission’s Appropriations Limit for Fiscal Year 2012/13”. 8C. ANNUAL INVESTMENT POLICY REVIEW 1) Adopt Resolution No. 12-016, “Resolution of the Riverside County Transportation Commission Regarding the Revised Investment Policy”; and 2) Adopt the Annual Investment Policy. Riverside County Transportation Commission Minutes June 7, 2012 Page 4 8D. QUARTERLY INVESTMENT REPORT Receive and file the Quarterly Investment Report for the quarter ended March 31, 2012. 8E. QUARTERLY SALES TAX ANALYSIS Receive and file the sales tax analysis for Quarter 4 (Q4) 2011. 8F. RECURRING CONTRACTS FOR FISCAL YEAR 2012/13 1) Approve the recurring contracts for FY 2012/13; and 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreements on behalf of the Commission. 8G. AGREEMENT WITH PLANETBIDS FOR ONLINE VENDOR AND BID MANAGEMENT SYSTEM 1) Approve Agreement No. 12-19-091-00 with PlanetBids, Inc. (PlanetBids) for the use of the PlanetBids BidsOnline vendor and bid management system software for a three-year term, and two one-year options to extend the agreement, in an amount not to exceed $65,000; and 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. 8H. STATE ROUTE 91 PROJECT AND CONSTRUCTION MANAGEMENT SERVICES 1) Approve Agreement No. 09-31-081-01, Amendment No. 1 to Agreement No. 09-31-081-00, with Parsons Transportation Group, Inc. (Parsons) to provide additional services for Phase 1 of the SR-91 Corridor Improvement Project (SR-91 CIP) widening and extension of the 91 Express Lanes in the amount of $18,434,545, plus a contingency of $1,850,000, for a total amount not to exceed $20,284,545, and a total authorized contract value of $60,084,545; 2) Authorize the Chair, 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 as may be required for the project. Riverside County Transportation Commission Minutes June 7, 2012 Page 5 8I. ADOPT RESOLUTION NO. 12-021 FOR COMMISSION ELECTION TO HEAR FUTURE RESOLUTIONS OF NECESSITY FOR THE STATE ROUTE 91 CORRIDOR IMPROVEMENT PROJECT AND DESIGNATION OF COMMISSION’S GENERAL COUNSEL Adopt Resolution No. 12-021, “Resolution of the Riverside County Transportation Commission Electing to Hear Future Resolutions of Necessity for the State Route 91 Corridor Improvement Project and Designation of Commission’s General Counsel to Process Resolution of Necessity Packages for the Project”. 8J. STATE ROUTE 91 HIGH OCCUPANCY VEHICLE PROJECT COOPERATIVE AGREEMENT AMENDMENT 1) Reprogram federal Congestion Mitigation and Air Quality (CMAQ) funds from construction savings to cover the increase in Caltrans’ expenditures for the plans, specifications, and estimates (PS&E) related to the State Route 91 high occupancy vehicle (HOV) lanes project; 2) Approve Agreement No. 06-31-062-02, Amendment No. 2 to Agreement No. 06-31-062-00, to increase funding by the amount of $1,225,534 for the PS&E phase for the SR-91 HOV lanes project; and 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. 8K. STATE ROUTE 60 TRUCK CLIMBING/DESCENDING LANE PROJECT – PROJECT APPROVAL AND ENVIRONMENTAL DOCUMENT 1) Agree to sponsor the project approval and environmental document (PA&ED) phase of the State Route 60 truck climbing lane project; 2) Approve the programming of Congestion Mitigation Air Quality (CMAQ) funds in the amount of $3,006,000 for PA&ED; 3) Approve Cooperative Agreement No. 12-31-092-00 with Caltrans for the PA&ED phase for the SR-60 truck climbing lane project; 4) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 5) Authorize the Executive Director, pursuant to legal counsel review, to execute any future non-funding related amendments. Riverside County Transportation Commission Minutes June 7, 2012 Page 6 8L. CITY OF CORONA FUNDING REQUEST FOR FOOTHILL PARKWAY 1) Approve programming $7 million of Western County’s 2009 Measure A Regional Arterial (MARA) funds as local match to $7 million of Proposition 1B State-Local Partnership Program (SLPP) formula funds for the city of Corona’s (Corona) Foothill Parkway westerly extension project; 2) Submit the Foothill Parkway project nomination forms for SLPP funding of $7 million to the California Transportation Commission; 3) Approve Agreement No. 12-72-093-00 with Corona to program $7 million in MARA funds; 4) Approve reprogramming approximately $7 million of TUMF regional arterial funds from Foothill Parkway right of way phase to the construction phase; 5) Approve Agreement No. 06-72-540-03, Amendment No. 3 to Agreement No. 06-72-540-00, with Corona to reflect the reprogramming of right of way savings to construction; and 6) Authorize the Chair, pursuant to legal counsel review, to execute the agreements. 8M. FISCAL YEAR 2012/13 – FISCAL YEAR 2014/15 SHORT RANGE TRANSIT PLANS Review and approve, in concept, the FY 2012/13 - FY 2014/15 Short Range Transit Plans (SRTPs) for the cities of Banning, Beaumont, Corona, Riverside, Palo Verde Valley Transit Agency (PVVTA), Riverside Transit Agency (RTA), SunLine Transit Agency (SunLine), and the Commission’s Commuter Rail Program, as presented. 8N. FISCAL YEAR 2012/13 SB 821 BICYCLE AND PEDESTRIAN FACILITIES PROGRAM FUNDING RECOMMENDATIONS Approve the FY 2012/13 SB 821 Bicycle and Pedestrian Facilities Program recommended funding of $1,389,433. 8O. FISCAL YEAR 2012/13 MEASURE A COMMUTER ASSISTANCE BUSPOOL SUBSIDY FUNDING CONTINUATION REQUESTS 1) Authorize payment of $1,645/month maximum subsidy per buspool for the period July 1, 2012 to June 30, 2013, to the existing Corona, Mira Loma, and Riverside buspools; and 2) Require subsidy recipients to meet monthly buspool reporting requirements as supporting documentation to receive payments. Riverside County Transportation Commission Minutes June 7, 2012 Page 7 8P. CITY OF LA QUINTA’S AMENDED BICYCLE TRANSPORTATION PLAN This item is for the Commission to approve the city of La Quinta’s (La Quinta) amended Bicycle Transportation Plan (BTP) as submitted. 8Q. IOWA AVENUE GRADE SEPARATION PROJECT Allocate $500,000 in federal Congestion Mitigation Air Quality (CMAQ) funds to the city of Riverside (Riverside) to provide a match, if needed, in support of the Iowa Avenue grade separation project. 9. PROPOSED METROLINK BUDGET FOR FISCAL YEAR 2012/13 Sheldon Peterson, Rail Manager, stated Gray Crary, Chief Strategy Officer, and Nancy Weiford, Chief Financial Officer, are available for questions and to provide expert resources. He then presented the proposed FY 2012/13 Metrolink Budget, highlighting the following areas:  Operating Budget for FY 2012/13;  Service expansion for FY 2012/13;  Fare increase;  Metrolink update; and  Commission impacts. Commissioner Adam Rush expressed appreciation for Sheldon Peterson’s presentation and asked if there was data available on the ridership impacts specifically related to the fare increase from last fiscal year as well as public outreach. Sheldon Peterson replied there was no fare increase last fiscal year. Southern California Regional Rail Authority (SCRRA) prepared extensive analysis to show the ratio of fare increases and ridership, which is minimal, and the Metrolink Board supports the fare increase. Additionally, Metrolink’s staff conducted extensive public outreach. At Commissioner Ron Roberts’ request, Sheldon Peterson provided additional information on the Tier IV locomotives including reliability, rehabilitation, emissions, availability, and funding. In response to Anne Mayer’s question regarding Tier IV costs, Gray Crary replied the cost is $116 million. He explained in February, the Metrolink Board adopted a fleet plan that included components of useful life improvements. The Tier IV locomotive upgrades include 30 locomotives of Metrolink’s fleet of 52 locomotives. Riverside County Transportation Commission Minutes June 7, 2012 Page 8 In response to Chair Benoit’s question regarding Tier IV locomotives currently in service, Mr. Crary stated there are Tier IV locomotives in service, particularly in transfer service at the Ports of Los Angeles and Long Beach. He discussed the operations and differences of these Tier IV locomotives. The request for proposal (RFP) to upgrade part of Metrolink’s fleet to Tier IV will be available at the end of June 2012 to prequalify manufacturers and tie the procurement with the application to the South Coast Air Quality Management District (AQMD) for funding. In response to Commissioner Terry Henderson’s question regarding subsidy per rider, Sheldon Peterson replied Metrolink calculates that figure, however, due to the approved fare increase, that figure needs to be recalculated. He will report back to the Commission when the figure becomes available. Anne Mayer added Metrolink farebox recovery is typically in the over 45 percent range. She stated from a subsidy standpoint, the Commission subsidizes the Metrolink system on a percentage basis much less than the Commission does for bus service as bus service farebox recovery is under 20 percent. Commissioner Spiegel briefed the Commission on the public hearings for the fare increase and then discussed the matter of the Tier IV upgrade and the importance of obtaining funding from the South Coast AQMD. Mr. Crary stated Metrolink submitted an application to the South Coast AQMD for $52 million for Tier IV locomotives and provided the structure of the RFP. M/S/C (Busch/Adams) to: 1) Adopt the preliminary FY 2012/13 Southern California Regional Rail Authority (SCRRA) operating and capital budget with anticipation of a 5 to 9 percent fare increase; 2) Approve the additional Inland Empire Orange County (IEOC) service with an additional peak period round trip and expanded year round weekend service; and 3) Allocate the Commission’s funding commitment to the SCRRA in an amount not to exceed of $7,575,300 in Local Transportation Fund (LTF) funds for train operations and maintenance of way plus a contingency of $2,424,700 in LTF funds for new service options and $250,000 for capital projects to be funded by State Transit Assistance funds (STA). Riverside County Transportation Commission Minutes June 7, 2012 Page 9 10. STATE ROUTE 91 DESIGN-BUILD PROCUREMENT Michael Blomquist, Toll Program Director, presented the SR-91 design-build procurement, highlighting the following areas:  Benefits of best value design-build strategy;  Design-build authority – SB X2 4 (Cogdill) and AB 2098 (Miller);  Two-step design-build procurement;  Industry review;  Factors for selection;  Who evaluates and recommends approval;  Proposal evaluation – Goal: Fair Competition;  Selection formula: Highest score wins, schedule adjustments, and example;  Best and final offer;  Proposal stipends: What, why, when, and how much;  Commission approvals; and  Procurement schedule. At this time, Commissioners Ginny Foat and John Tavaglione left the meeting. At Commissioner Henderson’s request, Michael Blomquist provided details regarding the development of the RFP, including the involvement of the consultant advisory team. In response to Commissioner Spiegel’s concern regarding the amount of the stipend and how it may impact the response to the RFP, Michael Blomquist stated staff met with three of the four teams and staff will meet with the fourth team on June 8. The teams’ input is very topical and each of the three teams consistently stated the Commission’s stipend is too low, which staff expected. He explained the stipend is at the lower end of the range and understanding the purpose of industry review, the proposers are attempting to influence the content of the RFP. He then discussed the competitive bidding environment for the design-build level of projects, including the Interstate 215 Devore project. In response to Commissioner Spiegel’s question that 0.08 percent stipend is competitive, Michael Blomquist concurred. Commissioner Henderson asked if Commissioner Spiegel was suggesting an increase to the stipend amount. Riverside County Transportation Commission Minutes June 7, 2012 Page 10 Commissioner Spiegel expressed concern that if the stipend is too low, it may exclude qualified proposers and the Commission’s desire is to build the best project. Chair Benoit requested Anne Mayer to comment and asked if the stipend could be increased at a future point if appropriate. Anne Mayer replied the Commission can choose to increase the stipend as the RFP will be released in its final form in July 2012. There will be a series of meetings between July and October where there will be opportunities to speak with the proposers and staff can issue a final addendum in December. She recommended the Commission approve the $650,000 stipend as recommended or provide additional discretion. In response to Chair Benoit’s question, Michael Blomquist replied a team dropping out would not necessarily be due to a single issue. He stated as far as knowing when a proposer may drop out, he does not have a definitive answer as it is up to each team. Anne Mayer noted for the I-215 Devore project, the teams that dropped out did so close to the deadline so there was no time to consider any adjustments. She expressed the Commission does not want the stipend to be the deciding factor for any of the proposers. Commissioner Bob Magee expressed support for staff’s recommendation and made the motion to approve. Commissioner Spiegel suggested amending staff’s recommendation and add discretion for staff to increase the stipend if necessary. Commissioner Magee stated he would not support this addition to staff’s recommendation. Chair Benoit suggested maintaining staff’s recommendation. Commissioner Darcy Kuenzi concurred with Commissioner Magee’s motion and suggested if there is a need to revisit the stipend amount, it could be done at a committee or ad hoc committee. Steve DeBaun, legal counsel, stated if this is an action taken by the Commission, no other committee or ad hoc committee has separate authority to amend this action. Riverside County Transportation Commission Minutes June 7, 2012 Page 11 M/S/C (Magee/Adams) to: 1) Authorize staff, subject to approval by the California Department of Transportation (Caltrans) and the Federal Highway Administration (FHWA), to issue a request for proposal (RFP) and future addenda for design-build services in accordance with Public Contract Code sections 6800 et seq. for the State Route 91 Corridor Improvement Project (SR-91 CIP) to the four pre-qualified design-build teams; 2) Approve the selection criteria and process for selection of the pre-qualified firm providing the best-value to the Commission, otherwise known as apparent best value (ABV) proposer; 3) Authorize the Executive Director to select the three top-ranked ABV Proposers for design-build services, based on the criteria and selection procedures identified in the RFP and any addendum(s) thereto, and subsequently to conduct limited negotiations with the top-ranked ABV proposer; 4) Authorize the Executive Director or designee to negotiate with the second-ranked ABV proposer if negotiations fail with the top-ranked ABV proposer and with the third-ranked ABV proposer should negotiations fail with both the top-ranked and second-ranked ABV proposers; 5) Authorize the Executive Director to issue a request for a best and final offer (BAFO) to the proposers if found to be in the best interests of the Commission, to make changes to the RFP, solicit BAFOs from proposers, evaluate revised proposals, select an ABV proposer, negotiate with the top-ranked proposer and second and third-ranked if necessary, and make a recommendation of contract award based upon the revised proposals in accordance with 23 CFR Part 636; 6) Authorize the Executive Director to return to the Commission with a recommendation to award a contract for design-build services. The recommendation shall be accompanied by a written decision supporting the recommendation and stating the basis for the award; 7) Authorize the Executive Director to pay a stipend to unsuccessful proposers that meet the RFP criteria for stipend payment up to $650,000 per unsuccessful proposers or a total not to exceed of $2.6 million for all unsuccessful proposers after final action by the Commission on the RFP; and Riverside County Transportation Commission Minutes June 7, 2012 Page 12 8) Approve and find, based on the facts set forth in the staff report, that particular materials, products, or services that are elements of the proposed design-build services for the SR-91 CIP are to be designated in the RFP by specific brand names or trade names to match and be interoperable with other products used by the Commission and other related facilities as authorized by Public Contracts Code, section 3400(c). At this time, Commissioner Ashley and Chair Benoit left the meeting. Vice Chair Spiegel assumed the chair for the remainder of the meeting. 11. RCTC 91 EXPRESS LANES TOLL POLICY Michael Blomquist presented the RCTC 91 Express Lanes Toll Policy (Toll Policy). Steve Abendschein, Stantec, explained the process to develop the proposed Toll Policy, including the differences between the OCTA Toll Policy monitoring process and the Commission’s proposed enhanced toll policy monitoring process. At this time, Commissioners Steve Adams and Bob Buster left the meeting. Commissioner Henderson expressed appreciation for the thorough presentation, however, she expressed concern that the toll formulas are confusing. She stated there must be a simpler way of reaching a finite figure so constituents, drivers, and the Commissioners understand it and does not support this item. Commissioner Andrew Kotyuk expressed support for the Toll Policy and its methodology. He then suggested the Commission include an inflation rider. Michael Blomquist explained the OCTA policy for the peak periods does not use inflation to increase the toll rates as the traffic dictates the rate. For the off peak periods, OCTA increases the rates annually based on an inflation rate. He stated in the Commission’s proposed policy, there would be no annual adjustment by inflation rates as supply and demand for the lanes would through those formulas result in the prices going up or down based on the volume in the lanes. The only inflation factor that is needed is for the holiday schedule. Riverside County Transportation Commission Minutes June 7, 2012 Page 13 Steve Abendschein added there is an inflation adjustment built in for rates that are not increased so if the category remains consistent period after period, it will be adjusted by inflation at the end of the year by a review of regional cost of living adjustment and a weighted average between CPI and other economic metrics that are judged regionally. Anne Mayer stated the Commission has the ability to modify the policy as the development of the project moves forward. Anne Mayer acknowledged Commissioner Henderson’s concern and stated one of the reasons the Toll Policy is set up to be an automated decision tree is so that users and others know exactly what determines a toll rate increase. The Commission has a flow chart that can be used to demonstrate the objectivity and criteria to change the toll rates. She suggested staff can meet with the Commissioners individually to discuss this matter in depth about the Toll Policy, how it has been crafted, and the customer results from OCTA’s surveys. Commissioner Henderson expressed serious concern about the Commission’s approach to manage each individual hourly toll rate. She stated that while she understands the Commission’s need to cover its costs and that excess revenue will return to the corridor for further improvements, she recommended a simpler toll rate schedule such as one rate for peak hours and another rate for off peak hours, similar to the part-time high occupancy vehicle lane schedule, with an average inflation rate. Anne Mayer stated she understands and appreciates Commissioner Henderson’s comments. She expressed this enhanced Toll Policy is being recommended to ensure the Commission has a project that is financially feasible, and there is a project that the Commission can pay to build, operate, and maintain over the life of the project. She discussed the future excess revenue and managing the demand on the corridor. In response to Commissioner Jan Harnik’s question regarding the number of toll rates and the communications with drivers regarding the toll rates, Steve Abendschein stated the policy creates a uniform system to minimize the number of different rates, starting with six rate categories, which are anticipated to grow over time. Michael Blomquist added the toll rates are published in various areas and the rates only change at maximum once a quarter. Vice Chair Spiegel referred to Commissioner Henderson’s comments and stated regular commuters learn the rate structure and peak periods and begin to make educated decisions about their travel. Riverside County Transportation Commission Minutes June 7, 2012 Page 14 Commissioner Darcy Kuenzi stated it is a commuter’s choice to utilize the toll lanes. She commended staff for its development process for the Toll Policy and discussed applications being developed for mobile devices to help commuters utilize toll lanes more effectively. She expressed support for the staff recommendation. M/S/C (Busch/Kotyuk) to: 1) Adopt Resolution 12-019, “Resolution of the Riverside County Transportation Commission Regarding the RCTC 91 Express Lanes Toll Policy”; and 2) Adopt the Riverside County 91 Express Lanes Extension Investment Grade Study (Traffic and Revenue Study). No: Henderson and Hernandez At this time, Commissioner Ella Zanowic left the meeting. 12. ITEM(S) PULLED FROM CONSENT CALENDAR There are no items pulled from the Consent Calendar. 13. COMMISSIONERS/EXECUTIVE DIRECTOR’S REPORT 13A. Vice Chair Spiegel announced she attended the Transportation Foundation luncheon and the Commission received the Operational Efficiency Program of the Year for the Inland Empire Transportation Management. 13B. Anne Mayer announced:  The California Transportation Commission allocated approximately $114 million for the I-215 Central widening project from Scott to Nuevo Roads;  The Van Buren Interchange project ground breaking ceremony is scheduled for June 8; and  Welcomed and introduced William Von Klug, Right of Way Manager, for the Commission. At this time, Commissioners Kathleen DeRosa, Ron Roberts, and Syed Raza left the meeting. Riverside County Transportation Commission Minutes June 7, 2012 Page 15 14. CLOSED SESSION 14A. CONFERENCE WITH LEGAL COUNSEL Existing Litigation Pursuant to Section 54956.9(a) Case Number(s): Case No. RIC 10013326, RIC 10013327, and RIC 1113896 14B. CONFERENCE WITH LEGAL COUNSEL Pursuant to Government Code Section 54956.8 Agency Negotiator: Executive Director or Designee Property Owners: See the List Below Item APN(s) Property Owner(s) 1 327-200-001 327-020-009 Intex Properties Perris Valley, L.P. 2 311-100-021 County of Riverside 3 313-114-005 American Legion Perris Post 595 4 313-114-001 Jorge A. Caldera Jorge A. and Maria Alcantar 5 310-150-002 Orlando and Matilde Sanchez 6 313-282-048 Apolinar and Florinda Sanchez 7 313-272-009 Pentecostal Church of God 8 310-140-019 Arturo and Isabel Munoz Sal and Frances Gonzalez 9 310-160-065 Richard and Marianne Stamper 10 247-170-024 Chapman Brothers Partnership 11 251-032-004 City of Riverside 12 251-060-016 251-070-006 Riverside City School District Commissioner Kotyuk recused himself from Closed Session Item 14A, Case No. RIC 1113896. Commissioner Daryl Busch recused himself from Closed Session Item 14B. There were no announcements from the Closed Session items. Riverside County Transportation Commission Minutes June 7, 2012 Page 16 15. ADJOURNMENT There being no further business for consideration by the Riverside County Transportation Commission, the meeting was adjourned at 12:07 p.m. The next Commission meeting is scheduled to be held at 9:30 a.m., Wednesday, July 11, 2012, in the Board Room, at the County of Riverside Administrative Center, 4080 Lemon Street, Riverside, California. Respectfully submitted, Jennifer Harmon Clerk of the Board AGENDA ITEM 6 PUBLIC HEARING Agenda Item 6 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Josefina Clemente, Transit Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Riverside County Transit Services Funding Allocation for Fiscal Year 2012/13 BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Conduct a public hearing at the July Commission meeting on the proposed Section 5307 Program of Projects (POP); 2) Approve the FY 2012/13 Federal Transit Administration’s (FTA) Section 5307 and 5311 POP for Riverside County; 3) Approve the FY 2012/13 Local Transportation Fund (LTF) and State Transit Assistance (STA) fund allocations for transit; 4) Direct staff to add projects into the Federal Transportation Improvement Program (FTIP); and 5) Adopt Resolution No. 12-022, “Resolution of the Riverside County Transportation Commission to Allocate State Transit Assistance Funds”. BACKGROUND INFORMATION: The Commission maintains its immediate focus by providing basic mobility services to county residents and commuters, improving the quality and cost effectiveness of the county’s transit system, maximizing ridership potential and sustaining on-going service coordination efforts. Through the annual Short Range Transit Plan (SRTP) process, transit operating and capital subsidies consisting of federal, state, and local revenues are allocated to eight transit operators providing public transportation in Riverside County. At its June 7 meeting, the Commission approved in concept the FY 2012/13 – FY 2014/15 SRTPs for the cities of Banning, Beaumont, Corona, and Riverside; the Commission’s Commuter Rail Program; Palo Verde Valley Transit Agency (PVVTA); Riverside Transit Agency (RTA); and SunLine Transit Agency (SunLine). The approved SRTPs identify each agency’s operating and capital needs and funding sources providing the basis for 1 Agenda Item 6 the Commission’s oversight activities to ensure compliance with federal regulations, the Transportation Development Act (TDA), state law, and Commission-adopted guidelines and policies. In January 2012, the Commission received information on the FY 2012/13 revenue projections, which indicated an increase of approximately 8 percent in both LTF and Measure A funding compared to the FY 2011/12 original estimates. The California State Controller’s office also released the STA preliminary allocation estimates for the region for FY 2012/13 providing a second year continuation of STA funding for transit since the temporary allocation freeze in 2010 and 2011. Recently, Caltrans and California Emergency Management Agency (Cal EMA) also started distributing partial Proposition 1B funding for transit based on available proceeds from the most recent bond sale. With these recent gains in transit revenues, public operators are able to continue implementing the planned capital procurements that have been placed on hold during the recession period. However, the progress in the local economic outlook cannot allow the Commission to discontinue the current conservative management of transit funds in Riverside County. There is a need to continue these practices to ensure that bus and rail services in the county are operating in a cost-effective and efficient manner in order to sustain and improve current service and avoid any further cuts in transit provision. SRTP Financial and Ridership Overview Approximately $372 million in total funding is required to support the operating and capital requests for the provision of Riverside County transit services. The following table provides an overview of the total operating and capital costs together with projected ridership levels by apportionment area. 2 Agenda Item 6 Despite a lagging economy that remained constrained and unstable, FY 2011/12 is showing an all-time ridership record of about 17 million passengers in Riverside County, an increase of 7 percent over FY 2010/11. Likewise, the funding plan for FY 2012/13 as shown in Attachment 4 is projected to generate 17.3 million in ridership, slightly 1.7 percent higher than the ridership forecast for FY 2011/12. Funding levels for next year’s transit operations reflect a systemwide increase of 7.8 percent in total operating expenses and a substantial jump of 122 percent in capital expenditures mainly due to expenses associated with the completion of preliminary engineering and final design, right of way acquisition and completion of environmental assessment for the Perris Valley Line (PVL) extension project funded with a combination of federal Section 5309, Congestion Mitigation and Air Quality (CMAQ), State Transportation Improvement Program (STIP) and Measure A funds. RTA is continuing to implement a major vehicle purchase of heavy duty buses funded with a combination of state, local and federal sources including available local fund reserves. FY 2012/13 Operating and Capital Costs To implement the SRTPs for FY 2012/13, the request is to utilize approximately $110 million for operating and $227 million for capital in addition to the $35 million share from Los Angeles Metropolitan Transportation Authority (Metro), Orange County Transportation Authority (OCTA), and San Bernardino Associated Governments (SANBAG) to leverage the Commuter Rail Program. The chart below provides an overview of the operating and capital costs by funding source required to support the county’s transit operations. Expense Type Bus Rail Operating 66,108,182$ 20,655,900$ 22,276,993$ 885,799$ 109,926,874$ Capital 21,008,448 202,672,276 2,734,038 336,728 226,751,490 Total (Operating & Capital)87,116,630$ 223,328,176$ 25,011,031$ 1,222,527$ 336,678,364$ Leverage of Commuter Rail Funds*35,035,200$ 35,035,200$ GRAND TOTAL 87,116,630$ 258,363,376$ 25,011,031$ 1,222,527$ 371,713,564$ FY 2012/13 Projected Ridership 9,455,179 3,175,076 4,636,918 44,459 17,311,632 * LA Metro, OCTA & SANBAG's share and passenger fare revenues for Commuter Rail expenses Western Riverside Coachella Valley Palo Verde Valley Total FY 2012/13 Operating, Capital and Ridership Projections 3 Agenda Item 6 Of the $372 million operating and capital costs identified in the chart, approximately $67.5 million (18 percent) is funded by: • Passenger fares – $37 million; • Commuter rail member agencies’ revenue share – $19 million; • Carryover funds – LTF/5307/5309/5316 and 5317/CMAQ/Transportation Uniform Mitigation Fees – $8.8 million; and • Miscellaneous other revenues – bus shelter advertising, general fund contributions, Transportation Reimbursement and Information Project revenue, Southern California Regional Rail Authority pass-through funds for security guards, pass-through funds from Measure A Western County Commuter Assistance funds for the Perris Station Transit Center, compressed natural gas sales, CalPERS reimbursement, and interest income – $2.7 million. The remaining balance of approximately $304 million (82 percent) consists of federal, state, and local funds, including Proposition 1B, CMAQ and STIP funds that are primarily allocated through Commission action. TDA (LTF & STA Funds), $72,655,630 , 20% Measure A, $50,227,640 , 13% Federal Formula Funds (Sec 5307 & 5311), $19,702,324 , 5% Federal - Discretionary Funds (Sec 5309), $73,376,000 , 20% Proposition 1B (Capital+Security), $2,011,382 , 1% CMAQ & STIP Funds, $85,069,000 , 23% Sec 5316 & 5317, $1,083,315 , less than 1% Passenger Fares, $37,059,203 , 10% Other Revenues, $2,697,840 , 1% Add'l Rail Operating Subsidy paid by SANBAG, OCTA & LA Metro, $19,060,000 , 5% Carryover Funds (LTF/5307/5309/Sec 5316 & 5317/TUMF/CMAQ), $8,771,230 , 2% RIVERSIDE COUNTY: FY 2012/13 OPERATING and CAPITAL COSTS 4 Agenda Item 6 Transportation Development Act Funding A mainstay of funding for transit programs in California is provided by TDA, which provides two funding sources – LTF and STA for transit capital, operations, and planning. The LTF funds are generated by a quarter cent of the statewide retail sales tax collected in each county. The State Board of Equalization returns the sales tax revenues to the county of Riverside where it is held until the Commission provides written allocation instructions for disbursement. It is estimated that LTF revenue for transit services for FY 2012/13 will be $56,840,490, reflecting a 7.7 percent increase compared to the original projected amount for FY 2011/12, and is consistent with the revenue projection provided at its January 2012 Commission meeting. STA funding is derived from sales tax on gasoline and diesel fuel. Fifty percent of STA funds are allocated according to population and the other fifty percent is allocated according to the ratio of fare revenues generated in each area during the prior fiscal year. For Riverside County, there is approximately $24.7 million in STA unallocated reserve funds projected at the end of FY 2011/12. Additional revenues of $12.8 million are anticipated in FY 2012/13 for a total available amount of $37.5 million. About $7.7 million of this fund balance will be utilized by county transit operators for various capital projects in FY 2012/13. Prior to approving the STA allocations, the Commission must adopt the attached resolution as specified in the TDA statutes and California Code of Regulations. In March 2010, the Commission adopted a revised policy requiring all operators to spend down existing capital balances prior to requesting additional funds. In order for the public transit operators to claim LTF and/or STA funds, the Commission must allocate funds to support the transit services and capital projects contained in the FY 2012/13 SRTPs. The requested allocations need to be consistent with the approved SRTPs, and the funds are explicitly for the projects stated in the approved plans. Attachment 3 outlines the TDA allocations for FY 2012/13 requested by each operator. Measure A Funding Another primary source of funding for transit comes from Measure A – the half cent sales tax transportation initiative in Riverside County. The public transit programs in Western County and Coachella Valley provide funding for commuter rail, public bus and specialized transit, and intercity bus services. About 13 percent of the FY 2012/13 proposed operating and capital spending plan will be covered by Measure A funds. Measure A amounts programmed for public transit are outlined as follows: 5 Agenda Item 6 Measure A Requested Funds Agency Amount Commuter Rail $ 43,052,000 RTA 2,675,640 SunLine 4,500,000 Total $ 50,227,640 Proposition 1B Funding Proposition 1B approved by California voters in November 2006, authorizes the sale of $20 billion in state general obligation bonds for transportation purposes. Sale of the bonds is subject to annual appropriations in the state budget and is expected to be spread across several fiscal years. Bond proceeds are to fund various transportation programs, including the Proposition 1B Public Transportation, Modernization, Improvement, and Service Enhancement program administered by Caltrans and the California Transit Security Grant Program managed by Cal EMA. For FY 2011/12, Riverside County was appropriated approximately $1.8 million in Proposition 1B Security funds. About $44.6 million in Proposition 1B Capital funding was also appropriated to the region to cover a three-year spending plan for FY 2010/11 – FY 2012/13. Although each region is guaranteed a share of Proposition 1B funds by formula, these funds will be distributed as bonds are sold. Recent release of Proposition 1B funds in May 2012 from Caltrans included about $16.3 million awarded to some transit agencies in Riverside County for various capital projects. Outlined below are amounts of Proposition 1B funds programmed by agencies for FY 2012/13: Proposition 1B Agency Capital Security City of Corona $ 217,497 $ — City of Riverside 979,650 47,545 Commuter Rail — 350,248 SunLine — 394,714 PVVTA — 21,728 Total $ 1,197,147 $ 814,235 The Proposition 1B program does not require agencies to provide matching funds. The city of Corona programmed its Proposition 1B FY 2009/10 capital allocation to purchase a new reservation and dispatch system. The city of Riverside partially programmed its FY 2011/12 funds to procure six dial-a-ride replacement vehicles and the remaining funds including previous FY 2009/10 funding will be spent to modernize and expand its operations facility. Approximately $350,000 in 6 Agenda Item 6 Proposition 1B Security funds are programmed by the Commission’s Commuter Rail for station surveillance and security upgrades. SunLine, PVVTA, and the city of Riverside will use approximately $464,000 for transit stop enhancements and various security projects. FY 2012/13 Federal Funds Section 5307 Formula Funds FTA’s Section 5307 funds are provided to urbanized areas, as identified by the Census Bureau, with a population of 50,000 or more. These federal funds are allocated by formulas to each of the four urbanized areas (UZA) in Riverside County, namely: • Riverside/San Bernardino; • Hemet/San Jacinto; • Temecula/Murrieta; and • Indio/Cathedral City/Palm Springs. The Commission must develop and approve a POP for each UZA and conduct a public hearing prior to an operator submitting its Section 5307 grant application to FTA. If the draft POP is not amended through the public hearing process, the POP will become final as presented and will be included in an approved RTIP, which is subsequently forwarded to the Southern California Association of Governments (SCAG) for review and processing. Attachment 2 shows the proposed Section 5307 POP for Riverside County. Requested Section 5307 funds by operator are shown below: FY 2012/13 Section 5307 Requested Funds Agency Amount City of Riverside $ 336,000 RTA 14,079,287 SunLine 4,596,263 Total $ 1 9,011,550 The actual Section 5307 apportionments for FY 2012/13 will not be known until later this calendar year when final appropriations are made by Congress. The POP was developed at the highest anticipated funding amount based on actual available apportionments for FY 2011/12. This will allow the operators to proceed with the grant applications and to avoid delays associated with program amendments should the actual apportionments come in lower than estimated. Any excess funds will be carried over to the subsequent fiscal year and will be made available to cover future projects. 7 Agenda Item 6 Section 5309 Discretionary Funds–New Starts and Fixed Guideway Modernization FTA Section 5309 New Starts funding is used for building new rail, bus rapid transit, or extensions to existing systems. These funds are extremely competitive and funds are earmarked directly by Congress. For FY 2012/13, the Commission’s Commuter Rail will be programming approximately $73 million in Section 5309 New Starts funds and $336,000 in Fixed Guideway Modernization funds that were previously awarded and accumulated during the last three years. These Section 5309 earmark funds will be used toward engineering and construction of the PVL project and for the Commuter Rail Five-Year Rehabilitation program. The projects must be included in an approved RTIP before the operators can access these funds. FY 2012/13 Section 5309 Earmark Agency Amount Commuter Rail 73,376,000 Total $ 73,376,000 Section 5311 Funds Federal transit funding for rural areas is provided through the FTA Section 5311 Nonurbanized Area Formula Program. Administered by Caltrans, a majority of these funds are passed through to counties based on a population formula. Any remaining funds are awarded in a statewide discretionary program for rural capital projects and intercity bus programs. The financial plan for this year’s program assumes the same funding level as in FY 2011/12 for transit operations since the actual apportionments will not be known until the final appropriations are released. This year’s program allocates $690,774 in formula funds for Riverside County, of which 61.7 percent will be allocated to RTA and 38.3 percent for SunLine. The 61.7 percent/38.3 percent formula was approved by the Commission in 1987, and was based on the level of service each agency operated in the non-urbanized areas of the county. As in previous years, both RTA and SunLine identified the use of Section 5311 formula funds for operating. The Commission must develop and approve a Section 5311 POP before grants are approved. FY 2012/13 Section 5311 Requested Funds Agency Amount Percent Allocation RTA $ 426,208 61.7 percent SunLine 264,566 38.3 percent Total $ 690,774 100.0 percent 8 Agenda Item 6 Section 5316 & 5317 Formula Funds Two federal programs, namely Section 5316 – Job Access Reverse Commute (JARC) and Section 5317 – New Freedom (NF), were established to meet the transportation needs of the low-income population, welfare recipients, and persons with disabilities. All projects funded under this program must be derived from a locally-developed, coordinated public transit-human services transportation planning process. Under the 2011 Specialized Transit Universal Call for Projects, RTA, SunLine, and PVVTA were awarded federal JARC and NF funds intended for programming for FY 2011/12 and FY 2012/13 specialized transit operations. Funding allotments for FY 2012/13 are as follows: Agency Section 5316 (JARC) Section 5317 (NF) RTA $ 844,149 $ 112,200 SunLine 6,253 60,106 PVVTA 45,455 15,152 Total $ 895,857 $ 187,458 These funds will be used to cover expenses for RTA’s Commuter Link 212 and 217, extended fixed route services and travel training; SunLine’s commuter service to Banning (originally planned to start last year) and taxi voucher program; and PVVTA’s mobility management program. Since the planned commuter service was not implemented last year, carryover JARC and NF funding amounts of about $160,902 will be used to fund the service in FY 2012/13. CMAQ and STIP Funding The CMAQ program helps fund regional and local efforts to attain compliance with national air quality standards set under the Clean Air Act. CMAQ funds are largely spent on transportation control measures such as improving public transit service, traffic flow improvements, trip reduction and other ridesharing initiatives aimed at relieving congestion and improving air quality. Through SCAG, these federal funds are distributed every two years through a project selection process, according to the priorities of the Metropolitan Planning Organization’s Regional Transportation Plan. The STIP is a multi-year capital improvement program of transportation projects funded with revenues from the Transportation Investment funds. Projects are adopted by the California Transportation Commission from different projects nominated by the regional transportation planning agencies, county transportation commissions, and the metropolitan planning organizations. STIP programming generally occurs every two years. 9 Agenda Item 6 About 42 percent of the total combined funding of approximately $201 million programmed for the PVL project in FY 2012/13 comes from CMAQ and STIP funds as follows: Agency CMAQ STIP Commuter Rail $ 32,091,000 $ 52,978,000 Total $ 32,091,000 $ 52,978,000 The remaining 58 percent comes from Measure A – $43 million and federal Section 5309 earmark funding – $73 million. Summary Staff recommendation is to approve the TDA and FTA funds as presented. If any additional funding revenues becomes available during the budget year, transit operators will prepare the necessary SRTP amendments, as appropriate, to reflect new or modified revenue amounts. Modifications in farebox revenues, federal grants, Measure A funding, or carryover funds may require operators to revise their services to operate within the available funding. Fiscal Impact Funding allocations are based on the revenue estimates developed for the FY 2012/13 Commission budget. The budget adopted at the June 7 Commission meeting included $61.9 million in LTF transit operating expenditures, $10.7 million in LTF transit capital expenditures, and $14.4 million in STA capital expenditures. These budgeted expenditures, which include use of prior year capital allocations, are expected to be funded by FY 2012/13 revenues, as well as available fund balances. Based on these recommended allocations, no budget adjustments are required. 10 Agenda Item 6 Financial Information In Fiscal Year Budget: Yes Year: FY 2012/13 Amount: $64,978,940 (LTF) $ 7,676,690 (STA) Source of Funds: TDA: LTF and STA Budget Adjustment: No GLA No.: LOCAL TRANSPORTATION FUND Western County Bus 601 62 86101 P2210 $ 35,967,054 601 62 86102 P2210 $ 7,674,644 Western County Rail 601 62 86101 P2213 $ 9,899,400 Coachella Valley 601 62 86101 P2211 $ 10,718,420 Palo Verde Valley 601 62 86101 P2212 $ 719,422 STATE TRANSIT ASSISTANCE Western County Bus 241 62 86102 P2201 $6,643,825 241 62 86102 P2204 $ 250,000 Coachella Valley 241 62 86102 P2202 $ 467,865 Palo Verde Valley 241 62 86102 P2203 $ 315,000 Fiscal Procedures Approved: Date: 06/25/12 Attachments: 1) Resolution No. 12-022 2) Section 5307 Program of Projects 3) TDA Spreadsheets (LTF and STA) 4) FY 2012/13 and FY 2011/12 Operating and Capital Requests and Ridership Projections 11 BLANK ATTACHMENT 1 RESOLUTION NO . 12-022 A RESOLUTION OF THE RIVERSIDE COUNTY TRANSPORTATION COMMISSION TO ALLOCATE STATE TRANSIT ASSISTANCE FUNDS WHEREAS, the Riverside County Transportation Commission is designated the regional entity responsible for the allocation of State Transit Assistance Funds within Riverside County; and WHEREAS, the Riverside County Transportation Commission has examined the Short Range Transit Plans and Transportation Improvement Program; and WHEREAS, all proposed expenditures in Riverside County are in conformity with the Regional Transportation Plan; and WHEREAS, the level of passenger fares is sufficient for claimants to meet the fare revenue requirements of Public Utilities Code Sections 99268.2, 99268.3, 99268.4, 99268.5, and 99268.9, as applicable; and WHEREAS, the claimant is making full use of federal funds available under the Federal Transit Act; and WHEREAS, the sum of the claimant’s allocations from the state transit assistance fund and from the local transportation fund does not exceed the amount the claimant is eligible to receive during the fiscal year; and WHEREAS, priority consideration has been given to claims to offset reductions in federal operating assistance and the unanticipated increase in the cost of fuel, to enhance existing public transportation services, and to meet high priority regional, countywide, or area-wide public transportation needs; and WHEREAS, the public transit operators have made a reasonable effort to implement the productivity improvements recommended pursuant to Public Utilities Code Section 99244; and WHEREAS, the claimant is not precluded by any contract entered into on or after June 28, 1979, from employing part-time drivers or contracting with common carriers or persons operating under a franchise or license; and WHEREAS, operators are in full compliance with Section 18081.1 of the Vehicle Code, as required in Public Utilities Code Section 99251. 12 ATTACHMENT 1 NOW, THEREFORE BE IT RESOLVED by the Riverside County Transportation Commission to allocate State Transit Assistance Funds for FY 2012/13 as detailed in Exhibit “A”. This resolution shall take effect immediately upon its passage. APPROVED AND ADOPTED this 11th day of July, 2012. John J. Benoit, Chair Riverside County Transportation Commission ATTEST: Jennifer Harmon, Clerk of the Board Riverside County Transportation Commission 13 14 BLANK ATTACHMENT 2 Page 1 of 4 URBANIZED AREA: RIVERSIDE/SAN BERNARDINO Bus Rail Total Apportionment 10,332,340$ 4,798,476$ 15,130,816$ Lapsing Funds (per FTA)--- Carryover (Estimate)5,171,715 5,852,981 11,024,696 Total Funds Available 15,504,055 10,651,457 26,155,512 Less Current Requests (SRTP programmed)9,565,287 - 9,565,287 Balance (Projected)5,938,768$ 10,651,457$ 16,590,225$ Sub Area Allocation Riverside, City of 336,000$ Riverside Transit Agency 9,229,287 TOTAL 9,565,287$ NUMBER PROGRAM OF PROJECTS TOTAL AMOUNT FEDERAL SHARE PROJECT TYPE DESIGNATED RECIPIENT Riverside, City of 1) Preventive Maintenance 400,000$ 320,000$ Capital/Operating SCAG 2) Lease of Office Equipment 20,000 16,000 Capital SCAG TOTAL: City of Riverside 420,000$ 336,000$ Riverside Transit Agency 3) Capitalized Preventive Maintenance 6,875,000$ 800,000$ Capital/Operating SCAG 4) Capital Cost of Contracting 5,500,000 3,000,000 Capital SCAG 5) Revenue Vehicles - DO Heavy Duty 16,174,644 3,000,000 Capital SCAG 6) Revenue Vehicles - (7) COFR Aero Elite 1,176,088 940,870 Capital SCAG 7) Non-Revenue Vehicles - (1) Support Vehicle 24,200 19,360 Capital SCAG 8) Capital Maintenance Spares 1,241,000 992,800 Capital SCAG 9) Capitalized Tire Lease 263,617 210,894 Capital SCAG 10) TE - Bus Stop Amenities 150,000 120,000 Capital SCAG 11) Maintenance Equipment 145,650 116,520 Capital SCAG 12) Information Systems 36,054 28,843 Capital SCAG TOTAL: Riverside Transit Agency 31,586,253$ 9,229,287$ GRAND TOTAL 32,006,253$ 9,565,287$ Updated: 6/25/2012 Approved: 7/11/2012 (Pending) RIVERSIDE COUNTY TRANSPORTATION COMMISSION PROGRAM OF PROJECTS FTA SECTION 5307 FY 2012/13 Total Apportionment (Projection based on FY11-12 Fed Register & InterCounty Allocation) V:\JClemente\SRTP 12.13\POPJ6-5-12\Riv-San Bernardino1213.xls 15 ATTACHMENT 2 Page 2 of 4 URBANIZED AREA: HEMET/SAN JACINTO RECIPIENT: RIVERSIDE TRANSIT AGENCY Total Apportionment (Estimate based on FY 11/12 FR actuals) 1,903,760$ 1,033,603 Transfer of Funds (CMAQ) - Total Funds Available 2,937,363 Less Current Requests 1,700,000 1,237,363$ NUMBER PROGRAM OF PROJECTS TOTAL AMOUNT FEDERAL SHARE PROJECT TYPE DESIGNATED RECIPIENT 1) Operating Assistance 28,573,575$ 1,700,000$ Operating Caltrans TOTAL:28,573,575$ 1,700,000$ Updated: 6/25/2012 Approved: 7/11/12 (pending) Carryover (estimate) Balance (Projected) RIVERSIDE COUNTY TRANSPORTATION COMMISSION PROGRAM OF PROJECTS FTA SECTION 5307 FY 2012/13 Apportionment V:\JClemente\SRTP 12.13\POPJ6-5-12\Hemet - San Jacinto UZA12-13.xls 16 ATTACHMENT 2 Page 3 of 4 URBANIZED AREA: INDIO/CATHEDRAL CITY/PALM SPRINGS RECIPIENT: SUNLINE TRANSIT AGENCY Total Apportionment (Estimate based on FY 11/12 Fed Register actuals) 3,878,954$ Lapsing Funds (per FTA)- 1,709,384 - 5,588,338 4,596,263 992,075$ NUMBER PROGRAM OF PROJECTS TOTAL AMOUNT FEDERAL SHARE PROJECT TYPE DESIGNATED RECIPIENT 1)20,378,228$ 924,804$ Operating SCAG 2)1,800,000 1,800,000 Capital SCAG 3)50,000 40,000 Capital SCAG 4)220,000 176,000 Capital SCAG 5)900,000 720,000 Capital SCAG 6)200,000 160,000 Capital SCAG 7) Office Furniture 100,000 80,000 Capital SCAG 8)105,000 84,000 Capital SCAG 9)115,000 92,000 Capital SCAG 10)60,000 48,000 Capital SCAG 11)100,000 80,000 Capital SCAG 12)50,000 40,000 Capital SCAG 13)Special Fuel Provision-Capital Maintenance 439,324 351,459 Capital SCAG 24,517,552$ 4,596,263$ Updated: 6/25/2012 Approved: 7/11/2012 (Pending) Transfer of Funds (CMAQ) Total Funds Available Less Current Requests RIVERSIDE COUNTY TRANSPORTATION COMMISSION PROGRAM OF PROJECTS FTA SECTION 5307 FY 2012/13 Apportionment Carryover (Estimate) Balance (Projected) Operating Assistance Preventive Maintenance New Agency Phone System Spare Fareboxes (5) Maintenance Tools & Equipment Rider Survey Study TOTAL: Bus Rehabilitation Replacement Service Vehicles Thousand Palms Yard Repaving Facility Improvement ITS Projects V:\JClemente\SRTP 12.13\POPJ6-5-12\Indio-Coachella-P Springs 12-13.xls 17 ATTACHMENT 2 Page 4 of 4 URBANIZED AREA: TEMECULA/MURRIETA RECIPIENT: RIVERSIDE TRANSIT AGENCY Total Apportionment (Estimate based on FY 11/12 Fed Register actuals) Apportionment 3,225,286$ Lapsing Funds (per FTA) - Carryover 362,710 - Total Funds Available 3,587,996 Less Current Requests 3,150,000 Balance (Projected)437,996$ NUMBER PROGRAM OF PROJECTS TOTAL AMOUNT FEDERAL SHARE PROJECT TYPE DESIGNATED RECIPIENT 1)Capitalized Preventative Maintenance 6,875,000$ 3,150,000$ Capital/Operating SCAG TOTAL: 6,875,000$ 3,150,000$ Updated: 6/25/2012 Approved: 7/11/12 (pending) RIVERSIDE COUNTY TRANSPORTATION COMMISSION PROGRAM OF PROJECTS FTA SECTION 5307 FY 2012/13 Transfer of Funds (CMAQ) V:\JClemente\SRTP 12.13\POPJ6-5-12\Temecula-Murrieta12-13.xls 18 19 BLANK ATTACHMENT 4 AGENCY/APPORTIONMENT AREA FY12/13 FY11/12 % Incr/Decr FY12/13 FY11/12 % Incr/Decr FY12/13 FY11/12 % Incr/Decr FY12/13 (Projection) FY11/12 (Estimate) % Incr/Decr City of Banning 1,310,135$ 1,260,587$ 3.93%-$ -$ 1,310,135$ 1,260,587$ 3.93% 144,091 136,256 5.75% City of Beaumont 1,417,500 1,402,000 1.11% 150,000 50,000 200.00% 1,567,500 1,452,000 7.95% 184,256 179,909 2.42% City of Corona 2,001,936 1,964,663 1.90% 600,000 998,448 -39.91% 2,601,936 2,963,111 -12.19% 213,700 212,909 0.37% Riverside Special Services 3,305,143 3,179,017 3.97% 1,047,195 950,000 10.23% 4,352,338 4,129,017 5.41% 178,088 171,239 4.00% Riverside Transit Agency 58,073,468 54,123,083 7.30% 19,211,253 33,966,053 -43.44% 77,284,721 88,089,136 -12.27% 8,735,044 8,714,258 0.24% Western County: Bus 66,108,182 61,929,350 6.75% 21,008,448 35,964,501 -41.59% 87,116,630 97,893,851 -11.01% 9,455,179 9,414,571 0.43% Western County: Rail 20,655,900 16,789,900 23.03% 202,672,276 45,556,255 344.88% 223,328,176 62,346,155 258.21% 3,175,076 2,985,552 6.35% WESTERN COUNTY: TOTAL (Bus & Rail) 86,764,082 78,719,250 10.22%223,680,724 81,520,756 174.38%310,444,806 160,240,006 93.74%12,630,255 12,400,123 1.86% SunLine Transit Agency 22,276,993 22,261,052 0.07% 2,734,038 19,815,779 -86.20% 25,011,031 42,076,831 -40.56% 4,636,918 4,582,449 1.19% COACHELLA VALLEY: TOTAL 22,276,993 22,261,052 0.07%2,734,038 19,815,779 -86.20%25,011,031 42,076,831 -40.56%4,636,918 4,582,449 1.19% Palo Verde Valley Transit Agency 885,799 960,322 -7.76% 336,728 665,297 -49.39% 1,222,527 1,625,619 -24.80% 44,459 43,583 2.01% PALO VERDE VALLEY: TOTAL 885,799 960,322 -7.76%336,728 665,297 -49.39%1,222,527 1,625,619 -24.80%44,459 43,583 2.01% TOTAL: ALL AREAS 109,926,874$ 101,940,624$ 7.83%226,751,490$ 102,001,832$ 122.30%336,678,364$ 203,942,456$ 65.08%17,311,632 17,026,155 1.68% FY 12/13 FY 11/12 % Incr/Decr Leverage of Commuter Rail Funds*35,035,200$ 32,703,100$ 7.13% Total:371,713,564$ 236,645,556$ 57.08% *Commuter Rail's costs include RCTC's share of approximately $20.7 million plus approximately $35 million in additional operating subsidy from partner agencies ($19,060,000) and Rail farebox revenue ($15,975,200). Note: FY 2012/13 total cost includes $8,771,230 in LTF/ 5307/5309/CMAQ/TUMF/5316 & 5317 carryover funds from previous year. OPERATING CAPITAL TOTAL COST RIDERSHIP Comparison of FY 2012/13 & FY 2011/12 Operating & Capital Costs and Ridership Projections 20 Commission Meeting FY 2012/13 Funding Allocation for Riverside County Transit Services July 11, 2012 Short Range Transit Plans FY 2012/13 –FY 2014/15 City of Banning City of Beaumont City of Corona City of Riverside SRTPs Approved in concept by Commission: 6/7/12 Riverside Transit Agency SunLine Transit Agency Palo Verde Valley Transit Agency RCTC Rail Commuter Program RIVERSIDE COUNTY FY 2012/13 TRANSIT FUNDING REQUEST FY 2012/13 Funding Request by 8 County Transit Operators $ 337 million Commuter Rail Program Share From Metrolink Partners +35 million FY 2012/13 TOTAL FUNDING SUPPORT FOR TRANSIT SERVICES $372 million FY 2011/12 and FY 2012/13 OPERATING & CAPITAL COSTS EXPENSE TYPE BUS SERVICE RAIL SERVICE TOTAL BUS & RAIL % CHANGEFY 2011/12 (mil) FY 2012/13 (mil)% Change FY 2011/12 (mil) FY 2012/13 (mil)% Change OPERATING COST $85.2 $89.3 5%$16.8 $20.6 23%8% CAPITAL COST 56.4 24.1 -57%45.6 202.7 345%122% TOTAL $141.6 $113.4 -20%$62.3 $223.3 258%65% State and Local RevenuesRIVERSIDE COUNTY: FY 2012/13 EXPENDITURES BY FUNDING SOURCE TDA (LTF & STA Funds), $72,655,630 , 20% Measure A, $50,227,640 , 13% Federal Formula Funds (Sec 5307 & 5311), $19,702,324 , 5% Federal-Discretionary Funds (Sec 5309), $73,376,000 , 20% Proposition 1B (Capital & Security), $2,011,382 , 1% CMAQ & STIP Funds, $85,069,000 , 23% Sec 5316 & 5317, $1,083,315 , less than 1% Passenger Fares, $37,059,203 , 10% Other Revenues, $2,697,840 , 1% Add'l Rail Operating Subsidy paid by SANBAG, OCTA & LA Metro, $19,060,000 , 5% Carry Over Funds (LTF/5307/5309/Sec 5316 & 5317/TUMF/CMAQ), $8,771,230 , 2% Year LTF Measure A (Transit)STA FY 2011/12 $52,784,515 $10,940,000 $12,666,230 FY 2012/13 $56,840,490 $11,832,000 $12,791,264 % Change 7.7%8.1%1% FY 2012/13 Transit Revenue Outlook: LTF, Measure A and STA AGENDA ITEM 8A Agenda Item 8A RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Michele Cisneros, Accounting and Human Resources Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Quarterly Financial Statements BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to receive and file the Quarterly Financial Statements for the period ended March 31, 2012. BACKGROUND INFORMATION: During the last nine months of the fiscal year, staff monitored the revenues and expenditures of the Commission. The attached financial statements present the revenues and expenditures for the nine months of FY 2011/12. Period closing accrual adjustments are not included for revenues earned but not billed and expenditures incurred for goods and services received but not yet invoiced, as such adjustments are normally made during the year-end closing activities. The operating statement shows the sales tax revenues for the third quarter at 61 percent of the budget. This is a result of the Governmental Accounting Standards Board (GASB) Statement No. 33. GASB 33 requires sales tax revenue to be accrued for the period in which it is collected at the point of sale. The State Board of Equalization collects the Measure A funds and remits these funds to the Commission after the reporting period for the businesses. This creates a two-month lag in the receipt of revenues by the Commission. Accordingly, these financial statements reflect the revenues related to collections through January 2012. On a cash basis, the Measure A and Local Transportation Fund (LTF) sales tax revenues are 10.36 percent and 10.26 percent higher, respectively, than the same period last fiscal year. This continued increase is an encouraging sign that economic recovery in the region is occurring. Staff will continue to monitor the trends in the sales tax receipts and will report to the Commission any necessary adjustments to the FY 2011/12 budget sales tax revenues. 21 Agenda Item 8A Federal, state, and local revenues are on a reimbursement basis, and the Commission will receive these revenues as the projects are completed and invoiced to the respective agencies. During the FY 2011/12 budget process, the Commission took a conservative approach in estimating the Transportation Uniform Mitigation Fee (TUMF) receipts as a result of the housing crisis and significant impact this had on the Inland Empire’s local economy. TUMF reimbursements related to the State Route 74/Interstate 215 interchange project are within the budget amount. Overall the operating statement shows the TUMF revenues at 54 percent of the budget, and staff will continue to monitor these revenues. Other revenues include $440,325 from the proceeds related to the sale of land at the West Corona Station and easement on the San Jacinto Branch Line property. The Commission took a conservative approach in estimating interest income for FY 2011/12, due to flat interest yields on invested balances. Additionally, the 2010 Build America Bonds (BABs) subsidy payments were reflected as a reduction of interest payments in the FY 2011/12 budget; however, generally accepted accounting principles require such payments to be accounted for as revenues. During December 2011, the Commission received approximately $1.5 million in BABs subsidy payments. Interest income is at 227 percent of the budget as a result of the conservative approach to estimating interest income, as well as the accounting for BABs subsidy payments. Other than the capital project expenditures that are discussed separately, the other expenditures are in line overall with the expectations of the budget with the following exceptions: • Professional services are under budget due to ongoing contract negotiations with Burlington Northern Santa Fe Railway regarding the 4th Main track and significant legal and advisory services related to the SR-91 Corridor Improvement Project (SR-91 CIP) design-build procurement being delayed until a full project funding commitment from the Transportation Infrastructure Finance and Innovation Act (TIFIA) loan program has been secured. In the fourth quarter, the Commission received an invitation to the TIFIA program. • Support costs are under budget due to unused budget authority for station maintenance and repair, and utilities. • Program operations expenditures are under budget and reflect vendor invoices for program management submitted through February 2012. • Operating and capital disbursements are made as claims are submitted to the Commission by transit operators. 22 Agenda Item 8A • Special studies are under budget due to the unused budget authority for Caltrans project initiation documents (PIDs). Due to the state’s budget issues, funds were budgeted in FY 2011/12 should the Commission be required to reimburse Caltrans for PIDs. • Local streets and roads expenditures are related to the timing of Measure A sales tax revenues as previously explained. These financial statements reflect expenditures made to the local jurisdictions related to collections through January 2012. • Regional arterial expenditures primarily represent expenditures for the highways and regional arterial program administered by the Coachella Valley Association of Governments (CVAG). CVAG requests reimbursements from the Commission based on available funds and sufficient budget authority. • Capital outlay expenditures are under budget due to unexpended authority for financial software improvements, regional rideshare hardware improvements, and station security improvements. This category is expected to remain under budget for lower costs related to the financial software improvements and not requiring the regional rideshare hardware. At its February meeting, the Commission approved a new model for operating the regional rideshare system that does not require hardware. Debt service interest expenditures on the 2010 Bonds are made in December and June, while interest expenditures on the 2009 Bonds are made monthly due to the variable rate nature of the bonds. Principal payments on the 2009 Bonds and the 2010 Bonds are made in June. The retirement of $40 million of commercial paper notes is included in principal payments. Staff will continue to monitor the revenues and expenditures and will notify the Commission of any unusual events. Listed below are the significant capital projects and the status. Capital project expenditures are generally affected by lags in invoices submitted by contractors and consultants, as well as issues encountered during certain phases of the projects. The capital projects budgets tend to be based on aggressive project schedules. Highway Engineering/Construction/Design-Build/Right of Way/Land 74/215 Interchange Project – Construction is substantially completed, and a ribbon-cutting ceremony for the opening to traffic was held on February 16; one right of way acquisition is currently in condemnation proceedings. 23 Agenda Item 8A SR-79 Realignment Project – The draft project report and environmental document is being reviewed by Caltrans to receive approval to release for public circulation. Due to the size and complexity of the project, this phase has taken longer than anticipated. SR-91/Van Buren Boulevard Interchange Project – The city of Riverside is the lead agency for this project. Construction started in March 2010 and the project is substantially completed and open to traffic. The Measure A funded portion of construction is $5 million; only $3 million in costs have been submitted by the city of Riverside with the remaining $2 million expected to be billed in the fourth quarter of FY 2011/12. SR-91 HOV Lanes Project – Caltrans has completed design work. Expenditures remain within the budget authority. Utility relocation contractors continue to perform relocation of utilities. Staff is performing right of way acquisition, and negotiations continue to progress and are on schedule; several acquisitions are pending settlements. Construction managed by Caltrans was awarded and started in March 2012. 71/91 Interchange Project – The preliminary engineering and environmental phase was completed in late FY 2010/11. The availability of federal earmark funds allowed the final design phase of work to move forward. Procurement for the design consultant was awarded at the February Commission meeting, and a notice to proceed was issued in March 2012. SR-91 CIP (design-build) – A Transportation Investment Generating Economic Recovery (TIGER) III grant application and letter of interest for a TIFIA loan were submitted in October 2011 and December 2011, respectively. In December 2011, the Commission was selected to receive a $20 million TIGER III TIFIA grant that will translate into a TIFIA loan to partially fill the remaining funding gap for the project. In April, the Commission was notified that it received an invitation to the 2012 TIFIA program. This invitation, combined with the TIGER III TIFIA grant, provided the final piece needed for full funding of the project. Early right of way acquisition work was approved by Caltrans in April 2011. Following the public comment period ending in July 2011, early acquisition work began. Right of way expenditures for FY 2011/12 are lagging due to the long lead time to close escrow on property purchases. Staff anticipates that the right of way acquisition program will accelerate due to completion of required documentation to close out escrows in early FY 2012/13. The design-build request for proposals is being finalized for issuance in first quarter of FY 2012/13. Agency, utility, and railroad agreement work continues with certain agreements now completed and with others in various stages of completion. 24 Agenda Item 8A I-15 CIP – Work on the environmental phase continues. Toll feasibility work continues to evaluate various project options in the Commission’s current funding environment. Staff has used toll feasibility work to develop a scoping and implementation plan that was presented to the I-15 CIP Ad Hoc Committee. Comments were received and action items were developed to perform further analysis and to make further project recommendations to the ad hoc committee in the second quarter of FY 2012/13. I-215 South Widening Project from Murrieta Hot Springs Road to Scott Road – Construction began in July 2011 and is on schedule. I-215 Central Widening Project from Scott Road to Nuevo Road – Final design and right of way acquisitions related to the project are on schedule. I-215/Van Buren Interchange – This project is managed by the county of Riverside (County), and construction bids were received in February 2012. The County awarded a contract in April 2012 with construction scheduled to start in June 2012. Mid County Parkway Project – Right of way acquisitions have been curtailed as property development has subsided, and the critical need to acquire property for protection has been delayed due to the substantial rescoping of the project. Rail Engineering/Construction/Right of Way/Land Perris Valley Line Project – Advance preliminary engineering is approximately 90 percent complete and right of way acquisition has started. Federal environmental clearance was obtained in the fourth quarter of FY 2011/12, which will release activity for final right of way procurement and start of the final design phase. Attachment: Quarterly Budget Vs. Actual – 3rd Quarter 25 BLANK Revenues Sales tax 194,537,000$ 118,506,939$ (76,030,061)$ 61% Federal reimbursements 23,650,700 6,655,333 (16,995,367)28% State reimbursements 23,935,100 10,645,623 (13,289,477)44% Local reimbursements 1,081,800 956,882 (124,918)88% Transportation Uniform Mitigation Fee 6,784,300 3,673,741 (3,110,559)54% Other revenues 592,400 874,978 282,578 148% Interest 1,824,000 4,145,852 2,321,852 227% Total revenues 252,405,300 145,459,348 (106,945,952)58% Expenditures Salaries and benefits 6,576,900 4,895,830 1,681,070 74% Professional and support Professional services 17,149,100 7,514,078 9,635,022 44% Support costs 5,068,900 2,672,013 2,396,887 53% Total Professional and support costs 22,218,000 10,186,091 12,031,909 46% Projects and operations Program operations - general 16,827,000 6,449,306 10,377,694 38% Engineering 41,568,800 13,242,903 28,325,897 32% Construction 41,777,600 16,429,710 25,347,890 39% Design Build 14,438,000 7,755,479 6,682,521 54% Right of way/land 76,127,000 33,773,057 42,353,943 44% Operating and capital disbursements 109,547,300 50,152,934 59,394,366 46% Special studies 770,000 80,537 689,463 10% Local streets and roads 36,025,000 22,169,286 13,855,714 62% Regional arterials 16,262,000 4,947,613 11,314,387 30% Total projects and operations 353,342,700 155,000,825 198,341,875 44% Debt service Principal 46,500,000 40,000,000 6,500,000 86% Interest 16,495,000 8,736,463 7,758,537 53% Total debt service 62,995,000 48,736,463 14,258,537 77% Capital outlay 516,200 128,368 387,832 25% Total Expenditures 445,648,800 218,947,577 226,701,223 49% Excess revenues over (under) expenditures (193,243,500)(73,488,229)255,027,120 38% Other financing sources/(uses) Operating transfer in 169,739,100 75,930,416 (93,808,684)45% Operating transfer out (169,739,100)(75,930,416) 93,808,684 45% Debt proceeds 38,000,000 40,000,000 2,000,000 105% Total financing sources/(uses)38,000,000 40,000,000 (2,000,000)105% Net change in fund balances (155,243,500)(33,488,229)253,027,120 22% Fund balance July 1, 2011 530,978,300 589,364,644 58,386,344 111% Fund balance March 31, 2012 375,734,800$ 555,876,415$ 311,413,464$ 148% QUARTERLY BUDGET VS ACTUAL RIVERSIDE COUNTY TRANPORTATION COMMISSION 3RD QUARTER FOR NINE MONTHS ENDED 3/31/2012 FY 2011/12 BUDGET 3rd QUARTER ACTUAL PERCENT UTILIZATION REMAINING BALANCE 26 BLANK Revenues Sales tax 1,890,000$ -$ 55,457,273$ 498,605$ 17,125,721$ 36,788,300$ 6,747,040$ -$ -$ -$ -$ 118,506,939$ Federal reimbursements 5,385 - 6,530,188 - - - - 119,760 - - - 6,655,333 State reimbursements 102,264 1,965,480 8,577,879 - - - - - - - - 10,645,623 Local reimbursements 84,070 211,943 660,869 - - - - - - - - 956,882 Transportation Uniform Mitigation Fee - - - - - - - 3,673,741 - - - 3,673,741 Other revenues 12,026 583 860,024 - - - - - - 2,345 - 874,978 Interest 29,575 14,136 578,664 - 25,970 165,802 94,989 178,273 1,424,859 48,878 1,584,706 4,145,852 Total revenues 2,123,320 2,192,142 72,664,897 498,605 17,151,691 36,954,102 6,842,029 3,971,774 1,424,859 51,223 1,584,706 145,459,348 Expenditures Salaries and benefits 3,101,866 99,429 1,606,699 - 779 - - 87,057 - - - 4,895,830 Professional and support Professional services 794,392 564,737 5,910,298 - 1,973 - - 242,678 - - - 7,514,078 Support costs 2,051,641 260,071 360,069 - - - - 232 - - - 2,672,013 Total Professional and support costs 2,846,033 824,808 6,270,367 - 1,973 - - 242,910 - - - 10,186,091 Projects and operations Program operations - general 884,364 1,520,988 3,898,803 - - - - 145,151 - - - 6,449,306 Engineering - - 10,379,622 - - - - 2,744,176 - 119,105 - 13,242,903 Construction - - 16,193,833 - - - - 235,877 - - - 16,429,710 Design Build - - 7,755,479 - - - - - - - - 7,755,479 Right of way/land - - 30,504,617 - - - - 846,240 - 2,422,200 - 33,773,057 Operating and capital disbursements 5,557,893 - 3,070,882 - 3,192,661 37,026,463 1,305,035 - - - - 50,152,934 Special studies 33,227 - 47,310 - - - - - - - - 80,537 Local streets and roads - - 15,676,679 498,605 5,994,002 - - - - - - 22,169,286 Regional arterials - - - - 4,947,613 - - - - - - 4,947,613 Total projects and operations 6,475,484 1,520,988 87,527,225 498,605 14,134,276 37,026,463 1,305,035 3,971,444 - 2,541,305 - 155,000,825 Debt service Principal - - - - - - - - 40,000,000 - - 40,000,000 Interest - - - - - - - - 3,803 - 8,732,660 8,736,463 Cost of issuance - - - - - - - - - - - - Payment to escrow agent - - - - - - - - - - - - Total debt service - - - - - - - - 40,003,803 - 8,732,660 48,736,463 Capital outlay 33,963 - 94,405 - - - - - - - - 128,368 Total Expenditures 12,457,346 2,445,225 95,498,696 498,605 14,137,028 37,026,463 1,305,035 4,301,411 40,003,803 2,541,305 8,732,660 218,947,577 Excess revenues over (under) expenditures (10,334,026) (253,083) (22,833,799) - 3,014,663 (72,361) 5,536,994 (329,637) (38,578,944) (2,490,082) (7,147,954) (73,488,229) Other financing sources/(uses) Operating transfer in 11,507,169 800,000 33,798,172 - 54 - - 818,590 3,803 14,381,746 14,620,882 75,930,416 Operating transfer out - (1,114,300) (15,937,229) - (54) (11,032,869) - - (30) (33,464,187) (14,381,747) (75,930,416) Debt proceeds - - - - - - - - 40,000,000 - - 40,000,000 Bond discount - - - - - - - - - - - - Total financing sources/(uses)11,507,169 (314,300) 17,860,943 - - (11,032,869) - 818,590 40,003,773 (19,082,441) 239,135 40,000,000 Net change in fund balances 1,173,143 (567,383) (4,972,856) - 3,014,663 (11,105,230) 5,536,994 488,953 1,424,829 (21,572,523) (6,908,819) (33,488,229) Fund balance July 1, 2011 13,524,354 7,046,938 258,599,521 556 10,162,008 82,210,219 32,178,629 73,294,737 33,227,032 25,226,581 53,894,069 589,364,644 Fund balance March 31, 2012 14,697,497$ 6,479,555$ 253,626,665$ 556$ 13,176,671$ 71,104,989$ 37,715,623$ 73,783,690$ 34,651,861$ 3,654,058$ 46,985,250$ 555,876,415$ GENERAL FUND FSP/ SAFE WESTERN COUNTY PALO VERDE VALLEY COACHELLA VALLEY LOCAL TRANSPORTATION FUND SALES TAX BONDS COMMERCIAL PAPER DEBT SERVICE COMBINED TOTAL RIVERSIDE COUNTY TRANSPORTATION COMMISSION QUARTERLY BUDGET VS ACTUALS BY FUND 3RD QUARTER FOR NINE MONTHS ENDED 3/31/2012 STATE TRANSIT ASSISTANCE TRANSPORTATION UNIFORM MITIGATION FEE (TUMF) MEASURE A SALES TAX 27 BLANK AGENDA ITEM 8B BLANK 28 Agenda Item 8B RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Matthew Wallace, Procurement Manager Theresia Trevino, Chief Financial Officer THROUGH: Anne Mayer, Executive Director SUBJECT: Revised Procurement Policy Manual BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve the revised Riverside County Transportation Commission Procurement Policy Manual for the procurement and contracting activities undertaken by the Commission, subject to final review by legal counsel as to conformance to state and federal law; and 2) Adopt Resolution No. 12-018, “Resolution of the Riverside County Transportation Commission Regarding the Revised Procurement Policy Manual”. BACKGROUND INFORMATION: As a result of the Federal Transit Administration’s (FTA) FY 2006 Triennial Review in August 2006, FTA staff identified the Commission needed to develop more formal written procurement policies and procedures that conform to applicable state and federal laws. At the Commission’s April 2007 Executive Committee meeting, a Procurement Policy Manual was adopted. Over the past four years since the manual was adopted, the Finance Department has established a Procurement Division, which includes a Procurement Manager and a Procurement Administrator. In addition to centralizing the procurement function, a goal was to update the Procurement Policy Manual so that it serves as a comprehensive guide that includes relevant local, state, and federal procurement guidelines and regulations. The Commission’s legal counsel and management staff has reviewed preliminary drafts of the manual, and a peer review by the Orange County Transportation Authority’s procurement department was performed. 29 Agenda Item 8B Procurement Policies Manual Highlights The revised Procurement Policy Manual outlines a comprehensive procurement program that incorporates the key elements needed to comply with FTA, Federal Highway Administration, Caltrans, and other state and federal regulations. It also incorporates Commission policies, including the single signature policy. It has been reorganized to be user friendly for staff and to meet the needs of the Commission. The Procurement Policy Manual includes a variety of procurement related issues including: 1) Procurement Processes and General Guidelines; 2) Sealed Bids; 3) Design-Build Contracts; 4) Competitively Negotiated Procurements; 5) Simplified Purchase Procedures; 6) Non-Competitive and Emergency Procurements; 7) References to Applicable Laws and Regulations; 8) Disposal of Surplus Property; and 9) Procurements Using Federal Funds. The revised Procurement Policy Manual provides the Commission with a comprehensive, formal set of policies and procedures that will assist all aspects of the organization with guidance regarding best procurement practices. With the increasing number of projects using federal funding sources, the Procurement Policy Manual provides a framework to ensure compliance with federal regulations. Attachments: 1) Procurement Policy Manual – Posted on the Commission Website 2) Resolution No. 12-018 Riverside County Transportation Commission Procurement Policy Manual (July 11, 2012) Riverside County Transportation Commission Procurement Policy Manual July 2012 Revision: 0 i CHAPTER 1 - PROCUREMENT PROCESS ........................................................................... 1 1.0 PURPOSE AND SCOPE ................................................................................................. 1 2.0 PROCUREMENT POLICY STATEMENT .................................................................... 1 3.0 PROCUREMENT STANDARDS ................................................................................... 1 4.0 TYPES OF CONTRACTS ............................................................................................... 3 5.0 OPTIONS ......................................................................................................................... 7 6.0 COOPERATIVE AGREEMENTS .................................................................................. 9 7.0 RECURRING CONTRACTS ........................................................................................ 10 CHAPTER 2 – PROCUREMENT GENERALLY .................................................................. 11 1.0 IMPLEMENTATION BY EXECUTIVE DIRECTOR; COMMISSION CONTROLS AND LIMITATIONS .................................................................................................... 11 2.0 PROCUREMENT OFFICER - DESIGNATION AND DELEGATION ....................... 13 3.0 PROCUREMENT OFFICER - DUTIES ....................................................................... 13 4.0 IMPLEMENTATION OF PROCUREMENT PROCEDURES AND GUIDELINES .. 14 5.0 AUTHORIZED METHODS OF PROCUREMENT; SELECTION ............................. 14 6.0 COST ESTIMATE ......................................................................................................... 15 7.0 COST/PRICE ANALYSIS ............................................................................................ 15 8.0 VENDOR CONTACTS PRIOR TO ISSUANCE OF A SOLICITATION .................... 16 9.0 ADVERTISING / PUBLICIZING PROCUREMENTS ................................................ 16 10.0 NON-DISCRIMINATION IN PROCUREMENT ......................................................... 17 11.0 ORGANIZATIONAL CONFLICTS OF INTEREST .................................................... 17 12.0 DUTIES OF COMMISSION STAFF REGARDING PROCUREMENTS ................... 17 13.0 INSURANCE ................................................................................................................. 18 14.0 SUBCONTRACTING ................................................................................................... 19 15.0. DETERMINATION OF FAIR AND REASONABLE PRICE ...................................... 19 16.0 CONTRACT APPROVAL, AWARD AND EXECUTION .......................................... 20 17.0 PROTEST PROCEDURES ........................................................................................... 21 18.0 PUBLIC RECORDS REQUESTS ................................................................................. 22 CHAPTER 3 – COMPETITIVE SEALED BIDS (“LOW BID”) .......................................... 23 CHAPTER 4 - DESIGN-BUILD CONTRACTS ..................................................................... 26 1.0 PURPOSE ...................................................................................................................... 26 2.0 PROCEDURES FOR DESIGN-BUILD CONTRACTS ............................................... 26 CHAPTER 5 - COMPETITIVELY NEGOTIATED PROCUREMENTS ........................... 27 1.0 NEGOTIATED PROCUREMENTS - GENERAL ........................................................ 27 2.0 SOURCE SELECTION TECHNIQUES ....................................................................... 27 3.0 PROPOSAL EVALUATION ........................................................................................ 28 4.0 REJECTION OF PROPOSALS ..................................................................................... 29 5.0 NEGOTIATION; SELECTION .................................................................................... 29 6.0 SPECIAL PROVISIONS APPLICABLE TO ARCHITECT - ENGINEER AND RELATED SERVICES .................................................................................................. 29 Riverside County Transportation Commission Procurement Policy Manual July 2012 Revision: 0 ii CHAPTER 6 – SIMPLIFIED PURCHASE PROCEDURES ................................................. 31 1.0 GENERAL ..................................................................................................................... 31 2.0 REQUIREMENTS FOR MICROPURCHASES ........................................................... 31 3.0 USE OF SMALL PURCHASE PROCEDURES ........................................................... 31 4.0 PROHIBITED USE OF SMALL PURCHASE PROCEDURES ................................... 32 CHAPTER 7 - NON-COMPETITIVE AND EMERGENCY PROCUREMENTS AND REMEDIAL MEASURES ......................................................................................................... 33 1.0 NON-COMPETITIVE PROCUREMENTS .................................................................. 33 2.0 EMERGENCY PROCUREMENTS; REMEDIAL MEASURES ................................. 34 3.0 WRITTEN JUSTIFICATION FOR EMERGENCY AND OTHER NON- COMPETITIVE PROCUREMENTS ............................................................................ 35 CHAPTER 8 – REFERENCES TO APPLICABLE LAWS /REGULATIONS ................... 37 1.0 GENERAL ..................................................................................................................... 37 2.0 REFERENCES .............................................................................................................. 37 3.0 FTA/FHWA-FUNDED PROCUREMENT BY NON-COMPETITIVE (SOLE SOURCE) PROPOSALS ............................................................................................... 40 4.0 DISADVANTAGED BUSINESS ENTERPRISE (DBE) ............................................. 41 5.0 STATUTORY AND REGULATORY REQUIREMENTS ........................................... 41 CHAPTER 9 - DISPOSAL OF SURPLUS PROPERTY ........................................................ 42 1.0 DEFINITIONS ............................................................................................................... 42 2.0 DISPOSAL OF SURPLUS REAL PROPERTY ............................................................ 42 3.0 DISPOSAL OF PERSONAL PROPERTY .................................................................... 42 CHAPTER 10 – OTHER PROCUREMENT MATTERS ...................................................... 43 1.0 DISPUTES, CLAIMS AND CHANGES - DEFINITIONS ........................................... 43 2.0 DISPUTES, CLAIMS AND CHANGES - GENERAL ................................................. 43 3.0 TERMINATION ............................................................................................................ 43 4.0 BONDS, OTHER SECURITIES AND INSURANCE .................................................. 45 5.0 CONTRACT CLOSEOUT ............................................................................................ 45 CHAPTER 11 – PAYMENT ...................................................................................................... 47 1.0 COMMISSION PAYMENT PROCESS ....................................................................... 47 2.0 PROGRESS PAYMENTS ............................................................................................. 47 3.0 PROMPT PAYMENT TO SUBCONTRACTORS--FEDERALLY-FUNDED AGREEMENTS ............................................................................................................. 48 4.0 PAYMENT OF RETENTION ON PUBLIC WORKS CONTRACTS ........................ 48 5.0 REQUEST FOR PAYMENT CERTIFICATION ......................................................... 48 1 CHAPTER 1 - PROCUREMENT PROCESS 1.0 PURPOSE AND SCOPE A. The Riverside County Transportation Commission (hereinafter “RCTC” or “Commission”) procures goods and services using public funds. It has a responsibility to uphold the public trust and maximize the value of public funds by using them as efficiently and cost-effectively as possible. B. This Procurement Policy Manual (Manual) sets forth a general procurement policy and set of standards that will govern the conduct of Commission procurement activities and of Commission personnel engaged in those activities. The policies contained herein are advisory, not mandatory, and any deviation therefrom shall not render any contract of the Commission void or voidable. This manual is for Commission internal purposes only and shall not create any rights in any third parties. C. This Manual is intended to supersede, in its entirety, the Commission’s Procurement Policies Manual which was adopted on April 11, 2007, and Resolution No. 98-013, adopted December 9, 1998, entitled Resolution of the Riverside County Transportation Commission Authorizing the Executive Director to Sign Certain Commission Contracts. 2.0 PROCUREMENT POLICY STATEMENT A. The Commission procurement policies establish the guidelines and policies for procuring the goods and services necessary for the Commission to carry out its responsibilities and duties. The policies are intended to maintain the integrity of the Commission’s procurement process, while ensuring that purchases are made in a cost effective, timely manner; with fair and open competition; and in accordance with all applicable laws and regulations. B. The objectives of the Commission’s Procurement Policy Manual are to: 1. Maximize the value received for the Commission’s expenditure of public funds. 2. Protect assets and/or services purchased with public funds and ensure their application in the Commission’s interests. 3. Provide all vendors an equal opportunity to provide needed goods and/or services. 4. Protect the integrity and reputation of the Commission, its officers, and its employees. 3.0 PROCUREMENT STANDARDS A. GENERAL 1. Contract Administration System. The Commission will maintain a contract administration system that helps ensure that contractors perform 2 in accordance with the terms, conditions, and specifications of their respective contracts. 2. Avoid Duplicative Purchases. Commission staff should regularly review proposed and planned procurements to avoid purchase of unnecessary or duplicative items. 3. Lease vs. Purchase Analysis. Where appropriate, an analysis should be made of lease versus purchase alternatives and any other appropriate analysis to determine the most economical procurement approach. 4. Value Engineering. When appropriate and in the Commission’s best interests, the Commission will encourage the use of value engineering by including applicable clauses in contracts for appropriate equipment purchases and construction projects. 5. Award to Responsive and Responsible Contractors. The Commission will make awards only to responsive and responsible contractors, as determined by the Commission, possessing the ability to perform successfully under the terms and conditions of a proposed contract. Consideration will be given to such matters as contractor integrity, compliance with public policy as implemented by applicable laws and regulations, record of past performance, and financial and technical resources. 6. Commission Rejection of Bids, Quotes, and/or Proposals. The Commission, to the extent permitted by applicable laws, may reject any and all bids, quotes and/or proposals and re-advertise at its sole discretion. The Commission should ensure that such rights are clearly stated in all Commission bid documents. 7. Procurement Records. Records sufficient to document the significant history of each procurement activity should be maintained and retained by the Commission in accordance with the Commission’s records retention policy. 8. Written Selection Procedures. The Commission will have written selection procedures for formal procurements that help ensure fair, unbiased evaluation of competing proposals. 9. Conflicts of Interest. All Commission Members, employees and other agents must conduct the procurement process so as to avoid conflicts of interest, real or apparent. To maintain full and open competition, no Commission member, employee or other agent is permitted to give preferential treatment to any contractor, nor to influence or participate in any Commission transaction in which such person has a financial interest. All procurements must be conducted in accordance with the Commission’s Resolution No. 10-038, “Resolution of the Riverside County Transportation Commission Amending the Appendix of the Conflict of Interest Code Pursuant to the Political Reform Act of 1974 (as amended),” as may be amended. 3 10. Lobbying and Gifts. Commission officers, employees, agents and Commission members must comply with applicable state and federal law regarding acceptance of gifts, gratuities, or favors from contractors, potential contractors, or parties to subcontractor agreements. 11. Audit Provisions. Every Commission contract wherein contractor or other entity is receiving Commission funds in excess of $10,000 should include a provision allowing examination and audit of records related to the contract by the Commission’s auditor for a period of three years after final payment under the terms of the contract. 12. Termination Clause. All contracts in excess of $25,000, and public works contracts in excess of $2,000, should provide for the termination of the contract for the Commission’s convenience, and all contracts should provide for the termination of the contract for default in cases of contractor breach or non-performance. 13. Issues not Included in the Procurement Policy Manual. If a policy, procedure or particular strategy or practice is in the best interest of the Commission and is not specifically addressed, nor prohibited by statute or case law, users of this Manual should not assume it is prohibited. Rather, the absence of direction should be interpreted as permitting the Executive Director to innovate and use sound business judgment that is otherwise consistent with law and within the limits of his or her authority. 4.0 TYPES OF CONTRACTS A. General Provisions 1. The Procurement Officer should use the types of contracts described in this Chapter for most types of procurement, except as otherwise provided for certain small purchases described hereunder in Chapter 6. Innovative contracting arrangements are not prohibited, but require the advance approval of the Executive Director or the Commission, as specified herein. 2. The “cost-plus-percentage-of-cost” method of contracting shall not be used for state or federally funded contracts. 3. The Procurement Officer, in consultation with the Project Manager, should select the type of contract that is most appropriate to the circumstances of each procurement, in accordance with the provisions of this Chapter. 4. In procurements by other than competitive sealed bidding, the Procurement Officer may negotiate a contract type and price (or estimated cost and fee) that will result in reasonable contractor risk and provide the contractor with the greatest incentive for efficient and economical performance. 4 B. Selecting Contract Types 1. The type of contract to be used should be determined prior to the solicitation, and the solicitation should inform bidders of the type of contract that will be used. 2. When procurement is by competitive sealed bidding, the Procurement Officer must use a firm fixed-price contract. 3. Except when procurement is by competitive sealed bidding as required by law, the Procurement Officer should select the most effective contract type and should consider contract type together with the issues of price, risk, uncertainty, and responsibility for costs. The type of contract used should reflect the cost risk and responsibility assumed by the contractor or supplier. 4. The Procurement Officer should avoid the continued use of a cost reimbursement or time-and-materials contract after experience provides a basis for firmer pricing. 5. The Procurement Officer should include documentation in each contract file to show why the particular contract type was selected, except for purchase orders under the small purchase threshold. C. Fixed-Price Contracts 1. Fixed-price contracts may provide for a firm price or, in appropriate cases, an adjustable price. 2. Fixed-price contracts providing for an adjustable price may include a ceiling price, a target price (including target cost), or both. Unless otherwise specified in the contract, the ceiling price or target price will be subject to adjustment only by operation of contract clauses providing for equitable adjustment or other revision of the contract price under stated circumstances. 3. A firm-fixed-price contract should provide for a price that is not subject to any adjustment on the basis of the contractor's cost experience in performing the contract. 4. A firm-fixed-price contract should be used for acquiring commercial products or commercial-type products, or for acquiring other supplies or services, on the basis of reasonably definite functional or detailed specifications if the Procurement Officer can establish fair and reasonable prices at the outset, including the following circumstances: a. When there is adequate price competition; b. When there are reasonable price comparisons with prior purchases of the same or similar supplies or services made on a competitive basis; c. When available cost or pricing information permits realistic estimates of the probable costs of performance; 5 d. When performance uncertainties can be identified and reasonable estimates of their cost impact can be made, and the contractor is willing to accept a firm-fixed-price contract; or e. When required by law unless a sole source exception applies. D. Cost Reimbursement Contracts 1. Cost reimbursement contracts provide for payment of the contractor’s reasonable, allocable and allowable incurred costs plus a negotiated fixed fee, to the extent prescribed in the underlying contract and Federal Acquisition Regulation Part 31. 2. A cost reimbursement contract establishes an estimate of total cost for the purpose of obligating funds and establishing a ceiling on expenditures that the contractor may not exceed without the approval of the Commission. 3. Cost reimbursement contracts are suitable for use when the uncertainties of performance do not permit costs to be estimated with sufficient accuracy to use a fixed-price contract. 4. The Commission must determine the adequacy of the contractor's accounting system for cost-type contracts before awarding such a contract. E. Time-And-Materials Contracts 1. A time-and-materials contract should be used only after the Procurement Officer determines, in writing, that no other type of contract is suitable. 2. A time-and-materials contract should be used only when it is not possible at the time of executing the contract to estimate accurately the extent or duration of the work or to anticipate costs with any reasonable degree of certainty or confidence. 3. A time-and-materials contract should include direct labor hours at specified fixed hourly rates that include wages, overhead, general and administrative expenses, profit, and materials required at cost. 4. The user department/project manager should ensure that there is adequate surveillance of contractor performance when a time-and-materials type contract is used. F. Labor-Hour Contracts 1. When materials are not required, the Procurement Officer may use a labor- hour contract, a variation of the time-and-materials contract. 2. The use of a labor-hour contract should be in accordance with the above- referenced provisions related to time-and-materials contracts. 6 G. Letter Contracts (Letter Of Intent Contracts) 1. A letter contract is an interim type of contractual agreement that gives the contractor a limited Notice of Award for the delivery of the required goods/supplies or the performance of services. 2. The Procurement Officer may use a letter contract when the Commission's interests demand that the contractor be given a binding commitment so that work can start immediately and executing a definitive contract is not possible in sufficient time to meet the requirement. Each letter contract should be as complete and definitive as possible under the circumstances and should include clauses approved and required by the Procurement Officer. 3. The estimated cost of the definitive contract should determine the type and level of review and approval required for approval of a letter contract. 4. A letter contract may not be entered into without competition except as provided for under Non-Competitive and/or Emergency Procurements provisions of this Manual. 5. A letter contract may not be amended to satisfy a new requirement unless the new requirement is inseparable from the existing contract. Any amendment should be subject to the same requirements as a new letter contract. 6. The total value of the letter contract should be the estimated sum necessary to cover the contractor's requirement for funds before execution of the definitive contract. However, the total value of a letter contract should not, under any circumstances, exceed fifty percent (50%) of the overall price ceiling for the term of the final negotiated (i.e., definitive) contract. 7. A letter contract should contain a negotiated schedule for execution of the definitive contract, including dates for submission of the contractor's price proposal, cost or pricing data (if required), a date for start of negotiations, and a target for execution of the definitive contract. 8. The letter contract should provide that if the Procurement Officer and the contractor cannot negotiate a definitive contract because of failure to reach agreement regarding price or fee: 1) the Procurement Officer may terminate the letter contract; or 2) if a “contract definitization” clause is included in the letter contract, the Commission may unilaterally require the contractor to continue the work and the Procurement Officer may, with the approval of the Executive Director, determine a reasonable price or fee. H. Multiple Year Contracts Multiple year contracts may be used with competitive sealed bids, competitive proposals, or by non-competitive procurement. Multiple year contracting is a method by which the Commission awards a contract for a base period of one or 7 more years, with option provisions for future years' requirements. The option provision in the contract should provide for unilateral exercise at the discretion of the user department/project manager, as additional requirements and funding become available. See below under Section 5.0 of this Chapter for further information regarding Options. I. Indefinite Delivery/Indefinite Quantity (ID/IQ) Contracts 1. The Procurement Officer may use an ID/IQ type of contract when the Commission anticipates a recurring requirement, but cannot predetermine the precise quantities of supplies or services at the time of contract award. 2. ID/IQ contracts should specify maximum or minimum estimated quantities that the Commission may require during the term of the agreement. An ID/IQ contract should make no promise of exclusivity and may in fact be one of several (multiple) contracts awarded for the same item or service. 3. There are several types of ID/IQ contracts, including: a. Definite-quantity contracts b. Requirements contracts c. Indefinite quantity (IQ) contracts (commodities) d. Task order contracts (services) 4. If possible under the circumstances, the Procurement Officer should ensure that original solicitation and resultant ID/IQ contract contain both a minimum and a maximum quantities, which represent the reasonably foreseeable needs of the parties to the solicitation, and a clause stating that the estimate is not a representation to a bidder, offeror, or consultant that the estimated quantity or dollar amount above the estimated minimum will actually be required or ordered by the Commission. 5.0 OPTIONS A. General 1. When it is in the best interest of the Commission, a contract option may be included providing the Commission the unilateral right to extend the term of the contract and/or to purchase additional supplies or services called for by the contract. 2. Any written findings required for a contract option shall specify both the base requirement(s) and the increase permitted by subsequent options. Contract provisions setting forth the cost of the option may include, but are not limited to, the following: a. A specific dollar amount; 8 b. An amount to be determined by applying provisions (or a formula) provided in the basic contract, but not including renegotiation of the price for work in a fixed-price type contract; c. In a cost-type contract, a stated fixed or maximum fee, or a fixed or maximum fee amount determinable by applying a formula contained in the basic contract; d. A specific price that is subject to an economic price adjustment provision; or e. A specific price that is subject to change as a result of changes to the prevailing labor rates provided by the U.S. Department of Labor (DOL) or the California Department of Industrial Relations (DIR) prevailing rates, whichever is applicable. B. Solicitation of Contracts with Options 1. If a contract provides for an option, the solicitation should include appropriate option clauses. 2. Each contract should state the period within which an option may be exercised. 3. In order to meet the requirements of this Manual for full and open competition, the option should be evaluated as part of the initial competition and be exercisable at an amount specified from the terms of the basic contract. When options have not been evaluated as part of the award, the exercise of such options will be considered a non-competitive procurement and must comply with the non-competitive procurement policies in described in this Manual. C. Exercise of Options 1. The user department/project manager, in cooperation with the Procurement Officer, should initiate the exercise of an option only after determining the following: a. That sufficient budget authority is available; b. That the requirement covered by the option fulfills an existing Commission need; and c. That the exercise of the option will be the most advantageous method of fulfilling the Commission's needs, when price and other factors are considered. 2. The Procurement Officer, after considering price and other factors, should make the determination whether to recommend exercising the option on the basis of one of the following: a. A new solicitation fails to produce a better price or a more advantageous offer than that offered by the option; provided, that if it is anticipated that the best price available is the option price (or that 9 the option provides the more advantageous offer), the Procurement Officer should not use this method to test the market; b. An informal analysis of prices or an examination of the market indicates that the option price is better than prices available in the market or that the option is the most advantageous offer; or c. The short time between the award of the contract containing the option and the exercise of the option indicates that the option price is the lowest price obtainable or the most advantageous. 3. The contract modification or other written document, which notifies the contractor of the exercise of the option, shall cite the option provision as authority for the action and should be issued within the time period specified in the contract. 6.0 COOPERATIVE AGREEMENTS A. Memorandum of Understanding A memorandum of understanding (MOU) is a contract document describing a bilateral or multilateral agreement outlining the terms and details of an arrangement between the parties to the MOU, including each party’s requirements and responsibilities. An MOU is used when substantial involvement is expected between the Commission and another agency or entity when carrying out the activity contemplated in the MOU, and there exists some public or mutually beneficial purpose in carrying out this activity. B. Piggybacking 1. Piggybacking is the post-award use of an acceptable contract/solicitation process that allows an entity not contemplated in the original procurement to purchase the same supplies or equipment under the original contract/solicitation process. 2. Piggybacking is permissible when: a. The underlying solicitation document and the resultant contract contain an assignability clause that provides for the assignment of all or part of the specified deliverables as originally advertised, competed, evaluated, and awarded; and b. For federally funded agreements, the original solicitation and resultant contract contain a minimum and a maximum quantity, which represent the reasonably foreseeable needs of the parties to the solicitation. C. California Multiple Award Schedule and State Master Agreements 1. A California Multiple Award Schedule (CMAS) and State Master Agreements are agreements established between the California Department of General Services (DGS) and multiple vendors who agree to the State of California terms and conditions, and may be used by the Commission. 10 2. Acquisitions based on CMAS or State Master Agreements shall be competitively bid so as to result in offers from three or more vendors including one small business, if available. If less than three offers are received, documentation of solicitation methods must be included with the contract documentation. 3. Three offers are not required for CMAS and State Master Agreements based on competition, such as Cal-Store, the Master Rental Agreement, Western States Contracting Alliance (WSCA), etc. Information on specific CMAS and State Master Agreements are available on DGS-PD’s website at: www.dgs.ca.gov/pd. 7.0 RECURRING CONTRACTS The Commission may, on an annual basis, evaluate existing contracts for professional services that are due to expire within the next fiscal year. While some of these contracts may be placed on the calendar for a new procurement solicitation or allowed to expire because they are no longer required, notwithstanding any other provision herein, some contracts may be included in an annual recurring contracts list that must be approved by the Commission. Most contracts for professional services should be subject to a competitive process; however, there may be limited circumstances in which staff believes it is more efficient and cost effective to retain such consultants on the recurring contracts list rather than rebidding the services. Those circumstances generally are due to the consultant’s historical knowledge, unique experience, and understanding of the Commission and/or specific Commission projects. Approval of the recurring contracts list allows the Commission to continue work on existing projects without interruptions and maintain consistency. 11 CHAPTER 2 – PROCUREMENT GENERALLY 1.0 IMPLEMENTATION BY EXECUTIVE DIRECTOR; COMMISSION CONTROLS AND LIMITATIONS A. Final authority for purchasing actions and decisions rests with the Commission, except as delegated by the Commission to the Executive Director. B. The Commission authorizes the Executive Director to execute contracts approved by the Commission. The Executive Director may designate the Deputy Executive Director, Chief Financial Officer or Directors to execute contracts under his or her signature authority on his/her behalf. C. The policies set forth herein will be implemented by the Chief Financial Officer. The Chief Financial Officer has primary responsibility for ensuring that the Commission’s procurement process is in accordance with applicable laws and regulations, as interpreted by the General Counsel and Commission policy. D. The Executive Director is authorized to approve and enter into contracts on behalf of the Commission under his/her single signature authority as follows: 1. When the expenditure is less than fifty thousand dollars ($50,000) for the purchase of all supplies, equipment, materials and for the construction of all facilities and works in accordance with California PUC § 130232; and 2. When the expenditure is less than one hundred thousand dollars ($100,000) for the purchase of services; however, (i) the aggregate amount of contracts executed under the single signature authority shall not exceed $1,000,000 in any given fiscal year; (ii) the aggregate value of all contracts awarded to any one entity under the Executive Director’s single signature authority shall not exceed $150,000 in any fiscal year; and (iii) the Executive Director may execute contract amendments for existing contracts that do not exceed $100,000. Such authority however, may not be exercised more than once during the life of any contract and may not be used to amend contracts originally executed under the Executive Director’s single signature authority. The Commission’s fiscal year is from July 1 to June 30. E. The powers of the Executive Director pursuant to Paragraph “D” above are subject to: (i) the existence and provisions of a Commission approved budget; and (ii) applicable laws and regulations. F. The Executive Director must provide the Commission with a regular report of all contracts entered into pursuant to the single signature authority provided in Paragraph “D” above, and must report to the Commission at its next regularly scheduled meeting each new contract awarded on an emergency basis or other contracts in excess of the Executive Director’s single signature authority. 12 G. APPROVAL LIMITS AND SOLICITATION TYPES 1. Supplies, Equipment, and Materials (California PUC § 130232) PURCHASE AMOUNT SOLICITATION TYPE SOLICITATION PROCESS APPROVER Less than $1,000 Micro-purchase Informal: Commercial availability, Rotate Vendors Procurement Officer* $1,000 to $25,000 Small Purchase Informal: Three (3) Quotes Procurement Officer* $25,001 to $50,000 Formal Procurement Formal: Advertisement, Clauses, Competitive Sealed Bids Executive Director Greater than $50,000 Formal Procurement Formal: Advertisement, Clauses, Competitive Sealed Bids Commission 2. Public Works (California PUC § 130232) PURCHASE AMOUNT SOLICITATION TYPE SOLICITATION PROCESS APPROVER Less than $1,000 Micro-purchase Informal: Commercial availability, Rotate Vendors, Non-Collusion Declaration, Insurance Procurement Officer * $1,000 to $25,000 Small Purchase Informal: Three (3) Quotes, Prevailing Wage, Clauses, Insurance, License, Non-Collusion Declaration Procurement Officer* $25,001 to $50,000 Formal Procurement Formal: Advertisement, Clauses, Prevailing Wage, Insurance, License, Competitive Sealed Bids, Payment Bond, Non-Collusion Declaration Executive Director Greater than $50,000 Formal Procurement Formal: Advertisement, Clauses, Prevailing Wage, Insurance, License, Competitive Sealed Bids, Payment Bond, Non-Collusion Declaration Commission * As delegated by the Executive Director 13 3. Services PURCHASE AMOUNT SOLICITATION TYPE SOLICITATION PROCESS APPROVER Less than $3,000 Micro-purchase Informal: Commercial availability, Rotate Vendors, Insurance Procurement Officer $3,000 to $50,000 Small Purchase Informal: Three (3) Quotes, Clauses, Insurance Procurement Officer $50,001 to $100,000 Small Purchase Informal: Three (3) Quotes, Clauses, Insurance; or Formal: Advertisement, Clauses, Insurance, and Negotiated Agreement, or Competitive Sealed Bids, or A/E Contract procedures Executive Director Greater than $100,000 Formal Procurement Formal: Advertisement, Clauses, Insurance, Certifications, and Negotiated Agreement, or Competitive Sealed Bids, or A/E Contract procedures Commission H. In addition to the authority granted above, and except as otherwise prohibited by applicable state or federal law, the Executive Director is authorized to approve and enter into contracts on behalf of the Commission, under his/her single signature authority, where the relevant contract is directly related to and necessary to implement a project that has been approved by the Commission, the contract is within the approved project budget and, based on the circumstances, exercise of this authority is in the best interest of the Commission. 2.0 PROCUREMENT OFFICER - DESIGNATION AND DELEGATION The Chief Financial Officer is the designated “Procurement Officer” for the Commission. The Chief Financial Officer may delegate all or part of the Procurement Officer duties described in this Manual. 3.0 PROCUREMENT OFFICER - DUTIES A. The Procurement Officer has the duty to oversee all procurement activities of the Commission, and to implement the policies and standards set forth in this Manual, subject to the limitations of the authority that has been delegated to the Procurement Officer by the Commission or the Executive Director. B. The Procurement Officer may issue instructions for the implementation of Commission procurement policies. C. The Procurement Officer has the duty to ensure Commission contracts, purchase orders, modifications, and supplemental agreements are executed in accordance with established thresholds and delegated authority. 14 D. The Procurement Officer, subject to the review of the Commission’s General Counsel, has the authority to draft and determine the final form of the contract to be used for each procurement. E. The Procurement Officer should ensure that a complete record of each procurement action is maintained in accordance with the Commission’s records retention policy by establishing files containing the records of all major procurements and contractual actions pertinent to that office's responsibilities. 1. The Procurement Officer is responsible for maintaining the original contract file pursuant to applicable state and/or federal records retention policies. 2. The documentation in each contract file maintained by the Procurement Officer should be sufficient to constitute a complete history of the transaction for the following purposes: a. Providing a complete background as a basis for informed decisions at each step of the procurement process; b. Supporting actions taken; c. Providing information for reviews, audits, and investigations; and d. Furnishing essential facts in the event of litigation. 4.0 IMPLEMENTATION OF PROCUREMENT PROCEDURES AND GUIDELINES The Procurement Officer, in his or her discretion and subject to the review and concurrence of the Commission’s General Counsel, may adopt procurement and materials management procedures and guidelines needed to implement and supplement the policies and standards set forth in this Manual. Any such procedures and guidelines should provide for timely review and processing of all procurement actions, and should ensure that procurements proceed timely, efficiently and economically, while adhering to principles of good public policy practices and sound business judgment. 5.0 AUTHORIZED METHODS OF PROCUREMENT; SELECTION A. Selection. As part of the procurement initiation process, the Procurement Officer will determine which method of procurement is appropriate. B. Authorized Methods. The following methods of procurement may be used, as appropriate, in accordance with the policies and procedures included in the Procurement Manual: 1. Competitive Sealed Bid (“Low Bid”), pursuant to Chapter 3 of this Manual; 2. Design-build, pursuant to Chapter 4 of this Manual; 3. Competitively Negotiated Procurement, pursuant to Chapter 5 of this Manual; 15 4. Small Purchase Procedures, pursuant to Chapter 6 of this Manual; and 5. Non-Competitive and Emergency Procurement, pursuant to Chapter 7 of this Manual. 6.0 COST ESTIMATE A. A cost estimate is a determination of price reasonableness. The cost estimate should be completed prior to the receipt of bids or proposals. B. The method and means of establishing the estimate may vary based on the circumstances and can range from checking historical records or published price guides to a detailed estimate in the same level of detail that is required for contractors submitting proposals. C. The estimate provides the Procurement Officer with essential input during the solicitation process. Cost estimates may be used by the Commission to: 1. Provide a determination of value (i.e., do benefits warrant the cost); 2. Support procurement planning; 3. Determine the appropriate solicitation type and process based on the approval limits set forth in Chapter 2, 1.0(G); 4. Establish the competitive range and supplement the evaluation process; 5. Provide a basis for a price analysis, which may eliminate the need for a more burdensome cost analysis; 6. Provide a basis for development of a pre-negotiation objective; 7. Support the Commission’s negotiation position with contractor; and/or 8. After contract award, provide essential input with respect to contract amendments, change orders and claims. 7.0 COST/PRICE ANALYSIS A. The Procurement Officer should perform a cost/price analysis in connection with every procurement action, including contract modifications. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation. B. If the contract being awarded is a cost-reimbursement type, the cost/price analysis should address the realism of the various cost elements proposed, and where the costs are unrealistically low, an adjustment should be made to reflect what the Commission believes the effort will actually cost given that offeror's specific technical approach as well as its direct and indirect cost rates. 1. The Commission should, when applicable, or must, if required by law, utilize the guidelines provided in the Federal Acquisition Regulations Part 16 31 to determine whether of the contractor’s proposed costs are reasonable, allowable and allocable. 8.0 VENDOR CONTACTS PRIOR TO ISSUANCE OF A SOLICITATION Informational and market research contacts with prospective contractors/vendors should be circumscribed based upon legitimate, identifiable business purposes and guided by the exercise of sound judgment. The primary pitfalls to be avoided are promises or implications from Commission staff of a future contract, development by a vendor of a specification or scope of services to be used as part of a Commission solicitation that vendor intends to participate in, requests from Commission staff for complimentary services or supplies, and other activities that may create a real or apparent conflict of interest or the impression of an obligation on the part of the Commission. 9.0 ADVERTISING / PUBLICIZING PROCUREMENTS A. The Procurement Officer should use the most efficient and effective means to publicize contract actions to increase competition in accordance with the requirements of the specific procurement. B. California PUC § 130232, applicable to the purchase of all supplies, equipment, materials and for the construction of all facilities and works when the expenditure exceeds twenty-five thousand dollars ($25,000), requires that notice requesting bids shall be published at least once in a newspaper of general circulation. The publication must be made at least 10 days before the date for the receipt of the bids. The Commission, at its discretion, may reject any and all bids and re- advertise. C. California PUC § 130238 for the purchase of computers, telecommunications equipment, microwave equipment, and other related electronic equipment and apparatus that is not available in substantial quantities to the general public requires (i) the procurement be conducted through competitive negotiation, after a finding by the Commission by a two-thirds vote that this particular procurement qualifies under California PUC § 130238, and (ii) notice of the request for proposals be published at least twice in a newspaper of general circulation, at least 10 days before the date for receipt of the proposals. D. Federal Transit Administration (FTA). Section 9.c of FTA Circular 4220.1F requires that invitations for bids are to be "publicly" advertised, and Section 9.d of FTA Circular 4220.1F requires that requests for proposals are to be publicized. E. Caltrans and Federal Highway Administration (FHWA). Chapter 15, paragraph 15.3 Project Advertisement, of the Caltrans Local Assistance Procedures Manual provides detailed guidance regarding advertising of FHWA- and/or Caltrans- funded projects. F. Pre-solicitation advertising prescribed in this section is not required for non- competitive, sole source, or emergency procurements processed in accordance with this Manual. 17 10.0 NON-DISCRIMINATION IN PROCUREMENT All formal contracts entered into by the Commission should contain appropriate clauses prohibiting discrimination by the contractor against any person or group of persons on account of race, color, religion, creed, national origin, ancestry, physical handicap, medical condition, age, marital status, sex or sexual orientation in the performance of the contract. 11.0 ORGANIZATIONAL CONFLICTS OF INTEREST An unfair competitive advantage could result if a contractor were allowed to submit a bid or proposal for work described in a specification or statement of work that the contractor itself developed. For the purpose of eliminating a potential unfair competitive advantage, and in compliance with applicable state and federal laws and regulations, a contractor that develops or assists in developing specifications, requirements, statements of work, invitation for bids, and/or request for proposals for a Commission procurement is excluded from competing for the resultant procurement, unless an appropriate waiver is issued by the Commission. All waivers will be assessed by the Commission on a case- by-case basis. 12.0 DUTIES OF COMMISSION STAFF REGARDING PROCUREMENTS A. General Procuring goods, services, and contracts for the Commission must be a cooperative effort, and it will be the responsibility of all Commission staff involved in procurement to employ sound business judgment and appropriate standards of ethics and fairness to procure goods and services in a manner most advantageous to the Commission. All employees and departments are instructed to follow the procedures set forth in the Procurement Policy Manual, as well as any instructions issued by the Procurement Officer regarding procurements. B. In order to initiate a procurement action (including amendments, procurements, exercising of available options, etc.), the user department/project manager should, at a minimum, provide the Procurement Officer with the following items, as applicable: 1. Specification, Scope of Services, or Statement of Work For a new procurement, a complete and clearly written specification, purchase description, or statement of work suitable for either competition or for negotiation with a sole source contractor, if justified. a. Amendments If a contract amendment has been negotiated based upon an existing advanced pricing arrangement or labor rates/categories included in the underlying agreement, the user department/project manager should provide the Procurement Officer with a copy of the final negotiated scope of services for the extra work, associated pricing terms, and/or schedule. 18 b. Change Orders If a construction change order has been negotiated based upon an existing advanced pricing arrangement or labor rates/categories included in the underlying agreement, the user department/project manager should maintain a record of the change order and supporting documentation in the project files. 2. Agreement Summary Sheet The user department/project manager must provide a complete and executed Agreement Summary Sheet for all procurement actions, including applicable small purchases, formal procurements, MOUs, agreements, change order modifications and the like. The Agreement Summary Sheet identifies the nature of funding for the subject goods/services, provides a record that the requirement was budgeted and properly approved before the procurement process began, and ensures that the procurement action is assigned a unique agreement number for purposes of contract administration, payment, and recordkeeping. 3. Cost Estimate The user department/project manager should provide the Procurement Officer with a cost estimate for the anticipated procurement of goods/services. See paragraph 6.0 above for additional guidance regarding the development of a cost estimate. 4. Justification for Sole Source/Non-competitive Procurement (if applicable) The user department/project manager must prepare and submit to the Procurement Officer a written statement recording all the facts that provide justification for avoiding mandated competitive procurement practices explicitly defined in this Manual and/or required by relevant state and federal law in favor of a non-competitive/sole source award. The Procurement Officer must approve the sole source procurement methodology before the procurement can proceed. 13.0 INSURANCE A. Contractors providing goods and services should be required to carry sufficient insurance to protect the Commission from third party lawsuits for personal injury (including death) and property damage. Insurance may also be required for damage to Commission property and for errors and omissions in the provision of professional services. B. The following types of procurement actions should be reviewed by the Procurement Officer for appropriate levels, types and limits of coverage on a case-by-case basis: 1. All Operations and Non-Operational Construction Contracts. 2. All Professional Services Contracts. 19 3. All contracts where work will be performed within “50 feet” of railroad. 4. All Environmental Contracts, including engineering services. 5. All procurement contracts and/or purchase agreements where outside vendors will be conducting work or performing installation services on Commission premises. 6. All procurement contracts and/or purchase agreements where outside vendors will be delivering products to a Commission facility. C. The contract documents should ensure that Commission contractors will be required to comply with insurance requirements imposed by state and local governments. D. At a minimum, the contract documents should require the contractor and subcontractor to carry general liability, workmen's compensation, and automobile insurance coverages for public works contracts. E. In certain limited cases, the Procurement Officer may permit the contractor to substitute an approved program of self-insurance in order to obtain such approval. The contractor will have to demonstrate that it can sustain the potential losses being self-insured. F. The Procurement Officer should include insurance and indemnification provisions in equipment, supply, and services contracts in accordance with Commission policies described herein. 14.0 SUBCONTRACTING A. The Commission may consider requiring a prime contractor to perform certain tasks or a minimum percentage of the work, in order to ensure that the prime contractor maintains a specified degree of control over the project. B. Approval of contractor proposed subcontractors usually involves an evaluation of three primary areas: 1. Assurance that the prime contractor has included the required “flow- down” provisions (clauses) from the prime contract in the subcontract. 2. The prime contractor’s compliance with the Disadvantaged Business Enterprise (DBE) requirements in its prime contract. 3. Assurance that the prime contractor has selected its critical subcontractors in a prudent fashion, so as to protect the Commission’s interests. 15.0. DETERMINATION OF FAIR AND REASONABLE PRICE A. The Procurement Officer should determine, in writing, that the price to be paid to the successful offeror is fair and reasonable. Typically, adequate price competition is sufficient to establish price reasonableness; however, price reasonableness may also be established through: 1. Prices established by law or regulation; 20 2. Published catalog or market price for commercial product sold to the public in substantial quantities; 3. Previous or relevant historical pricing for same or similar terms; 4. Valid cost estimate; 5. Value analysis; or 6. Cost/price analysis. B. Single Offer/Lack of Adequate Competition 1. When only one response is received after a public solicitation for offers or the price variance between multiple responses reflects a lack of adequate competition, the Procurement Officer may resolicit quotes or, if appropriate, recommend an award of the agreement to the single offeror, or to the lowest or best offeror, as determined by the Commission, in accordance with this Manual and in accordance with applicable legal requirements. a. A recommendation for award under either of the above circumstances should include a statement in the contract file giving the basis for the determination that the pricing terms are fair and reasonable. 16.0 CONTRACT APPROVAL, AWARD AND EXECUTION A. Following authorization for contract award by the Commission, the following actions should be taken: 1. The Procurement Officer requests all Commission required documents and contract contingency requirement (e.g., bonds, proof of insurance) from the successful contractor. 2. The Procurement Officer conforms and sends copies of the final contract or amendment to the contractor for signature, and obtains the appropriate Commission authorization by ensuring full execution of the contract. 3. After full execution of the contract and the contractor’s submittal of the required contract contingency items, unless otherwise agreed, the Procurement Officer coordinates with the user department/project manager to prepare a "Notice to Proceed" letter, if required. 4. The Procurement Officer transmits a fully executed original copy of the contract to the contractor. Conformed copies should be sent to the project manager for use in the administration of the contract. 5. Contract Administration Responsibilities a. The user department/project manager conducts all further coordination on technical issues between the contractor and the Commission, subsequent to the issuance of the “Notice to Proceed” letter. b. Issues affecting the business or legal terms in the contract and/or requests for modification or supplemental agreements to the contract 21 should immediately be brought to the attention of the Procurement Officer. c. The contract and all documents pertaining thereto should be maintained by the Procurement Officer, except for construction change orders which will be maintained by the project management team. 17.0 PROTEST PROCEDURES A. Under formal procurement processes described under this Manual, an interested party that has timely submitted a bid or proposal in response to any procurement of the Commission may file a protest objecting to the award of a contract. B. In order for a protest to be considered properly and timely filed, the protest must: 1. Be filed in writing with the Executive Director of the Commission, within seven (7) calendar days after (i) all requests for clarifications and requests for approved equals have been answered by the Commission or, if no requests for clarification or approved equals are received, after the period for requests for clarifications or approved equals has closed; (ii) after the Commission takes action, or such other time period as may be specified in the solicitation document; or (iii) the date certain contained in the solicitation for any solicitation for which a contract award is not made by the Commission. 2. Be filed by an actual bidder or proposer responding to the procurement and signed by a properly authorized representative. No other party has standing to protest or is considered an interested party. 3. Identify the specific procurement number involved. 4. Identify the specific recommended action or decision being protested. 5. Specify in detail the grounds for the protest, the facts supporting the protest and the status of the protester. 6. Include all relevant supporting documentation with the protest at the time of submittal. 7. Describe the resolution to the protest desired by the protesting party. If a protest does not comply with each of the seven (7) requirements listed above, the protest will not be considered and will be returned to the protester. C. The Procurement Officer will attempt to resolve a properly filed protest or perform additional fact-finding, including establishing a protest evaluation team to evaluate the merits of the protest. The Procurement Officer, in consultation with the Commission’s General Counsel, will prepare a recommended resolution of the protest for consideration by the Executive Director. The Executive Director will review the recommendation of the evaluation team and will render a determination to uphold or deny the protest. D. If the Executive Director’s decision is to deny the protest, the solicitation may be continued without further delay or the contract will be recommended to the 22 Commission for award, or executed, if previously awarded by the Commission subject to resolution of the protest. If the Executive Director’s decision is to uphold the protest, a recommendation will be made to the Commission to amend the solicitation and the date for receipt of proposals or bids, reject all proposals or bids, cancel the Request for Proposals or Invitation for Bids and solicit new proposals or bids, award the contract to another proposer, or other such actions as he/she deems appropriate. E. The Executive Director’s decision shall be final, and there shall be no further administrative recourse at the local level, except for protests related to federally funded procurements. F. The procedures set forth in this Chapter 2, Section 17.0 are not intended to reduce or restrict protest rights specifically provided under applicable funding agreements, or state or federal laws authorizing the use of money funding applicable contracts. 18.0 PUBLIC RECORDS REQUESTS All requests for procurement related records and/or information must be submitted to the Commission’s Office and Board Services Manager for appropriate action. Procurement related records should not be disclosed as public information until staff recommendation for award has been forwarded to all interested parties or as otherwise appropriate under the California Public Records Act and applicable state and federal laws, guidelines and requirements. 23 CHAPTER 3 – COMPETITIVE SEALED BIDS (“LOW BID”) A. Public Utilities Code Section 130232 requires that the purchase of all supplies, equipment, and materials, and the construction of all facilities and works, when the expenditure required exceeds twenty-five thousand dollars ($25,000), must be by competitive sealed bidding, also known as “low bid”, contracting, with the contract let to the lowest responsive, responsible bidder. Notice requesting bids must be published in at least one newspaper of general circulation. The publication must be made at least ten (10) days before the date for receipt of bids. The resulting contract will be a fixed price contract. B. In order for competitive sealed bidding to be most effective, the following conditions should be present in the development of an Invitation for Bids (IFB): 1. A complete, adequate and sufficiently generic specification is developed; 2. Adequate competition is available in the marketplace (two or more responsive and responsible bidders will compete); and 3. The procurement lends itself to a firm-fixed price contract. C. Discussions and Communications 1. Bids shall be evaluated without discussions with bidders. 2. Information concerning proposed procurements should not be released outside the Commission before an Invitation for Bids is released, except for pre-solicitation notices and publicly available general project information. D. Pre-Bid Conferences 1. The Contracting Officer may use pre-bid conferences to explain procurement requirements. 2. If the Commission requires any type of mandatory pre-bid conference, site visit, or meeting, the IFB should include the time, date, and location of the mandatory pre-bid site visit, conference or meeting, and when and where project documents, including final plans and specifications are available. Any mandatory pre-bid site visit, conference or meeting should be no sooner than a minimum of five (5) calendar days following the publication of the IFB. E. Bid Addenda 1. If it becomes necessary to make changes in quantity, specifications, delivery schedules, opening dates, or other items, or to correct a defective or ambiguous IFB, the change should be accomplished by addendum of the IFB. 2. Addenda to an IFB should be identified as such and should require the bidder to acknowledge receipt of all addenda issued. 24 F. Time Of Bid Receipt The IFB should specify a time for receipt of bids. Bids must be received in the office designated in the IFB not later than the time identified in the IFB. G. Late Bids Unless otherwise specified in a particular bid solicitation, bids are considered late based on the time clock at the 3rd floor Commission Receptionist Desk, located at 4080 Lemon Street, Riverside, CA 92501. Bids are considered late if the time stamped by the Commission upon receipt of the bid is later than the deadline/time identified in the IFB. Late bids will not be accepted by the Commission, unless a bid is late owing solely to Commission mishandling or some other legitimate extenuating factor, as determined in the Commission’s sole discretion. H. Receipt Of Bids As bids are received, the Procurement Officer should secure and safeguard the bids until the established time for bid opening. I. Opening Of Bids The Procurement Officer will coordinate the bid opening. All bids over $25,000 for construction received prior to the bid opening will be publicly opened, read aloud to the persons present, and recorded. J. Recording Of Bids Construction bids over the small purchase threshold of $25,000 that are publicly opened will be recorded on a Bid Summary or Bid Tabulation sheet. The Procurement Officer should certify the accuracy of the Bid Summary Sheet by placing his/her signature thereon. The Commission’s Procurement Officer should ensure that these results are posted on the Commission internet site within a reasonable time after bid opening. K. Tie Bids If two or more responsible and responsive bids are received for the same total or unit price, quality and service being equal, the Commission may, at its discretion, do any of the following: 1. Accept the one it chooses; 2. Accept the lowest bid made by negotiation with the tied bidders; or. 3. Establish a date and time to draw lots, which may be accomplished by tossing a coin or pulling bidder names out of a hat, to determine the winner. If this process is selected, the Commission should: a. Advise the tied bidders in writing that a tie has occurred, advise them a winner will be determined by drawing lots, and invite them to attend the drawing. b. Conduct the drawing of lots on the date and time previously established with at least two individuals as witnesses. The procurement file should reflect the names, titles, and departments of 25 the witnesses. If the witnesses are not Commission staff, the name, organization, address, and telephone number of the individuals should be listed. 26 CHAPTER 4 - DESIGN-BUILD CONTRACTS 1.0 PURPOSE A. As set forth in Public Contract Code (PCC) Section 6800 et seq., the legislature has determined that the design-build method of procurement should be evaluated for the purposes of exploring whether the potential exists for reduced project costs, expedited project completion, or design features that are not achievable through the traditional design-bid-build method. The Commission has been selected, as one of a limited number of participants, to participate in the Design- Build demonstration program with the SR-91 Corridor Improvement Project (SR- 91 CIP). B. For the purposes of this Chapter, “Design-Build” means a method of procuring design and construction from a single source. The selection of the single source occurs before the development of complete plans and specifications. 2.0 PROCEDURES FOR DESIGN-BUILD CONTRACTS A. The Executive Director may adopt any lawful methods, procedures and criteria that he or she determines are in the best interest of the Commission. B. The Toll Program Director, through coordination with the Procurement Officer, will prepare documents for the solicitation of proposals for the SR-91 CIP design- build procurement. C. The documents prepared for the SR-91 CIP design-build procurement shall control over any conflicting provisions contained herein. 27 CHAPTER 5 - COMPETITIVELY NEGOTIATED PROCUREMENTS 1.0 NEGOTIATED PROCUREMENTS - GENERAL A. This Chapter outlines the Commission's procedures for competitively negotiated procurements for contracts: 1. Not legally required to be procured through the low-bid competitive procurement method pursuant to Public Utilities Code Section 130232; and 2. Intended to be awarded on the basis of both price and non-price factors. B. A procurement is “negotiated” if discussions, negotiations, or other exchanges between the Commission and the offerors are anticipated and planned in order to maximize the Commission’s ability to communicate, understand, and obtain the best value for contract award. 1. The exchanges involve bargaining, persuasion, alteration of assumptions and positions, and give-and-take applied to price, schedule, technical requirements, type of contract, and other proposed terms. 2. The exchanges after establishment of the competitive range of price and terms are done with the intent of allowing the offeror to revise its proposal, once and potentially several times. C. Though not an all-inclusive listing, competitively negotiated procurements can be used for the following types of procurements: 1. Professional services contracts for non-architect-engineer related services; miscellaneous service contracts; 2. Architect-Engineer and related services contracts as further defined and subject to the limitations specified in Section 6.0 of this Chapter; 3. Specialized equipment, computers, telecommunications equipment, microwave equipment and other related electronic equipment and apparatus; or 4. Best Value, Design-build contracts described in Chapter 4. 2.0 SOURCE SELECTION TECHNIQUES A. The Procurement Officer can choose from a range of source selection techniques for the competitively negotiated process based on: 1. What is suitable for the specific circumstances of a requirement, and 2. Which technique provides the best opportunity to tradeoff price/cost and qualitative benefits in order to gain the best value for the Commission. B. In acquisitions where the requirement is clearly definable and the risk of unsuccessful contract performance is minimal, and excluding contracts for 28 Architect-Engineer and related services, cost or price may play a dominant role as a significantly important evaluation factor for award. C. On the other hand, the less definitive the requirement, a requirement for technical superiority, more development work required, or the greater the performance risk, then the technical or past performance considerations play a more dominant role as significantly important evaluation factors for award. D. The Commission obtains best value in negotiated acquisitions by using any one or a combination of selection approaches wherein the relative importance of cost or price may vary with other non-cost or price factor(s). The Procurement Officer and user department/project manager should select an approach that will provide the Commission with the best offer based on the requirements, and on applicable legal requirements. E. All evaluation factors associated with a particular proposal should be identified along with their relative importance. The Procurement Officer, in cooperation with the user department/project manager, may utilize explicit factors, price performance trade off, technically qualified/lowest price or other reasonable and appropriate means of evaluating proposers. F. Proposals will be solicited from an adequate number of qualified sources. In determining sources to solicit, the Procurement Officer should use all reasonable means available to ensure that an adequate number of potential qualified proposers receive the solicitation in order to obtain maximum fair and open competition. 3.0 PROPOSAL EVALUATION A. The evaluation factors that will be considered in evaluating proposals should be tailored to each procurement and should include only those factors that will have an impact on the source selection decision. The evaluation factors that apply to a particular procurement and the relative importance of those factors are within the broad discretion of the Procurement Officer and/or the user department/project manager. B. The Procurement Officer may establish a formal evaluation committee, referred to as the “Evaluation Committee,” which will be charged with responsibility for evaluating proposals, short listing firms, establishing a competitive range, and/or recommending a firm or firms for contract award. 1. Personnel engaged in the evaluation process should not discuss or reveal information concerning the evaluations except to those individuals participating in the same proceedings and only to the extent that information is required in connection with such proceedings. 2. Divulging information during the evaluation, selection, and negotiation phases to offerors or to personnel not having a need to know is prohibited as it could jeopardize the evaluation process and resultant award. C. The Evaluation Committee will evaluate each proposal in accordance with the evaluation criteria in the solicitation. The Evaluation Committee’s selection 29 decision is subject to the final approval of the Commission or the Executive Director, as required under this Manual. 4.0 REJECTION OF PROPOSALS A. The Evaluation Committee may reject all proposals received that are determined not to be in the competitive range, including those proposals made by offerors who refuse to execute any reasonably required representations and/or certifications. B. The Commission, based upon the recommendation of the Evaluation Committee or the Executive Director, may reject any or all proposals received. The Evaluation Committee or Executive Director may recommend rejection by the Commission because: 1. All otherwise acceptable proposals received are at unreasonable prices; 2. The proposals were not independently arrived at in open competition, were collusive or were submitted in bad faith; or 3. For other reasons, rejection is clearly in the Commission’s best interest. 5.0 NEGOTIATION; SELECTION The methods and procedures for selection and negotiation will be determined by the Procurement Officer, in coordination with the user department/project manager, and set forth in the request for proposals. 6.0 SPECIAL PROVISIONS APPLICABLE TO ARCHITECT - ENGINEER AND RELATED SERVICES A. This Section prescribes guidelines and requirements for the procurement of Architectural-Engineering (“A-E”) and related services. A-E Services are defined as professional services of an architectural or engineering nature that are required by law to be performed by a registered or licensed architect or engineer. Related services include: land surveying and construction project management. For the procurement of A-E and related services, the Procurement Officer should follow the procedures set forth in this Section 6.0, in addition to the pertinent procedures set forth elsewhere in this Chapter. B. If the procurement is for A-E and related services, the selection must be based on the demonstrated competence and qualifications of prospective contractors, and should follow the procedures set forth in Government Code 4525, et seq., and, when applicable, the laws and regulations that govern the procurement of design- related services with federal funds (see e.g., Title 23 U.S.C. 112, Letting of Contracts and 23 CFR 172, Administration of Engineering and Design Related Service Contracts). These services should be acquired based on a two-step, sealed bidding procedure, whereby qualifications are presented in a separate sealed envelope from a firm’s price proposal. The proposals should be initially evaluated based on qualifications only, and price negotiations should be commenced with the proposer determined by the Commission to be most 30 qualified. If the Commission is unable to negotiate satisfactory terms, at a fair and reasonable price, with the proposer considered to be most qualified, then negotiations should be terminated with that proposer and commenced with the next most qualified proposer. 31 CHAPTER 6 – SIMPLIFIED PURCHASE PROCEDURES 1.0 GENERAL A. Procurement of materials, supplies, or services by the Commission should adhere to the procedures in this Manual, as described in Chapter 2, Section 1.G. The procedures ensure that the appropriate authorizations are secured for the type of procurement made, and that the minimum requirements associated with the materials, equipment, supplies or services requested are procured in a fair and open manner. B. This Chapter sets forth the procedures for small purchases and other simplified purchase procedures. These purchases should be made competitively except where it is in the best interests of the Commission to accomplish such purchases non-competitively. Justification for such non-competitive procurement should be made, in writing, and maintained in the procurement record. 2.0 REQUIREMENTS FOR MICROPURCHASES A. If the purchase price for required supplies, equipment, services and/or materials is considered a micropurchase as defined in Chapter 2, Section 1.G, then multiple quotes are not required; however, such purchases should be fairly priced using a purchase technique that best serves the needs of the Commission, and rotated among commercial vendors offering competitive pricing. B. Micropurchases may be accomplished by securing one proposal or quotation from a commercial vendor offering supplies, equipment or materials to the public in substantial quantities and the price is deemed to be fair and reasonable. C. If oral quotes are obtained, written record of the quotes should be retained. The record should include, at a minimum, vendor name, telephone number and address, name of person providing the quote, and terms. 3.0 USE OF SMALL PURCHASE PROCEDURES A. For small purchases as defined in Chapter 2, Section 1.G, staff should obtain a minimum of three (3) written quotations with reasonable efforts to include at least one Disadvantaged Business Enterprise (DBE) vendor and, when practicable and appropriate, an award should be made on the basis of lowest price. B. For public works projects (i.e., maintenance, repair or construction work) and planned solicitations for services defined as small purchases in accordance with Chapter 2, Section 1.G, review by the Procurement Officer prior to the solicitation of quotes is required in order to ensure compliance with relevant insurance requirements, applicable legal mandates, e.g., insurance, bonding, prevailing wage, and payroll records. C. The Procurement Officer should use and/or authorize the Small Purchase Procedures that are most suitable, efficient, and economical based on the circumstances of each procurement. 32 4.0 PROHIBITED USE OF SMALL PURCHASE PROCEDURES The Procurement Officer and or Commission staff may not divide, split or fragment a procurement totaling more than the Commission’s small purchase limitation into several purchases that are less than the limit in order to use the Small Purchase Procedures. 33 CHAPTER 7 - NON-COMPETITIVE AND EMERGENCY PROCUREMENTS AND REMEDIAL MEASURES 1.0 NON-COMPETITIVE PROCUREMENTS A. The non-competitive procurement of goods and services, which otherwise require competitive procurement may be authorized under one or more of the following circumstances, subject to any minimum Commission vote required by applicable law: 1. The Commission has advertised the contract as required by this Manual and has undertaken reasonable efforts to solicit potential contractors, but has determined that competition is inadequate; 2. There is only a single source of supply available, or only one contractor is qualified to provide the service or product; 3. The goods or services are to be provided by a government or other public entity; 4. The goods or services are to be provided pursuant to an amendment of an existing contract that does not materially alter the terms and conditions of the contract (other than to extend the term and/or increase compensation to provide for the extended term or for additional goods/services to be provided under substantially the same terms of the original contract), provided that such renewal, extension or amendment is authorized or permitted by the contract; 5. The equipment to be purchased is of a technical nature and the procurement thereof without advertising is necessary in order to assure standardization of equipment and interchangeability of parts; 6. The item to be purchased is a capital maintenance item that is available only from the original manufacturer or supplier or is required to maintain system operational compatibility and connectivity with the existing system(s); 7. The contract is for employment services; 8. The contract is one for which only per diem and travel expenses are paid and there is no payment for services rendered; and 9. The Commission is piggybacking on an existing agreement between a contractor and any public agency or entity within the County of Riverside and/or the County of San Bernardino, or other public entities if: (a) the proposed Commission contract is for the same material scope of work as the other contract; (b) the proposed Commission contract contains substantially the same terms as the other contract; and (c) the other contract was competitively procured in accordance with requirements applicable to such other agency’s procurements; or 34 10. The provisions listed under Chapter 8, Section 3.0 regarding federally funded sole source, non-competitive, sole source procurements are applicable. 11. Except as may otherwise be limited by applicable law, the Commission determines that a non-competitive procurement is in the public interest and in the best interest of the Commission. C. Except as limited by applicable law, the Executive Director shall have authority to determine that non-competitive procurements are permitted under paragraph A, subparagraphs (1) through (11) for contracts for amounts less than or equal to $100,000. Commission approval is required for contracts over $100,000. Each decision to proceed with a non-competitive procurement must be supported by a written justification that is approved by the Executive Director or Procurement Officer, as required under this Manual. D. The Procurement Officer will take action, whenever possible and in coordination with the user department/project manager, to avoid the need to continue to procure the same supply, service, or construction without competition. E. A non-competitive or sole source procurement, where competition is legally required, should not be justified on the basis of any of the following circumstances: 1. The lack of adequate advance planning for the procurement of the required commodities, services, or other items; 2. Delays in the procurement caused by administrative delays, lack of sufficient procurement personnel, or improper handling of procurement requests or competitive procedures; or 3. Pending expiration of budget authority. F. The Procurement Officer should ensure that each non-competitive contract contains all of the required clauses, representations, and certifications, in accordance with the applicable laws, regulations, or Commission adopted policy. G. The Procurement Officer should ensure that proper records of each non- competitive procurement are maintained. 2.0 EMERGENCY PROCUREMENTS; REMEDIAL MEASURES A. The Commission may award a contract on an emergency basis if the requirement is essential to deal with an existing emergency condition, as defined below in Paragraph “B”, and the Executive Director may award a contract when necessary as a remedial measure as defined below in Paragraph “C”. The emergency procurement of supplies or services and procurements as a remedial measure should be limited to quantities and time periods sufficient to meet the immediate threat and should not be used to meet long-term requirements. B. For purposes of an emergency procurement under this Chapter, an “emergency condition” is a situation (such as a flood, epidemic, riot, equipment failure, or any other reason declared by the Commission) which creates an immediate threat to 35 the public health, welfare, or safety. The existence of an emergency condition creates an immediate need for supplies, services, or construction which cannot be met through normal procurement methods, and the lack of which would seriously threaten one (1) or more of the following: 1. The health or safety of any person; 2. The preservation or protection of property; 3. The continuation of necessary Commission functions; or 4. Contract delays that could result in an increase to the cost of the project. In the case of contracts for services, the Executive Director may declare the emergency condition. C. The Executive Director may authorize th expenditure of funds previously appropriated by the Commission for the direct purchases of goods and services, without following bid requirements (i) when a finding is made that immediate remedial measures are necessary to avert or alleviate damage to property, or to replace, repair, or restore damaged or destroyed property, of the Commission and are necessary in order to ensure that the facilities of the Commission are available to serve the transportation needs of the general public, and upon determining that available remedial measures, including procurement or construction in compliance with Public Utilities Code Sections 130232, 130233, and 130234, are inadequate. D. A contract procured on an emergency basis or as a remedial measure should not be modified to expand the scope or extend the time of the procurement unless a limited number of additional commodities, services, or other items are needed to fill an ongoing emergency requirement until regular procurement action procedures initiated under other Chapters in this Manual can be completed. E. The Executive Director must, after an emergency expenditure in excess of his/her delegated signature authority, and after an expenditure necessary as a remedial measure, submit to the Commission a procurement summary explaining the necessity for the expenditure. F. The Procurement Officer should ensure that each emergency procurement contract and/or contract entered into as a remedial measure contains the required clauses, representations, and certifications, in accordance with the requirements of this Manual. G. The Procurement Officer should ensure that proper records of each non- competitive procurement are maintained in accordance with the requirements of this Manual. 3.0 WRITTEN JUSTIFICATION FOR EMERGENCY AND OTHER NON- COMPETITIVE PROCUREMENTS A. In each instance where the non-competitive procurement procedures set forth in this Chapter are used, the user department/project manager is required to prepare 36 a written statement recording all of the facts that provide justification for proceeding with the non-competitive or emergency procurement. B. The Procurement Officer must approve the justification for all non-competitive procurements described under this chapter before such a procurement can proceed. 37 CHAPTER 8 – REFERENCES TO APPLICABLE LAWS /REGULATIONS 1.0 GENERAL A. This Manual lists references to the various federal, state, and local regulations, to which the Manual was written to conform and/or comply. B. The Procurement Officer will be responsible, in cooperation with the Commission’s General Counsel, for reviewing these references from time to time in order to review new requirements and to note updates to the existing regulations. 2.0 REFERENCES A. For the Commission's capital projects and contracts for goods and services utilizing Federal Transit Administration's (FTA) or Federal Highway Administration (FHWA) funds, the provisions included in the Manual will apply only to the extent that they do not conflict with FTA or FHWA requirements, including the standards of FTA Circular 4220.1F, or the most current version thereof, entitled “Third Party Contracting Requirements” or FHWA Form FHWA-1273 entitled “Required Contract Provisions Federal-Aid Construction Contracts.” In case of any conflict, the applicable federal standards shall govern. The foregoing documents, though not all-inclusive, set forth requirements that the Commission must comply with in the solicitation, selection and administration of contracts funded by the FTA and FHWA, respectively. B. For projects funded by Caltrans and/or FHWA, the selection process shall be in accordance with Chapter 10 of Caltrans’ Local Assistance Procedures Manual. http://www.dot.ca.gov/hq/LocalPrograms/lam/prog_p/p10consl.pdf. C. FTA Circular 4220.1F (or the most current version thereof) sets forth the requirements the Commission must adhere to in the solicitation, award, and administration of its third party contracts. FTA Circular 4220.1F applies to all FTA grantees and subgrantees that contract with third parties under FTA assistance programs. a. In addition to the requirements set forth in this Chapter 8, the FTA standards for competition are set forth generally in Chapter 1 hereof and the FTA procedures for competitive sealed bid (“low bid”) procurements and competitively negotiated procurements are set forth in Chapters 3 and 5 hereof, respectively. D. Some of the requirements include the following: 1. Pre-Award Audits. A pre-award (pre-negotiation) audit shall be completed, as required based on the participating state or federal funds, for each consultant contract, including those contracts where the consultant was previously identified as a “high-risk” recipient as described in 49 CFR Part 18.12. 38 2. Brooks Act Provisions. The provisions of the Brooks Act (40 USC 544) require local agencies to award federally funded engineering and design contracts on the basis of fair and open competitive negotiations, demonstrated competence, and professional qualifications (23 CFR, Section 172). 3. Required Contract Provisions/Forms include: a. Disadvantaged Business Enterprise Notice to Proposers Disadvantaged Business Enterprise Information Standard Agreement for Subcontractor/DBE Participation Local Agency Proposer UDBE Commitment (Consultant Contracts) Local Agency Proposer DBE Information (Consultant Contract) Final Report-Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractor Listing b. Federal Lobbying Restrictions, Title 31 U.S.C. Section 1352 Non-lobbying Certification for Federal-aid Contracts Disclosure of Lobbying 4. Caltrans/FWHA Authorization to Proceed. FHWA or Caltrans acting in FHWA’s behalf must give the local agency an “Authorization to Proceed” with a project prior to the performance of any work for which federal reimbursement is to be requested, including the pre-award audit. Copies of the “Authorization to Proceed” and the consultant contract must be retained in the project files for future audit purposes. 5. Certification of Consultant and Local Agency. The Procurement Officer will be responsible for ensuring that, when required, the certifications shown in Exhibits 10-F, “Certification of Consultant,” and 10-G, “Certification of Local Agency” of the Caltrans Local Assistance Procedures Manual are incorporated into the solicitation and executed by the appropriate signatories. a. The certifications must be executed by a principal or authorized corporate official of the consultant, and by a principal administrative officer of the governmental agency responsible for the selection of the consultant. It is essential that these certifications be preserved in the project files. D. Though not an all-inclusive listing, the following laws, regulations and code sections are applicable to Commission contracts: 39 Federal Statute, Regulations, Policies, and Agreements Subject 49 CFR Part 18 Administrative Requirements for Grants & Cooperative Agreements 49 CFR Part 26 Participation by Minority Business Enterprises; Disadvantage Business Enterprise (DBE) Program FTA Circular 4220.1x Third Party Contracting Requirements FTA Circular 5010.1x Grant Management Guidelines Master Agreement Terms & Conditions of Grantee Administration of Projects Supported & Funded by the FTA Federal Acquisition Regulation Federal Acquisition Regulation (FAR) Part 31 – Contract Cost Principles and Procedures 23 U.S.C. 114 / 23 CFR 633 23 U.S.C. 315 / 49 CFR 1.48 Form FHWA-1273 entitled “Required Contract Provisions Federal-Aid Construction Contracts.” CA State Codes Section(s) Subject Civil Code 3247-3248 Payment Bond Civil Code 3320 Payments to Prime Design Professionals Code of Civil Procedure 995.311 Bond Issuer Requirements Government Code 4525 et seq. Architect & Engineering Services Government Code 6250 - 6270 Public Records Disclosure Government Code 5956 et seq. Infrastructure Projects Labor Code 1777.1 Debarment by California Labor Commissioner Labor Code 1770-1780 Prevailing Wage, Work Hours, Certified Payroll Records, Apprentices Public Contract Code 1103 Responsibility on Public Works Contracts Public Contract Code 1104 Plans and Specifications Public Contract Code 3300 Contractor’s License Public Contract Code 3400 Brand Name OR Equal; Restrictive Clauses Public Contract Code 4100 - 4114 Subcontracting Public Contract Code 5100 - 5107 Relief of Bidders Public Contract Code 6100 - 6610 Awarding of Contracts Public Contract Code 6800-6813 Design/Build Demonstration Program Public Contract Code 7100 - 7200 Contract Clauses, Non-Collusion Affidavit Public Contract Code 7103 Payment Bond for Public Works >$25,000 Public Contract Code 9201 - 9203 Claims and Disputes Public Contract Code 10335 et seq. Service Contracts Public Contract Code 20101 Prequalification Public Contract Code 20103.6 Limitation on Architect’s Indemnity Obligation Public Contract Code 20103.8 Alternative Bids Public Contract Code 20104 Resolution of Construction Claims Public Contract Code 20104.50 Progress Payments on Public Works 40 CA State Codes Section(s) Subject Public Contract Code 22300 Substitution of Securities Public Utilities Code 130221 Contracting With Other Government Agencies and Other Persons Public Utilities Code 130232 - 130239 Award of Contracts Based On Price or Price and Other Factors; Bid Security; Emergency Procurements; Advertising; Immediate Remedial Measures; Rejecting Bids Public Utilities Code 130232(c) Authorization of Executive Director for Bid Expenditures <$50,000. Public Utilities Code 130232(d) Bid Security for Construction Work >$25,000 3.0 FTA/FHWA-FUNDED PROCUREMENT BY NON-COMPETITIVE (SOLE SOURCE) PROPOSALS A. Notwithstanding any other provision herein, federally funded contracts must comply with the federal requirements for non-competitive or sole source procurements. Non-competitive or sole source procurements are accomplished through solicitation of a proposal from only one source, or after solicitation of a number of sources, competition is determined inadequate. A contract change that amounts to a “cardinal change” as defined in FTA Circular 4220.1f that involves a major deviation from the original purpose is considered a sole source procurement on a federally funded contract that must comply with this paragraph. 1. Procurement by noncompetitive proposals may be used only when the award of a contract is infeasible under small purchase procedures, competitive sealed bids, or competitive proposals and at least one of the following circumstances applies: a. The item is available only from a single source; b. The public exigency or emergency for the requirement will not permit a delay resulting from competitive solicitation; c. FTA/FHWA, as applicable, authorizes noncompetitive negotiations— e.g., if FTA/FHWA, as applicable, provides a joint procurement grant or a research project grant with a particular firm or combination of firms, the grant agreement is the sole source approval; d. After solicitation of a number of sources, competition is determined inadequate; e. The item is an associated capital maintenance item as defined in 49 U.S.C. §5307(a)(1) that is procured directly from the original manufacturer or supplier of the item to be replaced. The grantee must first certify in writing to FTA: i. that such manufacturer or supplier is the only source for such item; and 41 ii. that the price of such item is no higher than the price paid for such item by like customers; or f. Any other circumstance justifying sole source procurement set forth in the applicable federal rules and regulations. 2. A cost analysis, i.e., verifying the proposed cost data, the projections of the data, and the evaluation of the specific elements of costs and profit, is required. 4.0 DISADVANTAGED BUSINESS ENTERPRISE A. In order to ensure the Commission’s compliance with the federal Disadvantaged Business Enterprise (DBE) Program on all applicable procurements funded with United States Department of Transportation (DOT) dollars, the Commission will make reasonable efforts to utilize disadvantaged business enterprises in compliance with applicable federal regulations. B. The Commission’s procurement process is structured to ensure that its DBE Program supports the Commission’s commitment to promote, foster and utilize disadvantaged business enterprises as required and defined by applicable federal regulations. C. As a condition of funding assistance, and in accordance with DOT Disadvantaged Business Enterprise regulations published in applicable federal regulations, the Commission is required to submit for approval a Disadvantaged Business Enterprise Program and regular DBE goals, which it will make good faith efforts to achieve through procurement actions carried out under this Manual. 5.0 STATUTORY AND REGULATORY REQUIREMENTS The Commission shall comply with applicable federal statutory and regulatory requirements (such as Davis-Bacon Act, Disadvantaged Business Enterprise, Debarment and Suspension, Clean Air, Environmental and Conservation Requirements, Buy America and Cargo Preference) in carrying out federally-funded procurement actions under this Manual. 42 CHAPTER 9 - DISPOSAL OF SURPLUS PROPERTY 1.0 DEFINITIONS “Surplus personal property” shall mean personal property of the Commission which is no longer needed or fit for its intended purpose or has exceeded its useful life. “Surplus real property” shall mean real property of the Commission which is no longer needed for a specified project. 2.0 DISPOSAL OF SURPLUS REAL PROPERTY A. Upon recommendation by the Executive Director, designated Commission staff may dispose of surplus real property in accordance with the RCTC Right of Way Policies and Procedures Manual, Section 8.5, Disposal of Surplus Properties. 3.0 DISPOSAL OF PERSONAL PROPERTY A. Upon recommendation by the Executive Director and in accordance with applicable state or federal funding requirements, designated Commission staff may dispose of all surplus and obsolete personal property by donation, bid, auction, negotiated sale or exchange. If the disposal of such items is conducted by bid, the sale shall be conducted in accordance with generally accepted best practices and applicable laws and regulations. The Commission staff shall attempt to obtain the best value for the property that can reasonably be obtained. 43 CHAPTER 10 – OTHER PROCUREMENT MATTERS 1.0 DISPUTES, CLAIMS AND CHANGES - DEFINITIONS A. Change Orders – the commercial and technical resolution of a contract modification. The change order document can be unilateral or bilateral in execution. B. Potential Claim – written notice provided to the Commission by the contractor when the: 1. Parties are unable to reach bilateral agreement on a change and the contractor is provided a unilateral change order (“protest”); or, 2. Contractor perceives that it is entitled to additional compensation (time or money) for something it believes to constitute extra work performed or to be performed. C. Claim – differences that have developed during the contract, under protest or under notice of potential claim, which are not resolved at the time the contractor returns the proposed final pay estimate. D. Dispute - a disagreement between the parties as to the merits, amount or remedy arising out of an issue in controversy, including a disagreement regarding a Claim or asserted default. E. Amendment – a modification considered outside the original contract scope or terms and formalized with a written agreement signed by both parties. 2.0 DISPUTES, CLAIMS AND CHANGES - GENERAL A. The Procurement Officer is responsible for documenting negotiation activities for the record, and should be present at all professional services and construction contract negotiations. B. The Procurement Officer or project manager, as required, prepares the appropriate documentation (e.g., Change Order Forms) for review and approval by the Commission’s Executive Director or Commission, prior to issuance to the consultant/contractor for signature. This document includes full definition of work scope, impact on DBE goals, definition of time and schedule impacts, and price. The change order language stipulates that the agreed-upon terms are all inclusive, and no other relief will be available regarding this work. 3.0 TERMINATION A. All Commission contracts exceeding $25,000 should contain provisions enabling the Commission to terminate such contracts for the convenience of the Commission, and all federally funded contracts must contain such provisions. These provisions should specify the manner in which such termination will be effected and the basis for settlement. There should also be included in such contracts appropriate provisions specifying causes for which the contracts may be terminated for default. 44 B. Terminations for Convenience of the Commission 1. Commission contracts will be terminated for convenience only when this is determined to be in the best interests of the Commission. In lieu of issuing a notice of termination for convenience, the Procurement Officer will effect a no-cost settlement agreement where possible and appropriate. 2. Formal written notice to the contractor is necessary to terminate a contract for convenience. Such notice will state that the contract is being terminated pursuant to the termination for convenience provision of the contract, the effective date, the extent of termination and instructions to the contractor to cease performance under the contract. 3. The Procurement Officer will negotiate a no-cost settlement with the contractor if possible. Otherwise, the Procurement Officer will negotiate an appropriate settlement agreement with the contractor pursuant to the provisions of the termination for convenience clause of the contract. C. Terminations For Default 1. If a contractor's right to proceed is terminated for default, the Commission may take over and complete the work or cause it to be completed, and the contractor and his sureties, if any, shall be liable to the Commission for any increased costs caused thereby. The contractor and his sureties should, in addition to increased costs in completing the work, be liable for liquidated damages, if liquidated damages are provided in the contract, or for actual damages, if liquidated damages are not so provided. 2. If the Procurement Officer determines that the contractor's failure to perform arises from causes which are excusable under the terms of the contract, the Procurement Officer shall not terminate the contractor's right to proceed, nor shall he/she charge the contractor with liquidated damages (or if no liquidated damages, then actual damages) because of any delays occasioned by such causes. 3. Where the surety does not complete performance of the contract, the Procurement Officer normally will complete the performance of work by awarding a new contract based on the same plans and specifications. Such award may be the result of competitive bidding or negotiation; whichever procedure is most appropriate under the circumstances. The Procurement Officer must use reasonable diligence to obtain the lowest price available for completion. 4. If, after due consideration, the Procurement Officer determines that termination is not in the best interest of the Commission although the contractor is in default, the Procurement Officer may permit the contractor to continue the work, and the contractor and his sureties shall be liable to the Commission for liquidated damages, as specified in the contract, or if liquidated damages are not so specified, for any actual damages occasioned by the failure of the contractor to complete the work in accordance with the terms of the contract. 45 4.0 BONDS, OTHER SECURITIES AND INSURANCE A. The Commission should specify bonding, in compliance with applicable federal and state requirements for all public works contracts. B. The Procurement Officer may require any of the following types of security for any solicitation or contract subject to this Manual, other than a small purchase, regardless of the estimated amount of the contract: 1. Bid bonds; 2. Other bid or proposal security; 3. Construction performance and payment bonds; and 4. Performance or payment bonds or other security on non-construction contracts. C. Requirement for Bonds To Be Executed By An Admitted Surety Insurer 1. California Code of Civil Procedure § 995.311 calls for any bond required on a public works contract to be executed by an admitted surety insurer. 2. The Commission has a duty to verify that an admitted surety insurer executes the bond. The Procurement Officer should print out information from the website of the California Department of Insurance (http://www.insurance.ca.gov/docs/FS-CompanyProfiles.htm) confirming that the surety is an admitted surety insurer and attach it to the bond. 5.0 CONTRACT CLOSEOUT A. A completed contract is one which is both physically and administratively complete and in which all aspects of contractual performance have been accomplished, terminated, or otherwise disposed of by contract modification. A contract is physically complete only after all articles and services called for under the contract, including such related items as reports, spare parts, and exhibits, have been delivered to and accepted by the Commission, including those articles and services for which no specific compensation may have been stipulated. A contract is administratively complete when all payments have been made and administrative actions accomplished. B. The project manager, in cooperation with the Procurement Officer, is responsible for review of the contract file and obtaining all necessary documentation to ensure that: (1) all deliverables and/or services (including any reports) required under the contract have been received and accepted; (2) the terms and conditions of the contract have been complied with; (3) disposition of accountable property under the contract has been accomplished; all necessary actions including final payment and releases required to close the contract are completed and documented. C. Small purchase files should be considered closed when the Procurement Officer receives evidence of receipt of property and final payment. D. A contract file should not be closed in any of the following situations: 46 1. If the contract is the subject of a claim or dispute; 2. If the contract is in litigation or under appeal; or 3. In the case of a termination, if all termination actions have not been completed. 4. If state or federal approval is required and has not been received. 47 CHAPTER 11 – PAYMENT 1.0 COMMISSION PAYMENT PROCESS A. The Commission will promptly process all contract payments with necessary controls to assure compliance with all contract terms and conditions in accordance with internal procedures recommended by the Chief Financial Officer and authorized by the Executive Director. B. The Procurement Officer should clearly specify in solicitations and contracts the form and content of an acceptable invoice, including a requirement that invoices be sequentially numbered, that they contain a date and contract number and the services for which they are invoicing, the period of performance being invoiced, and to whom invoices are to be sent. 2.0 PROGRESS PAYMENTS A. The Commission may provide for progress payments under contracts that require long time periods to complete contract performance or if the use of progress payments contributes to the effective and efficient administration of consultant/contractor work. Progress payments will be made on the basis of allowable costs incurred by the consultant/contractor, and the stage of completion of the contract. 1. Criteria – Contract clauses providing for progress payments should be used when the investment in work and progress is expected to be great enough to add substantial costs to the contract or strain the consultant/contractor’s cash flow or ability to obtain financing. Under no circumstances should payments exceed the consultant/contractor’s physical completion of the Work, nor should they amount to advance payments. Progress payments can be based on a periodic voucher for expenditures, a milestone, or the Commission’s estimate of work accomplished as defined in the contract. 2. For Federally funded procurements, the Commission must obtain adequate security (i.e., title to work in progress; letter of credit) for any progress payments made. B. Progress Payments on Public Works In accordance with California Public Contract Code § 20104.50, the Commission must make progress payments within 30 days after receipt of an undisputed and properly submitted payment request from a contractor on a construction contract. If the Commission fails to make timely payment, the Commission may be required to pay interest to the contractor equivalent to the legal rate set forth in subdivision (s) of Section 685.010 of the Code of Civil Procedure. 48 C. Progress Payments and Retentions on Architect, Engineer, and Land Surveyor Contracts Pursuant to California Civil Code §3320, for any contract for public works or improvement, the Commission shall pay to the prime design professional any progress payment within 30 days of receipt of a written demand for payment in accordance with the contract, and the final retention payment, if applicable, within 45 days of receipt of a written demand for payment in accordance with the contract. If any amount is wrongfully withheld or is not timely paid, the prime design professional should be entitled to a penalty of 1½ percent for the improperly withheld amount, in lieu of any interest otherwise due, per month for every month that payment is not made. 3.0 PROMPT PAYMENT TO SUBCONTRACTORS—FEDERALLY FUNDED AGREEMENTS A. In accordance with 49 CFR part 26, Commission contracts above the small purchase threshold must require that the prime contractor or subcontractor shall pay to any subcontractor, not later than 7 days of receipt of each progress payment from the Commission, unless otherwise agreed to in writing, the respective amounts paid to the contractor on account for the work performed by the subcontractors, to the extent of each subcontractor’s interest therein. The Commission contract may provide that, in the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, then the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. B. The Commission must also require the prompt return of retainage payments from the prime contractor to the subcontractor within 7 days after the subcontractor’s work is satisfactorily completed. 4.0 PAYMENT OF RETENTION ON PUBLIC WORKS CONTRACTS Pursuant to California Public Contract Code § 7107, within 60 days after the date of completion of the work of improvement, the Commission must release any retention withheld except funds withheld to satisfy outstanding stop notices or otherwise properly withheld. In the event of a dispute between the Commission and the original contractor, the Commission may withhold from the final payment an amount not to exceed 150 percent of the disputed amount. 5.0 REQUEST FOR PAYMENT CERTIFICATION A. All contracts above the small purchase threshold may contain a clause, which requires the contractor to submit with each request for payment, a certification that the claim for payment is true, correct, and for services rendered and/or supplies delivered in accordance with the contract. B. The user department/project manager will disapprove and Accounts Payable will return unpaid any request for payment which does not contain the certification when required. 49 REVISION HISTORY: Revision No. Revisions Adopted 0 Adopted by the Commission 7/11/12 BLANK RESOLUTION NO. 12-018 RESOLUTION OF THE RIVERSIDE COUNTY TRANSPORTATION COMMISSION REGARDING THE REVISED PROCUREMENT POLICY MANUAL WHEREAS, the Commission previously adopted Resolution No. 98-013, “Resolution of the Riverside County Transportation Commission Authorizing the Executive Director to Sign Certain Commission Contracts”; and WHEREAS, the Executive Committee adopted a Procurement Policies Manual on April 11, 2007; and WHEREAS, the Commission wishes to update its procurement policies and procedures to be a comprehensive, useful framework for the Commission’s procurements. NOW, THEREFORE, the Riverside County Transportation Commission does hereby resolve as follows: Section 1. The previously adopted Resolution No. 98-013 regarding single signature authority over certain professional services and administrative contracts is hereby superceded as a result of its incorporation in the revised Procurement Policies Manual. Section 2. The Procurement Policies Manual previously adopted on April 11, 2007 is hereby replaced in its entirety by the revised Procurement Policies Manual, set forth in Attachment A, attached hereto and incorporated herein. Section 3. The Riverside County Transportation Commission hereby approves and adopts the Procurement Policies Manual, as revised, to be effective immediately. 30 APPROVED AND ADOPTED this 11th day of July, 2012. __________________________________________ John J. Benoit, Chair Riverside County Transportation Commission ATTEST: _________________________________ Jennifer Harmon Clerk of the Board 31 AGENDA ITEM 8C BLANK Agenda Item 8C RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: David Thomas, Toll Project Manager THROUGH: Anne Mayer, Executive Director SUBJECT: 2012 State Route 91 Implementation Plan STAFF RECOMMENDATION: This item is for the Commission to receive and file the 2012 State Route 91 Implementation Plan. BACKGROUND INFORMATION: In 2002, AB 1010 authored by former Assemblyman Lou Correa allowed the Orange County Transportation Authority (OCTA) to purchase the 91 Express Lanes franchise from the California Private Transportation Company. The purchase agreement was completed in January 2003, at a cost of $207.5 million. AB 1010 also eliminated the existing non-compete clause in the franchise agreement that prohibited any capacity-enhancing improvements from being made to SR-91 until the year 2030. SB 1316 passed in August 2008, authorized the Commission to impose tolls for 50 years on transportation facilities on its portion of SR-91, and authorized toll revenues to be used for constructing and operating toll facilities on SR-91 in Riverside County. The purchase of the 91 Express Lanes and the elimination of the non-compete clause has allowed much needed improvements to be planned and implemented within the SR-91 corridor. OCTA, the Commission, and Caltrans Districts 8 and 12 have been coordinating these improvements. SB 1316 required creation of a new advisory committee with specific responsibilities appointed by board members from OCTA and the Commission. SB 1316 also required the continuation of annual updates of an implementation plan of SR-91 improvements for the Legislature. As spelled out in the legislation, the 2012 State Route 91 Implementation Plan was completed by OCTA, in consultation with Caltrans and the Commission, and details proposed projects and completion schedules for transportation improvements to Metrolink, express bus, freeways and interchanges, new east-west highway corridors, and high-speed rail. Attachment: 2012 State Route 91 Implementation Plan 32 BLANK 33 BLANK 2012 SR-91 IMPLEMENTATION PLAN i Table of Contents TABLE OF CONTENTS ............................................................................................................................................ I SECTION 1: 2012 STATUS REPORT AND UPDATE ............................................................................................ 1 SECTION 2: IMPLEMENTATION PLAN ................................................................................................................. 8 BY YEAR 2015 ......................................................................................................................................................... 9 BY YEAR 2025 ....................................................................................................................................................... 13 BY YEAR 2035 ....................................................................................................................................................... 19 SECTION 3: COMPLETED PROJECT EXHIBITS APPENDIX ............................................................................ 26 SECTION 4: REFERENCES .................................................................................................................................. 30 34 BLANK 2012 SR-91 IMPLEMENTATION PLAN 1 SECTION 1: 2012 Status Report and Update INTRODUCTION Previous law authorized the California Department of Transportation (Caltrans) to enter into franchise agreements with private companies to construct and operate four demonstration toll road projects in California. This resulted in the development of the 91 Express Lanes facility in Orange County. The four-lane, 10-mile toll road runs along the median of the Riverside Freeway (State Route 91) in northeast Orange County between the Orange/Riverside County Line and the Costa Mesa Freeway (State Route 55). Since the 91 Express Lanes carried its first vehicle on December 27, 1995, the facility has saved users tens of millions of hours of commuting time. While the 91 Express Lanes facility has improved travel time along the State Route 91 (SR-91) corridor, provisions in the franchise agreement between Caltrans and the private franchisee, the California Private Transportation Company (CPTC), prohibited Caltrans and county transportation agencies from adding transportation capacity or operational improvements to the SR-91 corridor from the Ontario Freeway (Interstate 15) in Riverside County to the Orange/Los Angeles Counties border through the year 2030. Consequently, the public agencies were barred from adding new lanes, improving interchanges, and adding other improvements to decrease congestion on the SR-91 freeway. Recognizing the need to eliminate the non-compete provision of the franchise agreement, Governor Gray Davis signed Assembly Bill 1010 (Lou Correa) (AB 1010) into law in September 2002, paving the way for much- needed congestion relief for thousands of drivers who use SR-91 to travel between Riverside and Orange Counties each day. The bill allowed the Orange County Transportation Authority (OCTA) to purchase the 91 Express Lanes franchise and eliminate the existing clause that prohibited any capacity-enhancing improvements from being made to SR-91 until the year 2030. The purchase agreement for the 91 Express Lanes was completed in January 2003, placing the road in public hands at a cost of $207.5 million. With the elimination of the non-compete provision through AB 1010 and the subsequent 91 Express Lanes purchase by the OCTA, Orange County and Riverside County public officials and Caltrans Districts 8 and 12 have been coordinating improvement plans for SR-91. Senate Bill 1316 (Lou Correa) (SB 1316) was signed into law in August 2008 as an update to the provisions of AB 1010. SB 1316 authorizes OCTA to transfer its rights and interests in the Riverside County portion of SR-91 toll lanes by assigning them to the Riverside County Transportation Commission (RCTC), and authorizes RCTC to impose tolls for 50 years. SB 1316 also requires OCTA, in consultation with Caltrans and RCTC, to annually issue a SR-91 Implementation Plan (Plan) and a proposed completion schedule for SR-91 improvements from State Route 57 (SR-57) to Interstate 15 (I-15). The Plans prior to adoption of SB 1316 included a westerly project limit of State Route 55 (SR-55). The Plan establishes a program of projects eligible for funding by the use of potential excess toll revenue and other funds. This 2012 Plan is the result of the requirement to provide the State Legislature with an annual Implementation Plan for SR-91 improvements and builds on the 2011 report, which was a major update of the previous annual Implementation Plans. This year’s update includes projects identified in the Riverside County – Orange County Major Investment Study (MIS) as well as other project development efforts and funding programs such as the RCTC 10-Year Western County Highway Delivery Plan that outlines a number of projects such as the extension of High Occupancy Toll (HOT) Lanes from the Orange/Riverside County Line to I-15, the California Transportation Commission (CTC) Corridor Mobility Improvement Account (CMIA) that provides a funding source for transportation projects, the extension of the Measure A program that provides funding for transportation projects in Riverside County, and the Renewed Measure M program that provides funding for transportation projects in Orange County. The 2012 Plan includes an overview, identification of issues and needs, time frames for project packages to improve mobility on 35 2012 SR-91 IMPLEMENTATION PLAN 2 SR-91, and are listed based on a logical sequence for implementation. Project descriptions include conceptual lane diagrams (as appropriate), cost estimates (in 2012 dollars, or as noted), and discussion of key considerations that need to be addressed in the planning and development of each project. This Plan will provide OCTA, RCTC, and Caltrans with a framework to implement SR-91 and other related improvements. Future annual Plan updates will continue to refine the scope, cost, and schedule of each project included in this version of the Plan. SR-91 CORRIDOR CONDITIONS Project Limits The project study limits encompass the segment of SR-91 from west of the junction of SR-57 and SR-91 in the City of Anaheim in Orange County, to east of the junction of SR-91 and I-15 in the City of Corona in Riverside County. The freeway segment is approximately 20.3 miles long, and includes approximately 12.7 miles within Orange County and approximately 7.6 miles within Riverside County. Traffic Conditions Summary A review of traffic conditions in the Corridor indicates that the existing carrying capacity of the facility is inadequate to accommodate current and future peak demand volumes, and that Level of Service (LOS) F prevails in the peak direction during the entire peak period, where LOS F is defined as the worst freeway operating condition and is defined as a density of more than 45 passenger cars/lane/mile. The results also indicate that there are several physical constraints that generate unacceptable traffic queues. The following list summarizes the deficiencies identified along the SR-91 Corridor:  Heavy traffic volumes from I-15 (North and South) converge with SR-91. The weaving and merging condition is complicated by the close proximity of the Westbound (WB) Main Street off-ramp.  High demand from several on-ramps within the eastern segment exacerbates traffic conditions during peak hours.  High traffic volumes from Gypsum Canyon Road and Santa Ana Canyon Road contribute to congestion on the mainline.  The Eastern Transportation Corridor (State Route 241) merges with SR-91 causing additional congestion in the EB direction. One of the two EB lanes from State Route 241 (SR-241) is dropped at the merge to State Route 91 (SR-91).  Heavy traffic reentering the freeway merges at slow speeds from existing WB and EB truck scales, impacting the general-purpose lanes.  SR-55 merges with SR-91. An EB lane on SR-91 is dropped at Lakeview Avenue and a second EB lane is dropped at Imperial Highway creating a severe merge condition.  WB SR-91 drops a GP lane and a 91 Express Lane to SB SR-55, which contributes to mainline congestion. This drop also occurs on the left-hand side of SR-91 as opposed to the typical right-hand exit.  High demand from Weir Canyon Road, Imperial Highway and Lakeview Avenue increases delay during the peak hours.  WB traffic entering SR-91 at Lakeview Avenue to southbound (SB) SR-55 contributes to mainline congestion by weaving through three lanes from WB SR-91. PROJECT SUMMARY Many of the projects identified in this 2012 Plan are based on the MIS that was completed in January 2006. The projects are presented based on potential implementation schedules and priorities established in the MIS as well as through subsequent project development. Table 1 summarizes the various projects in the 2012 Plan, and they are outlined below by implementation schedule (see Section 2 for detailed project summaries):  The first set of projects is anticipated to be completed by 2015 and includes three improvements at a total cost of approximately $170.5 million. The projects include new travel lanes between SR-55 and SR-241, the Metrolink short-term expansion plan, and a new WB lane at Tustin Avenue. These projects are in the process of final design, construction, or procurement and implementation, as noted in the project summaries.  Five projects for implementation by 2025 include interchange improvements at SR-71/SR-91; the Initial SR-91 Corridor Improvement Project (CIP) that will 36 2012 SR-91 IMPLEMENTATION PLAN 3 widen SR-91 by one GP lane in each direction east of the County Line, add collector-distributor (CD) roads and direct south connectors at I-15/SR- 91, and extend the 91 Express Lanes to I-15, and provide system/local interchange improvements; Express Bus improvements; a SR-241/SR-91 Express Lanes connector; and SR-91 widening improvements between SR-57 and SR-55. OCTA, RCTC, and Caltrans have initiated preliminary planning activities for these projects to ensure readiness when local, state, or federal funding becomes available. Preliminary engineering has been initiated for the highway improvement projects. Consequently, there may be opportunities to advance these projects if additional funding is made available. Projects for implementation by 2025 would cost approximately from $1.86 billion up to $2.08 billion.  Projects for implementation by 2035 focus on longer-lead time projects and include: a potential new interchange or overcrossing at Fairmont Boulevard; the Ultimate CIP that widens SR-91 by one GP lane in each direction from SR-241 to SR-71, I-15/SR-91 Direct North Connector, extension of Express Lanes on I-15 and SR-91 improvements east of I-15; a significant expansion of Metrolink service; an elevated 4-lane facility (MIS Corridor A) from SR-241 to I-15; the Anaheim to Ontario International Airport Maglev High Speed Rail; and Irvine-Corona Expressway (ICE) 4-lane facility from SR-241/SR- 133 to I-15/Cajalco Road (formerly known as MIS Corridor B). The Fairmont Boulevard interchange project and the other four, multi-billion dollar potential projects require a significant amount of planning, design, and future policy and public input. In some cases, these projects may include previous projects as project components, such that all projects may not be implemented within this project summary. Traffic Analysis For the 2012 Plan, the traffic analysis for major SR-91 capacity projects has been updated from the 2011 Plan. This analysis used the latest freeway operations software model available from UC Berkeley and traffic data calibrated to reflect new traffic patterns since the 2011 Plan. This freeway operations model provides a better depiction of actual travel delays experienced by motorists compared to traditional travel demand models. The model can be used to analyze freeway bottlenecks sometimes neglected in traditional travel demand models. This approach is especially important given high SR-91 traffic volumes and the potential for relatively few vehicles to significantly slow down traffic. For example, a minor freeway merging area can cause many vehicles to slow, cascading delay through the traffic stream, and suddenly both speed and volume rapidly decrease for major segments of the freeway. Table 1 – SR-91 Implementation Plan Projects Project No. Project Summary (Implementation Year) Cost ($M) By Year 2015 1 Widen SR-91 between SR-55 and SR-241 by Adding a 5th GP Lane in Each Direction (2012) 85.2 2 Metrolink Short-Term Expansion Plan (2014) 35.4 3 SR-91 WB Lane at Tustin Avenue (2015) 49.9 SUBTOTAL 170.5 By Year 2025 4 SR-71/SR-91 Interchange Improvements (2017) 122.7 5 Initial Phase CIP: Widen SR-91 by One GP Lane in Each Direction East of County Line, CD Roads and I-15/SR-91 Direct South Connector, Extension of Express Lanes to I-15 and System/Local Interchange Improvements (2017) 1,345 6 Express Bus Improvements Between Orange County and Riverside County (2017) 9.5 7 SR-241/SR-91 Express Lanes Connector (2018) 135-180 8 SR-91 between SR-57 and SR-55 (2025) 253-425 SUBTOTAL 1,865 – 2,082 By Year 2035 9 Fairmont Boulevard Improvements (Post-2025) 76.8 10 Metrolink Service and Station Improvements (2030) 335 11 Ultimate CIP: Widen SR-91 by One GP Lane in Each Direction from SR-241 to SR-71, I-15/SR-91 Direct North Connector, Extension of Express Lanes on I-15 and SR- 91 Improvements East of I-15 (2035) TBD 12 Elevated 4-Lane Facility (MIS Corridor A) from SR-241 to I-15 (TBD) 2,720 13 Anaheim to Ontario International Airport Maglev High Speed Rail (Post-2030) TBD 14 Irvine-Corona Expressway (ICE) 4-Lane Facility from SR-241/SR-133 to I-15/Cajalco Road ( Post-2030) 8,855 SUBTOTAL 12,000+ 37 2012 SR-91 IMPLEMENTATION PLAN 4 The operations analysis quantified travel time savings for WB morning and EB afternoon conditions for the following major capacity enhancing projects:  New WB/EB lanes from SR-55 to SR-241 by 2012 (Project 1).  New WB/EB lanes from SR-71 to I-15 by 2017 (Initial CIP, Project 5).  SR-241/SR-91 Express Lanes connector with lanes to Coal Canyon on SR-91 by 2018 (Project 7).  EB lane between SR-57 and SR-55 by 2025 (Project 8).  New WB/EB lanes, various segments, from SR-241 to I-15 by 2035 (Ultimate CIP, Project 11).  New capacity provided by Corridor A and Irvine- Corona Expressway (ICE) by 2035 (Projects 12 and 14). The WB morning traffic analysis results indicate that the year 2015 forecasts, bottlenecks are shown at the Orange-Riverside County line and at the SR-55 interchange. A minor bottleneck is shown at the SR-241 interchange. The main bottlenecks in Riverside County have decreased because of the completion of proposed projects, though some congestion is still forecasted. In the year 2025 forecast, WB bottlenecks occur at Main Street, the Orange-Riverside County Line, at the SR-241 interchange, and at the SR-55 interchange. Assuming Corridor A and the ICE are not constructed by the year 2035, bottlenecks appear at Main Street, just east of the SR-71 interchange, at the Orange-Riverside County Line, at the SR-241 interchange, and at the SR-55 interchange. For the year 2035, the construction of Corridors A and ICE is forecast to notably improve WB operations along the SR-91 freeway. A bottleneck is shown at the SR-55 interchange. The EB evening traffic analysis indicates that the year 2015 forecasts, bottlenecks are shown shortly before the SR-55 interchange, at the Orange-Riverside County Line, and at Lincoln Avenue. In the year 2025 forecast, EB bottlenecks are still shown west of the SR-55 interchange and at the Orange-Riverside County Line. The bottleneck at Lincoln Avenue and queuing in Riverside County have largely decreased because of the completion of proposed projects, though some congestion is still forecasted. Assuming Corridors A and ICE are not constructed by the year 2035, bottlenecks appear at SR-55, at the SR-241 interchange, and at Lincoln Avenue. For the year 2035, the construction of Corridor A and the ICE is forecast to notably improve EB operations along the SR-91 freeway. A bottleneck is shown before the SR-55 interchange, and some minor congestion is shown at the SR-241 and in short stretches within Riverside County. The current design of the SR-55/SR-91 interchange limits the ability to move traffic into north and central Orange County via SR-55, and significant future vehicle delays may result without major interchange improvements and downstream capacity increases or diversion to other corridors. The introduction of Corridors A and ICE by 2035 offers the potential capacity to manage future SR-91 traffic demand in both directions. While both of these corridors are still concepts, they provide substantial relief to EB and WB traffic congestion in the future. Further feasibility studies will determine if one or both concepts move forward in the project development process. The charts below describe the travel time benefits by year including these various project concepts. 38 2012 SR-91 IMPLEMENTATION PLAN 5 PROJECT ACCOMPLISHMENTS Much progress has been made since the initial 2003 SR-91 Implementation Plan was approved. The 2012 Plan includes select completed project exhibits as a historical reference, see Section 3. Recently Completed Construction/Improvement Projects As of June 2012, the following physical improvements have been constructed/implemented:  Repave and seal pavement surfaces, restripe, and replace raised channelizers on the 91 Express Lanes.  EB SR-91 restripe and median barrier reconstruction project that removed the CHP enforcement area and extended the EB auxiliary lane from SR-71 to the Serfas Club Drive off-ramp.  WB auxiliary lane extension between the County Line and SR-241. This project eliminated the lane drop at the 91 Express Lanes and extended the existing auxiliary lane from the County Line to SR-241 in the Figure 1-2 – Mainline Eastbound SR-91 from SR-57 to I-15 P.M. Peak Hour Average Travel Time Figure 1-1 – Mainline Westbound SR-91 from I-15 to SR-57 A.M. Peak Hour Average Travel Time 39 2012 SR-91 IMPLEMENTATION PLAN 6 westbound direction. This improvement minimized the traffic delays at the lane drop area, resulting in improved vehicle progression.  WB restripe project extended the auxiliary lane between SR-71 and the County Line resulting in a new continuous auxiliary lane between SR-71 & SR-241.  Express Bus improvements are implemented for the Galleria at Tyler to South Coast Metro route.  Safety Improvements at the Truck Scales. Existing shoulders were improved, lanes were re-striped, illumination improved, and signage was modified into and out of the EB facilities.  Green River Road overcrossing replacement (See Section 3).  Metrolink parking structure at the North Main Street Corona Metrolink Station (See Section 3).  EB SR-91 lane addition from SR-241 to SR-71 (See Section 3). These projects provide enhanced freeway capacity and improved mobility for one of the most congested segments of SR-91. The recently completed EB SR-91 lane addition project from SR-241 to SR-71 (See Section 3) has greatly enhanced highway operations. This accounts for some of the improvement in existing EB p.m. peak hour travel time from approximately 70+ minutes in 2010 to approximately 50 minutes as shown in Figure 1-2. In addition, there are two projects that are currently in the project development or environmental phase that have a direct impact upon SR-91 widening projects. The first is the $2 billion U.S. Army Corps of Engineers (Corps) Santa Ana River Mainstem (SARM) improvement project that provides flood protection from the recently improved Prado Dam (near SR-71) to the Pacific Ocean. As part of the Corps’ project, existing riverbanks are being improved due to the increased capacity of the Prado Dam outlet works, which can now release up to 30,000 cubic feet per second (cfs) compared to the previous facility capacity of 10,000 cfs. The only remaining segment of the Santa Ana River to be improved is Reach 9 Phase 2A, which includes areas along SR-91 from just east of the Coal Canyon Wildlife Corridor Crossing to SR-71. SR-91 project design teams have coordinated with the Corps, Caltrans, and other federal, regional, and local agencies in order to accommodate future SR-91 improvements by the Corps bank protection project within Reach 9 by relocating the Santa Ana River. This will greatly enhance the ability of Caltrans and other regional transportation agencies to implement many of the SR-91 improvement projects listed herein. The Corps SARM Reach 9 improvements were under construction as of September 2009 with American Recovery and Reinvestment Act (ARRA) “stimulus” funding and will be completed by October 2012. The other project with a direct impact to SR-91 is the $120 million Santa Ana Regional Interceptor (SARI) sewer trunk line relocation. The existing SARI line is within the Santa Ana River floodplain and is in jeopardy of failure due to scour from the potential increased flood releases by the aforementioned Corps project. In order to relocate the proposed 48-inch diameter SARI line outside of the floodplain, which is immediately adjacent to SR-91, highway R/W was relinquished to the Orange County Flood Control District (OCFCD) for location of the SARI line. SR-91 project teams have coordinated with the OCFCD, Caltrans, and other federal, regional, and local agencies in order to accommodate planned SR-91 improvements within the remaining State R/W subsequent to relinquishment. This project completed the preliminary engineering phase and construction is scheduled to be completed by March 2013. Recently Completed PSRs and other Reports In addition to the physical improvements in the corridor, there are several reports and PSRs that are completed, in draft form, or anticipated to be approved that identify improvements that will provide improved mobility. The reports and PSRs include (also see Section 4):  MIS – Final Project Report: Locally Preferred Strategy Report (January 2006).  Project Study Report “On Route 91 from State Route 241 in Orange County to Pierce Street in the City of Riverside in Riverside County” (October 2006).  Renewed Measure M Transportation Investment Plan (November 2006).  Project Study Report for SR-71/SR-91 Interchange (December 2006).  RCTC 10-Year Western County Highway Delivery Plan (December 2006).  91 Express Lanes Extension and State Route 241 Connector Feasibility Study (March 2009).  Plans, Specifications and Estimates (PS&E) for Eastbound SR-91 lane addition from SR-241 to SR-71 (May 2009). 40 2012 SR-91 IMPLEMENTATION PLAN 7  SR-91 Feasibility Study from SR-57 to SR-55 (June 2009).  SR-91/Fairmont Boulevard Feasibility Study (December 2009).  Corridor System Management Plan (CSMP) Orange County SR-91 Corridor Final Report (August 2010).  PS&E “On State Route 91 Between the SR-91/SR-55 Interchange and the SR-91/SR-241 Interchange in Orange County” (April 2011).  Renewed Measure M Early Action Plan, approved August 2007 and subsequently renamed as the Capital Action Plan (April 2011). Updates from the 2011 SR-91 Implementation Plan In addition to the improvements and progress noted above, the following items that were included in the 2011 SR-91 Implementation Plan have been modified for the 2012 Plan update:  Project schedules have been revised such that the implementation of projects has moved some of them into new horizon years.  Various project descriptions, costs, and schedules have been updated from the 2011 Plan based on continued project development. ICE status summary The ICE project concept (see Project #14) was conceived as part of the 2006 Riverside County – Orange County Major Investment Study (MIS) and was established as part of a suite of projects to support future peak demand volumes between Riverside and Orange Counties. ICE was further evaluated in 2009 for financial and geotechnical feasibility. Seven (7) primary feasibility issues were considered:  Geologic, Hydrogeologic/Hydrologic, and Geotechnical Conditions  Corridor Concepts (full tunnel and partial tunnel/partial surface road)  Tunnel Configuration  Tunnel excavation and support Methods  Tunnel Systems (e.g. Ventilation, Emergency fire system, operation building, toll system, etc.)  Construction Considerations  Construction, Operation & Maintenance (O&M) Costs At the conclusion of the financial and geotechnical feasibility study in 2010, Riverside Orange Corridor Authority Board (ROCA) directed staff to shelve the project due to its high construction cost and the difficult economic climate, and to reevaluate the project on an annual basis during the preparation of the SR-91 Implementation Plan. The National Forest Service has continued monitoring of the ground water level along the preliminary alignment of the tunnel and has not found any significant changes since 2010. The technological ability to construct the large-diameter tunnels is currently available; however, the cost of tunnel boring machines (TBM) required to construct this project has not been reduced significantly. In general, no significant changes on the seven feasibility issues considered for the project have occurred over the last year. Conclusion An assessment of current economic conditions, lack of state and federal transportation funding; and the high construction cost is hampering the ability of OCTA and RCTC to implement this project. Until considerable advancements are made in regards to efficient and affordable tunneling technology, and more state and federal funding are made available, the project will be a challenge to construct. 41 BLANK 2012 SR-91 IMPLEMENTATION PLAN 8 SECTION 2: Implementation Plan OVERVIEW The 2012 Plan describes projects, implementation schedules, key consideration, benefits, and costs (in 2012 dollars, or as noted) for major projects through 2035. Most of the projects identified in this Implementation Plan are based on the MIS that was completed in January 2006. The projects are presented based on potential implementation schedules and priorities established in the MIS. The schedules for implementation of the packages of projects include 2015, 2025, and 2035. The 2015 projects are capable of being implemented through the project development process with minimal to moderate environmental constraints. Some of the longer-range projects for 2025 and 2035 require more significant planning and environmental assessment prior to design. Each of the project improvements includes an estimate of project schedules. It is important to note that implementing various time saving measures, such as design-build or contractor incentives for early completion, may potentially reduce project schedules. The implementation phases are defined as follows:  Conceptual Engineering = Pre-Project Study Report (Pre-PSR) – Conceptual planning and engineering for project scoping and feasibility prior to initiating the PSR phase.  Preliminary Engineering = Project Study Report (PSR) – Conceptual planning and engineering phase that allows for programming of funds.  Environmental = Project Report/Environmental Documentation (PR/ED) – The detailed concept design that provides environmental clearance for the project and programs for final design and right of way acquisition. The duration for this phase is typically 2-3 years.  Design = Plans, Specifications and Estimates (PS&E) – Provide detailed design to contractors for construction bidding and implementation.  Construction = The project has completed construction and will provide congestion relief to motorists. The intent of these Implementation Plan project packages is to provide an action list for OCTA, RCTC and Caltrans to pursue in the project development process or for initiating further studies. Figure 2-1 – SR-91 Project Study Area from SR-57 to I-15 42 2012 SR-91 IMPLEMENTATION PLAN 9 By Year 2015 The first set of projects will be completed by 2015 and includes three (3) improvements at a total cost of approximately $170 million (in 2012 dollars, or as noted). The projects that will be completed in this time frame include widening SR-91 from SR- 55 to SR-241 by adding a 5th general purpose lane in each direction, the Metrolink short-term expansion plan, and the SR-91 WB lane at Tustin Avenue. Further details for each of the projects are included following the summary below. Project No. Project Summary (Implementation Year) Cost ($M) 1 Widen SR-91 between SR-55 and SR-241 by Adding a 5th GP Lane in Each Direction (2012) 85.2 2 Metrolink Short-Term Expansion Plan (2014) 35.4 3 SR-91 WB Lane at Tustin Avenue (2015) 49.9 SUBTOTAL 170.5 Figure 2-3 – Summary of Projects for Implementation By 2015 43 2012 SR-91 IMPLEMENTATION PLAN 10 44 2012 SR-91 IMPLEMENTATION PLAN 11 45 2012 SR-91 IMPLEMENTATION PLAN 12 46 2012 SR-91 IMPLEMENTATION PLAN 13 By Year 2025 Projects for implementation by 2025 include the interchange improvements at SR-71/SR-91; the Initial Phase SR-91 Corridor Improvement Project (CIP) that includes widening SR-91 by one general purpose (GP) lane in each direction east of the County Line, collector-distributor (CD) roads and direct south connectors at I-15/SR-91, extension of 91 Express Lanes to I-15, and system interchange improvements; Express Bus improvements; the SR-241/SR-91 Express Lanes direct connector; and SR-91 improvements between SR-57 and SR-55. OCTA, RCTC, and Caltrans have initiated preliminary planning activities for these projects to ensure readiness when local, state, or federal funding becomes available. Consequently, there may be opportunities to advance these projects if additional funding is made available. Projects for implementation by 2025 are expected to cost approximately $1.87 to $2.08 billion (in 2012 dollars, or as noted). Some of these projects may become components of 2035 projects. Project No. Project Summary (Implementation Year) Cost ($M) 4 SR-71/SR-91 Interchange Improvements (2017) 122.7 5 Initial Phase CIP: Widen SR-91 by One GP Lane in Each Direction East of County Line, CD Roads and I-15/SR- 91 Direct South Connector, Extension of Express Lanes to I-15 and System/Local Interchange Improvements (2017) 1,345 6 Express Bus Improvements Between Orange County and Riverside County (2017) 9.5 7 SR-241/SR-91 Express Lanes Connector (2018) 135-180 8 SR-91 between SR-57 and SR-55 (2025) 253-425 SUBTOTAL 1,865 – 2,082 Figure 2-4 – Summary of Projects for Implementation By 2025 47 2012 SR-91 IMPLEMENTATION PLAN 14 48 2012 SR-91 IMPLEMENTATION PLAN 15 49 2012 SR-91 IMPLEMENTATION PLAN 16 50 2012 SR-91 IMPLEMENTATION PLAN 17 51 2012 SR-91 IMPLEMENTATION PLAN 18 52 2012 SR-91 IMPLEMENTATION PLAN 19 By Year 2035 Projects for implementation by 2035 focus on longer-lead time projects. This multi-billion dollar program includes: a potential new interchange or overcrossing at Fairmont Boulevard; a significant expansion of Metrolink service and station improvements; the Ultimate CIP that widens SR-91 by one GP lane in each direction from SR-241 to SR-71, I-15/SR-91 Direct North Connector, extension of Express Lanes on I-15 and SR-91 improvements east of I-15; an elevated 4-lane facility (MIS Corridor A) from SR-241 to I-15; the Anaheim to Ontario International Airport Maglev High Speed Rail; and the Irvine-Corona Expressway (ICE) 4-lane facility from SR-241/SR-133 to I-15/Cajalco Road (formerly known as MIS Corridor B). The $77 million dollar Fairmont Boulevard interchange project and the other four, multi-billion dollar potential projects include significant environmental constraints and right of way requirements in addition to requiring a significant amount of planning, design, and future policy and public input. The Corridor A project may incorporate projects being developed in the earlier programs as project components. Project No. Project Summary (Implementation Year) Cost ($M) 9 Fairmont Boulevard Improvements (Post-2025) 76.8 10 Metrolink Service and Station Improvements (2030) 335 11 Ultimate CIP: Widen SR-91 by One GP Lane in Each Direction from SR-241 to SR-71, I-15/SR-91 Direct North Connector, Extension of Express Lanes on I-15 and SR-91 Improvements East of I-15 (2035) TBD 12 Elevated 4-Lane Facility (MIS Corridor A) from SR-241 to I-15 (TBD) 2,720 13 Anaheim to Ontario International Airport Maglev High Speed Rail (Post-2030) TBD 14 Irvine-Corona Expressway (ICE) 4-Lane Facility from SR-241/SR-133 to I-15/Cajalco Road (Post-2030) 8,855 SUBTOTAL 12,000+ Figure 2-5 – Summary of Projects for Implementation by 2035 53 2012 SR-91 IMPLEMENTATION PLAN 20 54 2012 SR-91 IMPLEMENTATION PLAN 21 55 2012 SR-91 Implementation Plan 22 56 BLANK 2012 SR-91 Implementation Plan 23 57 2012 SR-91 Implementation Plan 24 58 2012 SR-91 Implementation Plan 25 59 2012 SR-91 Implementation Plan 26 SECTION 3: COMPLETED PROJECT EXHIBITS APPENDIX The following exhibits represent completed projects from previous Plans and are intended to be used as a reference to illustrate the progress made since the inception of the Plan. Note, some projects listed in the Plan as completed (see Section 1, Project Accomplishments) are not included herein since there was no exhibit created for use with prior Plans (such as for restriping projects, various safety enhancements, minor operational improvements, etc.). Appendix Project No. Project Improvements Constructed A Green River Road Overcrossing Replacement March 2009 B North Main Street Corona Metrolink Station Parking Structure June 2009 C Eastbound Lane Addition from SR-241 to SR-71 September 2010 60 2012 SR-91 Implementation Plan 27 61 2012 SR-91 Implementation Plan 28 62 2012 SR-91 Implementation Plan 29 63 2012 SR-91 Implementation Plan 30 SECTION 4: REFERENCES The following documents and resources were used in the development of the 2012 Plan. Data was provided by OCTA, RCTC, Caltrans Districts 8 and 12, Transportation Corridor Agencies (TCA), and other agencies. PS&E “On State Route 91 Between the SR-91/SR-55 Interchange and the SR-91/SR-241 Interchange in Orange County” (April 2011) Corridor System Management Plan (CSMP) Orange County SR-91 Corridor Final Report, August 2010 Project Study Report/Project Report “Right of Way Relinquishment on Westbound State Route 91 Between Weir Canyon Road and Coal Canyon”, May 2010 SR-91/Fairmont Boulevard Feasibility Study, December 2009 SR-91 Feasibility Study from SR-57 to SR-55, December 2009 Feasibility Evaluation Report for Irvine-Corona Expressway Tunnels, December 2009 Renewed Measure M Strategic Plan, June 2009 Plans, Specifications and Estimates (PS&E) for Eastbound SR-91 lane addition from SR-241 to SR-71, May 2009 Project Study Report “On State Route 91 Between the SR-91/SR-55 Interchange and the SR-91/SR-241 Interchange in Orange County”, April 2009 91 Express Lanes Extension and State Route 241 Connector Feasibility Study, March 2009 Project Study Report/Project Report “On Gypsum Canyon Road Between the Gypsum Canyon Road/SR-91 Westbound Off- Ramp (PM 16.4) and the Gypsum Canyon Road/SR-91 Eastbound Direct On-Ramp (PM 16.4)”, June 2008 California Transportation Commission, Corridor Mobility Improvement Account (CMIA), February 2007 Project Study Report “On Route 91 from Green River Road to Serfas Club Drive in the City of Corona in Riverside County”, December 2006 Orange County Transportation Authority Renewed Measure M Transportation Investment Plan, November 2006 Project Study Report “On Route 91 from State Route 241 in Orange County to Pierce Street in the City of Riverside in Riverside County”, October 2006 Riverside County-Orange County Major Investment Study (MIS) – Final Project Report: Locally Preferred Strategy Report, January 2006 Preliminary design plans for Eastbound Lane Addition from SR-241 to SR-71, 2006 Project Study Report “Westbound State Route 91 Auxiliary Lane from the NB SR-55/WB SR-91 Connector to the Tustin Avenue Interchange”, July 2004 California – Nevada Interstate Maglev Project Report, Anaheim-Ontario Segment; California-Nevada Super Speed Train Commission, American Magline Group, August 2003 Route Concept Reports for SR-91, Caltrans Districts 8 and 12 Various Preliminary Drawings and Cross Sections, Caltrans Districts 8 and 12 64 AGENDA ITEM 8D BLANK 65 Agenda Item 8D RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Shirley Medina, Programming and Planning Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Fiscal Years 2013-17 Measure A Five-Year Capital Improvement Plans for Local Streets and Roads BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to approve the FYs 2013-17 Measure A Five-Year Capital Improvement Plans (CIPs) for Local Streets and Roads as submitted. BACKGROUND INFORMATION: Measure A imposes several requirements on local agencies in order to receive local streets and roads funds. First, the Coachella Valley and Western County cities and the county must participate in either the Coachella Valley Association of Governments (CVAG) or Western Riverside Council of Governments (WRCOG) Transportation Uniform Mitigation Fee (TUMF) program. Western County agencies must also participate in the Western Riverside County Multiple Species Habitat Conservation Plan managed by the Western Riverside County Regional Conservation Authority (RCA). Staff is in the process of obtaining confirmation from CVAG, WRCOG, and RCA regarding the current participation in their programs. The cities of Beaumont and La Quinta are not TUMF participants. Additionally, agencies are required to annually provide to the Commission a CIP detailing how those funds are to be expended and an annual certification of maintenance of effort (MOE). On March 6, 2012, staff provided the local agencies with Measure A revenue projections for local streets and roads to assist in preparation of the required CIP. The required CIP and supporting documentation have been received from the following local agencies for approval: 66 Agenda Item 8D Western County: • Banning • Canyon Lake • Eastvale • Hemet • Menifee • Moreno Valley • Murrieta • Norco • Perris • Riverside • San Jacinto • Temecula • Wildomar Eastern County: • Cathedral City • Coachella • Desert Hot Springs • Indian Wells • Indio • Palm Desert • Rancho Mirage Late submittals for the remaining cities of Blythe, Calimesa, Corona, Jurupa Valley, Lake Elsinore, and Palm Springs, and the county will be presented to the Commission for approval at subsequent meetings. The FY 2012/13 Measure A Local Streets and Roads disbursements to local agencies with Commission- approved CIPs are expected to begin in September 2012. Attachment: FYs 2013-17 Measure A Five-Year CIPs – Posted on the Commission Website STAGECOACH TOWI USA ESTABLISHED 1913 May 8, 2012 City of Banning Public Works Department Shirley Medina, Planning and Programming Manager Riverside County Transportation Commission RIVERSIDE COUNTY TRANSPORTATION COMM!SSlON 4080 Lemon Street, 3rd Floor Riverside, CA 92502 Subject: Five-Year Measure "A" Capital Improvement Plan Dear Mrs. Medina: The City of Banning respectfully submits its Five-Year Measure "A" Capital Improvement Plan for Fiscal Years 2012/2013 -2016/2017 as approved by the City Council during its regular meeting on April 24, 2012. Also enclosed with this letter you will find the City's MOE Certification Statement, Project Status Report for FY 2011/2012 along with a certified copy of the Resolution and Minute Order approving the Five-Year Measure "A" CIP Plan. Should you have any questions or need additional information, please do not hesitate to call me at (951) 922-3130. Sincerely, /4-d Art Vela, P.E. Senior Engineer Copy: Duane Burk, Director of Public Works File Enc. Five-Year Measure "A" Plan MOE Certification Statement Project Status Report Certified Resolution Certified Minute Order 99 E. Ramsey St. • P.O. Box 998 • Banning, CA 92220-0998 • (951) 922-3130 • Fax (951) 922-3141 Agency: Page: Prepared By: Phone No. Date: ITEM NO. MEASURE"A"LOCALFUNDSPROGRAM FISCAL YEAR 2012/2013-2016/2017 City of Banning 1 of5 Arturo Vela (951) 922-3130 May 8, 2012 Estimated Prior Year Measure A Balance: $0.00 Estimated FY 2012/2013 Measure A Allocation: $398,000.00 Estimated Measure A Available for FY 2012/2013 Projects: $398,000.00 FY 2012/2013 PROJECT TOTAL MEASURE TYPE COST "A" FUND PROJECT NAME/LIMITS ($1,000) ($1,000) 1. Westward A venue from Highland Home Rd to Street 1,000 398 Sunset A venue Construction TOTALS 1,000 398 Agency: Page: RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE"A"LOCALFUNDSPROGRAM FISCAL YEAR 2012/2013 -2016/2017 City of Banning 2 of5 Prepared By: Arturo Vela (951) 922-3130 May 8, 2012 Phone No. Date: ITEM NO. 1. 2. 3. Estimated Prior Year Measure A Balance: $0.00 Estimated FY 2013/2014 Measure A Allocation: $410,000.00 Estimated Measure A Available for FY 2013/2014 Projects: $410,000.00 FY 2013/2014 PROJECT TOTAL MEASURE TYPE COST "A" FUND PROJECT NAME/LIMITS ($1,000) ($1,000) Hoffer Street: Alessandro Road to Hargrave A.C. Overlay 130 130 Street Alessandro Road: Williams Street to Ramsey A.C. Overlay 50 50 Street Ramsey Street: Hargrave Street to San Gorgonio A.C. Overlay 230 230 Avenue TOTALS 410 410 Agency: Page: Prepared By: Phone No. Date: ITEM NO. RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE "A" LOCAL FUNDS PROGRAM FISCAL YEAR 2012/2013 -2016/2017 City of Banning 3 of5 Arturo Vela (951) 922-3130 May 8, 2012 Estimated Prior Year Measure A Balance: $0.00 Estimated FY 2014/2015 Measure A Allocation: $422,000.00 Estimated Measure A Available for FY 2014/2015 Projects: $422,000.00 FY 2014/2015 PROJECT TOTAL MEASURE TYPE COST "A" FUND PROJECT NAME/LIMITS ($1,000) ($1,000) 1. Cherry Street: Hoffer Street to George Street A.C. Overlay 100 100 2. Lincoln Street: San Gorgonio A venue to Hargrave A.C. Overlay 255 255 Street 3. City Wide Slurry Seal Slurry Seal 67 67 TOTALS 422 422 Agency: Page: Prepared By: Phone No. Date: ITEM NO. RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE "A" LOCAL FUNDS PROGRAM FISCAL YEAR 2012/2013-2016/2017 City of Banning 4 of5 Arturo Vela (951) 922-3130 May 8, 2012 Estimated Prior Year Measure A Balance: $0.00 Estimated FY 2015/2016 Measure A Allocation: $435,000.00 Estimated Measure A Available for FY 2015/2016 Projects: $435,000.00 FY 2015/2016 PROJECT TOTAL MEASURE TYPE COST "A" FUND PROJECT NAME/LIMITS ($1,000) ($1,000) 1. Allen Street: Hoffer Street to George Street A.C. Overlay 70 70 2. Nicolet Street: Sims Street to Sunset A venue A.C. Overlay 305 305 4. City Wide Slurry Seal Slurry Seal 60 60 TOTALS 435 435 Agency: Page: Prepared By: Phone No. Date: RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE "A" LOCAL FUNDS PROGRAM FISCAL YEAR 2012/2013 -2016/2017 City of Banning 5 of5 Arturo Vela (951) 922-3130 May 8, 2012 Estimated Prior Year Measure A Balance: $0.00 ITEM NO. 1. 2. 3. 4. Estimated FY 2016/2017 Measure A Allocation: $448,000.00 Estimated Measure A Available for FY 2016/2017 Projects: $448,000.00 FY 2016/2017 PROJECT TOTAL MEASURE TYPE COST "A" FUND PROJECT NAME/LIMITS ($1,000) ($1,000) Ramsey Street: San Gorgonio A venue to 8th A.C. Overlay 210 210 Street 8tn Street: Lincoln Street to Westward Avenue A.C. Overlay 130 130 Charles Street: Hargrave Street to 103 7 E. A.C. Overlay 54 54 Charles Street Wesley Street: Hargrave Street to 1401 E. Wesley A.C. Overlary 54 54 Street TOTALS 448 448 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM PROJECT STATUS REPORT FY 2011-2012 Agency: City of Banning Page: 1 of 1 Prepared by: Arturo Vela Phone#: (951) 922-3130 Date: May 8, 2012 Item Project Name/Limits No.1 1 Project No. 2011-06, "RAC Overlay and Street Improvements along Wilson Street from Stargaze Way to Mountain Avenue". The limits are as mentioned in the title as well as Sunset Avenue from Wilson Street to the northerly city limits (Approx. 2 miles). Project Total Cost Measure A Type ($000's) Funds ($000's) Rubberized $1,250 820 Asphalt Concrete (RAC) Overlay *The Notice of Completion for this project is scheduled to be presented to City Council on May 8, 2012. Estimated Status Completion May, 2012* 99% Complete BLANK RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: CITY OF CANYON LAKE Page 1 of 5 Prepared by: Habib Motlagh Phone#: (951) 943-6504 Date: 413012012 FY 2013 -2017 Estimated Prior Year Measure A Balance: 422000 Estimated FY 2012-2013 Measure A Allocation: 127000 ------ Estimated Measure A Available for FY 2012-2013 Projects: 549000 Item Total Cost No. Project Name I Limits Project Type ($000's) 2012-2013 Railroad Canyon Road Widening 9000 TOTALS 9,000 Note: Canyon Lake received an advance of $557,00 on Measure A funds for this project. This balance is paid down starting with the 2012-13 allocation. Measure A Funds ($000's) 979 979 -------------------------------- RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: CITY OF CANYON LAKE Page 2 of 5 Prepared by: Habib Motlagh Phone#: (951) 943-6504 Date: 4/3012012 FY 2013 -2017 Estimated Prior Year Measure A Balance: -430000 Estimated FY 2013-2014 Measure A Allocation: 131000 ---~..:...;;...;;....;.... Estimated Measure A Available for FY 2013-2014 Projects: -299000 Item Total Cost Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) 2013-2014 No new projects 2013-14 allocation goes toward paying for Railroad Cyn Rd project TOTALS 0 0 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: CITY OF CANYON LAKE Page 3 of 5 Prepared by: Habib Motlagh Phone#: (951) 943-6504 Date: 413012012 FY 2013 -2017 Estimated Prior Year Measure A Balance: -299000 Estimated FY 2014-2015 Measure A Allocation: 135000 ___ .....;..;;..;;,.,;;,....;;~ Estimated Measure A Available for FY 2014-2015 Projects: -164000 Item I 01a1 vOSl measure" No. Project Name I Limits Project Type ($000's) Funds ($000's) 2014-2015 No new projects 2014-15 allocation goes toward paying for Railroad Cyn Rd project TOTALS 0 0 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: CITY OF CANYON LAKE Page4 of5 Prepared by: Habib Motlagh Phone#: (951) 943-6504 Date: 413012012 FY 2013 -2017 Estimated Prior Year Measure A Balance: -164000 Estimated FY 2015-2016 Measure A Allocation: 139000 ------ Estimated Measure A Available for FY 2015-2016 Projects: -25000 ,nem I Otal '-'OSt Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) 2015-2016 No new projects 2015-16 allocation goes toward paying for Railroad Cyn Rd project TOTALS 0 0 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: CITY OF CANYON LAKE Page 5 of 5 Prepared by: Habib Motlagh Phone#: (951) 943-6504 Date: 413012012 FY 2013 -2017 Estimated Prior Year Measure A Balance: -25000 Estimated FY 2016-2017 Measure A Allocation: 143000 ____ ..:....;,_;;_ Estimated Measure A Available for FY 2016-2017 Projects: 118000 Item TOTaTl,;OST measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) 2016-2017 Funds advanced for 2012 Railroad Canyon Rd project are fully paid back as of 2016-17 FY TOTALS 0 0 Agency: CITY OF CANYON LAKE Page 1 of 1 Prepared by: Habib Motlagh Phone#: (951) 943-6504 Date: 413012012 Item No. Project Name I Limits 1 Railroad Canyon Rd - RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM PROJECT STATUS REPORT FY 2011-2012 Total Cost Measure A Project Type ($000's) Funds ($000's) Widening 9000 979 TOTALS 9 000 979 Estimated Completion Status 2012 Under construction: 40% complete as of Apri12012 I May 21,2012 Shirley Medina RCTC PO Box 12008 Riverside, CA 92502-2208 Dear Ms. Medina: The City of Coachella Engineer's Department would like to submit an updated 5-Year FY 2013-2017 Measure A Local Funds Program. If you have any question please do not hesitate to contact me. Lynn Germain Senior Management Analyst City of Coachella 760-398-3502 X 178 lgermain@coachella.org Agency: Page 1 of3 Prepared by: Phone#: Date: Fiscal Year 2012/13 Five-Year CIP Measure A Riverside County Transportation Commission Measure A Local Funds Program City of Coachella Jonathan Hoy, P.E. City Engineer 760-398-3502 4/24/2012 Revised on 5/21112 Project Name I Limits Street Resurfacing Phase 8 & 9 -(1) 112 mile Van Buren from Ave. 52 to Ave. 51; (2) Ave. 51 from Van Buren to Harrison; (3) Frederick from Ave. 51 to Ave. 49; (4) Frederick from Ave. 52 to Ave. 53; (5) Grapefruit from Ave. 52 to Harrison; ( 6) Dillon Road Agreement with County of Riverside and City of Indio FY 2013-2017 Estimated Prior Year Measure A Balance: 465,000 Estimated FY 2012-2013 Measure A Allocation: 477,000 Estimated Measure A Available for FY 2012-2013 Projects: 942,000 Project Type The project will improve the street pavement throughout the City. This will include repair or replacement of curb, gutter, sidewalks, new overlay, and the installation of handicap ramps as required. The street pavements are identified from the Pavement Management Update. Total Cost (1)-177,400 (2) -177,400 (3)-177,400 (4)-177,400 (5)-177,400 (6)-55,000 Measure A Funds 942,000 Agency: City of Coachella Page 2 of 3 Fiscal Year 2013114 Fiscal Year 2014115 Project Name I Limits Street Resurfacing Phase 10 -(1) Naomi Court from La Ponderosa to East End; (2) Perez from Naomi Court to La Hernandez; (3) Romaulda from Perez to La Hernandez East End; ( 4) Ortiz from Perez to La Hernandez. Project Name I Limits Street Resurfacing Phase 11 -(1) Via Conchilla from A venida De Plata to A venida De Platina; (2) A venida De oro from Ave. 50 to Guitron; (3) Avenida Cortez from Ave. 50 to Calle Leon. Estimated Prior Year Measure A Balance: Estimated FY 2013-2014 Measure A Allocation: 491,000 Estimated Measure A Available for FY 2013-2014 Projects: 491,000 Project Type The project will improve the street pavement throughout the City. This will include repair or replacement of curb, gutter, sidewalks, new overlay, and the installation of handicap ramps as required. The street pavements are identified from the Pavement Management Update. Total Cost (1)-147,000 (2) -160,000 (3)-92,000 (4)-92,000 Estimated Prior Year Measure A Balance: Measure A Funds 491,000 Estimated FY 2014-2015 Measure A Allocation: 506,000 Estimated Measure A Available for FY 2014-2015 Projects: 506,000 Project Type The project will improve the street pavement throughout the City. This will include repair or replacement of curb, gutter, sidewalks, new overlay, and the installation of handicap ramps as required. The street pavements are identified from the Pavement Management Update. Total Cost (1)-43,000 (2) -240,000 (3) -223,000 Measure A Funds 506,000 Agency: City of Coachella Page 3 of 3 Fiscal Year 2015116 Fiscal Year 2016117 Project Name I Limits Street Resurfacing Phase 12-(1) Calle Vega from Calle Leon to Paseo Laredo; (2) Paseo De Laredo from Frederick to Avenida Cortez; (3) Via Durango from A venida Coez to End; (4) Ave. 48 from Van Buren West 114 mile. Project Name I Limits Street Resurfacing Phase 13-(1) Via Hermosa from A venida Cortez to End; (2) Vera Cruz from A venida Cortez to End; (3) Frederick From Ave. 50 to Ave. 49; (4) Ave. 49 from Harrison to Van Buren. Estimated Prior Year Measure A Balance: Estimated FY 2015-2016 Measure A Allocation: 521,000 Estimated Measure A Available for FY 2015-2016 Projects: 521,000 Project Type The project will improve the street pavement throughout the City. This will include repair or replacement of curb, gutter, sidewalks, new overlay, and the installation of handicap ramps as required. The street pavements are identified from the Pavement Management Update. Total Cost (1)-66,000 (2)-88,000 (3)-75,000 (4)-292,000 Estimated Prior Year Measure A Balance: Measure A Funds 521,000 Estimated FY 2016-2017 Measure A Allocation: 537,000 Estimated Measure A Available for FY 2016-2017 Projects: 537,000 Project Type The project will improve the street pavement throughout the City. This will include repair or replacement of curb, gutter, sidewalks, new overlay, and the installation of handicap ramps as required. The street pavements are identified from the Pavement Management Update. Total Cost (1)-59,000 (2)-60,000 (3) -260,000 (4)-158,000 Measure A Funds 537,000 Agency: City of Coachella Page 1 of 1 Prepared by: Jonathan Hoy, P.E. City Engineer Phone#: 760-398-3502 Date: 4/24/2012 Fiscal Year 2011/12 Project Name/ Limits Street Resurfacing Phase 8 - ( 1) 1/2 mile Van Buren from Ave. 52 to Ave. 51; (2) Ave. 51 from Van Buren to Harrison; (3) Frederick from Ave. 51 to Ave. 49; (4) Frederick from Ave. 52 to Ave. 53. Five-Year CIP Measure A Project Status Report Riverside County Transportation Commission Measure A Local Funds Program Project Status Report for FY 2011-2012 Measure A Project Type Total Cost Funds The project will improve the street pavement throughout the City. This will include repair or replacement of curb, gutter, sidewalks, new overlay, and the installation ofhandicap ramps as required. The street pavements are identified from the Pavement Management Update. 465,000 465,000 Estimated Completion Status Project will be FY 12/13 completed with Phase 9 fiscal year 2012/2013 BLANK ,' City of Desert Hot Springs 65-950 Pierson Blvd. • Desert Hot Springs • CA • 92240 (760) 329-6411 May 3, 2012 Shirley Medina Programming and Planning Manager Riverside County Transportation Commission P.O. Box 12008 Riverside, CA 92502-2208 www. cityofdhs. org RIVERSIDE COUNTY iRANSPORTATION COMMISSION RE: City ofDesert Hot Springs Measure "A" Five-Year Capital Improvement Plan (CIP) 2012-2017 Dear Ms Medina, Attached is the City of Desert Hot Springs' Measure "A" Five-Year Capital Improvement Plan (CIP 2013-2017), a Project Status Report for our FY 2011/12 plan projects and the City's Maintenance of Effort (MOE) Certification and MOE Base Year Calculation and supporting documents. If you have any questions or require further assistance, please do not hesitate to contact Richard Kopecky at (760) 329-6411 Ext. 218. Sincerely, Steve Elam Interim Administrative Services Director Attachments cc: Hal Goldenberg, Public Works Manager RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: The City of Desert Hot Springs Page 1of 6 Prepared by: Richard Kopecky Phone #: (760) 329-6411 Date:April 26, 2012 FY 2013 -2017 Estimated Prior Year Measure A Balance: 0 Estimated FY 2012-2013 Measure A Allocation: 346,000 ____ ....;...__ Estimated Measure A Available for FY 2012-2013 Projects: 346,000 Item Total Cost Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) Citywide Slurry Sealing and Sidewalk 1 lmprovmements Maintenance 1,300 246 Debt Service for T.R.I.P (Total Road Improvement Program) Services 2012A 2 COP's (Certificate of Participation) DIS 100 100 TOTALS 1,400 346 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: City of Desert Springs Page 2of6 Prepared by: Richard Kopecky Phone#: (760) 329-6411 Date: April 26, 2012 FY 2013 -2017 Estimated Prior Year Measure A Balance: 0 Estimated FY 2013-2014 Measure A Allocation: ___ .;:.;35::.:6~,0::.:0:..::...0 Estimated Measure A Available for FY 2013-2014 Projects: 356000 Item Total Cost Measure A No. Project Name I Limits Proiect Type ($000's) Funds ($000's) Citywide Roadway Rehab/Slurry 1 Sealing Maintenance 27,400 256 Debt Service for T.R.I.P (Total Road Improvement Program) Services 2012A COP's (Certificate 2 of Participation) DIS 100 100 TOTALS 27,500 356 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: City of Desert Hot Springs Page 3of6 Prepared by: Richard Kopecky Phone #: (760) 329-6411 Date: April 26, 2012 FY 2013 -2017 Estimated Prior Year Measure A Balance: 0 Estimated FY 2014-2015 Measure A Allocation: 367,000 ----"'--- Estimated Measure A Available for FY 2014-2015 Projects: 367000 Item Total cost Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) Citywide Roadway Rehab/Slurry 1 Sealing Maintenance 400 267 Debt Service for T.R.I.P (Total Road Improvement Program) Services 2012A COP's (Certificate 2 of Participation) 0/S 100 100 TOTALS 500 367 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: City of Desert Hot Springs Page 4 of 6 Prepared by: Richard Kopecky Phone #: 760-329-6411 Date: April 26, 2012 FY 2013 -2017 Estimated Prior Year Measure A Balance: 0 Estimated FY 2015-2016 Measure A Allocation: 378,000 ___ .;;..;....;;..:...;;,..;....;;_ Estimated Measure A Available for FY 2015-2016 Projects: 378000 [Item I Otal \,;OSt Measure A No. Project Name I Limits Project Type ($OOO's) Funds ($000's) Citywide Roadway Rehab/Slurry 1 Sealing Maintenance 400 278 Debt Service for T.R.I.P (Total Road Improvement Program) Services 2012A COP's (Certificate 2 of Participation) DIS 100 100 TOTALS 500 378 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM PROJECT STATUS REPORT FY 2011-2012 Agency: City of Desert Hot Springs Page 6 of 6 Prepared by: Richard Kopecky Phone #: (760) 329-6411 Date: April 26, 2012 Item No. Project Name I Limits Citywide Slurry Sealing and 1 Sidewalk lmprovmements Debt serv1ce for T.R.I.P (Total Road Improvement Program) Services 2012A COP's (Certificate 2 of Participation) Total Cost Measure A Project Type ($000's) Funds ($000's) Maintenance 1,300 220 DIS 100 100 TOTALS 1,400 320 Estimated Completion Status I Jun-12 Being Constructed On-going Debt 1-Jun Service BLANK City of Eastvale 12363 Limonite Ave. Suite 910, Eastvale, CA 91752 City of Eastvale Measure A Expenditure Plan Fiscal Year 2012/13 – 2016/17 ` Estimated Prior Year Measure A Balance:980,500$ Estimated FY 2012-2013 Measure A Allocation:639,000$ Estimated Measure A Available for FY 2012-2013 Projects:1,619,500$ Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 1 Accessibility Improvements Program Accessibility improvements including sidewalk repairs and replacements, new sidewalk construction, pedestrian/ADA improvements 150,000$ 150,000$ 2 Road Safety/Traffic Improvements Remove, replace, install signs, pavement markings, related roadway safety and traffic improvements; traffic signal synchronization. 100,000$ 100,000$ 3 Street Improvement Program Widen, repair, or reconstruct roadways as needed. 200,000$ 200,000$ 4 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; widening streets 275,000$ 275,000$ 5 Indirect/Admin Cost (up to 5%)Administration 31,950$ 31,950$ TOTALS 606,950$ 606,950$ 2012-2013 Prepared by: George Alvarez, Public Works Director Phone #: (714) 615-0883 Date: May 11, 2012 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: City of Eastvale Page: 2 of 6 Estimated Prior Year Measure A Balance:1,012,550$ Estimated FY 2013-2014 Measure A Allocation:658,000$ Estimated Measure A Available for FY 2013-2014 Projects:1,670,550$ Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 1 Road Safety/Traffic Improvements Remove, replace, install signs, pavement markings, related roadway safety and traffic improvements; traffic signal synchronization. 70,000$ 70,000$ 2 Street Improvement Program Widen, repair, or reconstruct roadways as needed. 1,216,840$ 1,216,840$ 3 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; 275,000$ 275,000$ 4 Indirect/Admin Cost (up to 8%)Administration 32,900$ 32,900$ TOTALS 1,594,740$ 1,594,740$ Phone #: (714) 615-0883 Date: May 11, 2012 2013-2014 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: City of Eastvale Page: 3 of 6 Prepared by: George Alvarez, Public Works Director Estimated Prior Year Measure A Balance:75,810$ Estimated FY 2014-2015 Measure A Allocation:678,000$ Estimated Measure A Available for FY 2014-2015 Projects:753,810$ Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 1 Road Safety/Traffic Improvements Remove, replace, install signs, pavement markings, related roadway safety and traffic improvements; traffic signal synchronization. 70,000$ 70,000$ 2 Street Improvement Program Widen, repair, or reconstruct roadways as needed. 340,000$ 340,000$ 3 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; 275,000$ 275,000$ 4 Indirect/Admin Cost (up to 8%)Administration 33,900$ 33,900$ TOTALS 718,900$ 718,900$ Phone #: (714) 615-0883 Date: May 11, 2012 2014-2015 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: City of Eastvale Page: 4 of 6 Prepared by: George Alvarez, Public Works Director Estimated Prior Year Measure A Balance:34,910$ Estimated FY 2016-2016 Measure A Allocation:698,000$ Estimated Measure A Available for FY 2015-2016 Projects:732,910$ Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 1 Road Safety/Traffic Improvements Remove, replace, install signs, pavement markings, related roadway safety and traffic improvements; traffic signal synchronization. 70,000$ 70,000$ 2 Street Improvement Program Widen, repair, or reconstruct roadways as needed. -$ -$ 3 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; 275,000$ 275,000$ 4 Indirect/Admin Cost (up to 8%)Administration 34,900$ 34,900$ TOTALS 379,900$ 379,900$ Phone #: (714) 615-0883 Date: May 11, 2012 2015-2016 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: City of Eastvale Page: 5 of 6 Prepared by: George Alvarez, Public Works Director Estimated Prior Year Measure A Balance:353,010$ Estimated FY 2016-2017 Measure A Allocation:719,000$ Estimated Measure A Available for FY 2016-2017 Projects:1,072,010$ Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 1 Road Safety/Traffic Improvements Remove, replace, install signs, pavement markings, related roadway safety and traffic improvements; traffic signal synchronization. 70,000$ 70,000$ 2 Street Improvement Program Widen, repair, or reconstruct roadways as needed. -$ -$ 3 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; 275,000$ 275,000$ 4 Indirect/Admin Cost (up to 8%)Administration 35,950$ 35,950$ TOTALS 345,000$ 345,000$ Phone #: (714) 615-0883 Date: May 11, 2012 2016-2017 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: City of Eastvale Page: 6 of 6 Prepared by: George Alvarez, Public Works Director Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) Estimated Completion/Exp ended to Date Status 1 Road Safety/Traffic Improvements Remove, replace, install signs, pavement markings, related roadway safety and traffic improvements; traffic signal synchronization. $ 390,000 $ 390,000 Currently being determined This is an annual program. Unexpended costs are carried over to next FY. 2 Street Improvement Program Widen, repair, or reconstruct roadways as needed. 150,000$ 150,000$ Currently being determined This is an annual program. Unexpended costs are carried over to next FY. 3 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; 500,000$ 300,000$ Currently being determined This is an annual program. Unexpended costs are carried over to next FY. Phone #: (714) 615-0883 Date: May 11, 2012 PROJECT STATUS REPORT FY 2011-2012 MEASURE A LOCAL FUNDS PROGRAM RIVERSIDE COUNTY TRANSPORTATION COMMISSION Agency: City of Eastvale Page: 6 of 6 Prepared by: George Alvarez, Public Works Director 4 Accessibility Improvements Accessibility improvements including sidewalk repairs and replacements, new sidewalk construction, pedestrian/ADA improvements 100,000$ 100,000$ Currently being determined This is an annual program. Unexpended costs are carried over to next FY. 5 Indirect Costs Administration 82,000 82,000 1,222,000 1,022,000 BLANK Agency: City of Indian Wells Page of 1 of 1 RIVERSIDE COUNTY TRANSPORT AT/ON COMMISSION MEASURE A LOCAL FUNDS PROGRAM PROJECT STATUS REPORT FY 2011-2012 Prepared by: Paul Goble, P.E., T.E., Public Works Director/Building Official Phone #: (760) 776-0237 Date: April 26, 2012 Item No. 2011-12 Project Name I Limits Citywide Traffic Services C'-l ..--= ,.-....: c:::l c:· [~ ·"~ (,J 1:;\ . ._ ~) ...... '.~-y_l :::.::.:::~ z: 0 lf.i U? !;'::::2 z~ ::::)0 0<:..) 0z LJ..Jo 0--l-U?<:C 0::1--- LJ..JO:::: >O -u_ ~ c.r_; -;;>'' ~ Total Cost Measure A Project Type ($000's) Funds ($000's) Mowing, tree triming, 194 194 and watering within right of way. Replace top soil, shrubs, trees and irrigation facilities, etc. TOTALS $ 194 $ 194 Estimated 1 Completion Status 6/30/2012 Ongoing . . I I RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 -2017 Agency: City of Indian Wells Page of 1 of 1 Prepared by: Paul Goble, P.E., T.E., Public Works Director/Building Official Phone #: (760) 776-0237 Date: April 26, 2012 Estimated Prior Year Measure A Balance: 0 Estimated FY 2012-2013 Measure A Allocation: $185,000 ----'-""""'-'""'-"-- Estimated Measure A Available for FY 2012-2013 Projects: $185,000 Item Total Cost Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) Citywide Traffic Services Mowing, tree triming, 630/year 185 2012-2013 and watering within right of way. Replace top soil, shurbs, trees, and irrigation facilities, etc. TOTALS $630 $185 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Indian Wells Page of 1 of 1 FY 2013 -2017 Prepared by: Paul Goble, P.E., T.E., Public Works Director/Building Official Phone#: 760-776-0237 Date: April 26, 2012 Estimated Prior Year Measure A Balance: 0 Estimated FY 2013-2014 Measure A Allocation: $191,000 __ __;__..;;_..:...;._;....;.._ Estimated Measure A Available for FY 2013-2014 Projects: $191,000 Item Total Cost Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) Citywide Traffic Services Mowing, tree triming, 630/year 191 2013-2014 and watering within right of way. Replace top soil, shurbs, trees, and irrigation facilities, etc. TOTALS $630 $191 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Indian Wells Page of 1 of 1 FY 2013 -2017 Prepared by: Paul Goble, T. E., P.E., Public Works Director/Building Official Phone #: (760) 776-0237 Date: April 26, 2012 Estimated Prior Year Measure A Balance: 0 Estimated FY 2014-2015 Measure A Allocation: $197,000 ----'---'--- Estimated Measure A Available for FY 2014-2015 Projects: $197,000 Item I Otal (.;OSt Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) Citywide Traffic Services Mowing, tree triming, 630/year 197 2014-2015 and watering within right of way. Replace top soil, shurbs, trees, and irrigation facilities, etc. TOTALS $630 $197 ...__ _______________________________________________ _ ------------------~------ RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Indian Wells Page of 1 of 1 FY 2013 -2017 Prepared by: Paul Goble, P.E., T.E., Public Works Director/Building Official Phone#: (760) 776-0237 Date: April 26, 2012 Estimated Prior Year Measure A Balance: 0 Estimated FY 2015-2016 Measure A Allocation: $203,000 __ ___::..::;:.:_;~~ Estimated Measure A Available for FY 2015-2016 Projects: $203,000 litem I otal t;OSt Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) Citywide Traffic Services Mowing, tree triming, 630/year 203 2015-2016 and watering within right of way. Replace top soil, shurbs, trees, and irrigation facilities, etc. TOTALS $630 $203 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Indian Wells Page of 1 of 1 FY 2013 -2017 Prepared by: Paul Goble, P.E., T.E., Public Works Director/Building Official Phone #: (760) 776-0237 Date: April 26,2012 Estimated Prior Year Measure A Balance: 0 Estimated FY 2016-2017 Measure A Allocation: $209,000 __ ____:._ __ .:..___ Estimated Measure A Available for FY 2016-2017 Projects: $209,000 Item Total cost Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) Citywide Traffic Services Mowing, tree triming, 630/year 209 2016-2017 and watering within right of way. Replace top soil, shurbs, trees, and irrigation facilities, etc. TOTALS $630 $209 L.__ _________________ ----- May 8, 2012 Ms. Shirley Medina Planning and Programming Manager Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Public Works Department RIVERSI'DE COUNTY TRANSPORTATION C0~,~MISf:i(IN Subject: Five Year Measure A Capital Improvement Plan (FY 2012-2018) Dear Ms. Medina: Enclosed is the City of Indio's submittal of the Five Year Measure A Capital Improvement Plan for Fiscal Years 2012-2018 to the Riverside County Transportation Commission for review and approval. The City's Maintenance of Effort certification is also enclosed, as well as a status report for projects utilizing Measure A funds in Fiscal Year 2011-2012. If you have any questions, please call me at (760) 391-4017. Sincerely, cc: Grant Eklund, Public Works Director/City Engineer Brian Kinder, Accountant p: 760.391.4000 · f: 760.391.4008 · 100 Civic Center Mall Indio, CA 92201 · www.INDIO.org Agency: Page: City of Indio 1 of6 Riverside County Transportation Commission Measure A Local Funds Program FY 12113 to FY 16117 Prepared by: Tom Rafferty, P.E., Principal Civil Engineer (760) 391-4017 Phone Number: Date: May 8, 2012 Item No. Project Name I Limits Project Type 1. Pavement Rehabilitation Construction $ 2. Miles Avenue Bridge and Widening of Miles Payment Avenue and Clinton Street Debt Repayment $ 3. Measure A Advance Debt Repayment Payment $ GRAND TOTAL $ Total Cost Measure A ($000's} Funds ($000's) 1,756 $ 1,756 1,500 $ 1,500 3,365 $ 3,365 6,621 $ 6,621 r-------------------------------------------------------------------------------------- Riverside County Transportation Commission Measure A Local Funds Program FY 2012-2013 Agency: Page: City of Indio 2 of 6 Prepared by: Tom Rafferty, P.E., Principal Civil Engineer (760) 391-4017 Phone Number: Date: May 8, 2012 Item No. Project Name I Limits 1. Pavement Rehabilitation 2. Miles Avenue Bridge and Widening of Miles Avenue and Clinton Street Debt Repayment 3. Measure A Advance Debt Repayment Project Type Payment Construction Debt Payment GRAND TOTAL $ $ $ $ ---- Total Cost Measure A ($000's} Funds ($000's} 274 $ 274 300 $ 300 673 $ 673 1,247 $ 1,247 Agency: Page: City of Indio 4 of6 Riverside County Transportation Commission Measure A Local Funds Program FY 2013-2014 Prepared by: Tom Rafferty, P.E., Principal Civil Engineer (760) 391-4017 Phone Number: Date: May 8, 2012 Item No. Project Name I Limits Project Type 1. Pavement Rehabilitation Construction $ 2. Miles Avenue Bridge and Widening of Miles Payment $ Avenue and Clinton Street Debt Repayment 3. Measure A Advance Debt Repayment Payment $ GRAND TOTAL $ Total Cost Measure A ($000's} Funds ($000's) 291 $ 291 300 $ 300 673 $ 673 1,264 $ 1,264 Agency: Page: City of Indio 5 of6 Riverside County Transportation Commission Measure A Local Funds Program FY 2014-2015 Prepared by: Tom Rafferty, P.E., Principal Civil Engineer (760) 391-4017 Phone Number: Date: May 8, 2012 Item No. Project Name I Limits Project Type 1. Pavement Rehabilitation Construction $ 2. Miles Avenue Bridge and Widening of Miles $ Avenue and Clinton Street Debt Repayment Payment 3. Measure A Advance Debt Repayment Payment $ GRAND TOTAL $ -~-- Total Cost Measure A ($000's) Funds ($000's) 350 $ 350 300 $ 300 673 $ 673 1,323 $ 1,323 Agency: Page: City of Indio 6 of6 Riverside County Transportation Commission Measure A Local Funds Program FY 2015-2016 Prepared by: Tom Rafferty, P.E., Principal Civil Engineer (760) 391-4017 Phone Number: Date: May 8, 2012 Item No. Project Name I Limits Project Type 1. Pavement Rehabilitation Construction $ 2. Miles Avenue Bridge and Widening of Miles Avenue and Clinton Street Debt Repayment Payment $ 3. Measure A Advance Debt Repayment Payment $ GRAND TOTAL $ Total Cost Measure A ($000's) Funds ($000's) 390 $ 390 300 $ 300 673 $ 673 1,363 $ 1,363 Agency: Page: City of Indio 6 of6 Riverside County Transportation Commission Measure A Local Funds Program FY 2016-2017 Prepared by: Tom Rafferty, P.E., Principal Civil Engineer (760) 391-4017 Phone Number: Date: May 8, 2012 Item No. Project Name I Limits Project Type 1. Pavement Rehabilitation Construction $ 2. Miles Avenue Bridge and Widening of Miles Avenue and Clinton Street Debt Repayment Payment $ 3. Measure A Advance Debt Repayment Payment $ GRAND TOTAL $ Total Cost Measure A ($000's) Funds ($000's)_ 431 $ 431 300 $ 300 673 $ 673 1,404 $ 1,404 CITY OF INDIO MEASURE "A" PROJECT STATUS REPORT MAY2012 Measure A Advance Repayment Indio continued with its annual payment of $673,000 to Measure A for an advance which was previously taken by the City of Indio to perform street improvement projects. These projects have been completed. Miles Avenue Bridge and Widening of Miles Avenue and Clinton Street The City made its first payment this year of approximately $300,000 toward a $3,000,000 loan from CV AG for the construction of the above improvements. These projects have been completed. Pavement Rehabilitation and Street Improvements The City continued with plans for pavement rehabilitation and street improvements throughout the City. This year projects included work on Dillon Road, Highway 111 and Varner Road. Prepared by: Don Allison, City Engineer/Director of Public Works Item No.Project Name / Limits Project Type Total Cost Measure A Funds $2,023 2011-2012 $968 BALANCE $2,991 1 Slurry Seal Program Preparation Street Maintenance $57 $57 2 Bradley Rd - Newport Rd to Potomac Rd AC Overlay Street Maintenance $284 $284 3 Encanto Rd - Shadel Rd to Ethanac Rd AC Overlay Street Maintenance $300 $300 TOTAL $641 $641 CARRY OVER $2,350 RIVERSIDE COUNTY TRANSPORTATION COMMISION CITY OF MENIFEE PUBLIC WORKS BUDGET FY 2011 - 2012 2010-2011 Carryover Phone #: 951-672-6777 Date: June 6, 2012 Agency: City of Menifee Page 1 of 1 Prepared by: Don Allison, City Engineer/Director of Public Works Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 2011-2012 Carryover $2,350 2012-2013 $1,054 BALANCE $3,404 1 Newport Road, Antelope to Menifee Design $250 $250 2 Newport Road, Antelope to Menifee Traffic Signal $200 $200 3 Newport Road, Antelope to Menifee Street Maintenance $900 $900 4 Slurry Seal Bid Preparation Street Maintenance $60 $60 5 Cape Slurry Seal Street Maintenance $400 $400 6 Holland Rd Overcrossing Design $300 $300 7 Newport Road I-215 Interchange Trip Repayment $400 $400 \ TOTAL $2,510 $2,510 CARRY OVER $894 RIVERSIDE COUNTY TRANSPORTATION COMMISSION Phone #: 951-672-6777 Date: June 6, 2012 Agency: City of Menifee Page 1 of 5 CITY OF MENIFEE PUBLIC WORKS BUDGET FY 2012 - 2013 Prepared by: Don Allison, City Engineer/Director of Public Works Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) $894 $1,086 $1,980 1 Slurry Seal Program Street Maintenance $1,200 $1,200 2 Newport Road I-215 Interchange TRIP Repayment $400 $400 TOTALS $1,600 $1,600 CARRYOVER $380 BALANCE Date: June 6, 2012 Page 2 of 5 Phone #: 951-672-6777 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Menifee FY 2013 - 2014 2013-2014 2013 Carryover Prepared by: Don Allison, City Engineer/Director of Public Works Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) $380 2014-2015 $1,119 $1,499 1 Slurry Seal Program, Homeland/Romoland Area Street Maintenance $800 $800 2 Newport Road I-215 Interchange TRIP Repayment $400 $400 TOTALS $1,200 $1,200 CARRY OVER $299 BALANCE Date: June 6, 2012 Page 3 of 5 Phone #: 951-672-6777 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Menifee FY 2014 - 2015 2013-2014 Carry over Prepared by: Don Allison, City Engineer/Director of Public Works Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) $299 2015-2016 $1,153 $1,452 1 Slurry Seal Program, Area South of Newport Street Maintenance $1,000 $1,000 2 Newport Road I-215 Interchange TRIP Repayment $400 $400 TOTALS $1,400 $1,400 CARRY OVER $52 Date: June 6, 2012 2014-2015 Carry over BALANCE RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2015 - 2016 Agency: City of Menifee Page 4 of 5 Phone #: 951-672-6777 Prepared by: Don Allison, City Engineer/Director of Public Works Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) $52 2016-2017 $1,188 $1,240 1 Slurry Seal Program, Area South of Newport Street Maintenance $800 $800 2 Newport Road I-215 Interchange TRIP Repayment $400 $400 TOTALS $1,200 $1,200 CARRY OVER $40 Date: June 6, 2012 2015-2016 Carry over BALANCE RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2016 - 2017 Agency: City of Menifee Page 5 of 5 Phone #: 951-672-6777 TEL: 951.413.3100 FAX: 951.413.3279 WWW.MOVAL.ORG May 8, 2012 VALLEY WHERE DREAMS SOAR 14177 FREDERICK STREET P.O. Box 88005 MORENO VALLEY, CA 92552-0805 Ms. Shirley Medina, Planning and Programming Manager Riverside County Transportation Commission rm~ (Q; ~ 0 \'{/ @["'"•, lffi MAY r.J \J ?!lr! w RIVERSIDE COUNTY fRANSPORTATION COMMISSION 4080 Lemon Street, 3rct Floor Riverside, California 92502 Subject: Fiscal Year 2013-2017 Measure "A" Local Streets and Roads Capital Improvement Plan and Maintenanee of Effort Certification Statement Dear Ms. Medina: The City of Moreno Valley is pleased to submit its Fiscal Year (FY) 2013-2017 Measure "A" Local Streets and Roads Capital Improvement Plan (CIP). The City Council reviewed and approved the Five-Year Measure "A" Local Streets and Roads CIP and Maintenance of Effort (MOE) Certification Statement on April24, 2012 For questions regarding the Measure "A" CIP please contact Linda Wilson, Senior Management Analyst, at (951) 413-3132 or by email at lindawi~@moval.org. Sincerely, inda Wilson Senior Management Analyst Enclosmes: MOE Certification Statement (Atta~~hment "A'~) c: File Measure "A" Local Funds Program FY 2010-2011 Project Status Report (Attachment "B") Measure "A" Local Funds Prograrn FY 2012-2016 (Attachment "C") MOE Projection for FY 2010-2011 <Attachme~nt "D") Prem Kumar, Deputy Public Works Director/Assistant City Engineer Rick Teichert, Financial and Administrathie Services Director PUBLIC WORKS DEPARTMENT )> ~ () :::c s:: m z -I ~ RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM PROJECT STATUS REPORT FY 2011-2012 Agency: City of Moreno Valley Page 1 of 2 Prepared by: Linda Wilson Phone No: 951-413-3132 Date: May 11, 2012 Item No. Project Name I Limits Measure A Program Budget Provide cost effective administrative functions for essential 1 transportation projects and services. 2 Indirect Cost Rate 3 Alessandro Boulevard Median/Indian Street to Perris Boulevar 4 Annual ADA Compliant Curb Ramp Upgrades 5 Citywide Annual Pavement Resurfacing Program 6 Citywide Traffic Sign Retro-reflectivity Inventory 7 Dracaea Ave. Sidewalk/Morrison St. to Mascot Ln. 8 Heacock St. Bridge/PVSD Lateral "A" 9 Heacock Street Sidewalk/Atwood Avenue to Myers Avenue 10 Heacock Street South Extension 11 Indian St./Aiessandro Blvd Sidewalk Improvements 12 Indian Street Bicycle Lanes/Iris Avenue to Katrina Street 13 Indian Street/Manzanita Avenue Intersection Reconfiguration 14 Nason St./Riverside Co. Regional Medical Center TS 15 Nason Street/Cactus Avenue Street Improvements Project Type Program Budget Overhead Street Improvements Street Improvements Street Improvements Traffic Signal Street Improvements Bridge Street Improvements Street Improvements Street Improvements Street Improvements Street Improvements Traffic Signal Street Improvements Total Cost Measure A Estimated ($000's) Funds ($000's) Completion 350 350 NA 215 215 NA 1,000 100 Dec-13 326 126 NA 1,822 730 NA 75 75 Dec-12 31 31 Jun-12 2,724 466 Oct-12 200 200 Jun-12 134 134 Jun-15 6 6 Feb-11 165 17 Mar-12 25 25 Jun-13 300 50 Jun-13 25,183 3,100 Jun-13 Status On-going annual program On-going Design scheduled for completion December 2012. Construction schedule: July 2013 to December 2013. On-going program for design and construction of ADA compliant curb ramps. On-going annual program. Complete inventory December 2012. Construction completed June 2012. Carryover funds were for project closeout and warranty period. Design completed January 2011. Construction schedule: January 2012 to October 2012. Design completed January 2012. Construction scheduled for completion June 2012. Design scheduled for completion June 2013. Construction on hold, subject to available funding. Construction completed in February 2011. Carryover funds were for project closeout and warranty period. Construction completed March 2012. Design completed December 2012. Construction schedule: Apri12013 to June 2013. Design and right-of-way completed. Construction schedule: October 2015 to January 2017. Construction contract awarded. Construction scheduled for completion June 2013. RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM PROJECT STATUS REPORT FY 2011-2012 Agency: City of Moreno Valley Page 2 of2 Prepared by: Linda Wilson Phone No: 951-413-3132 Date: May 11, 2012 Item No. Project Name I Limits 16 Pavement Rehabilitation Program {formerly Slurry Seal Progra 17 Perris Blvd Southbound Lane to SR-60 Westbound On-Ramp 18 Reche Vista Dr. RealignmenUPerris Blvd./Heacock St. to NCL 19 Residential Traffic Management Program (Speed Hump Progr< 20 SR-60/Nason St. Interchange 21 Street Improvement Program (SIP) Project Type Resurface Street Improvements Street Improvements Street Improvements Street Improvements Street Improvements TOTALS Total Cost Measure A Estimated ($000's) Funds ($000's) Completion 126 110 NA 438 438 Jul-12 237 237 Jun-17 95 95 NA 10,826 382 Jan-12 1,843 696 NA 46,121 7,583 Status On-going annual program. Design and right-of-way completed. Construction schedule: March 2012 to July 2012. Design and right-of-way completed. Construction on hold, subject to available funding. On-going annual program for design and construction of speed humps. Construction schedule: February 2011 to May 2012. On-going annual program. RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: City of Moreno Valley Page 1 of 5 Prepared by: Linda Wilson Date: April 24, 2012 FY 2013-2017 Estimated Prior Year Measure A Balance: $3,348,000 Estimated FY 2012-2013 Measure A Allocation: $2,655,000 --=-="==""="=-=--Estimated Measure A Available for FY 2012-2013 Projects: $6,003,000 Item Total Cost Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) 2012-2013 Program 1 Measure A Program Budget Budget 350 350 2 Indirect Cost Rate Overhead 212 212 3 Operating transfer to pay COPs debt service. Debt Service 1,322 1,322 Alessandro Boulevard Median/Indian Street to Perris Street 4 Boulevard Improvements 995 99 Street 5 Citywide Annual Pavement Resurfacing Program Improvements 600 600 Traffic 6 Citywide Traffic Sign Retro-reflectivity Inventory Signal 70 70 7 Heacock St. Bridge/Perris Valley Storm Drain Lateral "A" Bridge 1,044 20 Heacock Street Sidewalk/Atwood Avenue to Myers Street 8 Avenue Improvements 5 5 Street 9 Heacock Street South Extension Improvements 534 534 Indian Street I Manzanita Avenue Intersection Street 10 Reconfiguration Improvements 100 100 Street 11 Indian Street Bicycle Lanes /Iris Avenue to Katrina Street Improvements 2 2 12 Nason St./Riverside Co. Regional Medical Center TS Traffic Signal 290 40 Street 13 Nason Street/Cactus Avenue Street Improvements Improvements 8,900 1,725 Pavement Rehabilitation Program (formerly Slurry Seal 14 Program) Resurface 60 119 Street 15 Perris Blvd SB Lane to SR-60 WB On-Ramp Improvements 88 88 Reche Vista Dr. Realignment/Perris Blvd./Heacock St. to Street 16 North City Limits Improvements 6 6 Residential Traffic Management Program (Speed Hump Street 17 Program) Improvements 55 55 Street 18 SR-60/Nason St. Interchange Improvements 30 30 Street & Storm 19 Street Improvement Program (SIP) Drain lmprv 1,447 626 Totals 16,110 6,003 ATTACHMENT "C" RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013-2017 Agency: City of Moreno Valley Page 2 of 5 Prepared by: Linda Wilson Date: April 24, 2012 Item No. Project Name I Limits 2013-2014 20 Measure A Program Budget 21 Indirect Cost Rate 22 Operatinq transfer to pay COPs debt service. 23 Citywide Annual Pavement Resurfacing Program Pavement Rehabilitation Program (formerly Slurry Seal 24 Program) Residential Traffic Management Program (Speed Hump 25 Program) 26 Street Improvement Program (SIP) Project Type Program Budget Overhead Debt Service Rehabilitation Resurface Speed Hump Street Improvements Totals Total Cost ($000's) 350 219 1,322 550 60 50 200 2,751 Measure A Funds ($000's) 350 219 1,322 550 44 50 200 2,735 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 -2017 Agency: City of Moreno Valley Page 3 of 5 Prepared by: Linda Wilson Date: April 24, 2012 Item No. Project Name I Limits 2014-2015 27 Measure A Program Budget 28 Indirect Cost Rate 29 Operating transfer to pay COPs debt service. 30 Citywide Annual Pavement Resurfacing_ Program Pavement Rehabilitation Program (formerly Slurry Seal 31 Program) Residential Traffic Management Program (Speed Hump 32 Program) 33 Street Improvement Program (SIP) Project Type Program Budget Overhead Debt Service Rehabilitation Resurface Speed Hump Street Improvements Totals Total Cost ($000's) 350 225 1,322 626 60 50 200 2,833 Measure A Funds ($000's) 350 225 1,322 626 44 50 200 2,817 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Moreno Valley Page 4 of 5 Prepared by: Linda Wilson Date: April24, 2012 Item No. Project Name I Limits 2015-2016 34 Measure A Program Budget 35 Indirect Cost Rate 36 Operating transfer to pay COPs debt service. FY 2013 -2017 37 Citywide Annual Pavement Resurfacing Program Pavement Rehabilitation Program (formerly Slurry Seal 38 Program) Residential Traffic Management Program (Speed Hump 39 Program) 40 Street Improvement Program (SIP) Total Cost Project Type ($000's) Program Budget 350 Overhead 232 Debt Service 1,322 Rehabilitation 704 Resurface 60 Speed Hump 50 Street Improvements 200 Totals 2,918 Measure A Funds ($000's) 350 232 1,322 704 44 50 200 2,902 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Moreno Valley Page 5 of 5 Prepared by: Linda Wilson Date: April24, 2012 Item No. Project Name I Limits 2016-2017 41 Measure A Program Budget 42 Indirect Cost Rate 43 Operating_ transfer to pay COPs debt service. FY 2013-2017 44 Citywide Annual Pavement Resurfacing Program Pavement Rehabilitation Program (formerly Slurry Seal 45 Program) Residential Traffic Management Program (Speed Hump 46 Program) 47 Street Improvement Program (SIP) Total Cost Project Type ($000's) Program Budget 350 Overhead 239 Debt Service 1,322 Rehabilitation 784 Resurface 60 Speed Hump 50 Street Improvements 200 Totals 3,005 Measure A Funds ($000'sl 350 239 1,322 784 44 50 200 2,989 CITY OF MURRIETA May 24,2012 Shirley Medina, Programming and Planning Manager Riverside County Transportation Commission P.O. Box 12008 Riverside, CA 92502 Subject: Proposed Measure A Five-Year Capital Improvement Plan Dear Shirley: Enclosed is the proposed Measure A Five-Year Capital Improvement Plan (CIP), Maintenance of Effort (MOE) Certification Statement and Project Status Report for the City of Murrieta for your consideration and approval. Since the City Council has not adopted a formal Capital Improvement Plan budget for FY 2013- 17, the enclosed Five-Year CIP is based on staff recommendation and may be subject to change upon further consideration by the City Council. We will contact you if there are any changes requested by the City Council. If you have any questions or would like to discuss this matter further, please contact me at your convenience. ~~ Pat;~~~. Director of Public Works/City Engineer Attachments cc: Rick Dudley, City Manager Jim Holston, Assistant City Manager Joy Canfield, Finance Director l Town Square, 24601 Jefferson Avenue • Murrieta, California 92562 phone: 95l.304.CITY (2489) • fax: 951.698.4509 • web: murrieta.org BLANK CllY Of PAlm Of~fRl 73-510 FRED WARING DRIVE PALM DESERT, CALIFORNIA 92260-2578 TEL: 760 346-0611 FAX: 760 341-7098 info@palm-desert.org May 14, 2012 Shirley Medina Planning and Program Manager Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, California 92502-2208 ~1iVERSIO£ COUNfr' fRANSPORTAYION COMMISSlON Subject: Five-Year Measure A Capital Improvement Program Dear Shirley, Enclosed for Commission consideration is the City of Palm Desert's proposed 2012/2013-2016/2017 Five-Year Measure A Capital Improvement Program (Five-Year Program), as well as the Maintenance of Effort Certification Statement and calculation documentation. This Five-Year Program will be reviewed in the near future by our City Council as part of the City of Palm Desert Capital Improvement Program (CIP) budget. If the City Council makes any changes to the CIP that affects Measure A funding, a revised Five-Year Program will be submitted to you for approval. If no changes are made, please treat this as the official submittal. If you have any questions, please feel free to contact me. I can be reached at (760) 776-6469. Enclosure cc: John M. Wohlmuth, City Manager J. Luis Espinoza, Assistant Director of Finance OPRINTEDONRECVCLEOPAPER Agency: City of Palm Desert Page: 1 of 1 Prepared by: Mark Greenwood Phone #: 760-776-6469 Date: May 11, 2012 ITEM PROJECT NAME I LIMITS NO. 1. Portola Interchange@ 1-10 2. Monterey Avenue /1-10 Intersection Improvements 3. Monterey Avenue Widening from Fred Waring to Country Club 4. Fred Waring Drive Right Tum Pocket at Hwy.111 5. Fred Waring Drive and Monterey Avenue Improvements 6. Street Resurfacing RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM PROJECT STATUS REPORT FY 2011-2012 MEASURE PROJECT TYPE TOTOALCOST A ($000's) FUNDS ($000's) ESTIMATED COMPLETION On-ramp/Off-ramp construction 74,500 69 September 2018 On-ramp/Off-ramp construction 12,000 250 April2014 Roadway Widening 6,500 -June 2016 Street Project 775 27 July 2013 Street Project 3,123 84 August2013 Street Project 4,000 735 June 2013 TOTALS 100,898 1,165 STATUS In Environmental and preliminary engineering phase. NCR conditionally approved by FHWA. Anticipate Environmental and PE phase completion by December 2012. Completing design, ROW and utility work. Developing concept alignment plans. Design 90% complete. Acquiring ROW. Design 90% complete. In design. RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM FY 2013 -2017 Agency: City of Palm Desert Page: 1 of 5 Prepared by: Mark Greenwood Phone#: 760-776-6469 Date: May 11, 2012 Estimated Prior Year Measure A Balance: 19,948,592 Estimated FY 2012-2013 Measure A Allocation: 2,050,000 ___ ___;;~~....;....;_ Estimated Measure A Available for FY 2012-2013 Projects: 21,998,592 ITEM NO. PROJECT NAME I LIMITS PROJECT TYPE TOTAL COST MEASURE A FUNDS ($000's) ($000's) 2012-2013 1. Portola Interchange @ 1-10 On-ramp/Off-ramp 74,500 120 Estimated Carryover FY 11/12 $120 construction Monterey Avenue I 110 Interchange 2. Improvements On-ramp/Off-ramp 12,000 8,830 Estimated Carryover FY 11/12 $8,096,329 construction FY 12/13 request $733,179 Monterey Avenue Widening from Fred Waring 3. Drive to Country Club Drive Roadway Widening 6,500 4,500 Estimated Carryover FY 11/12 $2,500 FY 12/13 request $2,000 Fred Waring Drive Right Turn Pocket at Hwy. 4. 111 Street Project 775 689 Estimated Carryover FY 11/12 $688,651 Fred Waring Drive and Monterey Avenue 5. Improvements Street Project 3,123 2,846 Estimated Carryover FY 11/12 $2,845,773 Street Resurfacing Maintenance 6. Estimated Carryover FY 11/12 $265 Street Project 4,000 2,165 FY 12/13 request $1,900 7. Bridge Inspection Program Maintenance Project 100 100 FY 12/13 request $100 8. Date Palm Drive /110 Interchange Interchange 14,800 80 FY 12/13 request $80 TOTALS 115,798 19,330 FY 12-13 YR 1 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM FY 2013 -2017 Agency: City of Palm Desert Page: 2 of 5 Prepared by: Mark Greenwood Phone#: 760-776-6469 Date: May 11, 2012 Estimated Prior Year Measure A Balance: 2,669,460 Estimated FY 2013-2014 Measure A Allocation: 2,112,000 ____ .;;;;..:..;.~~- Estimated Measure A Available for FY 2013-2014 Projects: 4,781,460 ITEM NO. PROJECT NAME I LIMITS PROJECT TYPE TOTAL COST MEASURE A FUNDS ($000's) ($000's) 2013-2014 1. Street Resurfacing Maintenance Street Project 4,000 1,900 2. Monterey Avenue Widening from Fred Waring Roadway Widening 6,500 2,000 Drive to Country Club Drive 3. Bridge Inspection Program Maintenance Project 100 100 TOTAL 10,600 4,000 FY 13-14 YR 2 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM FY 2013 -2017 Agency: City of Palm Desert Page: 3 of 5 Prepared by: Mark Greenwood Phone#: 760-776-6469 Date: May 11,2012 Estimated Prior Year Measure A Balance: 781,460 Estimated FY 2014-2015 Measure A Allocation: 2,175,000 ___ ___;;;;.:_...;..:..;...;....;..._ Estimated Measure A Available for FY 2014-2015 Projects: 2,956,460 ITEM NO. PROJECT NAME I LIMITS PROJECT TYPE TOTAL COST MEASURE A FUNDS tSOOO'sl ($000'sl 2014-2015 1. Street Resurfacing Maintenance Street Project 4,000 1,900 2. Bridge Inspection Program Maintenance Project 100 100 TOTAL 4,100 2,000 FY 14-15 YR 3 Agency: Page: Prepared by: Phone#: Date: ITEM NO. 2015-216 1. 2. RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM City of Palm Desert 4 of5 Mark Greenwood 760-776-6469 May 11, 2012 FY 2013 -2017 Estimated Prior Year Measure A Balance: 956,460 Estimated FY 2015-2016 Measure A Allocation: 2,240,000 ----~-:"":"'~:- Estimated Measure A Available for FY 2015-2016 Projects: 3,196,460 PROJECT NAME I LIMITS PROJECT TYPE TOTAL COST MEASURE A FUNDS lSOOO's\ CSOOO's) Street Resurfacing Maintenance Street Project 4,000 1,900 Bridge Inspection Program Maintenance Project 100 100 TOTAL 4,100 2,000 FY 15-16 YR 4 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM FY 2013 -2017 Agency: City of Palm Desert Page: 5 of 5 Prepared by: Mark Greenwood Phone#: 760-776-6469 Date: May 11,2012 Estimated Prior Year Measure A Balance: 1,196,460 Estimated FY 2016-2017 Measure A Allocation: 2,307,000 -----:-'-=-:-:-"-:-:-:- Estimated Measure A Available for FY 2016-2017 Projects: 3,503,460 ITEM NO. PROJECT NAME I LIMITS PROJECT TYPE TOTAL COST MEASURE A FUNDS ($000's) ($000's) 2016-2017 1. Street Resurfacing Maintenance Street Project 4,000 1,900 2. Bridge Inspection Program Maintenance Project 100 100 3. Cook Street Widening -Phase II Roadway Widening 6,100 1,503 TOTAL 10,200 3,503 FY 16-17 YR 5 BLANK CITY OF PERRIS DEPARTMENT OF FINANCE 101 North 'D' Street, Perris, CA 92570-2200 TEL: 951-943-4610 FAX: 951-943-5065 May 8, 2012. Theresia Trevino Chief Financial Officer Riverside County of Transportation Commission P.O. Box 12008 Riverside, CA 92502-2208 Attn: Shirley Medina Re: FY 2013-2017 Measure" A" Improvement Plan ~rg~ t~.o ~~~@] .. __ , M,A, q j L_, i~iVERSIDE COUNTY i fi.A.NSPORTAriON COMMISSlON Enclosed, please find City of Perris proposed 5-year capital improvement plan. Also enclosed, please find an exhibit depicting the status of the currently adopted 5-year plan and the MOE prepared by the Finance Department and signed by the City Manager. Please call if you have any questions or require additional information. Sincerely, Cc: Ron Carr, Assistant City Manager Misty Cheng, Interim Finance Director Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) Estimated Completion Status 1 Annual Slurry Seal & Overlay Pavement Rehab 2,000 1,200 Fall 2012 Preparing to Bid 2 Ramona Expressway Median Median/Landscaping 1,414 0 n/a Complete 3 Perris Blvd rehab over I-215 Pavement Rehab 115 115 n/a Complete TOTALS 3,529 1,315 Note: Measure A funding was not required for Project 2, Ramona Ex Medians. Funding originally allocated to this project will be re-allocated elsewhere RIVERSIDE COUNTY TRANSPORTATION COMMISSION Agency: CITY OF PERRIS Page 1 of 1 Prepared by: Habib Motlagh Phone #: (951) 943-6504 Date: 4/30/2012 PROJECT STATUS REPORT FY 2011-2012 MEASURE A LOCAL FUNDS PROGRAM Estimated Prior Year Measure A Balance:$2,600,000 Estimated FY 2012-2013 Measure A Allocation:$1,003,000 Estimated Measure A Available for FY 2012-2013 Projects:$3,603,000 Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 2012-2013 1 Murrieta Rd Extension over Sunset New road/storm drain 150 150 2 Annual Slurry Seal & Overlay and Miscellaneous Sidealk Improvements Pavement Rehab 2,000 1,100 3 Metz Rd Improvements New paving 200 200 4 Encanto Drive New paving 220 220 5 Placentia Ave. / Murrieta Road New paving 450 450 TOTALS 3,020 2,120 Phone #: (951) 943-6504 Date: 4/30/2012 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: CITY OF PERRIS Page 1 of 5 Prepared by: Habib Motlagh Estimated Prior Year Measure A Balance:$1,483,000 Estimated FY 2013-2014 Measure A Allocation:$1,033,000 Estimated Measure A Available for FY 2013-2014 Projects:$2,516,000 Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 2013-2014 1 Placentia Ave (I-215 to Indian)New road 600 500 2 Goetz Rd Improvements Int Impts & Widening 200 200 3 Annual Slurry Seal & Overlay Pavement Rehab 1,000 500 4 Downtown Improvements Pavement Rehabilitation, Minor Widening 1,000 1,000 TOTALS 2,800 2,200 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: CITY OF PERRIS FY 2013 - 2017 Date: 4/30/2012 Page 2 of 5 Prepared by: Habib Motlagh Phone #: (951) 943-6504 Estimated Prior Year Measure A Balance:$316,000 Estimated FY 2014-2015 Measure A Allocation:$1,064,000 Estimated Measure A Available for FY 2014-2015 Projects:$1,380,000 Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 2014-2015 1 Annual Slurry Seal & Overlay Pavement Rehab 1200 600 2 Ethanac & Barnett Intersection Signal, Int. Impts. 450 200 3 Ethanac Signal, Int. Impts. 400 300 4 Rider Street Widening Pavement Widening 400 280 TOTALS 2,450 1,380 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: CITY OF PERRIS FY 2013 - 2017 Date: 4/30/2012 Page 3 of 5 Prepared by: Habib Motlagh Phone #: (951) 943-6504 Estimated Prior Year Measure A Balance:$0 Estimated FY 2015-2016 Measure A Allocation:$1,096,000 Estimated Measure A Available for FY 2015-2016 Projects:$1,096,000 Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 2015-2016 1 Annual Slurry Seal & Overlay Pavement rehab 1,000 700 2 Ramona Expressway Pavement Rehab. 1,000 300 TOTALS 2,000 1,000 Phone #: (951) 943-6504 Date: 4/30/2012 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: CITY OF PERRIS Page 4 of 5 Prepared by: Habib Motlagh Estimated Prior Year Measure A Balance:$96,000 Estimated FY 2016-2017 Measure A Allocation:$1,129,000 Estimated Measure A Available for FY 2016-2017 Projects:$1,225,000 Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 2016-2017 1 Annual Slurry Seal & Overlay Pavement rehab 1,000 500 2 Perris Blvd. Pavement Rehab. Pavement rehab 1,200 725 TOTALS 2,200 1,225 Phone #: (951) 943-6504 Date: 4/30/2012 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: CITY OF PERRIS Page 5 of 5 Prepared by: Habib Motlagh BLANK Estimated Prior Year Measure A Balance:$2,129,167 Estimated FY 2012-2013 Measure A Allocation:689,000 Estimated Measure A Available for FY 2012-2013 Projects:2818167 Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 2012-2013 1 Citywide slurry seal, crack seal, AC overlays and AC overlays and striping on various Preventative Maintenance 800 800 public streets identified by MicroPaver 2 Monterey Avenue Street Improvements (Gerald Ford to Monterey) Widening/Reconstruction 1,100 250 3 Highway 111/Frank Sinatra Drive Intersection Improvements Safety and Capacity 1,200 300 4 Frank Sinatra Bridge at Whitewater Channel (PA&ED) Replace Low Water Xing 1,200 35 5 Desert Sun Ranch Street Improvements Curbs/A.C. Reconstruction 600 500 TOTALS 4,900 1,885 Phone #: (760) 770-3224 Date: May 10, 2012 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: Rancho Mirage Page 1 of 6 Prepared by: Bruce B. Harry, Jr. Estimated Prior Year Measure A Balance:$933,167 Estimated FY 2013-2014 Measure A Allocation:$710,000 Estimated Measure A Available for FY 2013-2014 Projects:1643167 Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 2013-2014 1 Citywide slurry seal, crack seal, AC overlays and striping on various Preventative Maintenance 800 800 public streets identified by MicroPaver. 2 Bob Hope/Frank Sinatra Intersection Improvements Safety & Capacity 1,300 400 3 Monterey Avenue ( Avenida Las Palmas to South City Limit) Pavement Reconstruction 350 350 TOTALS 2,450 1,550 Date: May 10, 2012 Page 2 of 6 Prepared by: Bruce B. Harry, Jr. Phone #: (760) 770-3224 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: Rancho Mirage FY 2013 - 2017 Estimated Prior Year Measure A Balance:$93,167 Estimated FY 2014-2015 Measure A Allocation:731,000 Estimated Measure A Available for FY 2014-2015 Projects:824167 Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 2014-2015 1 Citywide slurry seal, crack seal, AC overlays and striping on various Preventative Maintenance 600 300 public streets identified by MicroPaver 2 Highway 111 (Bob Hope to East City Limit) Pavement Reconstruction 900 450 TOTALS 1,500 750 Date: May 10, 2012 Page 3 of 6 Prepared by: Bruce B. Harry, Jr. Phone #: (760) 770-3224 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: Rancho Mirage FY 2013 - 2017 Estimated Prior Year Measure A Balance:$74,167 Estimated FY 2015-2016 Measure A Allocation:753,000 Estimated Measure A Available for FY 2015-2016 Projects:827167 Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 2015-2016 1 Citywide slurry seal, crack seal, AC overlays and striping on various Preventative Maintenance 600 600 public streets identified by MicroPaver TOTALS 600 600 Phone #: (760) 770-3224 Date: May 10, 2012 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: Rancho Mirage Page 4 of 6 Prepared by: Bruce B. Harry, Jr. Estimated Prior Year Measure A Balance:$227,167 Estimated FY 2016-2017 Measure A Allocation:$776,000 Estimated Measure A Available for FY 2016-2017 Projects:1003167 Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 2016-2017 1 Citywide slurry seal, crack seal, AC overlays and striping on various Preventative Maintenance 600 600 public streets identified by MicroPaver. TOTALS 600 600 Phone #: (760) 770-3224 Date: May 10, 2012 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: Rancho Mirage Page 5 of 6 Prepared by: Bruce B. Harry, Jr. Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) Estimated Completion Status 1 Citywide slurry and crack seal on various public streets Preventative Maintenance 1,349 1,133 May-12 Complete 2 Monterey Ave. ( Hovely Lane to Whitewater Bridge) Pavement Reconstruction 250 250 Dec-11 Complete 3 Monterey Ave. (Dinah Shore to Gerald Ford) Widening/Pavement Rehab.950 100 Dec-13 In Design TOTALS 2,549 1,483 Phone #: (760) 770-3224 Date: May 10, 2012 PROJECT STATUS REPORT FY 2011-2012 MEASURE A LOCAL FUNDS PROGRAM RIVERSIDE COUNTY TRANSPORTATION COMMISSION Agency: Rancho Mirage Page 6 of 6 Prepared by: Bruce B. Harry, Jr. BLANK Public Works Department 111VERSIDE COUNTY 1 RANSPORTAT!ON COMMISS!O~J Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Attn.: Ms. Shirley Medina, Planning and Programming Manager Subject: Measure A Maintenance of Effort, CIP and Project Status Report Enclosed are the City of Riverside's FY 2012/13 Maintenance ofEffort Certification Statement, Measure A Local Funds Capital Improvement Program for FY 2012/13 through FY 2016/17 and a status report for FY 2011112. If you have any questions, please contact Patrick Keeney at (951) 826-2406. s?~l Thomas J. Boyd Public Works Director Attachments G:/Admin!Common/Measure ofEffort/1112 FY/RCTC 1112 MOE & CIP for 1213 Letter 05082012 3900 Main Street • Riverside, CA 92522 • 951.826.5341 • fax 951.826 5542 • www.riversideca.gov RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 Date: May 4, 2012 Item No. Project Name I Limits 2012-2013 1 Arlington Ave-Van Buren to SR 91 2 Collett Extension -Napa to Buchanan 3 Indiana Widening@ Pierce 4 Jurupa Ave Extension -Van Buren to Rutland 5 Jurupa Ave Extension -Rutland to Crest FY 2013 -2017 Estimated Prior Year Measure A Balance: 20,548 Estimated FY 2012-2013 Measure A Allocation: 5,009 Estimated Measure A Available for FY 2012-2013 Projects: 25,557 Total Cost Measure A Project Type ($000's) Funds ($000's) Street Resurfacing 2,100 50 *50 New Street Construction 2,485 400 *10 Street Widening and Improvements 1,540 *429 New Street Construction 4,954 *1 New Street Construction 300 300 G:\Admin\Common\Measure of Effort\ 11 12 FY\Measure A CIP 2013-2017 Page 1 of 15 ------------------------------------~-~---~--- RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 Date: Mav 4. 2012 --- Item No. Project Name I Limits 2012-2013 6 Lime & University 7 Main Street Reconstruction -SR 60 to 1st 8 Major Street Rehabilitation 1 0/11 9 Major Street Rehabilitation 11/12 10 Misc. Railroad Project Management 11 Mission Blvd Bridge Repalcement 12 Myrtle @ Victoria Intersection 13 Paving Projects Bonds -Debt Service FY 2013 -2017 Project Type Intersection Improvements Street Reconstruction and Improvements Street Resurfacing Street Resurfacing Grade Separation City Contribution for County Bridge Replacement Intersection Improvements Street Paving G:\Admin\Common\Measure of Effort\11 12 FY\Measure A CIP 2013-2017 Total Cost ($OOO's) 156 2,500 1,824 1,400 360 100 154 3,000 Measure A Funds ($000's) *156 *2,500 *1,390 *1,400 *24 100 *150 3,000 Page 2 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 Date: Mav 4. 2012 '- Item No. Project Name I Limits 2012-2013 14 Quiet Zone/BNSF -Buchanan to Jane 15 Quiet Zone/BNSF & UPRR-Cridge & Panorama 16 Railroad Grade Separation -Iowa 17 Railroad Grade Separation -Madison 18 Railroad Grade Separation -Mary 19 Railroad Grade Separation -Riverside 20 Railroad Grade Separation -Streeter 21 Railroad Grade Separations -Debt Service FY 2013 -2017 Project Type Railroad Quiet Zone Railroad Quiet Zone Grade Separation Grade Separation/Preliminary Design Grade Separation Grade Separation Grade Separation Grade Separation G:\Admin\Common\Measure of Effort\11 12 FY\Measure A CIP 2013-2017 Total Cost Measure A ($000's) Funds ($000's) 17,000 *9 1,700 *92 32,056 *356 35,000 *31 35,000 *175 31,860 *538 37,425 *1 ,645 883 504 *379 Page 3 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 M ------------. ---- Item No. Project Name I Limits 2012-2013 22 Tequesquite Park Street Improvements 23 Tyler Widening -Wells to Hole 24 Van Buren -Garfield to Wells 25 Van Buren -Indiana to South City Limit 26 Van Buren -Jurupa to Santa Ana River 27 Van Buren -Wells to Jackson 28 Arlington -Van Buren to La Sierra 29 Arterial Interconnections FY 2013 • 2017 Project Type Street Reconstruction and Improvements Street Widening and Improvements Street Resurfacing Street Widening Street Widening Street Resurfacing Traffic Signal Coordination Traffic Signal Coordination G:\Admin\Common\Measure of Effort\ 11 12 FY\Measure A CIP 2013-2017 Total Cost Measure A ($000's) Funds ($000's) 1,000 1,000 8,000 *2,927 2,025 *525 26,750 *468 1,605 *1 ,467 1,900 *1 ,900 40 *40 342 100 *242 Page 4 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 Date: Mav 4. 2012 Item No. Project Name I Limits 2012-2013 30 California -Arlington to Tyler 31 CaiTrans Ramps Coordination 32 Chicago -Central to Martin Luther King 33 Fiber Optic Line to CaiTrans 34 Iowa-Cirus 35 Miscellaneous Traffic Designs 36 Multi-Agency Traffic Coordination 37 New Traffic Signals -Prioritized Locations FY 2013 • 2017 Project Type Traffic Signal Coordination Traffic Signal Coordination Traffic Signal Coordination Traffic Signal Coordination New Traffic Signal Traffic Projects Design Traffic Signal Coordination New Traffic Signal Installation G:\Admin\Common\Measure of Effort\11 12 FY\Measure A CIP 2013-2017 Total Cost Measure A .($000's) Funds ($000's) 40 *40 53 *2 40 *22 50 *50 250 250 100 *100 822 *216 700 250 *450 Page 5 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 LIGL'W. IVICIY "T1 'VI L. Item No. Project Name I Limits 2012-2013 38 Traffic Management Center 39 Traffic Signal Revisions 40 University-Fairmount 41 Transportation Planning 42 Pavement Management Program 43 Transportation Planning/Investigation 44 Controller Assembly Replacement 45 LED Signal Lenses Replacement FY 2013 -2017 Project Type Traffic Signal Coordination Traffic Signal Revision New Traffic Signal Engineering Planning Ongoing Annual Expenditure Traffic Engineering Ongoing Traffic Signal Maintenance Ongoing Traffic Signal Maintenance G:\Admin\Common\Measure of Effort\11 12 FY\Measure A CIP 2013-2017 Total Cost Measure A ($000's) Funds ($000's) 239 50 *189 664 100 *564 200 200 50 50 105 105 300 300 40 40 50 50 Page 6 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 Date: Mav 4. 2012 Item No. Project Name I Limits 2012-2013 46 Spread Spectrum Radio Replacement 47 Traffic Signal Loop Replacement FY 2013 -2017 Project Type Ongoing Traffic Signal Maintenance Ongoing Traffic Signal Maintenance TOTALS *Indicates Measure A funding in prior fiscal years and not expended at 7/1/11. G:\Admin\Common\Measure of Effort\11 12 FY\Measure A CIP 2013-2017 Total Cost Measure A ($000's) Funds ($000's) 10 10 35 35 J I 257,207 25,431 I Page 7 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 Date: May 4, 2012 Item No. Project Name I Limits 2013-2014 1 Collett Extension -Napa to Buchanan 2 Market Street Bridge Repalcement 3 Paving Projects Bonds -Debt Service 4 Sidewalk Trail Construction 13/14 5 Traffic Signal Improvements 6 Railroad Grade Separations -Debt Service FY 2013 -2017 Estimated Prior Year Measure A Balance: 126 Estimated FY 2013-2014 Measure A Allocation: 5, 159 Estimated Measure A Available for FY 2013-2014 Projects: 5,285 Total Cost Measure A Project Type ($000'sl Funds ($000's) New Street Construction 2.485 250 City Contribution for County Bridge Replacement 100 100 Street Paving 3,000 3,000 Sidewalk Construction 500 500 Traffic Signal Coordination/Revision 435 435 Grade Separation 514 514 G:\Admin\Common\Measure of Effort\11 12 FY\Measure A CIP 2013-2017 Page 8 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone #: (951) 826-2406 Date: Mav 4. 2012 Item No. Project Name I Limits 2013-2014 7 Transportation Planning 8 Pavement Management Program 9 Transportation Planning/Investigation FY 2013 -2017 Project Type Engineering Planning Ongoing Annual Expenditure Traffic Engineering TOTALS --------··--·- G:\Admin\Common\Measure of Effort\11 12 FY\Measure A CIP 2013-2017 -· Total Cost Measure A ($OOO's}_ Funds ($000'sl 50 50 105 105 300 300 7,489 5,254 Page 9 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone #: (951) 826-2406 Date: May 4, 2012 litem No. Project Name I Limits 2014-2015 1 Paving Projects Bonds -Debt Service 2 Traffic Signal Improvements 3 Traffic Signal -Prioritized Locations 4 Railroad Grade Separations -Debt Service 5 Transportation Planning 6 Pavement Management Program FY 2013 • 2017 Estimated Prior Year Measure A Balance: 31 Estimated FY 2014-2015 Measure A Allocation: 5,314 Estimated Measure A Available for FY 2014-2015 Projects: 5,345 Total cost Measure A Project Type ($000's) Funds ($000's) Street Paving 3,000 3,000 Traffic Signal Coordination/Revision 435 435 New Traffic Signal Installation 250 250 Grade Separation 524 524 Engineering Planning 50 50 Ongoing Annual Expenditure 105 105 G:\Admin\Common\Measure of Effort\ 11 12 FY\Measure A CIP 2013-2017 Page 10 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 Date: Mav 4. 2 ------. --- J --·- FY 2013 -2017 Item Total Cost No. Project Name I Limits Project Tvoe ($000's) 2014-2015 7 Transportation Planning/Investigation Traffic Engineering 300 8 Unallocated for Projects Funds to be designated for future projects 250 TOTALS 4,914 G:\Admin\Common\Measure of Effort\11 12 FY\Measure A CIP 2013-2017 Measure A Funds ($000's) 300 250 4,914 Page 11 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone #: (951) 826-2406 Date: May 4, 2012 litem No. Project Name I Limits 2015-2016 1 Paving Projects Bonds -Debt Service 2 Traffic Signal Improvements 3 Traffic Signal -Prioritized Locations 4 Railroad Grade Separations -Debt Service 5 Transportation Planning 6 Pavement Management Program 7 Transportation Planning/Investigation FY 2013 -2017 Estimated Prior Year Measure A Balance: 431 Estimated FY 2015-2016 Measure A Allocation: 5,473 Estimated Measure A Available for FY 2015-2016 Projects: 5,904 I otal (;OSt Measure A Project Type ($000's) Funds ($000's) Street Paving 3,000 3,000 Traffic Signal Coordination/Revision 435 435 New Traffic Signal Installation 250 250 Grade Separation 535 535 Engineering Planning 50 50 Ongoing Annual Expenditure 105 105 Traffic Engineering 300 300 G:\Admin\Common\Measure of Effort\ 11 12 FY\Measure A CIP 2013-2017 Page 12 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 ----------2 -~ --. - FY 2013 -2017 Item Total Cost No. Project Name I Limits Project Type ($000's) 2015-2016 8 Unallocated for Projects Funds to be designated for future projects 800 TOTALS 5,475 G:\Admin\Common\Measure of Effort\11 12 FY\Measure A CIP 2013-2017 Measure A Funds ($000's) 800 5,475 Page13of15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 Date: May 4, 2012 litem No. Project Name I Limits 2016-2017 1 Paving Projects Bonds -Debt Service 2 Traffic Signal Improvements 3 Traffic Signal -Prioritized Locations 4 Railroad Grade Separations -Debt Service 5 Transportation Planning 6 Pavement Management Program FY 2013 • 2017 Estimated Prior Year Measure A Balance: 429 Estimated FY 2016-2017 Measure A Allocation: 5,637 Estimated Measure A Available for FY 2016-2017 Projects: 6,066 rotal (;Ost Measure A Project Type ($000's) Funds ($000's) Street Paving 3,000 3,000 Traffic Signal Coordination/Revision 435 435 New Traffic Signal Installation 250 250 Grade Separation 545 545 Engineering Planning 50 50 Ongoing Annual Expenditure 105 105 G:\Admin\Common\Measure of Effort\11 12 FY\Measure A CIP 2013-2017 Page 14 of 15 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM Agency: City of Riverside Prepared by: Patrick M. Keeney Phone#: (951) 826-2406 Date: Mav 4. 2012 FY 2013 -2017 Item Total Cost No. Project Name I Limits Project Type ($000's) 2016-2017 7 Transportation Planning/Investigation Traffic Engineering 300 8 Unallocated for Projects Funds to be designated for future projects 950 TOTALS 5,635 G:\Admin\Common\Measure of Effort\ 11 12 FY\Measure A CIP 2013-2017 Measure A Funds ($000's) 300 950 5,635 Page 15 of 15 ~~ Agency: City of Riverside Pag;; 1 of4 Prepared by: Patrick Keeney Phone No.: (951) 826-2406 Date: MayS, 2012 Item No. PROJECT NAME/LIMITS 1 Arlington Ave Rehab -Van Buren to SR 91 2 Carob Way -La Verne to Norwood 3 Collett Extension -Napa to Buchanan 4 Indiana Widening @ Pierce 5 Jurupa Extension -Van Buren to Rutland 6 Lime and University 7 Main Street -SR 60 to 1st Street 8 Major Street Rehabilitation 10/11 9 Major Street Rehabilitation 11/12 10 Miscelllaneous Railroad Project Management 11 Myrtle @ Victoria Intersection 12 Orange Terrace Parkway Parking 13 Quiet Zone/BNSF -Buchanan to Jane 14 Quiet Zone/BNSF/UPRR-Cridge & Panorama * Prior years unexpended funds at July 1, 2011. RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE "A" LOCAL FUNDS PROGRAM STATUS FY 2011-12 TOTAL COST MEASURE A PROJECT TYPE ($000'S) FUNDS ($000'S) Street Resurfacing 2,100 *50 Street Resurfacing 167 *85 New Street Construction 2,485 *10 Street Widening and Improvements 1,540 *429 New Street Construction 4,954 *1 Intersection improvements 156 *156 Street Resurfacing 2,500 2,500 Street Resurfacing 1,824 *1,390 Street Resurfacing 1,400 1,400 Grade Separations 360 *24 Intersection Improvements 154 *150 Street Widening 216 *184 Quiet Zone for BNSF Railroad 17,000 *9 Quiet Zone for BNSF & UP Railroads 1,700 *92 G:\Admin\Common\Measure of Effort\11 12 FY\Measure A Status 2012 STATUS Design in progress. Project is complete. Right-of-Way acquisition in progress. Project to be completed with construction of new school, anticipated in 2012. Construction contract awarded in May 2011. Project delayed pending construction of new office building on corner. Design in progress. Construction contract awarded in July 2011. Design in progress. Ongoing project management. Project cancelled. Project is complete. Project is underway. Delayed by SR 91 HOV project. Agency: City of Riverside Page 2 of4 Prepared by: Patrick Keeney Phone No.: (951) 826-2406 Date: May 8, 2012 Item No. PROJECT NAME/LIMITS 15 RR Grade Separation -Iowa Avenue 16 RR Grade Separation -Madison Street 17 RR Grade Separation -Magnolia Avenue 18 RR Grade Separation -Mary Street 19 RR Grade Separation -Riverside Avenue 20 RR Grade Separation -Streeter Avenue 21 Railroad Grade Separations -Debt Service 22 SR 91 Aux Lane-La Sierra to Tyler 23 Tyler Widening -Wells to Hole 24 Van Buren Blvd. Improvements-Garfield to Wells 25 Van Buren Blvd. Improvements-Wells to Jackson * Prior years unexpended funds at July 1, 2011. RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE "A" LOCAL FUNDS PROGRAM STATUS FY 2011-12 TOTAL COST MEASURE A PROJECT TYPE ($000'S) FUNDS ($000'S) Grade Separation -Iowa @ BNSF 32,056 *356 Grade Separations -Madison @ BNSF 35,000 *31 Grade Separation-Magnolia@ UPRR 56,297 *69 Grade Separation -Mary @ BNSF 35,000 *175 Grade Separation-Riverside @ UPRR 31,860 *538 Grade Separation-Streeter@ UPRR 37,425 *1 ,645 Grade Separations 349 349 Addition of Auxiliary Lane 2,450 - Street Widening and Improvements 8,000 *2,927 Street Resurfacing 2,025 400 *125 Street Resurfacing 1,900 *1 ,900 G:\Admin\Common\Measure of Effort\11 12 FY\Measure A Status 2012 STATUS Construction award anticipated for June 2012. Project on hold pending availability of funding. Project is complete. Project on hold pending availability of funding. Design and right-of-way acquisition in progress. Design and right-of-way acquisition in progress. For debt service or allocation to specific projects. Project is complete. Design and right-of-way acquisition in progress. Project split into phases (formerly Garfield to Jackson). Contract award April2012. Project split into phases (formerly Garfield to Jackson). Design in progress. Agency: City of Riverside Page3 of4 Prepared by: Patrick Keeney Phone No.: (951) 826-2406 Date: May8, 2012 Item No. PROJECT NAME/LIMITS 26 Van Buren Blvd. Widening-Indiana to South City Limit 27 Van Buren Blvd. Widening-Jurupa to Santa Ana River BridQe 28 Van Buren Blvd I 91 Frwy Interchange 29 Arlington @ Horace 30 Arlington -Van Buren to La Sierra 31 Arterial Interconnections 32 California -Arlington to Tyler 33 CaiTrans Ramps Coordination 34 Chicago -Central to Martin Luther King 35 De Anza @ Central 36 Fiber Optic Line to Caltrans 37 La Cadena @ Spruce 38 Miscellaneous Signal Revisions * Prior years unexpended funds at July 1, 2011. RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE "A" LOCAL FUNDS PROGRAM STATUS FY 201I-12 TOTAL COST MEASURE A PROJECT TYPE ($000'S) FUNDS ($000'S) Street Widening 26,750 *468 Street Widening 1,605 1,200 *267 Interchange Improvements 35,050 *5 Signal Modification -- Signal Coordination 40 *40 Signal Coordinations 639 100 *142 Signal Coordination 40 *40 Signal Coordinations 53 *2 Signal Coordination 40 *22 Signal Modification 95 *83 Signal Coordination 50 *50 Signal Modification -- Signal Modifications 774 100 *464 G:\Admin\Common\Measure of Effort\11 12 FY\Measure A Status 2012 STATUS Project cancelled. Bid award anticipated for June 2012. Project is complete. Project included in Mise Signal Revisions. Design in progress. Project is underway. Equipment ordered April 2012. On-going signal coordination work. Design in progress. I Project is complete. Design in progress. Project included in Mise Signal Revisions. Project is underway. Agency: City of Riverside Page4 of4 Prepared by: Patrick Keeney Phone No.: (951) 826-2406 Date: May 8, 2012 Item No. PROJECT NAME/LIMITS 39 Miscellaneous Traffic Designs 40 Multi-Agency Traffic Coordination 41 New Traffic Signals 42 Transportation Planning 43 Pavement Management Program 44 Controller Assembly Replacement 45 Spread Spectrum Radio Replacement 46 Traffic Management Center 47 Traffic Signal Loop Replacement 48 Transportation Planning/! nvestigations * Prior years unexpended funds at July 1, 2011. RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE "A" LOCAL FUNDS PROGRAM STATUS FY 2011-12 TOTAL COST MEASURE A PROJECT TYPE ($000'S) FUNDS ($000'S) Traffic Projects Design 100 *100 Signal Coordination 822 *216 Signal Installation 450 200 *250 Engineering Planning 40 40 Ongoing Annual Expenditure 75 75 Ongoing Traffic Signal Maintenance 15 15 Ongoing Traffic Signal Maintenance 10 10 Signal Coordination 189 50 *139 Ongoing Traffic Signal Maintenance 35 35 Traffic Engineering 300 300 G:\Admin\Common\Measure of Effort\11 12 FY\Measure A Status 2012 STATUS Project is underway. Design in progress. Design in progress. Ongoing annual expenditure. Ongoing annual expenditure. Ongoing annual expenditure. Ongoing annual expenditure. Ongoing annual expenditure. Ongoing annual expenditure. Ongoing annual expenditure. May 22, 2012 Ms. Andrea Zureick Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Re: Amended FY 13-17 Measure "A" The City of San Jacinto has revised the attached Measure "A" submittal (sheets 1 and 2 of 5) as follows: • Sheet 1 of 5 -added items 5 & 6 • Sheet 2 of 5-Added item 2 If you have any questions about our amendment, please feel free to contact me at (951) 943-6504. abib Motlagh City Engineer Cc: Tom Prill, Accounting Manager City Engineer's Office P.O. Box 488 • San Jacinto, CA 92581 • Ph (951) 654-3592 • Fax (951) 654-3728 www.ci.san-jacinto.ca.us RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM PROJECT STATUS REPORT FY 2011-2012 Agency: CITY OF SAN JACINTO Page 1 of 1 Prepared by: Habib Motlagh Phone#: (951) 943-6504 Date: 413012012 Item No. Project Name I Limits 1 De Anza Dr Street Improvements 2 Esplanade Ave Pvmt Rehab and Sidewalks 3 Traffic Control Devices/Studies 4 Esplanade I Mountain Signal Project Type Pavement rehab, minor street improvements Pavement rehab, sidewalk installation Traffic Control lmpts across town Signal Upgrade TOTALS Total Cost Measure A ($000's) Funds ($000's) 400 160 327 327 175 48 20 10 922 545 Estimated Completion Status Design complete 2012-13 construction in fall 2012 2011-12 Project is complete ongoing Work is ongoing, no fixed timeline ongoing Completed I I RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM FY2013 -2017 Agency: CITY OF SAN JACINTO Page 1 of 5 Prepared by: Habib Motlagh Phone#: (951) 943-6504 Date: 413012012 (Revised 5121112) Estimated Prior Year Measure A Balance: $2,200,000 Estimated FY 2012-2013 Measure A Allocation: -----=-$5.::...:8:....:1..?...:, 0:..::.0.::..0 Estimated Measure A Available for FY 2012-2013 Projects: $2,781,000 Item Total Cost Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) 2012-2013 1 Warren Rd Pavement Rehab Pavement Rehab 1500 850 Ramona Exway Pavement Rehab and Pavement Rehab. & 2 Widening (Sanderson to Esplanade) Widening 17,000 750 3 Lake Park Bridge Rehab. Minor Bridge Repair 250 250 Pavement Rehabilitation & Sidewalk Pavement Repair & 4 Improvements (City Wide) Minor Widening 500 500 Road Extension & 5 Eagle Road Extension Signal 1,000 100 Sidewalk 6 Ramona Exp./San Jacinto Ave. Sidewalk Improvements 190 140 TOTALS 20,440 2,590 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: CITY OF SAN JACINTO Page 2 of5 Prepared by: Habib Motlagh Phone#: (951) 943-6504 Date: 413012012 (Revised 5-21-12) FY 2013 -2017 Estimated Prior Year Measure A Balance: $191,000 Estimated FY 2013-2014 Measure A Allocation: --~$5::..:9:..::8.!.:,0:..::.00.::.. Estimated Measure A Available for FY 2013-2014 Projects: $789,000 Item Total Cost Measure A No. Project Name I Limits Project Type ($000's) Funds ($000's) 2013-2014 1 Mise city-wide pavement rehab Pavement Rehab 600 460 Esplanade Avenue (Warren Road to 2 Ramona Expressway Pavement Rehab 600 329 TOTALS 1,200 789 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: CITY OF SAN JACINTO Page 3 of5 Prepared by: Habib Motlagh Phone #: (951) 943-6504 Date: 413012012 FY 2013 -2017 Estimated Prior Year Measure A Balance: $0 Estimated FY 2014-2015 Measure A Allocation: __ _;:.$.;:.61.:...:6:.!.:,0:...::0..:...0 Estimated Measure A Available for FY 2014-2015 Projects: $616,000 !If em Total cost Measure A No. Project Name I Limits Project Type ($000's) Funds ($OOO's) 2014-2015 1 Ramona Expressway Pavement Rehabilitation & Widening (Eagle Widening & Pavement to Esplanade) Rehabilitation 9,000 616 TOTALS 9,000 616 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: CITY OF SAN JACINTO Page4 of5 Prepared by: Habib Motlagh Phone#: (951) 943-6504 Date: 413012012 FY 2013 -2017 Estimated Prior Year Measure A Balance: $0 Estimated FY 2015-2016 Measure A Allocation: __ __;::,$6.:;.;3::....:4~,0;..;;.0..;;_0 Estimated Measure A Available for FY 2015-2016 Projects: $634,000 flfem lotal Cost Measure A No. Project Name /limits Project Tvoe ($000's) Funds ($000's) 2015-2016 Mise city-wide pavement rehab Pavement Rehab. & 1 (Downtown) Minor Widening 1,000 550 2 Citywide Traffic Signs & Striping Striping I Signage 100 84 TOTALS 1,100 634 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASUREALOCALFUNDSPROGRAM Agency: CITY OF SAN JACINTO Page 5 of5 Prepared by: Habib Motlagh Phone #: (951} 943-6504 Date: 413012012 FY 2013 -2017 Estimated Prior Year Measure A Balance: $0 Estimated FY 2016-2017 Measure A Allocation: $653,000 __ ___:;,.,;;,;;,..;;..:....;;.,.;;.,;;_ Estimated Measure A Available for FY 2016-2017 Projects: $653,000 litem IOtal \;OSt Measure A No. Project Name I Limits Project Type ($DOD's) Funds ($DOD's) 2016-2017 1 Sanderson Avenue Pavement Rehab. 700 653 TOTALS 700 653 BLANK City of Temecula Department of Public Works 41 000 Main Street • Temecula, CA 92590 Mailing Address: P.O. Box 9033 • Temecula, CA 92589-9033 Phone (951) 694-6411 • Fax (951) 694-64 75 • www.cityoftemecula.org May 4, 2012 Shirley Medina, Planning and Program Manager Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, California 92502-2208 ~~ ~ ~Y [~0° ,~ f~ f~) .. . !•1.4 J t::IJil RIVERSIDE COUNTY rRAIIJSPORTATION C0MMISSION Re: FY2013-2017 Measure 'A' Local Streets and Roads Capital Improvement Plan Dear Ms. Medina; Attached is the City of Temecula's Five-Year Capital Improvement Plan for Measure 'A' funds, including our Project Status Report. The City's Maintenance of Effort (MOE) Certification Statement is also enclosed for your review and approval. All of the projects submitted are included in the City's Five-Year Capital Improvement Program, scheduled for approval by City Council at their regular meeting of June 12, 2012. If any changes are incorporated subsequent to this session, a revised five-year plan will be submitted to you. If you require any additional information, please contact me at (951) 506-5168. Sincerely, ~' ,.;::> 1/. -~~ Gre Butler Director of Public Works/City Engineer Enclosures cc: Beryl Yasinosky-Management Analyst Genie Wilson -Director of Finance Rudy Graciano -Revenue Manager ® Printed on Recycled Paper R:\dauerj\PUBWKS\MeasureA13-17 coverltr&MOE.jcd.doc FY 2012-2013 PROJECTS CITY OF TEMECULA PROJECT STATUS REPORT MEASURE A FISCAL YEAR 2013-2017 May 4, 2012 French Valley Parkway/Interstate 15 Overcrossing and Interchange Improvements-Phase I Project includes the design and construction to include a new southbound off-ramp from I -15 to French Valley Parkway, construct the northern half ofFrench Valley Parkway from off-ramp to Jefferson Avenue, widen the existing southbound off-ramp from 1-15 to Winchester Road and construct a new auxiliary lane between French Valley Parkway and the Winchester Road southbound off-ramp. This project requires Caltrans approval and has been desigried to complement the ultimate freeway interchange project. The design process is now complete and we have awarded a construction contract. Work is scheduled to begin in June 2012. This project is included in the City's current Measure 'A' Five-Year Plan. Pavement Rehabilitation Program -Citywide The City's Pavement Rehabilitation Program is to include streets as part of the City's maintained system and a five-year street maintenance program. Current projects for Fiscal Year 12/13 are estimated at $9,120,875 and will include the necessary environmental processing, design, construction of pavement rehabilitation, and reconstruction of various streets. These projects are included in our Pavement Management System and are in conformance with a Pavement Rehabilitation Program. The 2012/2013 projects will be advertised within the coming fiscal year. This project is included in the City's current Measure 'A' Five-Year Plan. Citywide Street Maintenance Program The Citywide Street Maintenance Program provides right-of-way maintenance and repairs which include striping and stenciling of various streets and intersections, Portland Cement Concrete (PCC) and Asphalt Concrete (A C) repairs and street and right-of-way maintenance of drainage facilities throughout the City. This program is included in the City's current Measure 'A' Five-Year Plan. R:\dauetj\PU BWKS\Msr AProjectStatusFY 13-17 .jed. doc FY 2013-2014 PROJECTS CITY OF TEMECULA PROJECT STATUS REPORT MEASURE A FISCAL YEAR 2013-2017 May 4, 2012 Pavement Rehabilitation Program -Citywide The priorities for the various streets for this fiscal year will be based on a thorough review of our Pavement Rehabilitation Program-Citywide. Each project will be advertised and awarded according to our standard contracting procedures. The Pavement Rehabilitation Program-Citywide is included in the City's current Measure 'A' Five-Year Plan. Citywide Street Maintenance Program On-going Citywide Street Maintenance Program provides right-of-way maintenance and repairs to include striping and stenciling of various streets and intersections, PCC and AC repairs and street and right-of-way maintenance of drainage facilities. This program is included in the City's current Measure 'A' Five-Year Plan. R:\daueij\PUBWKS\Msr AProjectStatusFY 13-17 .jed. doc FY 2014-2015 PROJECTS CITY OF TEMECULA PROJECT STATUS REPORT MEASURE A FISCAL YEAR 2013-2017 May 4, 2012 Pavement Rehabilitation Program -Citywide The priorities for the various streets for this fiscal year will be based on a thorough review of our Pavement Rehabilitation Program -Citywide. Each project will be advertised and awarded according to our standard contracting procedures. The Pavement Rehabilitation Program-Citywide is included in the City's current Measure 'A' Five-Year Plan. Citywide Street Maintenance Program On-going Citywide Street Maintenance Program provides right-of-way maintenance and repairs to include striping and stenciling of various streets and intersections, PCC and AC repairs and street and right-of-way maintenance of drainage facilities. This program is included in the City's current Measure 'A' Five-Year Plan. R:\dauetj\PUBWKS\MsrAProjectStatusFY 13-17.jcd.doc FY 2015-2016 PROJECTS CITY OF TEMECULA PROJECT STATUS REPORT MEASURE A FISCAL YEAR 2013-2017 May 4, 2012 Pavement Rehabilitation Program -Citywide The priorities for the various streets for this fiscal year will be based on a thorough review of our Pavement Rehabilitation Program -Citywide. Each project will be advertised and awarded according to our standard contracting procedures. The Pavement Rehabilitation Program-Citywide is included in the City's current Measure 'A' Five-Year Plan. Citywide Street Maintenance Program On-going Citywide Street Maintenance Program provides right-of-way maintenance and repairs to include striping and stenciling of various streets and intersections, PCC and AC repairs and street and right-of-way maintenance of drainage facilities. This program is included in the City's current Measure 'A' Five-Year Plan. R:\dauelj\PUBWKS\Msr AProjectStatusFY 13-17 .jed. doc FY 2016-2017 PROJECTS CITY OF TEMECULA PROJECT STATUS REPORT MEASURE A FISCAL YEAR 2013-2017 May4, 2012 Pavement Rehabilitation Program -Citywide The priorities for the various streets for this fiscal year will be based on a thorough review of our Pavement Rehabilitation Program -Citywide. Each project will be advertised and awarded according to our standard contracting procedures. The Pavement Rehabilitation Program-Citywide is included in the City's current Measure 'A' Five-Year Plan. Citywide Street Maintenance Program On-going Citywide Street Maintenance Program provides right-of-way maintenance and repairs to include striping and stenciling of various streets and intersections, PCC and AC repairs and street and right-of-way maintenance of drainage facilities. This program is included in the City's current Measure 'A' Five-Year Plan. R:\dauetj\PUBWKS\MsrAProjectStatusFY 13-17 .jed. doc CITY OF TEMECULA PROJECT STATUS REPORT MEASURE A FISCAL YEAR 2012-2016 May 4, 2012 Prior Year Plan-FYE June 30, 2012 Pavement Rehabilitation Program -Citywide Design and construction of pavement rehabilitation and reconstruction of major streets identified as proposed streets for FY2011/2012 have been completed. Reference Project Status for FY2012/13-2016/17 Projects French Valley Parkway/Interstate 15 Overcrossing and Interchange Improvements-Phase I The design was completed in the 201112012 fiscal year and the construction phase is scheduled to begin in June 2012. Reference Project Status for FY2012/2013 Projects Citywide Street Maintenance Program FY20 11 I 12Citywide Street Maintenance Program was included in the Five Year Measure A program to facilitate the on- going right-of-way maintenance and repairs which including, street striping and stenciling, PCC and AC repairs, and the maintenance of street and right-of-way drainage facilities. Reference Project Status for FY2012/2013-2016/2017 Projects R:\daueJj\PUBWKS\Msr AProjectStatusFY 13-17 .jed. doc City of Wildomar Measure A Expenditure Plan Fiscal Year 2012/13 – 2016/17 Estimated Prior Year Measure A Balance:749,470$ Estimated FY 2012-2013 Measure A Allocation:413,000$ Estimated Measure A Available for FY 2012-2013 Projects:1,162,470$ Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 1 Accessibility Improvements Sidewalk, ramps, repairs, pedestrian and ADA improvements 20,000$ 20,000$ 2 Road Safety Improvements Remove, replace, install signs, pavement markings, related roadway safety improvements 40,000$ 40,000$ 3 Slurry Seal and Overly Program Remove, Repair, Crack Fill, Slurry Seal as needed 350,000$ 350,000$ 4 Roadway Improvement to Unpaved Rds & Drainage Repair or reconstruct unpaved roadways 100,000$ 100,000$ 5 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; widening streets 247,000$ 247,000$ 6 Public Works Cost Allocation (8% off the top Measure A) Inter Transfer Funds 33,040$ 33,040$ TOTALS 790,040$ 790,040$ 2012-2013 Prepared by: Tim D'Zmura, Public Works Director Phone #: 951.677.7751 Date: June 4, 2012 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: City of Wildomar Page: 1 of 6 Estimated Prior Year Measure A Balance:372,430$ Estimated FY 2013-2014 Measure A Allocation:425,000$ Estimated Measure A Available for FY 2013-2014 Projects:797,430$ Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 1 Accessibility Improvements Sidewalk, ramps, repairs, pedestrian and ADA improvements 20,000$ 20,000$ 2 Road Safety Improvements Remove, replace, install signs, pavement markings, related roadway safety improvements 40,000$ 40,000$ 3 Slurry Seal and Overly Program Remove, Repair, Crack Fill, Slurry Seal as needed 250,000$ 250,000$ 4 Roadway Improvement to Unpaved Rds & Drainage Repair or reconstruct unpaved roadways 33,000$ 33,000$ 5 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; widening streets 127,000$ 127,000$ 6 Public Works Cost Allocation (8% off the top Measure A) Inter Transfer Funds 34,000$ 34,000$ TOTALS 504,000$ 504,000$ Phone #: 951.677.7751 Date: June 4, 2012 2013-2014 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: City of Wildomar Page: 2 of 6 Prepared by: Tim D'Zmura, Public Works Director Estimated Prior Year Measure A Balance:293,430$ Estimated FY 2014-2015 Measure A Allocation:438,000$ Estimated Measure A Available for FY 2014-2015 Projects:731,430$ Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 1 Accessibility Improvements Sidewalk, ramps, repairs, pedestrian and ADA improvements 20,000$ 20,000$ 2 Road Safety Improvements Remove, replace, install signs, pavement markings, related roadway safety improvements 40,000$ 40,000$ 3 Slurry Seal and Overly Program Remove, Repair, Crack Fill, Slurry Seal as needed 250,000$ 250,000$ 5 Roadway Improvement to Unpaved Rds & Drainage Repair or reconstruct unpaved roadways 33,000$ 33,000$ 6 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; widening streets 127,000$ 127,000$ 7 Public Works Cost Allocation (8% off the top Measure A) Inter Transfer Funds 35,040$ 35,040$ TOTALS 505,040$ 505,040$ Phone #: 951.677.7751 Date: June 4, 2012 2014-2015 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: City of Wildomar Page: 3 of 6 Prepared by: Tim D'Zmura, Public Works Director Estimated Prior Year Measure A Balance:226,390$ Estimated FY 2016-2016 Measure A Allocation:451,000$ Estimated Measure A Available for FY 2015-2016 Projects:677,390$ Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 1 Accessibility Improvements Sidewalk, ramps, repairs, pedestrian and ADA improvements 20,000$ 20,000$ 2 Road Safety Improvements Remove, replace, install signs, pavement markings, related roadway safety improvements 40,000$ 40,000$ 3 Slurry Seal and Overly Program Remove, Repair, Crack Fill, Slurry Seal as needed 250,000$ 250,000$ 4 Roadway Improvement to Unpaved Rds & Drainage Repair or reconstruct unpaved roadways 33,000$ 33,000$ 5 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; widening streets 127,000$ 127,000$ 6 Public Works Cost Allocation (8% off the top Measure A) Inter Transfer Funds 36,080$ 36,080$ TOTALS 506,080$ 506,080$ Phone #: 951.677.7751 Date: June 4, 2012 2015-2016 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: City of Wildomar Page: 4 of 6 Prepared by: Tim D'Zmura, Public Works Director Estimated Prior Year Measure A Balance:171,310$ Estimated FY 2016-2017 Measure A Allocation:465,000$ Estimated Measure A Available for FY 2016-2017 Projects:636,310$ Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) 1 Accessibility Improvements Sidewalk, ramps, repairs, pedestrian and ADA improvements 20,000$ 20,000$ 2 Road Safety Improvements Remove, replace, install signs, pavement markings, related roadway safety improvements 40,000$ 40,000$ 3 Slurry Seal and Overly Program Remove, Repair, Crack Fill, Slurry Seal as needed 250,000$ 250,000$ 4 Roadway Improvement to Unpaved Rds & Drainage Repair or reconstruct unpaved roadways 33,000$ 33,000$ 5 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; widening streets 127,000$ 127,000$ 6 Public Works Cost Allocation (8% off the top Measure A) Inter Transfer Funds 37,200$ 37,200$ TOTALS 507,200$ 507,200$ Phone #: 951.677.7751 Date: June 4, 2012 2016-2017 RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEASURE A LOCAL FUNDS PROGRAM FY 2013 - 2017 Agency: City of Wildomar Page: 5 of 6 Prepared by: Tim D'Zmura, Public Works Director Item No.Project Name / Limits Project Type Total Cost ($000's) Measure A Funds ($000's) Estimated Completion Status 1 Accessibility Improvements Sidewalk, ramps, repairs, pedestrian and ADA improvements $ 28,000 $ 28,000 $ - This is an ongoing program at City. Unexpended funds have been carried over into FY 12/13. 2 Road Safety Improvements Remove, replace, install signs, pavement markings, related roadway safety improvements 50,000$ 50,000$ 22,900$ This is an ongoing program at City. Unexpended funds have been carried over into FY 12/13. 3 Slurry Seal and Overly Program Remove, Repair, Crack Fill, Slurry Seal as needed 155,000$ 155,000$ 105,800$ This is an ongoing program at City. Unexpended funds have been carried over into FY 12/13. 4 Roadway Improvement to Unpaved Rds & Drainage Repair or reconstruct unpaved roadways 33,000$ 33,000$ 8,800$ This is an ongoing program at City. Unexpended funds have been carried over into FY 12/13. Phone #: 951.677.7751 Date: June 4, 2012 PROJECT STATUS REPORT FY 2011-2012 MEASURE A LOCAL FUNDS PROGRAM RIVERSIDE COUNTY TRANSPORTATION COMMISSION Agency: City of Wildomar Page: 6 of 6 Prepared by: Tim D'Zmura, Public Works Director 5 Citywide Maintenance Program Right-of-way maintenance and repair to include but not limited to: striping, stenciling; repairs to streets and culvert/drainage facilities; storm damage/flood control projects; widening streets 127,000$ 127,000$ 61,500$ This is an ongoing program at City. Unexpended funds have been carried over into FY 12/13. 6 Public Works Cost Allocation (8% off the top Measure A) Inter Transfer Funds 28,000$ 28,000$ 28,000$ This is an ongoing program at City. Unexpended funds have been carried over into FY 12/13. 393,000$ 393,000$ AGENDA ITEM 8E BLANK Agenda Item 8E RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Shirley Medina, Programming and Planning Manager THROUGH: Anne Mayer, Executive Director SUBJECT: 2009 Measure A Maintenance of Effort Base Year Adjustment for City of Banning BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to approve the adjustment to the city of Banning’s (Banning) 2009 Measure A Maintenance of Effort (MOE) base year. BACKGROUND INFORMATION: Measure A imposes several requirements on local agencies in order to receive local streets and roads funds. The 2009 Measure A ordinance continued the requirement for local agencies to maintain the current commitment of local discretionary expenditures toward transportation construction and maintenance activities. This requirement is to ensure that Measure A funds supplement current expenditures, not supplant. In accordance with the 2009 Measure A ordinance, if a local agency does not meet its respective MOE base year level in a given year, Measure A Local Streets and Roads disbursements will be withheld the following year. At its July 13, 2011 meeting, the Commission approved the 2009 Measure A MOE base years for each local agency. Banning is requesting an adjustment to its base year level, as it did not take into consideration deductions for engineering/administrative overhead costs that are allowed by the Commission’s MOE guidelines. Banning’s current 2009 Measure A MOE base year is $316,181, which is the amount of engineering/administrative overhead costs that Banning could have deducted in calculating its 2009 Measure A MOE base year. Banning realizes that requesting this entire amount as a deduction would bring its 2009 Measure A MOE base year to zero; therefore, the City is requesting that the 2009 Measure A MOE base year be adjusted to $164,325, which is Banning’s 1989 Measure A MOE base year. 67 Agenda Item 8E Staff supports Banning’s request to adjust its 2009 Measure A MOE base year to $164,325 effective beginning in FY 2011/12, as it is consistent with the MOE guidelines and is a reasonable amount compared to its 1989 Measure A MOE base year and to other cities of similar size and revenue generation. Should the Commission approve this recommendation, staff will request Banning to submit its FY 2012/13 MOE certification to reflect the adjusted amount. The Measure A audit process will review Banning’s Measure A Capital Improvement Plan expenditures to ensure the 2009 Measure A MOE base year is met. There is no financial impact to the Commission related to the adjustment of the Banning’s 2009 Measure A MOE base year. Attachment: City of Banning Correspondence 68 69 BLANK AGENDA ITEM 8F BLANK Agenda Item 8F RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Shirley Medina, Programming and Planning Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Proposition 1B State-Local Partnership Program Formula Program - Coachella Valley Association of Governments’ Project Recommendations BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve programming State-Local Partnership Program (SLPP) formula funds for the following six Coachella Valley projects as submitted by the Coachella Valley Association of Governments (CVAG): • Monterey Avenue interchange loop ramp; • Varner Road/Jefferson Street intersection improvements; • Monroe Street widening and intersection improvements (Avenue 49 to Avenue 52); • Fred Waring Drive median widening (Adams Street to Port Maria Road); • Highway 111 widening and intersection improvements (Cook Street to Hospitality Row); • Highway 111/Washington Street intersection improvements; 2) Authorize staff to submit additional eligible projects or revise funding amounts to the Western and Eastern (per CVAG direction) SLPP candidate projects in the event additional SLPP funds are available through project savings or California Transportation Commission (CTC) formula allocations; and 3) Submit the CVAG SLPP formula projects to the CTC for programming. BACKGROUND INFORMATION: The Highway Safety, Traffic Reduction, Air Quality, and Port Security Bond Act of 2006, approved by the voters as Proposition 1B on November 7, 2006, authorized $1 billion to be deposited in the SLPP account. The CTC is responsible for administering and allocating these funds over a five-year period between 2009 and 2013. The funds are divided between two programs – competitive and formula. 70 Agenda Item 8F The competitive grant program is a discretionary program, and projects are submitted by local agencies directly to the CTC for selection. For the formula program, the CTC determines a funding share for each eligible applicant with a voter-approved tax or toll that was approved prior to the adoption of the funding. Therefore, the Commission is the eligible applicant for programming the SLPP formula funding share in Riverside County. SLPP guidelines require formula funds to be matched on s 50-50 basis (match must be Measure A funds) and used for the construction phase only. To date, the Commission’s SLPP formula programming balance is $42,294,000. SLPP bond funding expires on December 31, 2013. The CTC requires all programming and allocation requests be made by June 2013, to prevent the bond funds from lapsing. At its March meeting, the Commission approved the following four Western County projects as candidates for SLPP funding: • Perris Valley Line; • SR-91 Capital Improvement Project; • Interstate 215 Central widening from Scott Road to Nuevo Road; and • Foothill Parkway extension. CVAG submitted the following projects for programming SLPP formula funding: Agency Project Improvements Estimated Construction Cost Measure A Share SLPP Share Palm Desert Monterey Avenue interchange loop ramp $ 5,600,000 $ 2,800,000 $ 2,800,000 Indio Varner Road/Jefferson Street intersection 4,500,000 2,250,000 2,250,000 Indio Monroe Street (Ave 49 to 52) widening and intersection 2,750,000 1,375,000 1,375,000 Riverside County Fred Waring Drive (Adams Street to Port Maria Road) median widening 8,000,000 4,000,000 4,000,000 Indian Wells Highway 111/Cook Street to Hospitality Row widening and intersection 3,100,000 1,550,000 1,550,000 La Quinta Highway 111/ Washington Street intersection 566,000 283,000 283,000 Total $ 24,516,000 $ 12,258,000 $ 12,258,000 71 Agenda Item 8F Projects completing the environmental phase can be submitted to the CTC for programming. Once projects complete the design and right of way phases, project sponsors can request allocation of funds. Projects can begin advertisement after the CTC allocates the funds. Staff recommends approval of CVAG’s proposed projects for SLPP Formula funding totaling $12,258,000. Staff will monitor the projects to ensure that the allocation deadline is met and will report on the progress of all SLPP projects by the January 2013 Commission meeting. There is no financial impact to the Commission. 72 BLANK AGENDA ITEM 8G BLANK Agenda Item 8G RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects Committee Cathy Bechtel, Project Development Director THROUGH: Anne Mayer, Executive Director SUBJECT: Agreement with Ninyo & Moore to Manage and Implement Property Remediation WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve Agreement No. 12-73-110-00 with Ninyo & Moore to manage and implement the approved Department of Toxic Substances Control Remedial Action Plan for the Liston Aluminum Brick Company property in an amount not to exceed $835,595; and 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. BACKGROUND INFORMATION: In August 2006, the Commission entered into a purchase and sale agreement to purchase the Liston Aluminum Brick Company property at 3710 Temescal Canyon Road in Corona. This property had been identified as a core parcel for the original Mid County Parkway project and was for sale on the open market. As part of the Commission’s required due diligence for property purchase, the Commission conducted a Phase I Environmental Site Assessment. From the results of that assessment, and in consultation with the County of Riverside Department of Environmental Health, Hazardous Material Division (County), it was determined that a geophysical survey and limited subsurface investigation must be completed. The Commission contracted with Ninyo & Moore, an on-call right of way environmental services consultant, to complete that work which included soil borings, sampling, and analyses. All work was reviewed and completed in consultation with the County. In the midst of the soil investigation, jurisdiction over the property remediation was transferred to the State Department of Toxic Substances Control (DTSC). 73 Agenda Item 8G On behalf of the Commission, Ninyo & Moore prepared a remedial action plan (RAP) for the property, which was reviewed and approved by DTSC. Per the purchase and sale agreement for the property, all costs associated with the cleanup will be deducted from the $8,420,530 purchase price. An escrow holdback of approximately 200 percent of the estimated remediation costs is being executed. Escrow on the property is expected to close shortly. Once that occurs, the Commission can proceed with remediation of the property. Staff believes it is in the Commission’s best interest to retain Ninyo & Moore because of its significant historical knowledge of the property through its investigation and analysis completed to date and the close consultation it has had with DTSC. Further, Ninyo & Moore is well-qualified to manage and implement the RAP, and the Commission has had success working with Ninyo & Moore. Finally, Commission staff has determined that Ninyo & Moore’s rates are fair and reasonable. Therefore, staff is recommending a sole source agreement be executed with Ninyo & Moore to manage and implement the RAP for this property. The estimated cost to implement and manage the RAP is $835,595, which includes a 20 percent contingency. The property purchase and associated remediation was included in the FY 2011/12 budget, as staff anticipated escrow closing by June 2012. Since the remediation was not included in the FY 2012/13 budget, a budget adjustment is required. Financial Information In Fiscal Year Budget: No Year: FY 2011/12 Amount: $835,595 Source of Funds: TUMF CETAP Budget Adjustment: Yes GL/Project Accounting No.: 005123 81401 210 73 81401 Fiscal Procedures Approved: Date: 06/18/12 Attachments: 1) Draft Agreement 2) Estimated Site Remediation Costs 74 17336.00000\7415357.1 Agreement No. 12-73-110-00 RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT FOR REMEDIATION OF PROPERTY SERVICES WITH NINYO & MOORE 1. PARTIES AND DATE. This Agreement is made and entered into this day of , 2012, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("the Commission") and NINYO & MOORE ("Consultant"). 2. RECITALS. 2.1 Consultant desires to perform and assume responsibility for the provision of certain professional consulting services required by Commission on the terms and conditions set forth in this Agreement. Consultant represents that it is a professional consultant, experienced in managing and implementing property remediation 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 to manage and implement the approved Department of Toxic Substances Control Remedial Action Plan for the Liston Brick property ("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 _______, unless earlier terminated as provided herein. Consultant 75 17336.00000\7415357.1 2 shall complete the Services within the term of this Agreement and shall meet any other established schedules and deadlines. 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 "A" 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. Consultant 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 Consultant shall not be employees of Commission and shall at all times be under Consultant's exclusive direction and control. Consultant 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. Consultant shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, and workers' compensation insurance. 3.5 Conformance to Applicable Requirements. All work prepared by Consultant shall be subject to the approval of Commission. 3.6 Substitution of Key Personnel. Consultant has represented to Commission that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence and experience upon written approval of Commission. In the event that Commission and Consultant cannot agree as to the substitution of key personnel, Commission shall be entitled to terminate this Agreement for cause, pursuant to provisions of Section 3.16 of this Agreement. The key personnel for performance of this Agreement are as follows: __________________________________. 3.7 Commission’s Representative. Commission hereby designates [___INSERT NAME OR TITLE___], 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 76 17336.00000\7415357.1 3 under this Agreement. Consultant shall not accept direction from any person other than Commission's Representative or his or her designee. 3.8 Consultant’s Representative. Consultant hereby designates [___INSERT NAME OR TITLE___], 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. Consultant shall perform the Services under this Agreement in a skillful and competent manner, consistent with the standard generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant 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. Consultant shall perform, at its own cost and expense and without reimbursement from Commission, any Services necessary to correct errors or omissions which are caused by the 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. 3.11 Laws and Regulations. Consultant 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. Consultant shall be liable for all 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. 77 17336.00000\7415357.1 4 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 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 subcontractors to procure and maintain the same insurance for the duration of the Agreement. Such insurance shall meet at least the following minimum levels of coverage: (A) Minimum Scope of Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001); (2) Automobile Liability: Insurance Services Office Business Auto Coverage form number CA 0001, code 1 (any auto); and (3) Workers’ Compensation and Employer’s Liability: Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance. (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; (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage; and (3) if Consultant has an employees, Workers’ Compensation and Employer’s Liability: Workers’ Compensation limits as required by the Labor Code of the State of California. Employer’s Practices Liability limits of $1,000,000 per accident. 3.12.3 Professional Liability. [___INCLUDE ONLY IF APPLICABLE - DELETE OTHERWISE___] 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 [___INCREASE IF NECESSARY - OTHERWISE LEAVE AS IS AND DELETE THIS NOTE___] per claim. 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: 78 17336.00000\7415357.1 5 (A) General Liability. The general liability policy shall be endorsed to state that: (1) the Commission, its directors, officials, officers, employees and agents shall be covered as additional insureds with respect to the Services or operations performed by or on behalf of the Consultant, including materials, parts or equipment furnished in connection with such work; and (2) the insurance coverage shall be primary insurance as respects the Commission, its directors, officials, officers, employees and agents, or if excess, shall stand in an unbroken chain of coverage excess of the 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. (B) Automobile Liability. The automobile liability policy shall be endorsed to state that: (1) the Commission, its directors, officials, officers, employees and agents shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Consultant 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. (C) Workers’ Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the Commission, its directors, officials, officers, employees and agents for losses paid under the terms of the insurance policy which arise from work performed by the Consultant. (D) All Coverages. Each insurance policy required by this Agreement shall be endorsed to state that: (A) coverage shall not be suspended, voided or canceled except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the Commission; and, (B) any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to the Commission, its directors, officials, officers, employees and agents. 3.12.5 Deductibles and Self-Insurance Retentions. Any deductibles or self-insured retentions must be declared to and approved by the Commission. If the Commission does not approve the deductibles or self-insured retentions as presented, 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 79 17336.00000\7415357.1 6 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:VIII, licensed to do business in California, and satisfactory to the Commission. 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. 3.13 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. 3.14 Fees and Payment. 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 total compensation shall not exceed [___INSERT WRITTEN DOLLAR AMOUNT___] ($[___INSERT NUMERICAL DOLLAR AMOUNT___]) 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 provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. 80 17336.00000\7415357.1 7 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 from Commission's Executive Director. 3.15 Accounting Records. Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred and fees charged under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of Commission during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.16 Termination of Agreement. 3.16.1 Grounds for Termination. Commission may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof. Upon termination, Consultant shall be compensated only for those services which have been fully and adequately rendered to Commission through the effective date of the termination, 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. 81 17336.00000\7415357.1 8 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: COMMISSION: Ninyo & Moore Riverside County 475 Goddard, Suite 200 Transportation Commission Irvine, CA 92618 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Attn: Nancy Anglin Attn: Executive Director Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.18 Ownership of Materials/Confidentiality. 3.18.1 Documents & Data. This Agreement creates an exclusive and perpetual license for Commission to copy, use, modify, reuse, or sub-license any and all copyrights and designs embodied in plans, specifications, studies, drawings, estimates, materials, data and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by 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. 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 82 17336.00000\7415357.1 9 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 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 Consultant, either during or following termination of this Agreement, desire to use any of the above-referenced Intellectual Property, it shall first obtain the written approval of the Commission. All materials and documents which were developed or prepared by the Consultant for general use prior to the execution of this Agreement and which are not the copyright of any other party or publicly available and any other computer applications, shall continue to be the property of the Consultant. However, unless otherwise 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. 3.18.3 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to 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. 83 17336.00000\7415357.1 10 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 in order to allow the Commission to pursue legal remedies designed to limit any confidential information required to be disclosed or to assure the confidential treatment of the information following disclosure. 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. 3.19 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.20 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and costs of such actions. 3.21 Indemnification. Consultant shall indemnify and hold the Commission, its directors, officials, officers, agents, consultants, employees and volunteers free and harmless from any and all claims, demands, causes of action, costs, expenses, liabilities, losses, damages or injuries, in law or in equity, to property or persons, including wrongful death, in any manner arising out of or incident to alleged negligent acts, omissions or willful misconduct of the Consultant, its officials, officers, employees, agents, consultants, and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation, the payment of all consequential damages, attorneys fees and other related costs and expenses. Consultant shall defend, at Consultant’s own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against the Commission, its directors, officials, officers, agents, consultants, employees and volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against the Commission or its directors, officials, officers, agents, consultants, employees and volunteers, in any such suit, action or other legal proceeding. Consultant shall reimburse the Commission and its directors, officials, officers, agents, consultants, employees and volunteers, for any and all legal expenses and costs, including reasonable attorney’s fees, incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant’s obligation to indemnity shall not be restricted to insurance proceeds, if any, received by the Commission or its directors, officials, officers, agents, consultants, employees and volunteers. Notwithstanding the foregoing, to the extent Consultant'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 Consultant. This Section 3.21 shall survive any expiration or termination of this Agreement. 84 17336.00000\7415357.1 11 3.22 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.23 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Riverside County. 3.24 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.25 Commission's Right to Employ Other Consultants. The Commission reserves the right to employ other consultants in connection with this Project. 3.26 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties, and shall not be assigned by Consultant without the prior written consent of Commission. 3.27 Prohibited Interests. 3.27.1 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 agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, Commission shall have the right to rescind this Agreement without liability. 3.27.2 Conflict of Interest. For the term of this Agreement, no member, officer or employee of Commission, during the term of his or her service with Commission, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.28 Equal Opportunity Employment. 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 with all relevant provi- sions of Commission's Disadvantaged Business Enterprise program, Affirmative Action Plan or other related Commission programs or guidelines currently in effect or hereinafter enacted. 85 17336.00000\7415357.1 12 3.29 Subcontracting. Consultant shall not subcontract any portion of the work or Services required by this Agreement, except as expressly stated herein, without prior written approval of the Commission. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. 3.30 Prevailing Wages. By its execution of this Agreement, Consultant certified that it is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq. (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects. If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. The Commission shall provide Consultant with a copy of the prevailing rate of per diem wages in effect at the commencement of this Agreement. Consultant 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 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. 3.31 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 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. 86 17336.00000\7415357.1 13 3.32 No Waiver. Failure of Commission to insist on any one occasion upon strict compliance with any of the terms, covenants or conditions hereof shall not be deemed a waiver of such term, covenant or condition, nor shall any waiver or relinquishment of any rights or powers hereunder at any one time or more times be deemed a waiver or relinquishment of such other right or power at any other time or times. 3.33 Eight-Hour Law. Pursuant to the provisions of the California Labor Code, eight hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight-Hour Law"), unless 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 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 California Labor Code which require every employer to be insured against liability for Workers’ Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.38 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.39 Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement as though fully set forth herein. 87 17336.00000\7415357.1 14 [SIGNATURES ON FOLLOWING PAGE] 88 17336.00000\7415357.1 15 SIGNATURE PAGE TO RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT FOR REMEDITATION OF PROPERTY SERVICES WITH NINYO & MOORE IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY NINYO & MOORE TRANSPORTATION COMMISSION By:__________________________ By:________________________ John J. Benoit Signature Chair ________________________ Name ________________________ Title Approved as to Form: Attest: By: ____________________________ By:________________________ Best Best & Krieger LLP Its: Secretary General Counsel 89 17336.00000\7415357.1 C-1 EXHIBIT "A" SCOPE AND SCHEDULE OF SERVICES 90 June 19, 2012 Project No. 207492007 Mr. Gustavo Quintero Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, California 92502 Subject: Cost Estimate for Implementation of Draft Remedial Action Plan Liston Aluminum Brick Company 3710 Temescal Canyon Road Corona, California Dear Mr. Quintero: On behalf of the Riverside County Transportation Commission (RCTC), Ninyo & Moore pre- pared a Draft Remedial Action Plan (RAP) for the Liston Aluminum Brick Company property at 3710 Temescal Canyon Road in Corona, dated January 12, 2011. The Draft RAP was submitted to the Department of Toxic Substances Control (DTSC) for the mitigation of impacted soil. The Draft RAP was conditionally approved by the DTSC in their letter dated January 20 , 2011. The Draft RAP selected Remedial Alternative (RA) Number 2 as the preferred RA, which consists of “hot spot” removals and off-site disposal of impacted soil. This letter presents estimated costs for implementation of the RAP. SCOPE OF SERVICES Based on the DTSC-approved RAP, and the conditional requirements of the January 20, 2011, approval letter, the following scope of services is provided: Field Preparation, Permits, and Plans Attend up to three public participation meetings. Coordinate with RCTC the preparation of a site-specific Storm Water Pollution Prevention Plan (SWPPP) for implementation by the remediation contractor. Notification of the local Underground Service Alert and the identification of utilities on the site. Obtain a permit for the abandonment of three groundwater monitoring wells. 91 3710 Temescal Canyon Road June 19, 2012 Corona, California Project No. 207492007 207492007 L Cost Estimate.doc 2 Secure the site by a chain-link fence along the perimeter. Access to the site work areas will be through gates and restricted to authorized personnel only. Remediation Activities Prior to equipment mobilization, site preparation activities include acquisition of necessary permits, site visual inspections, removal areas boundary staking, establishment of staging areas and construction traffic patterns, and subsurface utility clearance. Site stockpile management activities will consist of oversight and direction of stockpile seg- regation into five main categories:  Construction debris for disposal or recycling;  Personal protective equipment for disposal at a sanitary landfill;  Non-hazardous waste destined for off-site disposal or recycling;  Non-RCRA, California hazardous waste destined for off-site disposal or recycling; and  RCRA hazardous waste destined for off-site disposal or recycling. Dust control measures will be performed at the site during remedial activities to reduce the potential for fugitive dust and migration of contamination in compliance with requirements contained in SCAQMD Rule 403. Air monitoring will be conducted during site remediation activities to assess the effectiv e- ness of the various control measures. Vapor monitoring will be conducted as described below and in accordance with the general conditions of SCAQMD Rule 1166. Three existing groundwater monitoring wells will be abandoned. Excavated soil will be managed in general accordance with the transportation plan, which is presented in Appendix A of the RAP. Upon completion of the excavation to their planned horizontal and vertical extents, confi r- mation soil samples will be collected from the exposed excavation sidewalls and bottoms. The number of soil samples collected from each excavation will vary, depending on the d i- mensions of the excavations. In general, confirmation soil sampling is anticipated to be conducted at a frequency of one sample per 20 linear feet of excavation sidewall and bot- tom. Confirmatory sampling and analyses of the bottom and sidewalls of each removal area for the full suite of Title 22 Metals. 92 3710 Temescal Canyon Road June 19, 2012 Corona, California Project No. 207492007 207492007 L Cost Estimate.doc 3 It is expected that additional excavation and sampling will be required based on confirma- tion and sampling results. The costs include up to 50 percent for supplemental excavation and sampling conducted as described above. Upon completion of soil removal activities, the excavations will be graded so that sidewall slopes do not exceed 1:1. The surface of the site will be graded and prepared to prevent run- off in accordance with a SWPPP. Post-Remediation Activities After the remedial actions are completed, a Removal Action Completion Report (RACR) will be submitted to the DTSC for review and approval. The RACR will be prepared expedi- tiously following completion of field activities and receipt of final analytical data. At the minimum, the RACR will include the following information:  Site description and background;  Description of soil removal and confirmation sampling activities;  Analytical results for soil confirmation sampling, including copies of laboratory reports;  Quality assurance review and data validation memoranda;  As-built diagrams of soil removal excavations;  Volumes of soil removed and treatment/disposal methods, including copies of mani- fests;  Discussion of variances to the RAP, if any;  Post remedial health risk evaluation, including tabulation of on-site analytical results for evaluation that remediation has been completed to acceptable levels;  Summary and conclusions; and  Appendices and other supporting documentation. ESTIMATED COSTS Ninyo & Moore estimates the costs for the implementation of the RAP to be approximately $835,595 (eight hundred and thirty-five thousand five hundred and ninety-five dollars), as out- lined in the attached table. The charges will be billed monthly on a time -and-materials basis. In accordance with discussions with RCTC, the estimated charges include a 20 percent contingency. 93 3710 Temescal Canyon Road June 19, 2012 Corona, California Project No. 207492007 207492007 L Cost Estimate.doc 4 UNDERSTANDINGS In order to prepare the cost estimate, many assumptions have been made, which may or may not be valid, including: DTSC will approve the RAP for final implementation with no modifications. Work will be completed during the summer of 2012. No more than 50 percent additional excavation and sampling will be required. The estimated volumes of non-hazardous, non-RCRA hazardous, and RCRA hazardous wastes mentioned in the RAP will not exceed 50 percent of that described in the RAP. Additional costs may occur for changes, such as additional removals, changed conditions added by the DTSC, etc. We appreciate the opportunity to be of service to the Riverside County Transportation Commi s- sion. If you have any questions regarding this report, please contact the undersigned at your convenience. Respectfully submitted, NINYO & MOORE John Jay Roberts, PG, CEG Senior Geologist Walter R. Crone, PG, REA Principal Environmental Geologist JJR/NA/WRC/lr/mlc Attachment: Table 1 – Estimated Remedial Alternative No. 2 Cost Distribution: (1) Addressee (via e-mail) 94 3710 Temescal Canyon Road Corona, California June 19, 2012 Project No. 207492007 Geophysical Survey 1 site $7,500.00 $7,500 Principal Engineer/Geologist/Environmental Scientist 40 hrs $154.00 $6,160 Senior Project Eng./Geo./Env. Scientist 60 hrs $148.00 $8,880 Senior Staff Eng./Geo./Env. Scientist 120 hrs $128.00 $15,360 Staff Engineer/Geologist/Environmental Scientist 120 hrs $120.00 $14,400 PID Rental 2 weeks $500.00 $1,000 Dust Monitor 2 weeks $2,000.00 $4,000 Miscellaneous Field Supplies (Ice chest, ice, decon water, camera, gloves, batteries, etc.)10 days $50.00 $500 Hand Auger/Core Sampler Kit 10 days $75.00 $750 Sample Rings, Teflon, 2 Plastic End Caps 100 samples $15.00 $1,500 Mileage 1,000 miles $0.555 $555 Supplemental Remediation Oversight, Environmental Sampling Costs (Assume 50% of Initial Costs)$30,303 Subtotal $90,908 EPA Method 8015 (petroleum hydrocarbons)26 samples $66.00 $1,716 EPA Method 8260 (VOCs)16 samples $75.00 $1,200 EPA Method 8270 (polyaromatic hydrocarbons)16 samples $97.00 $1,552 EPA Method 6010/7470 (Title 22 Metals)60 samples $60.00 $3,600 EPA Method 6010/7470 - Waste Extraction Test, STLC, TCLP 38 samples $30.00 $1,140 Assume 100% Surcharge for 24 hr TAT $9,208 First Supplemental Sample Analysis (assume 50% of initial cost) $9,208 Second Supplemental Sample Analysis (assume 50% of initial cost) $9,208 Laboratory Data Validation (assume 3% of laboratory analysis total)$1,105 Subtotal $37,937 Soil Excavation/Grading and Dust Suppression (OU1-5)1,640 tons $61.00 $100,040 Transportation and Disposal - Non-Hazardous Waste (OU1, OU4)650 tons $100.00 $65,000 Transportation and Disposal - Non-RCRA Hazardous Waste (OU-2)235 tons $140.00 $32,900 Transportation and Disposal - RCRA Hazardous Waste (OU-3)10 tons $580.00 $5,800 Transportation and Disposal - Petroleum Contaminated Soil (OU-5)750 tons $95.00 $71,250 Imported Soil for OU-5, import, place and 90% compaction 750 tons $20.00 $15,000 Supplemental Excavation, Grading, Transportation, Disposal Costs (Assume 50% of Initial Costs)$144,995 Equipment Standby Time 2 days $4,000.00 $8,000 Well Abandonment 1 event $25,000.00 $25,000 Subtotal $467,985 Site Remediation (Estimated two weeks) TABLE 1 – ESTIMATED REMEDIAL ALTERNATIVE NO. 2 COSTS Quantity Units Unit Cost Total Site Remediation Oversight, Environmental Sampling (Ninyo & Moore) Laboratory Analysis (Subcontracted Analytical Laboratory) Contractor Estimates (Subcontracted Equipment and Operators, Trucking, and Disposal) Task 204174007 Remediation Cost Estimate 95 3710 Temescal Canyon Road Corona, California June 19, 2012 Project No. 207492007 Site Remediation (Estimated two weeks) TABLE 1 – ESTIMATED REMEDIAL ALTERNATIVE NO. 2 COSTS Quantity Units Unit Cost TotalTask Project Coordination 1 $18,000 $18,000 Storm Water Pollution Prevention Plan 1 plan $12,000 $12,000 Compaction Testing and Report (OU-5)1 event $10,000 $10,000 Field Sampling Layout and Excavation Boundary Markout 1 event $2,500 $2,500 Human Health Risk Assessment and Report 1 report $25,000 $25,000 Closure Report 1 report $15,000 $15,000 Public Meeting Preparation and Participation 3 meetings $4,000 $12,000 Subtotal $94,500 License, Permits, Fees 1 project $5,000 $5,000 Subtotal $5,000 Total Cost Before Contingency $696,329 Contingency (approximately 20 percent)$139,266 ESTIMATED TOTAL $835,595 Notes: Costs are based on current rates and are subject to change. Project Coordination and Reports (Ninyo & Moore) Alternative 2 - Soil Excavation, Off-Site Disposal, Sludge Disposal, Vault Removal, and Groundwater Monitoring Well Abandonment Indirect Costs 204174007 Remediation Cost Estimate 96 AGENDA ITEM 8H BLANK Agenda Item 8H RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects Committee Patti Castillo, Capital Projects Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Agreement with RBF/Baker Consulting for Construction Management Services for the Construction of the State Route 74 Curve Widening Project WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Award Agreement No. 12-31-056-00 to RBF/Baker Consulting (RBF) to provide construction management (CM), materials testing, and construction surveying services for the State Route 74 curve widening project, in the amount of $373,223, plus a contingency amount of $37,322, for a total amount not to exceed $410,545; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Authorize the Executive Director to approve contingency work as may be required for the project. BACKGROUND INFORMATION: The SR-74 curve widening project located near the city of Hemet in Riverside County is one of the last remaining highway projects in the 1989 Measure A expenditure plan. The project consists of widening the highway to provide standard lane and shoulder widths and a paved median, from Calvert Avenue to California Avenue near the city of Hemet. The design consultant, AECOM, is currently completing the plans, specifications, and estimates, and the Commission is in the process of acquiring the last remaining right of way parcel needed to construct the project. 97 Agenda Item 8H Selection Process A request for qualifications (RFQ) for CM, material testing, and construction surveying services for the project was issued on February 13, 2012, with consultant statement of qualifications (SOQ) due March 5. The Commission received four SOQs – Elie Farah, Inc.; RBF; Southstar Engineering and Consulting, Inc.; and Transtech Engineers, Inc. An evaluation committee was appointed to review the SOQs received and to conduct firm interviews. The evaluation committee members included representatives from Commission staff, Bechtel, and Caltrans. Based on the committee’s evaluation of written SOQ submittals, and pursuant to the terms of the RFQ, the committee shortlisted two of the four offerors and invited those firms to the interview portion of the evaluation and selection process. The short listed firms included: • RBF • Southstar Engineering and Consulting, Inc. Interviews with the above-referenced firms were conducted on April 5, and, after final scoring by the evaluation committee, RBF was ranked the most qualified firm under the terms of the RFQ. Subsequently, staff negotiated the scope (including the appropriate level of effort, labor categories/mix, etc.), cost, and schedule proposal with RBF for the project services and established a fair and reasonable price. A pre-award audit of RBF’s payroll, including overhead rates, and accounting system is unnecessary since there is no state or federal funding on the project. Recommendation Staff recommends award of Agreement No. 12-31-056-00 to RBF to perform CM, materials testing, and construction surveying services for the SR-74 curve widening project, based on the final project scope and cost included with Attachment 1, in the amount of $373,223, plus contingency amount of $37,322 for unanticipated changes, for a total amount not to exceed $410,545. 98 Agenda Item 8H Financial Information In Fiscal Year Budget: Yes N/A Year: FY 2012/13 FY 2013/14 Amount: $266,300 $144,245 Source of Funds: 1989 Measure A Western County highway funds Budget Adjustment: No N/A GL/Project Accounting No.: 003035 81302 00000 0000 222 31 81302 Fiscal Procedures Approved: Date: 06/18/12 Attachment: Draft Agreement No. 12-31-056-00 99 BLANK AGREEMENT NO. 12-31-056-00 RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT WITH RBF/BAKER CONSULTING FOR CONSTRUCTION MANAGEMENT, MATERIALS TESTING AND CONSTRUCTION SURVEYING SERVICES FOR THE STATE ROUTE 74 WIDENING BETWEEN CALVERT AVENUE AND CALIFORNIA AVENUE IN HEMET, CA 1. PARTIES AND DATE. This Agreement is made and entered into this ___ day of _______, 2012, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("the Commission") and RBF/BAKER CONSULTING ("Consultant"), a [___LEGAL STATUS OF CONSULTANT e.g., CORPORATION___]. 2. RECITALS. 2.1 On November 8, 1988 the Voters of 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"). 2.2 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. 2.3 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. 2.4 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 construction management, engineering surveying and testing services to public clients, is licensed in the State of California (as necessary), and is familiar with the plans of the Commission. DRAFT 100 2.5 The Commission desires to engage Consultant to render such services for the Widening of State Route 74 between Calvert Avenue and California Avenue ("Project"), as set forth in this Agreement. 3. TERMS. 3.1 General Scope of Services. Consultant shall furnish all technical and professional services, including labor, material, equipment, transportation, supervision and expertise, and incidental and customary work necessary to fully and adequately supply the professional construction management, engineering surveying and testing services necessary for the Project ("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 Commencement of Services. The Consultant shall commence work upon receipt of a written "Notice to Proceed" or "Limited Notice to Proceed" from Commission. 3.3 Term. The term of this Agreement shall be from the date of execution of this Agreement or the date of issuance of the Notice to Proceed by the Commission, whichever occurs first, to the issuance by the Commission to Consultant of a Notice of Final Acceptance, as defined in paragraph 3.12 below, or 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. 3.4 Commission's Representative. The Commission hereby designates the Commission's 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 authority to act on behalf of the Commission for all purposes under this Agreement. Commission's Representative shall also review and give approval, as needed, to the details of Consultant's work as it progresses. Consultant shall not accept direction or orders from any person other than the Commission’s Representative or his or her designee. 3.5 Consultant's Representative. Consultant hereby designates Mike Tylman 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 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 DRAFT 101 Representative 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 approved in writing by Commission's Representative. 3.6 Substitution of Key Personnel. Consultant has represented to the Commission that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval by the Commission. In the event that the Commission and Consultant cannot agree as to the substitution of the key personnel, the Commission shall be entitled to terminate this Agreement for cause, pursuant to the provisions of Section 3.14. The key personnel for performance of this Agreement are identified in the attached organization chart. 3.7 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 Representative 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 the Project. In the event that Commission's Representative, in his sole discretion, determines the formally submitted work product to be not in accordance with the standard of care established under this agreement, Commission's Representative may require Consultant to revise and resubmit the work at no cost to the Commission. 3.8 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. 3.9 Standard of Care; Licenses. Consultant represents and maintains that it is skilled in the professional calling necessary to perform all Services, duties and obligations required by this Agreement to fully and adequately complete the Project. Consultant shall perform the 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 DRAFT 102 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 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. 3.10 Opportunity to Cure. 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 manner, such correction may be made by the Commission, and the cost thereof charged to Consultant. 3.11 Inspection of Work. Consultant shall allow the Commission's Representative to inspect or review Consultant's work in progress at any reasonable time. 3.12 Final Acceptance. Upon determination by the Commission that Consultant has satisfactorily completed the Services required under this Agreement and within the term set forth in Section 3.3, 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. 3.13 Laws and Regulations. Consultant 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. For example, and not by way of limitation, Consultant shall keep itself fully informed of and in compliance with all implementing regulations, design standards, specifications, previous commitments that must be incorporated in the design of the Project, and administrative controls including those of the United States Department of Transportation. Compliance with Federal procedures may include completion of the applicable environmental documents and approved by a governmental body. If the Consultant performs any work knowing it to be contrary to the requirements of laws, rules and regulations and without giving written DRAFT 103 notice to the 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. 3.14 Termination. 3.14.1 Notice; Reason. Commission may, by written notice to Consultant, terminate this Agreement, in whole or in part, at any time by giving written notice to Consultant of such termination, and specifying the effective date thereof (“Notice of Termination”). Such termination may be for Commission's convenience or because of Consultant's failure to perform its duties and obligations under this Agreement, including, but not limited to, the failure of Consultant to timely perform Services pursuant to the Schedule of Services described in Section 3.15 of this Agreement. Consultant may not terminate this Agreement except for cause. 3.14.2 Discontinuance of Services. Upon receipt of the written Notice of Termination, Consultant shall discontinue all affected Services as directed in the Notice or as otherwise provided herein, and deliver to the Commission all Documents and Data, as defined in this Agreement, as may have been prepared or accumulated by Consultant in performance of the Services, whether completed or in progress. 3.14.3 Effect of Termination For Convenience. If the termination is to be for the convenience of the Commission, the Commission shall compensate Consultant for Services fully and adequately provided through the effective date of termination. Such payment shall include a prorated amount of profit, if applicable, but no amount shall be paid for anticipated profit on unperformed Services. Consultant shall provide documentation deemed adequate by Commission's Representative to show the Services actually completed by Consultant prior to the effective date of termination. This Agreement shall terminate on the effective date of the Notice of Termination. 3.14.4 Effect of Termination for Cause. If the termination is for cause, Consultant shall be compensated for those Services which have been fully and adequately completed and accepted by the Commission as of the date the Commission provides the Notice of Termination. In such case, the Commission may take over the work and prosecute the same to completion by contract or otherwise. Further, Consultant shall be liable to the Commission for any reasonable additional costs incurred by the Commission to revise work for which the Commission has compensated Consultant under this Agreement, but which the Commission has determined 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 in Section 3.9. Termination of this Agreement for cause may be considered by the Commission in determining whether to enter into future agreements with Consultant. DRAFT 104 3.14.5 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. 3.14.6 Procurement of Similar Services. In the event this Agreement is terminated, in whole or in part, as provided by this Section, the Commission may procure, upon such terms and in such manner as it deems appropriate, services similar to those terminated. 3.14.7 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. 3.15 Schedule and Progress of Services. 3.15.1 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 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 Representative, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.15.2 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 Representative. 3.15.3 Trend Meetings. Consultant shall conduct trend meetings with the Commission’s Representative 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. 3.15.4 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 DRAFT 105 Services. Submission of such progress report by Consultant shall be a condition precedent to receipt of payment from the Commission for each monthly invoice submitted. 3.16 Delay in Performance. 3.16.1 Excusable Delays. Should Consultant be delayed or prevented from the timely performance of any act or Services required by the terms of the Agreement by reason of acts of God or of the public enemy, acts or omissions of the Commission or other governmental agencies in either their sovereign or contractual capacities, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes or unusually severe weather, performance of such act shall be excused for the period of such delay. 3.16.2 Written Notice. If Consultant believes it is entitled to an extension of time due to conditions set forth in subsection 3.16.1, Consultant shall provide written notice to the Commission within seven (7) working days from the time Consultant knows, or reasonably should have known, that performance of the Services will be delayed due to such conditions. Failure of Consultant to provide such timely notice shall constitute a waiver by Consultant of any right to an excusable delay in time of performance. 3.16.3 Mutual Agreement. Performance of any Services 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. 3.17 Status of Consultant/Subconsultants. 3.17.1 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 Commission. Consultant 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 Consultant shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries and other amounts due such personnel in connection with their performance of Services and as required by law. Consultant shall be responsible for all reports and obligations respecting such personnel, including but not limited to, social security taxes, income tax withholdings, unemployment insurance, disability insurance, and workers' compensation insurance. DRAFT 106 3.17.2 Prevailing Wages. By its execution of this Agreement, Consultant certifies that it is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq. (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects. If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. Copies of the prevailing rate of per diem wages are on file at the Commission’s offices. Consultant 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 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. Certified Payrolls are to be submitted whenever required by Prevailing Wage laws. 3.17.3 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. 3.17.4 Subcontracting. Consultant shall not subcontract any portion of the work or Services required by this Agreement, except as expressly stated herein, without prior written approval of the Commission. If Consultant wishes to use a firm as a subcontractor which is not specified in the proposal upon which this Agreement was awarded, prior written approval must be obtained from the Commission. The Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. Consultant has, as part of its proposal, identified certain companies/firms that will be subconsultants utilized by Consultant (“Subconsultants”) for Project delivery. A list of said Subconsultants is attached hereto as Exhibit “C” Part 2 and made a part hereof. The Commission hereby approves the use by Consultant of the Subconsultants identified in Exhibit “C” Part 2. In the event and prior to the replacement of any Subconsultant approved herein, the Consultant shall seek and obtain the Commission's written approval. Exhibit “C” Part 2 also sets forth the rates at which each Subconsultant shall bill the Consultant for Services and that are subject to reimbursement by the Commission to Consultant. The cost of Addition Direct Costs, as defined in exhibit “C,” shall be the same for both the Consultant and all subconsultants, unless otherwise identified in Exhibit “C” Part 2. DRAFT 107 Consultant acknowledges that approval of Consultant's utilization of the identified Subconsultants together with the incorporation of Subconsultants' rate schedules and cost proposals into this Agreement shall in no way be construed to create any contractual relationship between any Subconsultant and the Commission. The Subconsultant rate schedules and cost proposals contained herein are for accounting purposes only. In the event that any Subconsultant shall bring any action, claim or proceeding purporting to enforce any right purportedly arising under this Agreement, the Consultant shall be responsible for the Commission's reasonable legal fees without regard to the merits of any such claim. 3.18 Ownership of Materials/Confidentiality. 3.18.1 Documents & Data. This Agreement creates an exclusive and perpetual license for Commission to copy, use, modify, reuse, or sub-license any and all copyrights and designs embodied in plans, specifications, studies, drawings, estimates, materials, data and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by 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. Commission shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at Commission’s sole risk. 3.18.2 Intellectual Property. In addition, Commission shall have and retain all right, title and interest (including copyright, patent, trade secret and other proprietary rights) in all plans, specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, enhancements, documents, and any and all works of authorship fixed in any tangible medium or expression, including but not limited to, physical drawings or other data magnetically or otherwise recorded on computer media (“Intellectual Property”) prepared or developed by or on behalf of 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 DRAFT 108 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 Consultant, either during or following termination of this Agreement, desire to use any of the above-referenced Intellectual Property, it shall first obtain the written approval of the Commission. All materials and documents which were developed or prepared by the Consultant for general use prior to the execution of this Agreement and which are not the copyright of any other party or publicly available and any other computer applications, shall continue to be the property of the Consultant. However, unless otherwise 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. 3.18.3 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to 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. 3.19 Indemnification. To the fullest extent permitted by law, Consultant shall defend, indemnify and hold Commission, its directors, officials, officers, employees, consultants, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to alleged negligent acts, omissions, or willful misconduct of Consultant, its officials, officers, employees, agents, consultants, and contractors arising out of or in connection with the performance of the Services, the Project or this DRAFT 109 Agreement, including without limitation the payment of consequential damages, expert witness fees, and attorneys fees and other related costs and expenses. Consultant shall defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against Commission, its directors, officials, officers, employees, consultants, agents, or volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against Commission 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. Notwithstanding the foregoing, to the extent Consultant’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 Consultant. 3.20 Insurance. 3.20.1 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 addition, Consultant shall not allow any subcontractor to commence work on any subcontract until it has secured all insurance required under this section. 3.20.2 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 subcontractors to procure and maintain the same types of insurance for the duration of the Agreement. Consultant’s insurance shall meet at least the following minimum levels of coverage: (A) Minimum Scope of Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001); (2) Automobile Liability: Insurance Services Office Business Auto Coverage form number CA 0001, code 1 (any auto); and (3) if Consultant has employees, Workers’ Compensation and Employer’s Liability: Workers’ Compensation insurance as required and Employer’s Liability Insurance. (B) Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $2,000,000 per occurrence for bodily injury, personal and advertising injury and property damage. If General Liability Insurance or DRAFT 110 includes a general aggregate limit, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit; (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage; and (3) Workers’ Compensation and Employer’s Liability: Statutory Workers’ Compensation limits as required by the applicable Labor Code and Employer’s Liability limits of no less than $1,000,000 per accident for bodily injury or disease. 3.20.3 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 $2,000,000 per claim. 3.20.4 Aircraft Liability Insurance. [If applicable] Consultant, prior to the direct or indirect use of any civil aircraft to provide Service under this Agreement, shall procure and maintain, or cause to be procured and maintained, aircraft liability insurance or equivalent form, with a single limit of not less than $5,000,000 per each occurrence. Such insurance shall include coverage for owned, hired and non-owned aircraft and passengers, and shall name, or be endorsed to name, the Commission, its directors, officials, officers, employees, consultants, and agents as additional insureds with respect to the Services or operations performed by or on behalf of the Consultant. 3.20.5 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. The general liability policy shall be endorsed to state that: (1) the Commission, its directors, officials, officers, employees and agents shall be covered as additional insureds with respect to the Services or operations performed by or on behalf of the Consultant, including materials, parts or equipment furnished in connection with such work; and (2) the insurance coverage shall be primary insurance as respects the Commission, its directors, officials, officers, employees and agents, or if excess, shall stand in an unbroken chain of coverage excess of the 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. (B) Automobile Liability. The automobile liability policy shall be endorsed to state that: (1) the Commission, its directors, officials, officers, employees and agents shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Consultant or for which the Consultant is responsible; and (2) the insurance coverage shall be primary insurance as respects the DRAFT 111 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. (C) Workers’ Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the Commission, its directors, officials, officers, employees and agents for losses paid under the terms of the insurance policy which arise from work performed by the Consultant. (D) All Coverages. Each insurance policy required by this Agreement shall be endorsed to state that: (A) coverage shall not be suspended, voided or canceled except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the Commission; and (B) any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to the Commission, its directors, officials, officers, employees and agents. 3.20.6 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 and administrative and defense expenses. 3.20.7 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best’s rating no less than A: VIII, licensed to do business in California, and satisfactory to the Commission. 3.20.8 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. 3.20.9 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 DRAFT 112 insurance program to be adequate. Consultant shall have the right to purchase insurance in addition to the insurance required in this Section. 3.21 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. 3.22 Fees and Payment. 3.22.1 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 and incorporated herein by reference. The total compensation shall be on the basis of direct costs plus a fixed fee as further set forth in Exhibit “C” and shall not exceed the maximum amount of Four Hundred Twenty Two Thousand Two Hundred Ninety Nine Dollars ($422,299), without written approval of Commission's Executive Director. 3.22.2 Payment of Compensation. Consultant shall submit a monthly itemized statement which indicates work completed and hours of Services rendered by Consultant. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the Statement. Charges specific to each Milestone listed in the Schedule of Services shall be listed separately on an attachment to each statement. Each statement shall be accompanied by a monthly progress report and spreadsheets showing hours expended for each task for each month and the total Project to date. Each statement shall include a cover sheet bearing a certification as to the accuracy of the statement signed by the Consultant's Project Manager or other authorized officer. 3.22.3 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 as permitted by law or authorized by the Commission. . DRAFT 113 (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 Change Order, (2) reflect definitive letter contracts, and (3) reflect other agreements of the parties modifying the terms of this Agreement (“Bilateral Agreement 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. 3.22.4 Reimbursement for Expenses. Consultant shall not be reimbursed for any expenses unless authorized in writing by the Commission's Representative. 3.23 Prohibited Interests. 3.23.1 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 agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the Commission shall have the right to rescind this Agreement without liability. 3.23.2 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. 3.23.3 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 caused by and or dependent upon the Consultant securing this or related Agreements with the Commission, is prohibited. 3.23.4 Covenant Against Contingent Fees. The Consultant represents and warrants that he/she has not employed or retained any company or person, other than a bona fide employee working for the Consultant, to solicit or secure DRAFT 114 this Agreement, and that he/she has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or formation of this Agreement. For breach or violation of this warranty, the Commission shall have the right to terminate this Agreement without liability pursuant to Section 3.14, or at its discretion to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 3.23.5 Covenant Against Expenditure of Local Agency, State or Federal Funds for Lobbying. Omitted Intentionally 3.24 Accounting Records. Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred and fees charged under this Agreement. The Federal Acquisition Regulations in Title 48, CFR 31 shall be the governing factors regarding allowable elements of cost. All such records shall be clearly identifiable. Consultant shall allow a representative of the Commission or any duly authorized representative of the Commission during normal business hours to examine, audit, and make transcripts or copies of any and all ledgers and books of account, invoices, vouchers, canceled checks, and any other records or documents created pursuant to this Agreement. All such information shall be retained by Consultant for at least three (3) years following termination of this Agreement. 3.25 Equal Opportunity Employment. Consultant 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, 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. 3.26 Right to Employ Other Consultants. Commission reserves the right to employ other consultants in connection with the Project. As required, Consultant shall cooperate fully with any other consultant engaged by the Commission on the Project. 3.27 Governing Law. This Agreement shall be governed by and construed with the laws of the State of California. Venue shall be in Riverside County. 3.28 Attorneys' Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorneys' fees and, all other costs of such actions. 3.29 Time of Essence. Time is of the essence for each and every provision of this Agreement. DRAFT 115 3.30 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. 3.31 Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: COMMISSION: RBF/Baker Consulting Riverside County 3300 Guasti Road, Suite 100 Transportation Commission Ontario, CA 91761 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Attn: Mike Tylman Attn: Executive Director Such notice shall be deemed made when personally delivered or when mailed, forty- eight (48) hours after deposit in the U.S. mail, first class postage prepaid, and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.32 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. 3.33 Amendment or Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.34 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. 3.35 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.36 Provisions Applicable When Federal Department of Transportation Funds Are Involved. Omitted Intentionally 3.37 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 DRAFT 116 deemed a waiver or relinquishment of such other right or power at any other time or times. [Signatures on following page] DRAFT 117 SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY RBF/BAKER TRANSPORTATION COMMISSION By:__________________________ John J. Benoit By: Chair __________________________ Signature __________________________ Name __________________________ Title Approved as to Form: By: ____________________________ Best Best & Krieger LLP General Counsel DRAFT 118 MODEL AGREEMENT - EXHIBIT "A" SCOPE OF SERVICES [___INSERT___] DRAFT 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 MODEL AGREEMENT - EXHIBIT "B" SCHEDULE OF SERVICES [___INSERT___] DRAFT 141 142 BLANK MODEL AGREEMENT - EXHIBIT "C" COMPENSATION AND PAYMENT [___INSERT___] DRAFT 143 BLANK 144 145 146 147 148 149 BLANK MODEL AGREEMENT - EXHIBIT "D" CERTIFICATE OF COMMISSION I HEREBY CERTIFY that I am the ________________________ of the RIVERSIDE COUNTY TRANSPORTATION COMMISSION, and that the consulting firm of ______________________________ or its representative has not been required (except as herein expressly stated), directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this Agreement to: (a) employ, retain, agree to employ or retain, any firm or person; or (b) pay or agree to pay, to any firm, person or organization, any fee, contribution, donation, or consideration of any kind. I acknowledge that this Certificate is to be made available to the California Department of Transportation (Caltrans) in connection with this Agreement involving participation of federal-aid Highway funds, and is subject to applicable State and Federal laws, both criminal and civil. By: ____________________________ Signature ____________________________ Name ____________________________ Title ____________________________ Date DRAFT 150 AGENDA ITEM 8I BLANK 151 Agenda Item 8I RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Robert Yates, Multimodal Services Director THROUGH: Anne Mayer, Executive Director SUBJECT: 2012 Update to the Coordinated Public Transit-Human Services Transportation Plan BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve the update to the Coordinated Public Transit-Human Services Transportation Plan (2012 Coordinated Plan); 2) Authorize staff to prepare the evaluation criteria and application package to support the 2013 Specialized Transit Universal Call for Projects (2013 Call for Projects); and 3) Authorize staff to conduct the 2013 Call for Projects. BACKGROUND INFORMATION: With the passage of the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU) several years ago, two funding sources for transit service were made available to transportation planning and programming entities across the nation. These sources are identified as Jobs Access Reverse Commute (JARC) Section 5316 and New Freedom Section 5317 funds. At its April 2008 meeting, the Commission approved the Coordinated Public Transit – Human Services Transportation Plan for Riverside County (2008 Coordinated Plan), which made the Commission eligible to receive and allocate the JARC and New Freedom funds. With the approval of the 2008 Coordinated Plan, the Commission also adopted a strategy for developing and conducting a call for projects for both the Coachella Valley and Western Riverside County. This process was intended to be used to competitively disburse the JARC and New Freedom funds as well as Measure A Specialized Transit funds. 152 Agenda Item 8I At its September and October 2008 meetings, the Commission approved the first suite of the call for projects from the 2009 Call for Projects involving the use of the federal funds for implementation with a funding allocation totaling $7.8 million dollars. Following this action, the Commission approved a second suite of call for projects from the 2011 Call for Projects at its April 2011 meeting totaling $6.8 million dollars. This second suite of projects is set to expire on June 30, 2013, and requires that the 2013 Call for Projects be conducted to continue funding specialized transit services. Lastly and before additional JARC and New Freedom funds can be disbursed, a required update to the 2008 Coordinated Plan needs to be approved. DISCUSSION: In accordance with the provisions of SAFETEA-LU, recipients under these programs must comply with all federal coordinated planning requirements to be eligible for funds. The reauthorization stipulates that projects selected for funding under these programs must be derived from a locally coordinated, public transit-human services transportation plan (Coordinated Plan). Moreover, the Coordinated Plan must be developed through a process that includes representatives of public, private, and nonprofit transportation and human service providers and participation by the public. Requirements further state that the Coordinated Plan must be updated at least every four years. Given that the Coordinated Plan was approved in 2008 and acknowledging the need for an update, staff initiated the process in which the update will take place in August of 2011. This was done in anticipation of conducting another call for projects in late November 2012. With this process, it was not the intent of staff to replace the 2008 Coordinated Plan in its entirety, but rather the update was visualized as a document that would augment and add to the extensive work already performed in the development of the 2008 Coordinated Plan. This 2012 Coordinated Plan is intended to bring current the Coordinated Plan and keep the Commission in compliance so that the federal funds continue to be utilized and disbursed for specialized transit service through the call for projects. Plan Update Process Federal requirements dictate that the Coordinated Plan process, as well as any plan updates, be conducted publicly and therefore, a methodology for obtaining community input was deemed an essential element of staff’s planning for the 2012 Coordinated Plan. As a result, staff and its consultant, AMMA Transit Planning, 153 Agenda Item 8I conducted five community workshops across the county, met with several individual stakeholder groups, and also utilized an email contact list to mail an invitation for comment to over 650 community and non-profit organizations countywide. A 2012 Coordinated Plan specific email account was set up to receive comments from those that could not attend the workshops. Bus seat drops, flyers, and community advertisements were also utilized to inform the public of the workshops. 2012 Coordinated Plan Update Overall, 120 individuals attended the five workshops, 25 emailed comments were received by staff, and four stakeholder meetings were held with 75 people representing the four groups attending. This amount of public input continued to identify needs by sub-areas of the county, by trip type, and within the target populations. Despite documented growth of public transit ridership countywide, the update process continued to identify new unmet transportation needs and service gaps for the target populations. Numerous sub-groups were identified beyond those previously identified in the 2008 Coordinated Plan, some with unique trip needs. Groups both previously identified and new consist of the following: • Homeless veterans seeking employment; • Newly returning veterans from the Iraq and Afghanistan theatres and their families; • Agricultural workers traveling from isolated areas to social services and grocery stores; • Low-income workers living in outlying rural areas, traveling to retail and hospitality employment; • Individuals without cars traveling to regional destinations; • Unemployed parents traveling to job interviews but also with day care needs; • Students traveling to community colleges and high schools without funds for fuel; • Older adults decreasing driving and exploring new mobility choices; • Persons with disabilities living just beyond transit’s ¾ mile Americans with Disabilities Act boundaries; and • Families seeking reunification with children placed outside of the home. The 2012 Coordinated Plan ultimately describes an environment where, as a result of the great recession, transit operators experienced reduced levels of funding and revenue streams while undergoing a period of population growth leading to a vigorous demand for public transit service. The county’s population has increased by almost 40 percent during this past decade, adding almost a half-million more 154 Agenda Item 8I residents. Within this growth and as identified in the 2012 Coordinated Plan, the population of low-income individuals has grown at a higher rate, a 46 percent increase. Persons over age 65 have increased by 30 percent, a somewhat lower rate of growth. Adults with disabilities are almost 9 percent of the county’s overall population. This context of a growing population with greatly varying needs by the target groups of interest and extremely constrained resources is what defines the goals and objectives of the 2012 Coordinated Plan to the Coordinated Plan in moving forward. Implementing the 2012 Coordinated Plan / 2 013 Universal Call for Projects The 2008 Coordinated Plan and the 2012 Coordinated Plan do not provide funding but serve as a guide for funding decisions to be made, specifically those related to the federal JARC and New Freedom funds. The 2008 Coordinated Plan and the 2012 Coordinated Plan also serve as guidance documents for the disbursement of Western County Measure A Specialized Transit funds. As such, it is a call for projects that serves as the implementing vehicle for the funding of projects deemed consistent with the 2008 Coordinated Plan and the 2012 Coordinated Plan. Staff prepared a preliminary fund estimate for both Western County and the Coachella Valley to support the 2013 Call for Projects, which is attached. While funds have been identified, this estimate has been derived early in the process and the amounts, specifically the federal funds, are subject to change prior to staff conducting the call. Additionally and with respect to the recommended funding amounts contained in the table on Attachment 1, it should be noted that the Commission previously approved a Western County Measure A reserve of $2 million to be carried over from the 2011 Call for Projects. This reserve consisted of the remainder of 1989 Measure A accumulated funds set aside for specialized transit. Given that 2009 Measure A is not accumulating at a pace consistent with past growth and program funding allocations, the reserve was intended to provide stability to the funding levels contained in subsequent calls. As a point of reference, while the table identifies another recommended carryover in the amount of $1 million, the estimated amount available for funding is slightly more than that contained in the 2011 Call for Projects. Staff continues to recommend that a modest reserve be carried over in order to provide for ongoing funding stability. In order to conduct the 2013 Call for Projects, evaluation criteria and an application package are required. Evaluation criteria resultant from the first and second call for projects, as well as that developed from the 2008 Coordinated Plan and the 2012 Coordinated Plan will continue to be refined by staff and will be used to develop the grant application package. This will allow proposers a complete and 155 Agenda Item 8I full understanding of the grant application process as well as allow those projects most consistent with the goals and objectives contained in the 2008 and 2012 Coordinated Plans to rise to the top for funding. Staff upon Commission approval will develop the evaluation criteria and the application package. Staff expects to release the 2013 Call for Projects in late November/early December 2012, which is consistent with previous timeframes. This schedule should result in staff presenting a recommendation for funding to the Commission in or around April 2013. Given the current suite of projects expires on June 30, 2013, staff is confident that this process will allow for no interruption of specialized transit services currently provided to the community. There is no financial impact related to the staff recommendations, as approval of the update to the Coordinated Plan does not involve a funding commitment at this time. Additionally, the 2013 Call for Projects funds will be programmed and budgeted through the normal budgeting process for FY 2013/14 and FY 2014/15. Attachments: 1) 2013 Call for Projects Fund Estimate 2) 2012 Coordinated Plan – Posted on the Commission Website BLANK Attachment 1 Notes: 1. $5,163,478 carry over consists of $2 million reserve set aside (from 1989 Measure A) from 2011 Call for Projects along with accumulated 2009 Measure A. 2. Administrative fees are distributed at a rate of 3% each to RTA, SunLine and the Commission in return for processing of federal funds to subrecipients. 3. Coachella Valley does not accumulate Measure A specialized transit. 156 BLANK 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County Prepared for: Robert Yates, Multi Modal Services Director Riverside County Transportation Commission Prepared by: Riverside, CA Final May 16, 2012 This page intentionally left blank 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County iii 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County Executive Summary Plan Update Requirement This document brings current the 2008 Public Transit-Human Services Transportation Coordination Plan for Riverside County. Required for update every four years, this augments but doesn’t replace the extensive work done for Riverside County’s first coordinated plan. These Coordinated Plans are intended to promote mobility by identifying needs and transportation service gaps of three targeted populations: • older persons • persons with disabilities, and • persons of limited means. The Coordinated Plan does not provide for funding, but helps to guide funding decisions, specifically those related to FTA 5316-Job Access and Reverse Commute (JARC), 5317-New Freedom program and the 5310 Capital Program for Seniors and Persons with Disabilities. Projects funded from these programs must be “derived from a locally developed, coordinated public transit-human services transportation plan.” This plan can also help support and provide rationale for additional funding requests, both by public transit providers and by its human services partners. Population and Demographic Changes Exhibit ES-1, Percent Change in Population by California Counties Most notably, Riverside County has grown by almost 40% in the past decade, adding another 600,000 new residents. The 2010 Census identified Riverside County as among the two fastest growing counties in the State of California, growing from 1.5 million persons to 2.1 million residents. Within this growth, there have been important changes among the target group populations: • Low-income adults, ages 18 to 64, are a fast growing sub-group, increasing by 46% over the past decade and adding 52,000 individuals. • Adults with disabilities, ages 18 to 64, represent 8.5 percent of the adult population or 110,000 persons. • Older adults, ages 65 and up, are now 11.7 percent of the County’s total population, or 253,000 persons. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County iv % Increase Service by Mode Trips %of Total Trips Trips %of Total Trips Rail [1]2,700,117 19%2,909,872 18%8% RCTC Commuter Rail - Riverside 1,101,646 1,304,219 RCTC Commuter Rail - Inland Empire Orange County 1,066,541 1,025,883 RCTC Commuter Rail - 91 531,930 579,770 Public Bus, Fixed Route [1]10,575,445 76%12,264,950 76%16% RTA FR 5,718,234 6,299,800 SunLine FR 3,474,361 4,045,018 RTA Contract FR 916,366 1,462,330 Banning FR 183,265 120,018 Corona FR 146,983 152,568 Beaumont FR 89,962 148,099 Palo Verde Valley FR 46,274 37,117 Public Demand Responsive [1]548,845 4%687,065 4%25% RTA DAR 199,322 322,611 Riverside Special Transportation Services DAR 145,223 161,242 Sunline DAR 83,956 110,462 Corona DAR 58,892 58,153 Beaumont DAR 28,656 18,892 RTA Taxi 18,536 7,479 Banning DAR 9,463 8,226 Palo Verde Valley DAR 4,797 0 Specialized Transportation Program [2]61,859 0.4%257,210 2%316% ALL TRIPS: Including Rail, Public Transit, Measure A , JARC and New Freedom 13,886,266 100%16,119,097 100%16% Trips per Capita for 2006 Total Population (2,005,477 persons) [3]6.9 Trips per Capita for 2011 Total Population (2,226,552 persons) [3]7.2 Notes: [1] RCTC Transtrack SRTP Service Summary - FY 05/06 Audited, FY 10/11 [3] State of California, Department of Finance, July 2007, and July 2011 Universal Call Projects Public Transit and Other Specialized Transportation Trips Provided [2] Specialized Transportation trips subsidized by The Volunteer Center are already reported in RTA fixed route trip data. FY 05-06 FY 10-11 2008 Coordinated Plan 2012 Plan Update 5% • Oldest adults, ages 85 and older are the fastest growing sub-group, increasing to 1.4% of the County’s total population, over 30,000 individuals. Analysis of work area profiles from 2010 Census information reported Riverside County had a total of 564,071 jobs, with the heaviest concentration of these, not surprisingly, in the urbanized areas and along the County’s major travel corridors. The distribution of jobs by industry shows the largest proportion of these jobs were in Retail (13.2%), followed by Educational Services (12.4%) and by Health Care and Social Assistance (12.3%). Actions Since 2008 Coordinated Plan The 2008 Plan called out four goals by which to improve the mobility of the three target groups, along with eighteen objectives and dozens of possible implementing strategies. This Update reports on a wide range to activities – spearheaded by RCTC and its many partners – and undertaken during these past four years, responsive to the 2008 Coordinated Plan direction. Among many, two important initiatives include: • RCTC’s Specialized Transportation Program – Growing by over 300% and now providing 2% of all public transportation trips, this mix of Federal and local funding provided for 257,000 trips in FY 10- 11 through community shuttles, mileage reimbursement, bus pass and rideshare projects, and special fixed-route services. Travel training and mobility management projects were also supported. • IE 511 Program – Initiated on February 1, 2011 this telephone and web-based information capability provides real-time information for Riverside and San Bernardino Counties, with 302,498 unique web visits and 838,657 total phone calls in its first 15 months of operation. Exhibit ES-2, Riverside County Comparison of Trips Provided Across Modes Over Four Years This Update documents the overall volume of public transportation trips provided in Riverside County, compared to four years ago. The countywide total increased from almost 13.9 million trips to 16.1 million trips, a 16% increase. This is notable given that while population increased, the public transit funding base declined during this same period. It is, therefore, impressive that during this same period, trips per capita increased 5%, from 6.9 to 7.2 trips per capita for all modes across the county. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County v Current Mobility Needs This Update involved five community workshops across the county, several stakeholders meetings and an invitation for comments from RCTC’s Transportation Stakeholders Database, with 661 organizational entries. Discussions identified needs by sub-areas of the County, by trip-type and within the target populations. Despite the growing public transit ridership that this 2012 Update documents, there are continuing and some new unmet transportation needs and service gaps for the target populations. Numerous sub-groups were identified, some with unique trip needs and including several new groups: • homeless veterans seeking employment • newly returning veterans from the Iraq and Afghanistan theatres and their families • agricultural workers traveling from isolated areas to social services and grocery stores • low-income workers living in outlying rural areas, traveling to retail and hospitality employment • individuals without cars traveling to regional destinations • unemployed parents traveling to job interviews but also with day care needs • students traveling to community college and high schools without funds for fuel • older adults decreasing driving and exploring new mobility choices • persons with disabilities living just beyond transit’s ¾ mile ADA boundaries • families seeking reunification with children placed outside of the home. Exhibit ES-3, Compiled Unmet Transportation Needs 1. Expanded transit service operating hours and frequencies. Maintaining and Building Capacity to Meet Individualized Needs 2. Increasing transit’s speed so that trips to regional destinations (work, medical) are not so long. 3. Addressing unserved geographic pockets, including areas where transit services were reduced. 4. Improved interconnectivity. 5. Services targeted to specialized needs: non-emergency medical transportation and other specialized shuttles and services. 6. Improved connections between services: rail and transit; between jurisdictions. 7. Building capacity of human service providers to address specialized populations’ trips through non-traditional modes. 1. Maintaining and expanding existing transit information tools. 2. Addressing safety and security concerns, through bus stop amenities, lighting and paths of access. Promoting Transportation Access and Information Portals 3. Travel training to individuals and agency stakeholders to learn about and to use available public transit. 4. Expanding information tools supporting specialized populations’ travel, including veterans, older adults decreasing driving and non- English speaking residents and other targeted sub-groups. 5. Supporting vehicle equipment that ensures lift-equipped vehicle availability that is safe and reliable. 6. Supporting technology innovations promoting service reliability, safety and cost-effectiveness. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County vi Establishing 2012 Coordinated Plan Priorities This 2012 Coordinated Plan Update process identified a multiplicity of needs, consolidated into the previously presented, Exhibit E-3 and grouped in two areas: 1) Maintaining and Building Capacity, trip-related activities, and in 2) Promoting Transportation Access and Information Portals, various infrastructure-related activities. These two areas point to important priorities for this 2012 Update. The Coordinated Plan is required by regulation to establish priorities that can guide future funding decisions. Exhibit ES-4 presents the three recommended priority areas with possible implementing objectives to provide Riverside County with direction for improving mobility of the three target populations. To the two priority areas developed through this Update process, a third is added, 3) Coordination Leadership, brought forward from the 2008 Coordinated Plan process. This third goal, and its three related objectives, provides for continuing leadership important to moving the other two goals ahead. Exhibit ES-4, 2012 Coordinated Plan Update Prioritized Transportation Goals and Objectives GOAL 1: MAINTAINING AND BUILDING CAPACITY TO MEET INDIVIDUALIZED NEEDS 1.1 Expanded fixed-route services 1.2 Improved interconnectivity 1.3 Purpose-specific regional services 1.4 Expanded capacity of targeted human service transportation GOAL 2: PROMOTING TRANSPORTATION ACCESS AND INFORMATION PORTALS 2.1 Expanded transit information portals 2.2 Promoting travel training 2.3 Targeted mobility management initiatives 2.4. Capital projects supporting transit accessibility or safety for use by the target populations 2.5 Capital projects for innovative technology to improve reliability or cost-effectiveness of services to the target populations GOAL 3: COORDINATION LEADERSHIP 3.1 Continuing to promote coordination between public transit & human services organizations 3.2 Continuing Specialized Transportation Call for Project administration 3.3 Reporting on outcomes and successes for transit funding invested RCTC anticipates a future Call for Projects for its Specialized Transportation Program, late in 2012, involving JARC, New Freedom and Measure A funds. This Coordinated Plan Update provides direction to those interested, willing and able partners who may be applying for funds available under the Call. These priority areas of Exhibit ES-4 suggest the types of project objectives that will be in line with Riverside County priorities. Prospective applicant agencies will want to carefully review Chapter V of this Coordinated Plan to help build projects and grant requests that are more likely to secure the always too-limited funding. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County vii 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County Table of Contents EXECUTIVE SUMMARY III I. WHAT IS THE PURPOSE OF THE UPDATE? 1 Federal Statute and Requirement 1 Riverside County’s 2008 Coordinated Plan 1 Update's Approach 2 II. WHAT POPULATIONS DOES THIS UPDATE CONSIDER? 3 Riverside County Population Changes 3 Riverside County Work Area Profiles 6 III. IMPLEMENTATION ACTIONS SINCE THE 2008 COORDINATED PLAN? 10 Actions Taken on 2008 Coordinated Plan Goals and Objectives 10 RCTC’s Specialized Transportation Program – Services, Trips Provided and Lessons Learned 15 Existing Public Transportation Resources 18 IV. WHAT NEEDS ARE REPORTED NOW? 19 Community Outreach Approach 19 What Did We Learn – What Needs Were Reported? 21 V. WHAT PRIORITIES WILL ADDRESS IDENTIFIED TRANSPORTATION GAPS? 28 Themes in Unmet Transportation Needs and Service Gaps 28 Establishing 2012 Coordinated Plan Priorities 30 Implementing 2012 Priorities 33 APPENDICES 35 Appendix A: 2010 Census, Riverside County Work Area Profile Report Appendix B: RCTC’s Specialized Transportation Program FY 09/10 Trips and Cost Detail by Project 36 38 Appendix C: Workshop Announcement Invitation and Spanish-Language Flyer 39 Appendix D: Summary of Comments Received by RCTC Via Email 41 Appendix E: Riverside County Transportation Stakeholder Database Agencies, 2011 45 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County viii LIST OF EXHIBITS Exhibit ES-1: Percent Change in Population by California Counties Exhibit ES-2: Riverside County Comparison of Trips Provided Across Modes Over Four Years Exhibit ES-3: Compiled Unmet Transportation Needs Exhibit ES-4: 2012 Coordinated Plan Update- Prioritized Goals and Objectives Exhibit 1: Percent Change of Population in California’s Counties 3 Exhibit 2: Target Populations for JARC, New Freedom, and Section 5310 4 Exhibit 3: Riverside County Target Populations, Proportions of Total Population and Percent Change 5 Exhibit 4: 2010 Riverside County Jobs by Industry Sector, US Census 7 Exhibit 5A: West Riverside County Employment Estimates Map 8 Exhibit 5B: East Riverside County Employment Estimates Map 9 Exhibit 6: Actions Taken Addressing 2008 Coordinated Transportation Plan 11 Exhibit 7: RCTC Specialized Transportation Program, Trips by Project Type 15 Exhibit 8: 2010 RCTC Subsidy per Trip by Project Type 15 Exhibit 9: Specialized Transportation Program Project Types and Trips Provided 16 Exhibit 10: Public Transit and Other Specialized Transportation Trips Provided 18 Exhibit 11: Compiled Unmet Transit Needs 30 Exhibit 12: Recommended 2012 Coordinated Plan Update Priority Areas 31 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 1 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County I. What is the Purpose of the Update? This introductory chapter sets forth statutory and local planning purposes that require and shape this 2012 Update to the Public Transit-Human Services Transportation Coordination Plan. Federal Statute and Requirement The passage of The Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU, Public Law 109-059), signed into law in August 2005, established a new planning requirement at the local level. Federal authorizing legislation of SAFETEA-LU linked two existing programs, §5316 Job Access and Reverse Commute and §5310 Elderly and Persons with Disabilities capital program, with a third, a new initiative called §5317 New Freedom program, through a coordination plan. The intent was to identify the transportation needs of individuals with disabilities, older adults and persons with low incomes. By identifying such needs – and resources in place to address these – it was anticipated that the two service sectors of public transportation and human services could coordinate to better meet such needs. Specifically, federal guidance requires the Plan to identify strategies for meeting local needs, including coordination strategies, and to prioritize transportation needs and projects for funding through §5310, 5316 or 5317. 1,2,3 Riverside County’s 2008 Coordinated Plan In 2007, Riverside County Transportation Commission began an extensive coordinated planning process. Almost a year-long process, it included extensive public outreach and an analysis of resources, needs and gaps that resulted in identified priorities described in terms of four goals, eighteen objectives and 59 possible implementation actions, strategies or projects. The culminating document was approved by the Commission in April 2008: the Public-Transit Human Services Transportation Coordination Plan for Riverside County.4 This plan enabled RCTC to competitively allocate JARC and New Freedom funds apportioned to the region by conducting specialized transportation Calls for Projects. RCTC directed 1 CIRCULAR. FTA C 9070.1F. U.S. Department of Transportation. Federal Transit. Administration. May 1, 2007 ELDERLY INDIVIDUALS AND INDIVIDUALS WITH DISABILITIES PROGRAM GUIDANCE AND APPLICATION INSTRUCTIONS. 2 CIRCULAR. FTA C 9050.1. U.S. Department of Transportation. Federal Transit. Administration. May 1, 2007. Subject: THE JOB ACCESS AND REVERSE COMMUTE (JARC) PROGRAM GUIDANCE AND APPLICATION INSTRUCTIONS. 3 CIRCULAR. FTA C 9045.1. U.S. Department of Transportation. Federal Transit. Administration. May 1, 2007. Subject: NEW FREEDOM PROGRAM GUIDANCE AND APPLICATION INSTRUCTIONS. 4 Public Transit-Human Services Transportation Coordination Plan for Riverside County, April 2008. Prepared by AMMA Transit Planning, Judith Norman-Transportation Consulting and Transportation Policy and Planning. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 2 significant attention to developing willing and able partners through numerous outreach processes in order to develop viable grant applications. The first Universal Call for Specialized Transportation Projects was held in 2009. Western Riverside County’s allocation included Measure A specialized transportation funds along with its Western Riverside JARC and New Freedom apportionments while Coachella Valley’s was only for federal funding. A total of twenty-two projects were awarded through the 2009 Call, seventeen in Western Riverside County and five in Coachella Valley; these projects concluded their two-year terms on June 30, 2011. A second Specialized Transportation Call for Projects, announced in November, 2010, awarded twenty projects for a two-year cycle beginning implementation on July 1, 2011 and running through June 2013. The 2008 Coordinated Plan has, therefore, been used in support of projects derived from the Coordinated Plan, now over two competitive cycles, providing guidance and rationale for new transportation service or improved services oriented towards the three target populations – individuals with disabilities, older adults and persons of low income. Update’s Approach This Update is prepared to augment the 2008 Public Transportation-Human Services Coordination Plan and serve several purposes: 1) To perform the update per FTA circulars’ requirement that these should be completed every four years, at a minimum. 2) To reflect the changing and evolving needs within the county with regard to transportation demand and resources related to the target populations. 3) To document new unmet transportation needs while validating those identified previously. 4) To continue supporting and improving RCTC's specialized transportation program, including:  Review of the Call for Projects selection criteria, priorities and program evaluation;  Examination of the administrative challenges faced by both RCTC and human service transportation providers associated with the specialized transportation program. This Update does not replace the 2008 Coordinated Plan as much of that still stands, remaining as a resource document for coordination of public transit and human service transportation in Riverside County. The Update documents current unmet transit needs on behalf of the three target populations, older persons, persons with disabilities and persons of low-income. The Update identifies priorities that reflect 2012 funding and service realities, providing future guidance for use of scarce resources. To develop this 2012 Coordinated Plan Update, RCTC staff and the consultant team undertook various activities: updating demographic information to include 2010 Census information; conducting five public workshops and community meetings around the County; and conducting outreach through Riverside County’s Transportation Network Database via email to almost 300 agency contacts and physical mailings to 660 agency representatives. The resultant recommended priorities set forth in Section V of this document were developed from an analysis of information received from these multiple sources. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 3 II. What Populations Does this Update Consider? Changes in the county’s demographics over the past ten years and images of current employment density are presented here, to frame an understanding of mobility needs of three target groups. Riverside County Population Changes Population assessments provide a basis for estimating the demand for transportation services. Measuring population growth for a given target group provides insight into which modes of transportation may require future enhancement. To assess population growth in Riverside County, estimates from the 2010 American Community Survey five-year estimates (ACS) are contrasted with counts from the 2000 U.S. Census. Exhibit 1 Percent Change of Population in California's Counties 5 Current estimates place the county's total population at nearly 2.2 million residents, representing an increase of almost 40 percent over the past decade. This makes Riverside County, along with Placer County, one of the two fastest growing California counties by percent of increase, as reported by the U.S. Census. Changes in population between these two reporting periods are shown in Exhibit 2 following. At the time of this writing the recently collected 2010 Census demographics have not been fully tabulated and results are not available for many population subgroups. In Exhibit 2 following, Riverside County’s population is analyzed for change among subgroups, considered for the adult population ages 18-64 and for the senior population ages 65 and over. These two groups are then detailed in relation to two of the target populations of SAFETEA-LU: low-income persons and persons with disabilities. 5 Census 2010: California Counties by Growth, By Kevin Roderick, LA Observed,| March 8, 2011 http://www.laobserved.com/archive/2011/03/census_2010_california_co.php 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 4 Low-income is defined as being at or below the national threshold for poverty based on income and the number of individuals in a household. Population estimates for persons with disabilities are available from the 2010 American Community Survey (ACS) but cannot be directly compared to Census 2000 disability figures due to changes in the way these characteristics are enumerated. This newer approach relates to individual physical limitations rather than the 2000 classifications of disability that were more generalized. Specifically, the 2008 Public Transit-Human Services Coordination Plan utilized the 2000 census attribute "go-outside-home" disability characteristic which was not continued with the 2010 Census or the 2007-2010 ACS enumerations. Exhibit 2 2000 Census Attribute, Summary File 3 2010 American Community Survey 3-year Estimates [2000 Census] Riverside County People by Category % of Total County Population [2010 ACS] Riverside County People by Category % of Total County Population % Change from 2000 to 2010 TOTAL POPULATION [1]1,545,387 100%2,153,256 100%39.3% ADULTS 18-64 [2]883,475 57.2%1,283,467 59.6%45.3% Low-income (ages 18-64) [3]112,564 7.3%164,382 7.6%46.0% with % of Adults 18-64 12.7%12.8% Disability (non-institutionalized) Ages 16-64 "go-outside-home" disability (2000) [4]72,519 4.7% with % of Adults 18-64 8.2% Disability (non-institutionalized) Ages 18-64 (2010) [4]110,011 5.1% with a hearing difficulty 21,469 1.0% with a vision difficulty 19,734 0.9% with a cognitive difficulty 41,896 1.9% with an ambulatory difficulty 54,757 2.5% with a self-care difficulty 22,551 1.0% with an independent living difficulty 39,330 1.8% SENIORS [2]194,833 12.6%252,587 11.7%29.6% Seniors, ages 65-74 103,117 136,549 with % of all seniors 52.9%54.1% Seniors, ages 75-84 71,192 85,867 with % of all seniors 36.5%34.0% Seniors, ages 85+20,524 30,171 with % of all seniors 10.5%11.9% Low Income Seniors [3]14,437 0.9%19,821 0.9%37.3% with % of all seniors 7.4%7.8% Disability (non-institutionalized) Ages 65+ "go-outside-home" disability (2000) [4]35,593 2.3% with % of all seniors 18.3% Disability (non-institutionalized) Ages 65+ (2010) [4]91,532 4.3% with a hearing difficulty 38,235 1.8% with a vision difficulty 17,877 0.8% with a cognitive difficulty 23,044 1.1% with an ambulatory difficulty 59,302 2.8% with a self-care difficulty 21,740 1.0% with an independent living difficulty 40,124 1.9% [1] Census 2000 Summary File 3, P001 Total Population, 2008-2010 American Community Survey 3-year Estimates TARGET POPULATIONS for JARC, New Freedom, and Section 5310 Programs [2] Extrapolated from Census 2000 Summary File 3, P008 Sex by Age / B01001 Sex by Age, 2008-2010 American Community Survey 3-year Estimates [3] Extrapolated from Census 2000 Summary File 3, P087 Poverty Status in 1999 by age / B17001 Poverty Status in the Past 12 Months by Sex by Age 2008-2010 American Community Survey 3-year Estimates [4] Extrapolated from Census 2000 Summary File 3, P047 Age by types of disability for the civilian non-institutionalized population 5 years & over with disabilities / S1810 Disability Characteristics - 2008- 2010 American Community Survey 3-year Estimates 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 5 Exhibit 3 0 500,000 1,000,000 1,500,000 2,000,000 2,500,000 Total Population Adults w/Disabilities*Adults Low-Income Older Adults 65+ *Methods for collecting and reporting disability characteristics changed between 2000 Census and 2010 ACS. Riverside County Target Populations Proportions of Total Population and Percent Change 2000 Census 2010 ACS Estimates 2,153,256 persons 39%  5.1% of Total Pop 52% 7.6% of Total Pop 46%  11.7% of Total Pop 30% 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 6 As previously presented in Exhibit 2 and depicted in Exhibit 3, the overall County population growth of a 39 percent increase is a very significant rate of increase. This represents the addition of almost a half- million more individuals to Riverside County over ten years. Findings among the subgroups include: • The adult population ages 18-64 increased by more than 45 percent, adding 400,000 individuals. This age group encompasses 1.3 million persons and represents almost 60 percent of the County's total population. • Low-income adults are the fastest growing group in Riverside County, increasing by 46 percent since the 2000 Census, to add almost 52,000 individuals and representing 7.6 percent of the County’s total population. • Adults with disabilities, below age 65 total 8.5 percent of the adult population or 110,000 persons and 5.1 percent of the County's total population. • The older adult population ages 65 or older has increased by 30 percent, adding 58,000 persons. These 253,000 persons represent 11.7 percent of the County’s total population. Older adults are further examined by age group, detailed in Exhibit 2 previously, given that frailty increases with age and assuming that the oldest seniors will present greater need for more specialized transportation options than younger seniors. For Riverside County’s older adults, this analysis indicates: • Youngest seniors, ages 65 to 74 are the largest senior group representing 54 percent of all seniors. • Oldest seniors, ages 85 and older, were the fastest growing sub-group among seniors, increasing at a rate of almost 50 percent. • The 2010 ACS estimates indicate that seniors reporting some form of disability represent almost one-third of all seniors. As a group these seniors represent more than four percent of the Riverside County's total population. The disabilities most frequently reported among older persons with disabilities are difficulty walking and living independently. Riverside County Work Area Profiles In 2010 there were an estimated total of 564,071 jobs in Riverside County according to the State of California unemployment insurance wage records. This information was recently compiled by the U.S. Census Bureau and published in their “OnTheMap” online mapping and reporting application. The distribution of these jobs is shown on maps at the end of this section. Not surprisingly, these depict the heavy concentration of employment in the urbanized areas of Riverside County and along its major thoroughfares. Riverside County’s working population is comprised of slightly more female workers than male workers. Hispanics and Latinos account for 39 percent of the labor force. The majority (56%) of all jobs were held by individuals between the ages of 30 and 54 years with an additional 27 percent held by people under the age of 30, and 17 percent by people 55 years of age and older. Additionally, 33 percent workers 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 7 earned over $3,333/month, 39 percent earned between $1,251/month and $3,333/month and 28 percent earned less than $1,251/month. The distribution of jobs by industry sector, from which income data is derived, is shown below in Exhibit 4. Exhibit 4 2010 Riverside County Jobs by Industry Sector, U.S. Census Count Share Retail Trade 74,519 13.2% Educational Services 69,885 12.4% Health Care and Social Assistance 69,428 12.3% Accommodation and Food Services 65,422 11.6% Manufacturing 37,378 6.6% Construction 35,135 6.2% Administration & Support, Waste Management and Remediation 32,081 5.7% Other Services (excluding Public Administration) 27,174 4.8% Public Administration 22,903 4.1% Wholesale Trade 21,066 3.7% Professional, Scientific, and Technical Services 20,871 3.7% Arts, Entertainment, and Recreation 20,068 3.6% Transportation and Warehousing 17,918 3.2% Agriculture, Forestry, Fishing and Hunting 14,693 2.6% Finance and Insurance 11,589 2.1% Real Estate and Rental and Leasing 8,410 1.5% Information 6,933 1.2% Utilities 4,703 0.8% Management of Companies and Enterprises 3,355 0.6% Mining, Quarrying, and Oil and Gas Extraction 540 0.1% This analysis, summarized in Exhibit 4, indicates that the largest concentration of jobs were in retail trade which accounted for 13 percent of all workers. This was followed by educational services, health care and social assistance and accommodation and food services, each of which represented about 12 percent of the labor force. Exhibits 5A-Western Riverside County and 5B-East Riverside County presented on the following pages map the density of jobs available in Riverside County's Eastern and Western regions, working from the industry sector information shown in Exhibit 4. In Western Riverside County, employment was concentrated along Interstate 15 through Temecula, State Route 91 through Riverside and Corona and State Route 60 through Moreno Valley. Most jobs in East Riverside County were found along State Route 111 through the desert communities from Palm Springs to Coachella. These depictions affirm and support the public transit’s primary corridors of service. A summary of the data from which this information is derived is provided as Appendix A. BLANK 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 8 Exhibit 5A 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 9 Exhibit 5B 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 10 III. Implementation Actions Since the 2008 Coordinated Plan? This chapter reiterates the 2008 priority responses to needs identified through the Coordinated Plan efforts and reports on relevant actions taken during the intervening four years. Actions Taken on 2008 Coordinated Plan Goals and Objectives The 2008 Coordinated Plan set forth four goal areas by which to organize responses to identified unmet transportation needs in Riverside County. These were: Goal 1: Coordination Leadership Goal 2: Capacity Building Goal 3: Information Portals Goal 4: Coordination Policy The eighteen objectives associated with these goals, as proposed in the 2008 Coordinated Plan, and the 59 accompanying strategies, actions and possible projects were all suggestions. These offered guidance both to RCTC and to its many stakeholders as to how to improve the mobility of the three target groups. Clearly, the intent of the Human Services-Public Transportation coordinated planning process is to share the responsibility of addressing the mobility needs of older adults, persons with disabilities and individuals of low-income. Exhibit 6 following presents a four-page matrix that revisits the 2008 Coordinated Plan goals and objectives, reiterating these and summarizing related actions taken during the ensuing four years. While these activities are many and varied, there is always more that remains to be done. That helps to focus the priorities for this 2012 Coordinated Plan Update. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 11 Exhibit 6, Actions Taken Addressing 2008 Riverside County Public Transit-Human Services Transportation Coordination Plan 2008 RIVERSIDE COUNTY COORDINATED PLAN GOALS ACTIONS TAKEN SINCE 2008 COORDINATED PLAN GOAL 1.0: COORDINATION LEADERSHIP 1.1 Establish a Regional Mobility Manager capability to provide leadership on coordination around specialized transportation needs in Riverside County. RCTC has become the regional mobility manager with its administration of RCTC’s Specialized Transportation Program and annual funds of approximately $2.5 million in County Measure A and approximately $1.2 million in Federal JARC and New Freedom programs. Now into the second cycle of projects, the program currently involves 21 individual projects in Western Riverside and Coachella Valley providing a mix of services: - dial-a-ride and shuttle services for targeted populations - bus pass distribution to low-income individuals - rideshare program - travel training activities - mileage reimbursement program - inter-city, fixed-route commuter service Projects are run by a mix of public and non-profit organizations and serve a breadth of populations, including: low-income adults, youth and children; frail elderly persons; persons with disabilities; and able-bodied older persons. 1.2 Establish the Regional Mobility Manager’s role in developing, “growing” and strengthening projects responsive to coordination goals and objectives. 1.3 Promote sub-regional mobility managers in Western Riverside, Coachella Valley and Palo Verde Valley through the Call for Projects and through outreach by Regional Mobility Manager. 1.4 Promote human services agency-level mobility managers through the Call for Projects and through outreach by Regional Mobility Manager. Palo Verde Valley Transportation Authority has a three-year mobility manager project in Blythe, successfully expanding local and regional connections for area residents by encouraging and promoting various mobility strategies. Several Western Riverside mobility manager initiatives were undertaken in the first Specialized Transportation Program, but, in light of the economic circumstances that caused a reduction in funding, the program directed more resources to trip-making in the second grant cycle. 1.5 Develop visibility around specialized transportation issues and needs, encouraging high level political and agency leadership. RCTC convenes its Citizens Advisory Committee (CAC), at least once per year as required by law, and regularly participates in several regional groups focused on target group issues. This includes making presentations to promote public transit issues, as with the Inland Empire Disabilities Collaborative (IEDC) annual conference, and continuing representation at county wide committees, including IEDC and ADRC SAG (Aging and Disability Resource Connection Stakeholder Advisory Group), ad-hoc presentations at various collaborative groups and the new IE Vet Trans One-Call/ One-Click initiative. RCTC also conducts at least one unmet transportation needs hearing per year, as required by law. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 12 Exhibit 6, page two continued GOAL 2.0: CAPACITY BUILDING ACTIONS TAKEN SINCE 2008 COORDINATED PLAN 2.1 Promote the QUANTITY of public transit, paratransit and specialized transportation provided in each of the three apportionment areas. RCTC’s Specialized Transportation Program provided over 465,000 specialized transportation trips in FY 2010/11. These trips are additional to existing demand response, fixed route and rail trips provided to Riverside residents, estimated in FY 2010/11 at 16 million trips. 2.2 Promote the QUALITY of public transit, paratransit and specialized transportation through strategies to improve services with attention to meeting individualized needs. RCTC’s Specialized Transportation Program quality-related initiatives included requiring that extensive internal procedures are in place for its non-profit, sub-recipient providers to ensure compliance with Federal audit processes. These include oversight of safety and security oversight around driver training, driver drug-free workplace with drug and alcohol testing and vehicle maintenance, risk management and emergency preparedness and help to ensure that riders have a safe and reasonably reliable trip. RCTC's Specialized Transportation Program ensures projects are directed to a wide range of individualized transportation needs of the target populations. 2.3 Develop strategies for improving transportation solutions between county subareas and between counties. RCTC continues its attention to promoting connections through: • Requiring the annual SRTP process where new services can be considered • Brokering planning discussions with RTA and SunLine about transportation between the Coachella Valley and Western Riverside County. • Within the Specialized Transportation Call for Projects process, awarding evaluation points for inter-jurisdictional projects or projects that seek out ways to partner or leverage existing public transit resources. 2.4 Support transportation services provided by human services agencies. RCTC’s Specialized Transportation Program now involves: 1. RCTC staff support to human services organizations in developing grant requests for capital 5310 program and state-wide rural/ small urban JARC and New Freedom (NF) grant applications. 2. RCTC annually conducts its Transportation Network update process, to ensure current contact information with human service agencies and personnel concerned about transportation matters. 3. RCTC undertakes a monthly invoice concurrence process that represents regular and consistent RCTC technical assistance to human service agencies around their fiduciary responsibilities and on-going program fiscal management. 4. RTA’s field visits to first cycle sub-recipients helped to ensure conformance with Federal JARC and NF requirements. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 13 Exhibit 6, page three continued GOAL 3.0: INFORMATION PORTALS ACTIONS TAKEN SINCE 2008 COORDINATED PLAN 3.1 Integrate and promote existing information strategies, including 211/ 511, web-based tools and paper products to get transit and specialized transportation information to consumers. RCTC initiated its IE-511, in collaboration with SANBAG [San Bernardino Associated Governments] on April 7, 2010. Since that time, there have been 302,498 unique web visits and 838,657 total phone calls to the IE 511 system. This telephone and web-based information capability provides real-time information for Riverside and San Bernardino transportation network, including freeways and public transit. RCTC, including RTA, is a partner in the new IE Veterans Transportation One-Call/ One-Click initiative, led by San Bernardino County’s 2-1-1 United Way and anticipating involvement of the Riverside County 2-1-1. This initiative will help provide improved transportation information in formats more readily accessible to Inland Empire veterans, their families and survivors. The IE-511 project is regularly reported on to the RCTC Board of Directors and the new IE Veterans Transportation One-Call/ One-Click project is developing its reporting protocols. RCTC continues to use its Transportation Network of Specialized Transportation Stakeholders and Human Services Agencies, updated annually, to communicate critical information to contacts interested in a range of transportation matters. 3.2 Develop information portal tools for wide distribution of information. 3.3 Promote information opportunities for human services staff and direct service workers and expand travel training options for consumers. 3.4 Report on project successes and impacts at direct service levels, at sub-regional levels and at county wide levels; pursue opportunities to promote project successes at state and federal levels. GOAL 2.0: CAPACITY BUILDING, CONTINUED ACTIONS TAKEN SINCE 2008 COORDINATED PLAN 2.5 Promote capital improvements to support safe, comfortable, efficient rides for the target populations. RCTC staff provides continuing support around the capital FTA 5310 statewide competitive procurement process to all applicants. 2.6 Measure the quantities of trips provided in Riverside County, through new and existing procedures. RCTC prepared its first “lessons learned” at the end of the first cycle “RCTC Specialized Transportation Program-Year End Report, FY 2010.” This reported almost 380,000 trips funded under this program. The regular monthly invoicing concurrence process supported by RCTC has helped to ensure that human service agencies are appropriately counting and reporting trips. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 14 Exhibit 6, page four continued GOAL 4.0: COORDINATION POLICY ACTIONS TAKEN SINCE 2008 COORDINATED PLAN 4.1 Work to establish non-emergency medical transportation (NEMT) policies and more cost- effectively meet medically-related trip needs. Selected Specialized Transportation projects are addressing NEMT needs, including the Riverside County Medical Center program, Hemet’s HOPE Bus/ Care-A-Van, Care Connexxus, and the nationally-known TRIP mileage reimbursement program. The Blythe mobility management activities continue to address regional NEMT needs. 4.2 Establish a Universal Call for Projects process sufficiently flexible for applicants to construct and implement projects responsive to identified needs in a broad range of ways. RCTC has committed considerable resources to its competitive offering termed the “Universal Call”, completing two two-year cycles with a third cycle now in the planning stage. Early efforts were administratively-intensive with the shift from an advance-payment to a reimbursement- based program and establishment of multi-party agreements with the direct recipient public transit operators and the sub-recipient grantees. In both cycles, the program has been substantially oversubscribed. The first cycle administered a $7.8 million JARC, New Freedom and Measure A annual program. The second cycle had less Measure A funding available and the total program cost is $6.8. The second cycle of the Specialized Transportation Program focused on trips over most other initiatives, to help fill growing gaps caused by the expanding population. This program leverages other non-transportation funded resources and dollars. Its FY 2010 “lessons learned” report documented $2.2 million in match from other such sources that included: city general funds, community development block grants, The California Foundation, Riverside County Dept. of Mental Health funds, Older American Act funds, State Adult Education funds, Federal Housing and Urban Development (HUD) funds and California Local Transportation Funds (LTF). 4.3 Establish processes by which implemented projects are evaluated with successes and failures reported. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 15 RCTC’s Specialized Transportation Program Call for Projects – Services, Trips Provided and Lessons Learned Exhibit 7 Projects funded in the first cycle of RCTC’s Specialized Transportation Program were in the categories presented in Exhibit 7. More than one-third were on shuttle-based services, a quarter by mileage reimbursement and additional trips provided by bus pass, taxi, ride share or fixed route. Exhibit 8 6 shows the comparative cost-effectiveness of these projects, by type and in terms of their subsidy per trip. Exhibit 8 $38.41 $24.88 $6.96 $71.47 $57.49 $35.50 $35.38 $27.45 $23.20 $17.69 $15.02 $13.13 $3.97 $1.69 $25.60 $25.23 $2.68 $0.43 $10.21 $6.34 $2.25 $0 $10 $20 $30 $40 $50 $60 $70 $80 $90 SunLine Extended Services RTA Commuter Link RTA Extended Services Operation Safehouse City of Norco - Senior Shuttle Inland AIDS Project Riverside County Regional Medical Center Jefferson Transitional - JTP Shuttle Wildomar Senior Community Care-A-Van / HOPE Bus Care Connexxus Friends of Moreno Valley- MoVan Boys & Girls Club of Southwest County CVAG Roy's Desert Resource Center Beaumont Adult School - Bus pass trips Desert Samaritans - Taxi trips Volunteer Center/ TAP - Bus pass trips RCTC's Commuter Benefits/Coachella rideshare trips Court Appointed Special Advocates [CASA] ILP's TRIP Volunteer Escort-Driver / Western Riv ILP's TRIP Volunteer Escort-Driver / SunLine FY 2010 RCTC Subsidy Per Trip By Project Type Measure A, JARC or New Freedom Funding as Subsidy $10.42 Weighted Average Paratransit Subsidy Per Trip $2.07 Weighted Average Bus Pass/Van Pool/ Taxi Subsidy Per Trip $5.64 Weighted Average Mileage Reimbursement Subsidy Per $16.19 Weighted Average Fixed Route Subsidy Per Trip 6 Cost per subsidy for SunLine Extended Late Night Service only represents 10 months of service, with a subsidy calculated as a monthly average based on the total project subsidy over a 19 month period covering two fiscal years. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 16 Exhibit 8 does report a significant range in per trip subsidy costs, even within similar project types. Nonetheless, the weighted averages reflect very cost-effective per trip subsidies of $5.64 per mileage reimbursement trip; $2.07 per bus pass or rideshare trip; $10.42 per community shuttle trip; and $16.19 per fixed-route trip. These weighted averages reflect the volume of trips provided at the varying per- project costs. Appendix B presents the data from which these averages and weighted averages were derived. Exhibit 9, following, presents the three-year history of trips by project, providing 365,455 trips in the Specialized Transportation Program’s first year, growing to 474,560 in its second year and with a slight decrease projected for its third calendar year, 461,990. The decrease in the number of trips projected for this most recent year reflect the fact that two projects by SunLine and three human service agency projects chose not to seek funding in this most recent cycle. Exhibit 9 Fixed Route Services % of All Trips % of All Trips % of All Trips RTA Extended Services 33,520 85,547 93,588 RTA Commuter Link 27,546 42,968 54,440 SunLine Extended Services 3,146 10,663 0 64,212 18%139,178 29%148,028 32% Paratransit/ Community Shuttle Services Boys & Girls Club of Southwest County 68,862 57,498 57,012 Care-A-Van / HOPE Bus 18,207 21,551 19,258 Care Connexxus 16,222 15,317 15,788 City of Norco - Senior Shuttle 1,302 1,405 1,500 CVAG Roy's Desert Resource Center 13,505 23,922 29,694 Friends of Moreno Valley- MoVan 4,455 5,279 5,752 Jefferson Transitional - JTP Shuttle 1,018 0 0 Inland AIDS Project 1,970 2,434 2,404 Operation Safehouse 257 235 514 Riverside County Regional Medical Center 7,868 8,469 9,782 Wildomar Senior Community 268 491 330 133,934 37%136,601 29%142,034 31% Mileage Reimbursement Court Appointed Special Advocates [CASA]4,368 8,092 9,096 ILP's TRIP Volunteer Escort-Driver / Western Riv 65,443 69,242 80,000 ILP's TRIP Volunteer Escort-Driver / SunLine 19,326 19,482 0 89,137 24%96,816 20%89,096 19% Bus Passes/ Taxi Vouchers/ Van Pools Beaumont Adult School - Bus pass trips 705 960 0 Desert Samaritans - Taxi trips 606 1,104 0 RCTC's Commuter Benefits/Coachella van pool trips 27,517 21,490 17,856 Volunteer Center/ TAP - Bus pass trips [1]49,344 78,411 64,976 78,172 21%101,965 21%82,832 18% TOTAL TRIP-MAKING OPERATIONS 365,455 474,560 461,990 Mobility Management & Training Projects Care Connexxus - Driver Sensitivity Training New curriculum / 56 drivers New curriculum / 56 drivers 55 Drivers Blindness Support Services - Travel Training 57 consumers trained 138 Contacts per Period 139 Contacts per Period Blindness Support Services - Mobility Management 32 agencies 30 Contacts per Period 60 Contacts per Period RTA - Travel Training 169 consumers trained Notes: [1] Volunteer bus pass trips are for RTA fixed-Route service FY 10/11 Project Reported Total Trips FY 11/12 Projected Total Trips One-way trips One-way trips One-way trips FY 09/10 Project Reported Total Trips Specialized Transportation Program Project Types and Trips Provided 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 17 Call for Projects’ Administrative Requirements RCTC formally reported to its Board of Directors on its Specialized Transportation program following its first year. The Specialized Transportation Program Year-End Report, FY 2010 (Rev Feb. 2011) included discussion of the extensive administrative responsibilities of all players: the grantees, SunLine and RTA as the designated recipients through whom the FTA funding flowed, and RCTC staff. For many of the grantees, this was the first time they had received Federal Transit Administration funding. FTA requirements, coupled with RCTC’s reporting expectations, were significant. Administrative support included the monthly invoice concurrence process RCTC established, to assist grantees in providing payment claims that could be easily paid by the direct recipients: SunLine and RTA. This concurrence process has continued beyond that first year, in part to assure the direct recipients of a reasonable budget oversight, but also to provide the grantee agencies with a monthly technical assistance opportunity relating to budget and other issues that arise from time-to-time. Additionally, with RCTC assistance, RTA and SunLine performed field audits of the grantees receiving Federal funding. These field audits examined numerous items, including regular and preventative maintenance schedules, drug and alcohol testing procedures, Title VI and disadvantaged business enterprise procedures – all among the regulatory assurances required by FTA. Call for Projects’ Recommendations Made at the End of First Year Six recommendations were offered, drawn from the first year experience of what has also been termed the Universal Call bringing together local Measure A funding dedicated to specialized transportation with the two federal funding sources, JARC and New Freedom programs. The recommendations were: 1. Primary focus of the second-cycle call should be on provision of trips. 2. Capacity building of grantees, particularly related to agency training, recommended to help grow RCTC’s investment in human services transportation. 3. Awarded projects should be required to demonstrate ability both to provide service but also to administer their project consistent with Federal regulations and RCTC requirements. 4. Mobility management projects were shown, in that reporting period, to have mixed results and more limited, definable success. These were recommended for lowest-level priority during a period of significant, continuing population growth. 5. Local match requirements have been extremely difficult for human service agencies to attain and a continued emphasis on in-kind versus “cash” match is appropriate. 6. Modest support of vehicle capital projects may be appropriate but should be steered towards JARC projects, encouraging services oriented to persons with disabilities or older persons to go after Section 5310 capital funding through Caltrans’ statewide competitive offering. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 18 Existing Public Transportation Resources This 2012 Update is considering primarily public transit resources, as well as those provided through RCTC’s Specialized Transportation Program, discussed previously. Notably, reflecting the general economic downturn of recent years, the public transit entities each saw significant revenue declines during the past several years. Services were cut and operating hours reduced. Exhibit 10 shows that ridership on public transportation in Riverside County nonetheless increased, from 13.9 million trips in FY 05/06 to 16 million trips in FY 10/11. Due partly to the growing population and in part a consequence of increasing fuel prices, more trips are being taken and more individuals are finding their way to the County’s public transportation network. The indicator of trips per capita also saw an increase in this four year period from 6.9 to 7.4 trips per capita, a notable increase over four years. Exhibit 10 % Increase Service by Mode Trips %of Total Trips Trips %of Total Trips Rail [1]2,700,117 19%2,909,872 18%8% RCTC Commuter Rail - Riverside 1,101,646 1,304,219 RCTC Commuter Rail - Inland Empire Orange County 1,066,541 1,025,883 RCTC Commuter Rail - 91 531,930 579,770 Public Bus, Fixed Route [1]10,575,445 76%12,264,950 76%16% RTA FR 5,718,234 6,299,800 SunLine FR 3,474,361 4,045,018 RTA Contract FR 916,366 1,462,330 Banning FR 183,265 120,018 Corona FR 146,983 152,568 Beaumont FR 89,962 148,099 Palo Verde Valley FR 46,274 37,117 Public Demand Responsive [1]548,845 4%687,065 4%25% RTA DAR 199,322 322,611 Riverside Special Transportation Services DAR 145,223 161,242 Sunline DAR 83,956 110,462 Corona DAR 58,892 58,153 Beaumont DAR 28,656 18,892 RTA Taxi 18,536 7,479 Banning DAR 9,463 8,226 Palo Verde Valley DAR 4,797 0 Specialized Transportation Program [2]61,859 0.4%257,210 2%316% ALL TRIPS: Including Rail, Public Transit, Measure A , JARC and New Freedom 13,886,266 100%16,119,097 100%16% Trips per Capita for 2006 Total Population (2,005,477 persons) [3]6.9 Trips per Capita for 2011 Total Population (2,226,552 persons) [3]7.2 Notes: [1] RCTC Transtrack SRTP Service Summary - FY 05/06 Audited, FY 10/11 [3] State of California, Department of Finance, July 2007, and July 2011 Universal Call Projects Public Transit and Other Specialized Transportation Trips Provided [2] Specialized Transportation trips subsidized by The Volunteer Center are already reported in RTA fixed route trip data. FY 05-06 FY 10-11 2008 Coordinated Plan 2012 Plan Update 5% 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 19 IV. What Needs Are Reported Now? This chapter reports on processes to validate previously identified needs and to surface new needs, resources, project ideas, and opportunities. The first section of this chapter identified the outreach methods. The second section summarizes needs made known through five workshops across the county, selected stakeholder meetings and email comments received from a range of stakeholders. Community Outreach Approach Key to this 2012 Coordinated Plan Update was an extensive outreach process, utilizing various strategies to engage stakeholders. Community outreach activities included: • Five public workshop across the county • Stakeholders meetings • Email invitation for comments Public Workshops across the County Five workshops were held in various areas of Riverside County: initially four in January, with a final evening workshop held in April. Workshop locations included:  Blythe for the Palo Verde Valley;  Palm Desert for the Coachella Valley;  The City of Riverside for Western Riverside;  Wildomar for Southwestern Riverside County;  North Shore of the Salton Sea where an evening workshop was scheduled for a community unable to attend the day-time Palm Desert workshop. Participants included representatives of the Inland Congregations United for Change and California Rural Legal Assistance. This workshop focused on informing the community and its leaders about planning activities, hearing about mobility needs of residents and exploring transit solutions for this community’s many low- income agricultural workers and their families. In general, these workshops provided forums for informing both members of the public and agencies on: 1) Reviewing funding realities of public transportation in Riverside County; 2) Identifying initiatives and service enhancements launched since the 2008 Coordinated Plan; 3) Identifying new funding grant opportunities connected with the Coordinated Plan at county, state and federal levels; 4) Inviting input about service needs and service gaps in existing transit programs; 5) Reinforcing education/awareness about transportation services currently in-place. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 20 Importantly, participants at the workshops offered comments on transportation needs and engaged in conversation with RCTC and with transit agency staff. Workshops concluded with brief project development conversations, brainstorming with participants about what alternatives might work in their communities. Appendix C includes the Workshop letter of invitation and the Spanish-Language flyer. A total of 120 individuals participated in these public workshops. The workshops were promoted through attractive flyers and half-sheet seat drop flyers, in both English and Spanish. Flyers were posted in buses by Riverside Transit Agency and SunLine Transit Agency across many of the County’s transit routes. They were also distributed via email to organizations in the Riverside County Transportation Stakeholders Database which includes non-profits, human and social services, private transportation companies, public agencies, and specialized transportation providers as previously described in Section I. Agency recipients were invited to post the workshop flyers at their facilities and to forward the email to colleagues. A physical mailing, including an invitational letter and copies of the workshop announcement, was sent to 177 Coachella Valley and Blythe stakeholders and 484 Western and Southwestern Riverside County agencies and organizations, a total of 661 entities. Additionally, the Inland Empire Disability Collaborative (IEDC) distributed an early notice of the public workshop schedule to its several hundred agency members. Email Invitation for Comments An easy-to-remember hotmail account was established to invite participation from individuals who couldn't attend one of the public workshops. The email address, PlanUpdate@hotmail.com, was advertised on workshop flyers and at each of the workshops through a take-away flyer and a verbal announcement. Twenty-five comments received were incorporated into the discussion of needs, goals and objectives along with comments from the public workshops, summarized in Appendix D. Additional Stakeholder Meetings As part of the update process, team members attended meetings of several existing groups for discussion opportunities about unmet transportation needs in February and March. Although the format of these meetings varied, where possible the study team provided a brief introduction about the Coordination Plan and Update process, also educating stakeholder participants about RCTC's functions and transportation planning responsibilities. The following groups offered comment on transportation needs and mobility issues of their clients: • Inland Empire Veterans Collaborative on Homelessness • Riverside County DPSS, Children Services, System Improvement Plan Subcommittee • The Galilee Center and F.I.N.D. Food Bank in Eastern Coachella Valley • Riverside County Office on Aging's Aging and Disability Resource Center, Stakeholder Advisory Group 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 21 What Did We Learn – What Needs Were Reported? Summarized needs reported at the Community Workshops, through emails and at additional stakeholder meetings follow. Need-related findings are organized by five sub-areas of the County, then by trip type and target population within sub-area. Palo Verde Valley - Blythe 1. NEEDS BY TRIP TYPE • Need increased morning service and expanded evening hours to Chuckwalla and Ironwood State Prisons for employees. PVVTA currently offers 4 morning and 4 evening runs; however, the 7:20 am run is at capacity, so many potential riders cannot take the bus. Also, the last bus leaves at the Prisons at 4:30 pm, but there are employees who end work at 10:00 pm who would potentially ride the bus if available. • Need expanded evening hours serving Palo Verde College and Mesa Verde. DPSS clients take classes that may end at 8:45 am or 9:45 pm and need transportation home. • Need expanded evening hours from DPSS offices (near Blythe Transit Center) to remote areas of Ripley, Mesa Verde, and Palo Verde. DPSS has trainings that run weekdays until 4 pm and clients need transportation home. • Evening hours needed in Ripley and Mesa Verde. • Transportation for medical appointments in Imperial Valley, Coachella Valley. Destinations include Eisenhower in Palm Desert, JFK in Indio, and Desert Regional in Palm Springs. • Need transportation for employees to Chiraco Summit and Desert Center, east of Blythe. • Need increased frequency within Blythe. The wait can be 2 hours. 2. NEEDS BY TARGET POPULATION OLDER ADULTS / PEOPLE WITH DISABILITIES: • Residents of Blythe Nursing Care Center often need non-emergency transportation from local Palo Verde Hospital to the Care Center. • Residents of Blythe Nursing Care Center often need non-emergency transportation from Coachella Valley to Care Center. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 22 Western Riverside County 1. NEEDS BY TRIP TYPE • Lack of evening transportation. There are 2-1-1 callers needing to get to a shelter for the evening, but there is often no service past 7 pm. Additionally, social service agencies may host parenting classes and counseling at churches and community center. These locations are often not served by public transit in the evening (or routes differ during evening hours) and clients have no transportation home. • Lack of accessibility due to information public transportation. Riders report lack of information regarding trip planning, especially for individuals without internet access. Also due to a lack of information, riders report hesitation related to not knowing where and how to start and concerns about getting lost, particularly at night. • Route from Moreno Valley Mall to Box Springs and Eucalyptus in the City of Riverside to provide access to employment and access to Platt College for students. • Expanded evening hours serving Fox Theatre in Downtown Riverside so residents can attend evening events. • Need increased frequency on RTA Route 1. • More service is needed along River Road in Corona. 2. NEEDS BY TARGET POPULATION LOW-INCOME INDIVIDUALS • Fares are too high for homeless clients trying to get into the workforce and for families traveling with children. Individuals who are trying to find work as a way out of homelessness need transportation for work and work activities. • A free bus pass does not fix everything—is not a complete solution. Riders still have to walk to the stop or transit center and may have to transfer to arrive at their destination. Carpools and rideshares are an efficient way to get many people to the same location. • Need additional transportation in evening hours to accommodate non-traditional work hours. • Corona Cruiser and RTA should honor each other’s’ bus passes for round trip service, not just 1 way. DPSS customers who live in Corona end up needing 2 bus passes to get around. • Individuals who live in Rubidoux and Mira Loma area need transportation for job and job- related activities. • Eastvale residents need Saturday transportation to Ontario and Montclair for work. • Eastvale residents need connections with Omnitrans to connect to business districts. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 23 HOMELESS VETERANS • Residents of US Vets Center March AFB need early morning service (6:00 am) to employment locations. • Existing fixed route service to VA Loma Linda Hospital can take up to 2 ½ hours and 3 buses from the US Vets location. PEOPLE WITH DISABILITES • Shared-ride paratransit trips can run late, but people with disabilities need transportation to enter the workforce. • Need expanded evening service hours until 5:30 pm. • RTA needs more vehicles to accommodate riders who use wheelchairs and may have to wait for the next bus. • Paratransit doesn't always work for dialysis patients due to fluctuation of appointment schedules or due to a patient's medical condition. • There still remain gaps in service, especially adequate and timely transportation services on weekends for persons with disabilities who are interested in participating in regular scheduled social service activities that: 1) occur on weekends, 2) occur at different locations, 3) require a driver/partner. South Western Riverside County - Wildomar 1. NEEDS BY TRIP TYPE • Lack of transportation in unincorporated communities, particularly the Temescal Valley. • There are pockets of need in Menifee:  There is no service in the area North of McCall Blvd to Ethanac Road in Menifee.  There is no service in the area along I-215 to the base of the mountains.  Service is needed between Newport Road and Scott Road and along both sides of I-215.  Need increased frequency of routes 208 and 212 for afternoon trips into downtown Riverside. • Transportation needed along the 1-15 corridor. • Need connections between Corona and Lake Elsinore along I-15. • Need improved connections to the Corona Cruiser, from areas just beyond its service area. • Need connections to Corona Metrolink from Sycamore Creek and Trilogy, Temescal Valley. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 24 • Pockets of need in Sycamore Creek in the Temescal Valley. There is a need for connections to the transit system so people can move independently to medical and social security appointments, etc. METROLINK-RELATED NEEDS • Need more weekend trains directly to LA. • In Pedley, there is need for increased frequency of trains. • Need Metrolink to extend South of Menifee to Murrieta. 2. NEEDS BY TARGET POPULATION LOW-INCOME INDIVIDUALS • Teenagers in the Temescal Valley need transportation in order to get jobs. • Students from the Temescal Valley need transportation to Riverside City College and UCR in Riverside. Morning classes begin at 8:00 am. • Students need transportation from Riverside City College to Trilogy at 9:00 pm. PEOPLE WITH DISABILITES • People with disabilities who live in the Temescal Valley have no transportation to work, school, shopping, or doctor's appointments. • People with disabilities need a central place to make connections. OLDER ADULTS • Residents of Trilogy/ Temescal Valley need transportation to doctor appointments and to Dos Lagos. Residents would like to be able to age-in-place. OLDER ADULTS, PEOPLE WITH DISABILITES, and LOW-INCOME INDIVIDUALS • Care A Van and other-such small providers report increasing difficulty in securing match for grant requests. Donations are down. • In order to expand, Care A Van needs equipment that is "flexible." Measure A funding expanded what services (and to whom) Care A Van can provide. • Transportation needs haven't changed; they are even greater since RTA reduced services. Care A Van regularly has 60-75 trip denials per month. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 25 Coachella Valley - Palm Desert 1. NEEDS BY TRIP TYPE • Lack of transportation in unincorporated areas, including the North Shore Area and communities of Mecca, Oasis and Thermal. • Lack of transportation in isolated communities, including pockets of need in Indio near the Jackson Street Bridge, Desert Edge and Thousand Palms. • Long walks to nearest bus stop in Thousand Palms, often in very high temperatures. • Need for Park & Ride lots in Desert Edge to connect it to existing services. There are many senior residents who drive, as well as 26 mobile home parks in this area. 2. NEEDS BY TARGET POPULATION LOW-INCOME INDIVIDUALS • Clients of Martha's Village in Indio need transportation to destinations in Western Riverside County, especially in Riverside and Moreno Valley. • PATH residents, several of whom have disabilities, need local transportation from the PATH facility in Indian Canyon, Palm Springs for shopping and medical trips. • Need transportation from Oasis to Coachella Valley for grocery shopping, appointments and work. This isolated, rural community only has a school, a clinic, and a fire station. Indio is the closest hospital. People do carpool to get to work or pay a neighbor $25 to get from North Shore to Coachella. • Need transportation for children in North Shore to get to the new Boys & Girls Club in Mecca. PEOPLE WITH DISABILITIES • Desert ARC clients in rural areas can't access SunDial as they live beyond the ¾ mile boundary. • Need evening transportation (10 pm) for clients to get home from non-traditional employment. Common job sites where clients need late night transportation are Eisenhower Medical Center, Ramon Road in Cathedral City, and JFK in Indio. • SunDial pick up window has too much variance and can be a very long wait for some riders. OLDER ADULTS • Older adults have to walk too far, often in the sun, to the closest bus stop in Thousand Palms area. The walk to the nearest bus stop for residents of Tri Palms, a senior community is ¾ miles. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 26 Coachella Valley – North Shore MEDICALLY RELATED TRIPS • Need transportation for medical appointments from North Shore to Mecca, JFK Memorial Hospital in Indio, Eisenhower Medical Center in Rancho Mirage, and to the Comprehensive Cancer Center Desert Regional Medical Center in Palm Springs, and the VA in Palm Desert. One pregnant resident needs to travel to Indio four times per week for prenatal appointments, twice per week to see her regular doctor, and twice per week to see a specialist for gestational diabetes. Another resident reported needing to travel to the Palm Springs Cancer Center once per week for chemotherapy treatments. Residents report needing to travel to the Palm Desert VA two times per month • Need transportation for medical appointments to Western Riverside County or out-of-county destinations, including Riverside County Medical Center in Moreno Valley and the VA in Loma Linda. Residents report needing to travel to the Loma Linda VA two times per month. • Need transportation to pharmacies to purchase medications, including during the evening. Pharmacies are located in Coachella, Indio, Mecca and the Walmart in La Quinta. SHOPPING RELATED TRIPS • Need transportation, including during the evenings, to go grocery shopping in Coachella, Indio, and the La Quinta Walmart. There is only one market in North Shore and it is very expensive and offers limited choices. WORK RELATED TRIPS • Need transportation to the hotels in La Quinta for residents that are employees. • Need transportation for work related purposes, such as looking for work and interviews. • Farmworkers need transportation to farms along Highway 86 and in Mecca and Indio. SOCIAL / LIFE ENRICHING / ACTIVITIES- TYPE TRIPS?? • Need transportation to public parks in Mecca and Coachella. UNSERVED RURAL COMMUNITIES • Need transportation in Oasis, Mecca, Thermal, and the communities North of Highway 111, which are not served by public transit. • Need transportation in Palo Verde and Mesa Verde where only limited bus service is available. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 27 NEEDS BY TARGET POPULATION COLLEGE STUDENTS • College students need transportation two to four times a week, including in the evenings, to College of the Desert in Palm Desert, as well as the Mecca-Thermal Center and the Eastern Valley Center in Indio. ELEMENTARY SCHOOL STUDENTS • Elementary school students need evening transportation (after 6 pm) home from the Boys and Girls Club in Mecca to North Shore. ADDITIONAL COMMENTS • The leaders of the North Shore community want to work with RCTC and SunLine to develop a plan for rural transportation because transportation is needed for medical, social, and educational purposes. Funds go to urban areas so these communities are underserved or unserved. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 28 V. What Priorities Will Address Identified Transportation Gaps? This concluding chapter summarizes the need and service gaps in terms of themes that surfaced through this Update effort. Priorities and steps for moving forward are enumerated. Themes in Unmet Transportation Needs and Service Gaps This 2012 Update provides a status report to Riverside County in relation to addressing mobility needs of its older residents, those with disabilities and persons of low-income. Sobering realities are reported. In relation to “demand,” the county’s population has increased by almost 40% during this past decade, adding almost a half-million more residents. Within this growth, the population of low-income individuals has grown at a higher rate, a 46% increase. Persons over age 65 have increased by 30%, a somewhat lower rate of growth. Adults with disabilities are almost 9% of the county’s overall population, though changes in census reporting make it difficult to compare rates of change. Such population growth, generally and among these target groups, presents significant challenges to all public systems, including public transportation. This has been particularly so with the region’s experience of the Great Recession. Public transportation, a significant part of the “supply side” in this equation, has realized continuing revenue losses. Though there may now be modest signs of recovery, the future funding base is far from certain. Reductions of the past several years in both Federal and State resources, as well as lower receipts on local transit funding, such as Measure A, all contributed to across-the-board measures to do more with less. Despite adding substantially more persons and grappling with revenue reductions over several years, Riverside County’s public transit operators, along with a growing number of Specialized Transportation Projects, collectively increased the County’s trips per capita measure by almost five percent during the past four years. More transit trips were taken, keeping pace with and even growing despite the significant population increases. Transit ridership grew in this four-year period from 13.9 million to 16 million passenger trips, with the trips per capita indicator growing also, from 6.9 trips per capita against the 2006 population of 2.0 million persons to 7.2 trips per capita against the 2011 Department of Finance population of 2.2 million residents. During this same period, RCTC has provided leadership that addresses issues raised in the 2008 plan. Significant initiatives were reported on in Section III previously. Three critical areas should be restated:  RCTC has developed a vigorous 5-1-1 system for the Inland Empire that is fielding thousands of website hits and telephone calls monthly, from area residents and visitors in need of transportation information. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 29  RCTC has supported its public transit providers through difficult seasons of declining and uncertain revenues by assisting with cash flow issues, helping to back-fill lost revenues where possible and continuing to articulate a regional vision of mobility with supportive policy.  RCTC has administered a complex Specialized Transportation Program, now anticipating its third two-year cycle that is directly addressing, in cost-effective ways, the types of trip need and transportation access issues laid out in the 2008 Coordinated Plan. The combined impact of these initiatives and those of Riverside County’s public transit operators have contributed then to increasing transit ridership and a positive growth in the County’s trips per capita indicator. Growing from 6.9 to 7.2 trips per capita, this almost a 5% increase is very encouraging, particularly in light of the reductions in transit service during this same period. Broad-based initiatives to increase transit utilization, probably coupled with concerns about rising gasoline prices, appear to be leading more people to the public transportation network. Despite growing ridership, this 2012 Update nonetheless identifies continuing and/or new unmet needs and service gaps for the target populations. Again, as in 2008, there was considerable attention to individualized needs in comments offered to the Update. Numerous sub-groups were identified among the Update’s three target groups, including several new groups:  homeless veterans seeking employment  newly returning veterans from the Iraq and Afghanistan theatres, and their families;  agricultural workers traveling from isolated areas to social services and grocery stores;  low-income workers living in outlying rural areas and traveling into retail and hospitality employment;  individuals without cars traveling to regional destinations;  unemployed parents traveling to job interviews but also with day care needs;  students traveling to community college and high schools without funds for fuel;  older adults decreasing driving and exploring new mobility choices;  persons with disabilities living just beyond transit’s ¾ mile ADA boundaries;  families seeking reunification with children placed outside of the home, usually at some physical distance from the parents. This context of a growing population, increasing and greatly varying needs by the target groups of interest and extremely constrained resources must lay the foundation for priorities for moving forward. Exhibit 11 presents a compilation of the need and service gap categories enumerated in Section IV. This begins to suggest an outline for this 2012 Update of priority areas for improving the mobility of the target populations. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 30 Exhibit 11, Compiled Unmet Transportation Needs 8. Expanded transit service operating hours and frequencies. MAINTAINING AND BUILDING CAPACITY TO MEET INDIVIDUALIZED NEEDS 9. Increasing transit’s speed so that trips to regional destinations (work, medical) are not so long. 10. Addressing unserved geographic pockets, including areas where transit services were reduced. 11. Improved interconnectivity. 12. Services targeted to specialized needs: non-emergency medical transportation and other specialized shuttles and services. 13. Improved connections between services: rail and transit; between jurisdictions. 14. Building capacity of human service providers to address specialized populations’ trips through non-traditional modes. 7. Maintaining and expanding existing transit information tools. 8. Addressing safety and security concerns, through bus stop amenities, lighting and paths of access. PROMOTING TRANSPORTATION ACCESS AND INFORMATION PORTALS 9. Travel training to individuals and agency stakeholders to learn about and to use available public transit. 10. Expanding information tools supporting specialized populations’ travel, including veterans, older adults decreasing driving and non-English speaking residents and other targeted sub-groups. 11. Supporting vehicle equipment that ensures lift-equipped vehicle availability that is safe and reliable. 12. Supporting technology innovations that promote service reliability, safety and cost-effectiveness. Establishing 2012 Coordinated Plan Priorities Exhibit 11 above consolidates the many issues raised by commenters during this update process into two general areas. One, Maintaining and Building Capacity to Meet Individualized Needs speaks to getting transit services on the street responsive to the breadth and types of needs and service gaps raised. The second, Promoting Transportation Access and Information Portals, addresses various infrastructure requirements that either aid and support vehicle operations or are important to bringing more members of the target groups to public transportation. To move to the Plan’s required prioritization, Exhibit 12 following over the next three pages, reworks the user-based information set forth previously and addresses other themes raised in this concluding section. Presented here are three goals, associated objectives and possible solutions or projects. These represent this Update’s revisited priorities reflecting current conditions. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 31 Exhibit 12, Recommended 2012 Coordinated Plan Update Priority Areas PRIORITIZED TRANSPORTATION GOALS AND OBJECTIVES POSSIBLE SOLUTIONS AND PROJECTS GOAL 1: MAINTAINING AND BUILDING CAPACITY TO MEET INDIVIDUALIZED NEEDS 1.1 Expanded fixed-route services - Increase operating hours to address 2nd and 3rd shift travel and Sunday or early-morning employment - Increase service frequencies on routes with high employment densities and/or medical or educational facilities to shorten trips and improve connections - Address unserved pockets, expanding fixed-route where feasible and where high transit dependence suggests sustainable ridership levels 1.2 Improved interconnectivity - Projects improving transit between jurisdictions and sub- regions - Increased transit frequencies with attention to tighter connections with Metrolink and Greyhound 1.3 Purpose-specific regional services - Non-emergency medical transportation projects - Veterans or other special group shuttles - Agricultural workers’ shuttles - Riders with disabilities living outside the ADA ¾ mile boundary 1.4 Expanded capacity of targeted human service transportation - Client-group specific transportation projects that do not duplicate or supplant existing services and address unmet transportation needs - Client-group specific transportation projects that provide high levels of personal assistance to riders with such needs - Support agency-based training oriented to improving the reliability, safety and cost-effectiveness of human service agency transportation 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 32 Exhibit 12, page two continued PRIORITIZED TRANSPORTATION GOALS AND STRATEGIES POSSIBLE SOLUTIONS AND PROJECTS GOAL 2: PROMOTING TRANSPORTATION ACCESS AND INFORMATION PORTALS 2.1 Expanded transit information portals - Information project continuing support for IE-511 and of RCTC’s web-based links to specialized transportation - Support of IE Veterans One-Call/ One-Click initiative - Support of human service agency-based initiatives that link to public transportation resources - Support of individualized rider-based information, such as Google Transit and other trip planner initiatives 2.2 Promoting travel training - Travel training targeted to particular markets: non-English speaking individuals, older persons reducing driving, low- income youth, persons using ADA but who could use fixed- route for some trips - Travel training tools for gatekeeper staff, human service agency personnel who interact with consumers and who would benefit from a rudimentary knowledge of available public transit in Riverside County 2.3 Targeted mobility management initiatives - Developing mobility management tools where these can address particular service gaps or unserved trip needs for the target population or sub-groups 2.4. Capital projects supporting transit accessibility or safety for use by the target populations - Capital requests that provide lift-equipped vehicles and increasing accessibility - Capital projects that support bus stop accessibility, improved path-of-access or bus stop safety through lighting, shelter and bus stop amenities 2.5 Capital projects for innovative technology to improve reliability or cost-effectiveness of services to the target populations - Capital requests for technology that can improve on-time performance or service reliability - Capital requests that increase cost-effectiveness by improving efficiencies 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 33 Exhibit 12, page three continued PRIORITIZED TRANSPORTATION GOALS AND STRATEGIES POSSIBLE SOLUTIONS AND PROJECTS GOAL 3: COORDINATION LEADERSHIP 3.1 Continuing to promote coordination between public transit and human services organizations - Continuing maintenance of Transportation Network- Stakeholders database and promotion of its value to human service agencies and other networks - Participation by transit representatives in various coalitions and collaborative groups such as the Veterans Homeless Coalition, the Inland Empire Disabilities Collaborative and others 3.2 Continuing Specialized Transportation Call for Project administration - Continuing biennial or every three-year call for RCTC’s Specialized Transportation Call for Projects to invite grant applications for funds available - Continuing RCTC technical assistance to agencies proposing projects consistent with identified needs - Continuing RCTC administrative support to ensure that successful Call recipients can comply with relevant Federal regulation, through field audits and invoice concurrence process 3.3 Reporting on outcomes and successes for transit funding invested - Continued periodic summary reports on RCTC’s Specialized Transportation Program - Ensuring “credit” to the public transit operators for initiatives that promote coordination with human service organizations around addressing needs of the target populations - Promoting the initiatives of human services agencies that work effectively with Riverside County public transit operators Implementing 2012 Priorities Underlying this Update process is the challenge of needs versus resources. Needs will always exceed resources given that public transportation funding will never be sufficient even with an improving economy. This is particularly so in the large geographic areas comprising Riverside County. The other reality underlying this picture is that population growth has been substantial over the past decade and does not appear to be abating, given Riverside County’s mantle as the State’s single-fastest growing county in terms of percentage increases. This continuing growth in population underscores the legitimacy of a continuing emphasis on trips. Provision of trips, trips, trips remains an important first-level priority, given the overall increases in 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 34 population, the growth among the target populations and the challenges of simply staying even. The trips per capita measure, which is an indicator of the “volume” of transit services in relation to population, becomes one means by which to assess whether Riverside County is holding its own in relation to specialized transportation or not, given this continuing population growth. In Exhibit 12, Goal 1-Maintaining and Building Capacity to Meet Individualized Needs supports this continued orientation to the provision of trips. But also important to the provision of trips are those infrastructure and administrative actions that enable trips to be provided. Exhibit 12's Goal 2-Promoting Transportation Access and Information Portals and Goal 3-Coordination Leadership reflect various strategies and projects that support and enable target group members to safely access available public transportation. In terms of establishing project evaluation criteria, assuming that the levels of funding available will always be less than funds requested, one approach will be to ensure that the majority of funds go to support trips (Goal 1) but that some portion is reserved in the event there are viable projects in support of Goal 2 or Goal 3. This could follow the current funding allocation which, in the most recent two-year cycle, provided about 85% of total awarded funds to operations, Goal 1 type projects, and less than 15% of total funds to Goals 2 and 3 infrastructure-related projects. The single most important consideration, in selecting projects for funding, will continue to be the extent to which the project satisfactorily addresses and/or resolves identified transportation needs of the targeted group of prospective riders. Criteria of continuing importance to be considered in project selection are the following: 1. Project derived from the locally developed coordinated plan/plan update. 2. Project adequately addresses the unmet/underserved and individualized needs of the target population. 3. Project leverages from sources, including non-transit funding sources, and maximizes available funding by ensuring a cost-effective project. 4. Project does not duplicate existing public transportation services and clearly demonstrates why these trips cannot be provided by or on existing public transportation. 5. Project maintains consistency with current Federal and State funding regulations and requirements 6. Project includes measurable goals and objectives. In the evaluation process, both for new projects and for continuing projects, attention should be paid to the relative cost-effectiveness of a project. Define how much is being secured for the funds provided. And the historical experience of the project is particularly important for continuing initiatives. Determine whether the project achieved or came close to its previously stated goals. Determine whether there were extenuating circumstances as to why that was not possible. These considerations are particularly important when funds are limited. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 35 Appendices Appendix A: 2010 Census, Riverside County Work Area Profile Report Appendix B: RCTC’s Specialized Transportation Program FY 09/10 Trips and Cost Detail by Project Appendix C: Workshop Announcement Invitation and Spanish Flyer Appendix D: Summary of Comments Received by RCTC Via Email Appendix E: Riverside County’s Transportation Stakeholder Database Agencies, 2011 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 36 Appendix A: 2010 Census, Riverside County Work Area Profile Report 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 37 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 38 Appendix B: RCTC Specialized Transportation Program, FY 09/10 Trip and Cost Detail Total Cost Subsidy Total Cost With Agency Match Per Trip Per Trip Fixed Route Services One-way trips % of All Trips RTA Extended Services 33,520 $95,310 $137,959 $6.96 RTA Commuter Link 27,546 $421,172 $264,290 $24.88 SunLine Extended Services 3,146 120833 $38.41 64,212 64,212 18%$516,482 $523,082 $16.19 Paratransit/ Community Shuttle Services One-way trips Boys & Girls Club of Southwest County 68,862 $273,083 $409,689 $3.97 $5.95 Care-A-Van / HOPE Bus 18,207 $322,008 $494,732 $17.69 $27.17 Care Connexxus 16,222 $225,000 $18,731 $368,752 $15.02 $22.73 City of Norco - Senior Shuttle 1,302 $74,852 $113,412 $57.49 $87.11 CVAG Roy's Desert Resource Center 13,505 $22,789 $45,580 $1.69 $3.38 Friends of Moreno Valley- MoVan 4,455 $58,500 $82,973 $13.13 $18.62 Jefferson Transitional - JTP Shuttle 1,018 $10,827 $17,115 $47,150 $27.45 $46.32 Inland AIDS Project 1,970 $69,926 $106,052 $35.50 $53.83 Operation Safehouse 257 $18,367 $27,550 $71.47 $107.20 Riverside County Regional Medical Center 7,868 $176,876 $101,483 $400,850 $35.38 $50.95 Wildomar Senior Community 268 $6,217 $12,434 $23.20 $46.40 133,934 133,934 37%1,229,440 22,789 143,546 $2,109,174 $10.42 $15.75 Mileage Reimbursement One-way trips supported Court Appointed Special Advocates [CASA]4,368 $44,618 $143,756 $10.21 $32.91 ILP's TRIP Volunteer Escort-Driver / Western Riv 65,443 $414,940 $1,163,795 $6.34 $17.78 ILP's TRIP Volunteer Escort-Driver / SunLine 19,326 $43,500 $231,105 $2.25 $11.96 89,137 89,137 24%$459,558 $43,500 $1,538,656 $5.64 $17.26 Bus Passes/ Taxi Vouchers/ Van Pools One-way trips supported Beaumont Adult School - Bus pass trips 705 $18,048 $24,090 $25.60 $34.17 Desert Samaritans - Taxi trips 606 $15,290 $30,580 $25.23 $50.46 RCTC's Commuter Benefits/Coachella van pool trips 27,517 $11,761 $47,175 $0.43 $1.71 Volunteer Center/ TAP - Bus pass trips [1]49,344 $132,163 $234,907 $2.68 $4.76 78,172 78,172 21%$150,211 $11,761 $336,752 $2.07 $4.31 TOTAL TRIP-MAKING OPERATIONS 365,455 $2,355,690 $557,632 $187,046 $3,984,582 $6.45 $10.90 Mobility Management & Training Projects Care Connexxus - Driver Sensitivity Training New curriculum / 56 drivers $18,731 $34,684 Blindness Support Services - Travel Training 57 consumers trained Blindness Support Services - Mobility Management 32 agencies RTA - Travel Training Notes: [1] Volunteer bus pass trips are for RTA fixed-Route service FY 09/10 Project Reported Total Trips Specialized Transit Program Project Types and Trips Provided $92,312 JARC Subsidy Measure A Subsidy New Freedom Subsidy $55,387 $182,852 *Cost per subsidy for SunLine Extended Late Night Service only represents 10 months of service, with a subsidy calculated as a monthly average based on the total project subsidy over a 19 month period covering two fiscal years. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 39 Appendix C: Workshop Announcement Invitation and Spanish- Language Flyer 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 40 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 41 Appendix D: Summary of Comments Received by RCTC via Email Palo Verde Valley 1) Buses going from Blythe to Ironwood and Chuckawalla Valley State Prisons are at capacity. More employees would use it if there was a larger bus (7:20 Route Red). There is also a need for 1 or two more runs as there isn't public transportation for some shifts: many employees get off at 2pm. 2) Suggest adding one run to Chuckawalla Valley State Prison that would get people to work a little before 2pm and pick them up at 10pm. Coachella Valley 1) Service from Palm Springs Airport to eastern valley destinations. 2) Improved SunLine bus stop amenities including lighting and shading. 3) Increased bus stops. 4) Transportation needed, including a stop, in Thermal (Vista Santa Rosa neighborhood on Jackson St. and Airport Blvd.) for low-income families, students and working teenagers, many who have to walk along dangerous roads. 5) Currently, a study is being conducted of the unmet transportation needs of some communities in the Eastern Coachella Valley. We suggest that RCTC and CVAG should work with HARC and others involved in that project to expand the investigation to the entire Coachella Valley. Western Riverside 1) Request a route from Moreno Valley (Mall) to or near Box Springs and Eucalyptus in the City of Riverside to provide access to employment. There is also a new college in this area, Platt College, and many students may want to get to this area by bus. 2) Request for evening transportation, or weekend evenings, serving Fox theatre, so residents can return home from event. 3) Increased frequency on RTA Line 1. 4) RTA should not charge a fare for babies that don't walk. 5) RTA needs more vehicles to accommodate riders who use wheelchairs and may have to wait for the next bus. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 42 6) Suggest Corona Cruiser and RTA honor each other’s bus passes for round trip service, not just 1 way. We have many customers who live in Corona who end up needing 2 bus passes to get around. Southwestern Riverside 1) In Norco: Along Sixth Street (business area) a bus line is needed so it is possible to transfer to route # 3 for seniors, students with disabilities, residents, business employees. 2) A tunnel between Route 5 and Route 15 (connecting to Irvine and Riverside) instead of Ortega Highway, which can be a difficult road for many seniors to drive. 3) Parents cannot get children classes at Saint Frances of Rome in Wildomar because there is no transportation. 4) Transportation is needed at Indian Truck Trail. 5) There are pockets of need in Lake Elsinore Area: • Quail Valley – In order to get to MSJC or 215/Haun (the big Target Plaza) from Quail Valley – riders have to make a transfer and the trip takes 1 hour and 15. • Bus services in that area stops at 6:00 pm. Those who have later jobs and school schedules can't get back into Quail Valley. Transportation has always been very limited there. There is still only one bus stop in the whole city. • Lake Elsinore DPSS – A stop is needed in front of the DPSS building to make traveling there easier and safer for clients. There is no sidewalk from Chaney along Minthorn to the DPSS building and many clients walk with strollers along the road. Clients with children also walk from Main or Collier to the DPSS office on muddy, unpaved sidewalks. 6) In Temecula, there is very little bus service. My high schooler has to walk 3.3 miles one way to school and then home again. The best that they could do was pick up in front of the school and then drop off 1 mile down the road so my high schooler still had to walk 2.3 miles one way. That is a long way given their heavy load with school books etc. 7) Could we make this more appealing and doable for teenagers? I feel like the community in Temecula/Murrieta drive everywhere because they have to. I love public transportation but feel that we are losing an entire generation because they do not even understand how it works or why it benefits them. We need to invite teenagers to ride the bus, not discourage them. 8) Need more bus lines up the 15 freeway from Elsinore to Corona/Norco, ie: Dawson Canyon, Eagle Glen, etc. Many of our customers live in the newer housing tracks off the 15 freeway in that stretch, and buses are few, are far between, or non-existent. I would like to see more bus routes in Eastvale. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 43 9) Pockets of Need in Temescal Valley / Sycamore Creek / Trilogy: • Please consider having at least one evening and one morning bus from Sycamore creek/Trilogy and/or Horsethief into Corona so those of us at or near retirement age can connect with public transportation, such as Metrolink into Corona and Riverside so we can keep our tax spending dollars in our own county. • Residents in Sycamore Creek without cars are isolated from any city. Transportation needs to be provided for the disabled, those with illnesses, and older adults. • We need transportation in this area. We had good representation at the Riverside Public Workshop to state we needed transportation in the Temescal Valley. • We need some type of public transportation in the Temescal Valley area. There are teens that would like to go shopping to the movies or visit friends. Transportation does not have to be a large bus but a small van with a schedule that is agreeable upon by the residents. The bus only has to go to a nearby high public area. • I serve on the Board of Emissaries of Divine Light who owns and operates The Glen Ivy Center, a spiritual conference and retreat center, residential community and which includes Glen Ivy Farm. I also sit on the Board of Glen Ivy Hot Springs Spa. These two operations, together, occupy 82 acres in Temescal Valley and employ over 250 people. The improvement of public transportation in our area of Riverside County would certainly enhance the attractiveness and profitability of the region. I support an effort to improve our infrastructure. I look forward to further developments. • Glen Ivy Hot Springs participates in various Employee Ride-Share Programs and would certainly welcome any expanded opportunities for public transportation that might better serve our employees and guests. • I have lived in Temescal Valley for about 14 years and I am also legally blind. Without public transportation I am unable to get to stores, doctor appointments, school or even to work. I also know that I am not the only person in this area who wants or needs public transportation. • Trilogy of Glen Ivy is a 55 and older complex where public transportation is badly needed. Residents need to get to Dos Lagos and to doctor appointments. People with Disabilities 1) There still remain gaps in service, especially adequate and timely transportation services on weekends for persons with disabilities who are interested in participating in regular scheduled social service activities that: 1) occur on weekends, 2) occur at different locations, 3) require a driver/partner. Funding 1) Suggest make funding available to private non-profit corporations (such as Blindness Support Services) to provide private transportation service to eligible consumers involved in social service activities. For instance, funds can be used to hire 5 part-time drivers/guides who will be responsible for 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 44 picking up program participants, serve as guides, and returning them home once the organized activities are completed. 2) We urge that the Coachella Valley Association of Governments reconsider the manner in which Measure A funds are currently passed on to SunLine and Coachella Valley cities to insure that at least a reasonable portion of Measure A funds are used to insure that accessible, acceptable and affordable specialized service options are available for older adults, people with disabilities and persons of low- income in the Desert. 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 45 Appendix E: Transportation Stakeholder Database Agencies, 2011 [Note; email and surface mail distribution lists were larger than this. The following organizations responded to RCTC’s 2010 invitation to be listed in Riverside County’s Transportation Stakeholder Database.] 2012 Update to the Public Transit – Human Services Transportation Coordination Plan for Riverside County 46 BLANK AGENDA ITEM 8J BLANK Agenda Item 8J RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Brian Cunanan, Commuter and Motorist Assistance Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Agreement With South Coast Air Quality Management District to Fund the Development and Deployment of an Inland Empire 511 Mobile Application BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve Agreement No. 12-45-089-00 with the South Coast Air Quality Management District (AQMD) for the Commission to receive $100,000 in grant funding for the development and deployment costs of an Inland Empire 511 (IE511) mobile application; and 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. BACKGROUND INFORMATION: The Commission, in partnership with the San Bernardino Associated Governments (SANBAG), operates and maintains the IE511 traveler information system. The system provides motorists with access to real-time freeway travel information and incident information on Southern California highways via the telephone service by dialing 511 from land line, cell phone, or accessing the map on the companion website, (www.ie511.org). IE511 is designed to promote mobility by fostering more informed travel decisions to avoid congestion, as well as provide more choices for the individual commuter by identifying all travel options available to Riverside and San Bernardino County residents. Inland Empire commuters can access transit, Metrolink, carpooling, vanpooling, carpool lane, and toll road information, as well as detailed park and ride lot information for the entire Southern California region. IE511 serviced nearly 932,000 telephone users and 585,000 web visits since its launch in April 2010. 157 Agenda Item 8J DISCUSSION: The development of a mobile application was the next logical enhancement for the program given the continued growth of smartphones and the actual usage of IE511 on smartphone platforms observed by staff. While the development of an IE511 mobile application was budgeted for in FY 2011/12 using Measure A funds, other funding opportunities arose within the Mobile Source Air Pollution Reduction Review Committee (MSRC), a committee of the AQMD. At its July 2011 meeting, the MSRC recommended an allocation of its FY 2010/11 work program for the implementation of 511 mobile applications. In September 2011, the AQMD approved a $100,000 sole source agreement with the Commission and a $123,000 agreement with the Los Angeles County Metropolitan Transportation Authority (Metro) for the development and deployment of a 511 mobile application for the IE511 system and GO511 system, respectively. In anticipation of this funding, staff began work with IE511 consultants on this project as contract terms were being finalized. The new IE511 mobile application successfully launched and was demonstrated at the February 2012 Commission meeting. To date, the mobile application has been downloaded by over 7,700 users. IE511 has proven to be a valuable tool for Inland Empire residents and constituents for managing travel and commute efforts. The launch of the new mobile application further enhanced this experience and additional enhancements to the mobile application will be implemented overtime. Staff recommends approval of Agreement No. 12-45-089-00 with the AQMD for the Commission to receive $100,000 in grant funding for the development and deployment costs of an IE511 mobile application. Financial Information In Fiscal Year Budget: No Year: FY 2011/12 Amount: $100,000 Source of Funds: MSRC Grant Budget Adjustment: Yes GLA No.: 202 45 41203 Fiscal Procedures Approved: Date: 06/18/2012 Attachment: Agreement No. 12-45-089-00 158 159 160 161 162 163 164 165 166 167 BLANK AGENDA ITEM 8K BLANK Agenda Item 8K RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects Committee Brian Cunanan, Commuter and Motorist Assistance Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Fiscal Year 2012/13 Agreements for Regional Rideshare Services WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve Agreement No. 12-41-111-00 with the San Bernardino Associated Governments (SANBAG) as part of the Commission’s continuing bi-county partnership with SANBAG to deliver commuter/employer rideshare services, regional ridematching services, and operation of an Inland Empire 511 (IE511) system for FY 2012/13; 2) Approve the following FY 2012/13 agreements for regional ridematching services: • Agreement No. 09-41-075-03, Amendment No. 3 to Agreement No. 09-41-075-00, with the Los Angeles County Metropolitan Transportation Authority (Metro); • Agreement No. 11-41-139-01 and No. 11-41-139-02, Amendment No. 1 and No. 2 to Agreement No. 11-41-139-00, with the Orange County Transportation Authority (OCTA); and • Agreement No. 06-41-082-07, Amendment No. 7 to Agreement No. 06-41-082-00, with the Ventura County Transportation Commission (VCTC) for regional ridematching services; and 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements on behalf of the Commission. BACKGROUND INFORMATION: Since 1993, SANBAG has contracted with the Commission to develop, implement, and manage a commuter assistance program (CAP) for San Bernardino County commuters. The program consists of several projects: 168 Agenda Item 8K • The first, Rideshare Incentives, developed as a sister incentive project to the Commission’s Measure A commuter incentive project, focuses on encouraging solo drivers to try alternative commute modes. • RidesharePlus, modeled after the Commission’s rideshare rewards program, provides Entertainment discounts to local and national merchants for long-term ridesharers. • Inland Empire Commuter Services (IECS) was jointly established by SANBAG and the Commission in FY 1995/96 when it was determined by the two agencies that the Inland Empire would assume direct responsibility for the provision of local employer rideshare services. IECS provides various services to employers in the bi-county area including the provision of marketing promotions, rideshare survey processing, technical assistance, employer network meetings, and newsletters. • In FY 2002/03, the Commission and SANBAG began providing Ridematching and Information Services directly. • In FY 2009/10, IE511 was implemented to provide traveler information to Riverside and San Bernardino County commuters. In partnership with SANBAG, a FY 2012/13 work plan and budget for continuation of SANBAG’s CAP and the ongoing maintenance and operation of a 511 travel information services system was developed by Commission staff. The proposed agreement between SANBAG and the Commission is scheduled to be presented at the next SANBAG Board meeting following approval of the agreement by the Commission. Staff is seeking Commission approval for an agreement with SANBAG for a total not to exceed amount of $1.8 million to be reimbursed to the Commission. The Commission’s role in transportation demand management also extends beyond the boundaries of the Inland Empire. Since 2002, the Commission has led the way in implementing, operating, and maintaining the regional rideshare database (regional database) to support a coordinated and efficient ridematching service throughout a five-county region. Specifically, this entails processing commuter surveys, data retrieval, project reporting, rideguide generation, network security, system maintenance, and operation through transportation demand management consultants and ridematching software vendors. In February 2012, the Commission approved an agreement with Basetech for the provision and hosting of new ridematching software. The transition from the current rideshare software to Basetech’s software is scheduled to occur at the beginning of 2013. Metro, OCTA, SANBAG, and VCTC have contracted with the Commission for the administration of the regional database for the past 10 years. Funding of the regional ridematching system ($299,000) is split among the five county transportation commissions based on the population percentage split as defined by the most recent census. SANBAG’s portion of this work ($34,040) is included in 169 Agenda Item 8K the rideshare/IE511 agreement discussed above. Metro and VCTC are in the process of amending and seeking approval of their respective agreements with the Commission to extend the term through FY 2012/13. OCTA is in the process of amending the current agreement with the Commission to extend the term through December 31, 2012, and then enter into another amendment that reflects the change in the rideshare software provider for the balance of FY 2012/13. Staff is seeking Commission approval to enter into these agreements with Metro, OCTA, and VCTC for FY 2012/13 services provided by the Commission for an aggregate amount not to exceed $228,337 as reimbursements to the Commission. Financial Information In Fiscal Year Budget: Yes Year: FY 2012/13 Amount: $2,028,337 Source of Funds: SANBAG, Metro, OCTA and VCTC funds Budget Adjustment: No GLA No.: 002111 002112 632113 002139 002146 002178 002182 002188 002191 416 41605 0000 263 41 41203 452124 416 41605 0000 202 45 41203 Fiscal Procedures Approved: Date: 06/18/12 Attachments: 1) FY 2012/13 SANBAG Agreement and Scope of Work 2) FY 2012/13 Regional Ridematching Services Scope of Work 170 BLANK ATTACHMENT 1 AGREEMENT C12553 BY AND BETWEEN SAN BERNARDINO ASSOCIATED GOVERNMENTS AND RIVERSIDE COUNTY TRANSPORTATION COMMISSION FOR IMPLEMENTATION OF SAN BERNARDINO COUNTY FISCAL YEAR 2012/2013 EMPLOYER AND COMMUTER TRIP REDUCTION/RIDESHARE PROGRAMS THIS AGREEMENT ("Agreement") is entered into as of this 1st day of July 2012, in the State of California by and between SAN BERNARDINO ASSOCIATED GOVERNMENTS, referred to herein as “SANBAG,” and the RIVERSIDE COUNTY TRANSPORTATION COMMISSION, referred to herein as “RCTC.” WHEREAS, SANBAG approved allocation of Measure I - Valley Traffic Management Systems (VTMS) funds, and Victor Valley Traffic Management Systems funds, and Safe, Accountable, Flexible, Efficient Transportation Equity Act – A Legacy to Users (SAFE- TEA LU) Congestion Mitigation and Air Quality (CMAQ) funds, the allocation of SAFE-TEA LU (initially approved in October of 2005 by SANBAG board), to provide trip reduction services as well as incentives for the commuter programs. WHEREAS, SANBAG receives SAFE-TEA LU and other federal funds and may use these funds to reimburse RCTC for its services in performing Employer and Commuter Trip Reduction/Rideshare Services. WHEREAS, SANBAG requires professional and consulting services with respect to the provision of commuter services and programs within San Bernardino County. WHEREAS, RCTC has managed the bi-county Inland Empire Commuter Services program since November 3, 1993, and has the expertise and resources necessary to manage such services for SANBAG. NOW, THEREFORE, the parties agree as follows: A. Contract Services. 1. RCTC will administer, market, and implement a commuter services and 511 programs in coordination with RCTC’s commuter services program and in coordination with the regional ridesharing core services program in compliance with and as specified in the scope of work, Attachment “A,” attached hereto and incorporated herein by reference. 2. RCTC shall provide program administration and oversight and assure that its consultants and/or staff performs its services within the budgets set forth in 171 C12553.docx Page 2 of 9 the scope of work, Attachment “A.” 3. RCTC shall provide SANBAG with a monthly statistical report of progress relative to tasks identified in the scope of work, Attachment “A” to this Agreement, in such detail as SANBAG may reasonably require. 4. SANBAG shall timely respond to RCTC on matters requiring RCTC to coordinate with SANBAG, as set forth in Attachment “A”. B. Compensation. 1. It is understood that SANBAG funding for the program under this Agreement will not exceed one million eight hundred thousand, and no cents ($1,800,000.00) and is being provided from the following sources: (a) One million five hundred and ninety-three thousand, five hundred and forty dollars and no cents ($1,593,540) from CMAQ funds, and (b) Two hundred and six thousand, four hundred, sixty dollars and no cents ($206,460.00) from San Bernardino County local ½ cent sales tax, Measure I-Valley Funds. 2. SANBAG receives SAFETEA-LU and other federal funds and may use these funds to reimburse RCTC for its services in performing Employer and Commuter Trip Reduction/Rideshare Services. 3. It is agreed that SANBAG Measure I Funds will reimburse RCTC for the cost of purchasing any items not reimbursable by CMAQ, and invoices submitted to SANBAG shall clearly delineate CMAQ non-reimbursable expenditures. It is agreed that in the event sufficient funds from the sources set forth in (a) and (b) above do not become available to SANBAG for this Agreement, SANBAG may immediately terminate this Agreement with written notice, but shall pay to RCTC from other sources any amounts required to cover RCTC’s costs to the date of Agreement termination. 4. SANBAG shall pay RCTC on a cost-reimbursement basis, based upon invoices which delineate charges based on tasks identified in the scope of work, Attachment “A.” All invoices shall be provided to SANBAG no more frequently than on a bi-monthly basis and no less than a quarterly basis. All invoices must be received by SANBAG no later than 60 days after the quarter. 5. SANBAG shall be fully responsible for obtaining cost reimbursements of CMAQ funds. SANBAG shall ensure that the SAFE-TEA LU funds are used for authorized purposes in compliance with laws, regulations, and the provision of the terms in this agreement, and that performance goals are achieved 6. SANBAG shall review all billings submitted by RCTC for accuracy and process payment based thereon to RCTC in a timely manner. 172 C12553.docx Page 3 of 9 7. RCTC shall maintain during the term of this Agreement and for three years thereafter accounting records which cover the receipt and disbursement of all funds provided for the programs administered and implemented under this Agreement. Such records shall be made available for inspection during normal business hours by duly authorized representatives of SANBAG, SANBAG’s auditors, Caltrans, Federal Highway Administration, and the United States Department of Transportation, so that SANBAG can comply with the Single Audit Act and OMB Circular No. A-133. C. Term. 1. This Agreement shall commence on July 1, 2012 and terminate on June 30, 2012, unless it is extended by a written amendment approved by the parties. 2. Either party may terminate this Agreement by giving thirty (30) days written notice to the other for no or any reason, including, but not limited to, changes in legislation, rules and regulations impacting trip reduction programs. SANBAG shall pay for any service provided up to the effective date of the termination. 3. The Executive Directors of both RCTC and SANBAG shall have the authority in their sole discretion to give notice of termination on behalf of their respective agencies. D. Indemnification and Insurance. 1. (a) It is understood and agreed that neither RCTC nor any officer, official, employee, director, consultant, agent, or volunteer thereof is responsible for any damage or liability occurring by reasons of anything done or omitted to be done by SANBAG under or in connection with any work authority or jurisdiction delegated to SANBAG under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, SANBAG shall fully defend, indemnify and save harmless RCTC, and all its officers, employees, consultants and agents from all claims, suits or actions of every name, kind, and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by SANBAG under or in connection with any work, authority or jurisdiction delegated to SANBAG under this Agreement. (b) It is understood and agreed that neither SANBAG nor any officer, official, employee, director, consultant, agent, or volunteer thereof is responsible for any damage or liability occurring by reasons of anything done or omitted to be done by RCTC under or in connection with any work authority or jurisdiction delegated to RCTC under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, RCTC shall fully defend, indemnify and save harmless SANBAG, and all its officers, employees, consultants and agents from all claims, suits or actions of every name, kind, and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by RCTC or its consultants under or in connection with any work, authority or jurisdiction delegated to RCTC under this Agreement. 2. Insurance Requirements 173 C12553.docx Page 4 of 9 Without anyway affecting the indemnity provision identified in this Contract, RCTC shall, at the RCTC’s sole expense, and prior to the commencement of any work, procure and maintain in full force, insurance through the entire term of this Agreement. and shall be written with at least the following limits of liability: (a) Professional Liability - Shall be provided in an amount not less than $1,000,000, per claim and $2,000,000 in the aggregate. RCTC shall secure and maintain this insurance or “tail” coverage provided throughout the term of this Contract and for a minimum of three (3) years after Contract completion. (b) Workers' Compensation - Worker’s Compensation insurance shall be provided in an amount and form to meet all applicable requirements of the Labor Code of the State of California, including Employers Liability with $250,000 limits, covering all persons providing services on behalf of RCTC and all risks to such persons under this Agreement. (c) Commercial General Liability - To include coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, Broad-Form Property Damage and Independent Contractors' Liability, in an amount of not less than $1,000,000 per occurrence, combined single limit, and $2,000,000 in the aggregate written on an occurrence form. For products and completed operations a $2,000,000 aggregate shall be provided. (d) Automobile Liability - To include owned, non-owned and hired automobiles, in an amount of not less than $1,000,000 per occurrence, combined single limit, and in the aggregate written on an occurrence form. (e) Network and Privacy Insurance. RCTC shall carry, or shall cause its third party contractor to carry, Network and Privacy (Errors and Omissions) insurance in an amount of not less than $1,000,000 per claim and $1,000,000 in the annual aggregate, protecting RCTC and SANBAG from the following exposures relating to RCTC’s or any of its subcontractors performance under the Agreement: (i) the theft, dissemination and/or unauthorized disclosure of use of confidential information and personally identifiable information (not to be limited bank information, social security numbers, health information, credit card account information, and confidential corporate information). Such insurance shall also include coverage for credit monitoring, notification expenses and other related costs associated with mitigating a data security or privacy breach; and (ii) the introduction of a computer virus into, or otherwise causing damage to, a computer, computer system, network or similar 174 C12553.docx Page 5 of 9 computer-related property and the data, software, and programs used herein. If such insurance is maintained on an occurrence basis, RCTC or its third party contractor shall maintain such insurance for an additional period of one year following the end of the applicable Term. If such insurance is maintained on a claims-made basis, RCTC or its third party contractor shall maintain such insurance for an additional period of three year following the end of the applicable Term. (f). Umbrella/Excess Liability Insurance: Proof of Coverage- RCTC shall furnish certificates of insurance to SANBAG evidencing the insurance coverage required above, prior to the commencement of performance of services hereunder, and such certificates shall include San Bernardino Associated Governments/San Bernardino County Transportation Authority) as additional insured on Comprehensive General Liability Insurance or Commercial General Liability Insurance and auto insurance. Prior to commencing any work, RCTC shall furnish SANBAG with a certificate(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements set forth in this Article. If the insurance company elects to cancel or non-renew coverage for any reason, the CONSULTANT will provide SANBAG 30 days’ notice of such cancellation or nonrenewal. If the policy is cancelled for nonpayment of premium, the RCTC will provide SANBAG ten (10) days’ notice. RCTC shall maintain such insurance from the time RCTC commences performance of services hereunder until the completion of such Services. All certificates of insurance are to include the contract number and Project Manager’ name. (g) Additional Insured- All policies, except for Workers Compensation and Professional Liability policies, shall contain endorsements naming SANBAG and its officers, employees, agents, and volunteers as additional insureds with respect to liabilities arising out to the performance of Services hereunder. The additional insured endorsements shall not limit the scope of coverage for SANBAG to vicarious liability but shall allow coverage for SANBAG to the full extent provided by the policy. (h) Waiver of Subrogation Rights - RCTC shall require the carriers of the above required coverages to waive all rights of subrogation against SANBAG, its officers, employees, agents, volunteers, contractors, and subcontractors. All general auto liability insurance coverage provided shall not prohibit RCTC or CONSULTANT’S employees or agents from 175 C12553.docx Page 6 of 9 waiving the right of subrogation prior to a loss or claim. CONSULTANT hereby waives all rights of subrogation against SANBAG. (i) All policies required herein are to be primary and non-contributory with any insurance carried or administered by SANBAG. (j) Certificates/Insurer Rating/Cancellation Notice. (1) RCTC shall maintain and shall require its consultants to maintain such insurance from the time the Services commence until the Services are completed, except as may be otherwise required by this Section. (2) RCTC may legally self-insure, but shall require its consultants to place insurance with insurers having an A.M. Best Company rating of no less than A: VIII and licensed to do business in California. (3) RCTC and its consultants shall replace certificates, policies and endorsements for any insurance expiring prior to completion of the Services. E. Rights of SANBAG and RCTC. The Executive Directors of both SANBAG and RCTC shall have full authority to exercise their respective entity’s rights under this contract. F. Ownership of Materials/Confidentiality/Use of Data. (1) Ownership. All materials and data, including data on magnetic and electronic media, prepared by RCTC or subconsultant under this Agreement pertaining to or for the benefit of SANBAG, excluding any source code, shall become the common property of the RCTC and SANBAG. RCTC and SANBAG shall not be limited in any way in its use of such data at any time, provided that any such use not within the purposes intended by this Agreement shall be at the respective party’s sole risk and provided that the other party shall be indemnified against any damages resulting from such use, including the release of this material to third parties for a use not intended by this Agreement. Neither party to this Agreement shall sell the data or other materials prepared under this Agreement without the written permission of both parties. (2) Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other materials described in subsection (1) either created by or provided to RCTC in connection with the performance of this Agreement shall be held confidential by RCTC. Such materials shall not, without the prior written consent of SANBAG, be used by RCTC 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. Nothing furnished to RCTC that is otherwise known to RCTC or is generally known, or has become known, to the related industry shall be deemed confidential. RCTC shall not use SANBAG’s name or insignia, photographs of the project, or any publicity pertaining to the Services in any magazine, trade paper, 176 C12553.docx Page 7 of 9 newspaper, television or radio production or other similar medium without the prior written consent of SANBAG. (3) Use of Data. All data shall be provided to SANBAG in hard copy and electronic media. Data in electronic media shall be provided in a form that will allow SANBAG to use, access, and manipulate the data to prepare reports and perform other ride matching activities contemplated by this Agreement. All San Bernardino data, hard copy and electronic format, shall be provided to SANBAG within 30 days upon written notice. (4) Limitations on SANBAG Ownership Rights and Rights to Data. SANBAG’s rights under Section F(1) and (F)(3) above shall be in accordance with and subject to any limitations contained in RCTC’s agreement(s) with its subcontractors retained for the performance of the services under this Agreement. The terms of such subcontracts shall control over the terms of this Agreement. G. Independent Contractor. SANBAG retains RCTC on an independent contractor basis and RCTC and its consultants shall not be employees of SANBAG. The consultants and other personnel performing the Services under this Agreement on behalf of RCTC shall at all times be under RCTC's exclusive direction and control. RCTC shall pay all wages, salaries, and other amounts due its employees in connection with their performance of Services under this Agreement and as required by law. RCTC shall be responsible for all reports and obligations respecting such employees, including, but not limited to, social security taxes, income tax withholding, unemployment insurance, and workers' compensation insurance. H. Attorneys' Fees and Costs. If any legal action is instituted to enforce or declare any party's rights hereunder, each party, including the prevailing party, must bear its own costs and attorneys' fees. This paragraph shall not apply to those costs and attorneys' fees directly arising from any third party legal action against a party hereto and payable under Paragraph D(1), Indemnification and Insurance. I. Consent. Whenever consent or approval of any party is required under this Agreement, that party shall not unreasonably withhold nor delay such consent or approval. [Signatures on following page] 177 C12553.docx Page 8 of 9 SIGNATURE PAGE TO AGREEMENT C12553 BY AND BETWEEN SAN BERNARDINO ASSOCIATED GOVERNMENTS AND RIVERSIDE COUNTY TRANSPORTATION COMMISSION FOR IMPLEMENTATION OF SAN BERNARDINO COUNTY FISCAL YEAR 2012/2013 EMPLOYER AND COMMUTER TRIP REDUCTION/RIDESHARE PROGRAMS IN WITNESS THEREOF, THE AUTHORIZED PARTIES HAVE BELOW SIGNED AND EXECUTED THE AGREEMENT ON THE EFFECTIVE DATE: SAN BERNARDINO ASSOCIATED RIVERSIDE COUNTY GOVERNMENTS TRANSPORTATION COMMISSION ___________________________________ Larry McCallon, President John J. Benoit, Chairman APPROVED AS TO LEGAL FORM APPROVED AS TO LEGAL FORM SANBAG FOR RCTC _______________________________ _________________________________ Penny Alexander-Kelley, SANBAG Counsel Best, Best & Krieger, LLP, General Counsel CONCURRENCE: Kathleen Murphy-Perez Contracts Manager 178 C12553.docx Page 9 of 9 Attachment “A ” Scope of Work San Bernardino Employer and Commuter Assistance Programs Fiscal Year 2012-13 Inland Empire Rideshare Services Provide a variety of services to employers and commuters, who participate in trip reduction activities. Activities shall include, but not be limited to: RideGuide/survey services, employer technical assistance, promotions, RideGuide production, coordination/dissemination of surveys and resulting report analysis for target marketing, Rideshare Connection broadcast e-mails, CommuteSmart News, networking meetings and coordination with other rideshare agencies and service providers. Assist multi-site and multi-jurisdictional headquarters employers within the County as well as related worksites outside of the County. Oversee and maintain a regional website (CommuteSmart.info), IE511.org website, social media platforms, and other regional products/outreach as assigned. Respond and coordinate inquiries with SANBAG that are San Bernardino specific generated from 511, 1-800-COMMUTE, 1-866-RIDESHARE, CommuteSmart.info, as well as direct referrals. Oversee and maintain a regional database of commuters, working with the five county transportation commission’s (CTCs) throughout the region, with SANBAG owning all data and records (hard copy and electronic formats) related to San Bernardino County, subject to the limitations contained in Section F(4) of the Agreement. Market the regional Guaranteed Ride Home Program to employers in San Bernardino County. Assist in the County’s leased Park’N’Ride lot program. Operate the 511 program through phone and web services, providing enhancements, resolving issues, conducting marketing and periodic surveys. Conduct special projects and studies, as assigned, and coordinate with/inform SANBAG rideshare staff if special projects and/or studies impact the San Bernardino Rideshare Program. Related Expenses ($1,035,774): Includes labor, office expenses, marketing materials, office equipment, computer programming, telephone and other direct expenses. Goals: 1. Implementation of commuter assistance programs to approximately 380 regulated and non-regulated employer worksites in San Bernardino County, to assist in the development and implementation of trip reduction programs and for technical assistance. 2. Work with 90 employers on AVR/Transportation surveys and AVR calculations. 179 C12553.docx Page 10 of 9 3. Maintain an accurate database of 52,000 active San Bernardino County commuter registrants, resulting from completed commuter surveys at 90 San Bernardino County employers. 4. Disseminate 7,800 RideGuides to San Bernardino County commuters at 380 worksites. 5. Provide assistance to six multisite/multijurisdictional headquarters located in San Bernardino County representing 47 worksites in San Bernardino, Riverside, as well as Los Angeles and Orange counties. 6. Develop and implement three employer transportation network meetings, one promotional marketing campaign at San Bernardino employer worksites, and other events. 7. Produce and disseminate other regional marketing materials, as standalone campaigns within the Inland Empire or regional campaigns in coordination with the five CTCs. 8. Broadcast 14 Rideshare Connection e-mails to San Bernardino County employers. 9. For the two-county area, respond to 1,300 inquires/calls from commuters who work or reside in San Bernardino or Riverside counties, via 1-866-RIDESHARE, 1-800- COMMUTE, CommuteSmart.info, 511, direct referrals and other internet sources. Of these 1,300 inquiries, 325 RideGuides will be generated. In addition, 500 Inland residents will register in the database via the www.ridematch.info and the www.ie511.org website. SANBAG will be copied on responses that are specific to San Bernardino County. 10. Manage and operate the 511 system which will be available to commuters 24 hours a day, 7 days per week, 365 days per year. 11. The 511 phone system will provide assistance to 29,000 callers per month throughout the year. The system will have the capacity to handle 100,000 concurrent callers. 12. The www.ie511.org website will potentially receive 19,000 unique visitors per month. Website will be able to handle 100,000 concurrent users. 13. Continue 511 marketing/outreach and coordinating development of the marketing plan, campaign themes, surveys, studies and potential collateral materials which include San Bernardino County with SANBAG rideshare staff, before the tasks are implemented. 14. Conduct and coordinate periodic surveys with SANBAG to determine the 511 program use, effectiveness and customer satisfaction. 15. Provide website and phone enhancements/upgrades as needed. Rideshare Incentive Programs Option Rideshare offers San Bernardino County residents who commute to work, up to $2 a day (in local merchant gift cards) for each day they participate in a rideshare mode, during a three-month period. The Vanpool Incentive Program provides up to $1,800 over nine months in discounted vanpool fares. Team Ride provides ongoing ridesharers who reside in San Bernardino County a Rideshare Plus Rewards Book, with discount coupons from more than 135,000 merchants throughout the southland. RCTC to manage and operate the Incentive Programs listed above, and to coordinate and discuss with SANBAG when potential changes to San Bernardino County Incentive Programs are being considered. 180 C12553.docx Page 11 of 9 Related Expenses ($764,226): Includes labor, office expenses, marketing materials, office equipment, computer programming, telephone, direct commuter incentives (gift cards/ subsidies) and other direct expenses. Goals: 1. The Option Rideshare program will enlist 1,500 County residents, who commute to work to 145 employers in Southern California. These participants on average have a one-way commute distance of 27.59 miles and the goal is to reduce 145,000 one way vehicle trips from the roadways. 2. Team Ride registrants will consist of 7,000 members when the program is at its highest membership. Members will work at employment sites from 380 employers throughout Southern California. 181 BLANK ATTACHMENT 2 1 Riverside County Transportation Commission REGIONAL RIDEMATCH DATABASE SERVICES FY 12/13 SCOPE OF WORK – Trapeze Software Manage the regional ridematch database system and parallel school database system on behalf of and in partnership with the County Transportation Commission’s (CTC’s). Each database will be secured from tampering yet accessible to users needs with timely and accurate software. Monitor and maintain the performance of the hardware and connectivity software of the regional ridematch local area network, web facing servers, Citrix servers, ridematching website and Exchange server. Maintenance of the ridematching and school software will be coordinated with the software vendor, Trapeze, and their designated product support staff. Monitor network and server performance to ensure that quality and throughput are optimum and that system integrity is maintained. Task 1: Manage and coordinate the regional rideshare database system in partnership with the CTC’s to ensure the effective delivery of ridematching services to employers, TMA’s and commuters of the five county region. Coordinate software and database maintenance and installation of enhancements. Work with CTC staffs to identify needs or program refinements on an annual basis, including AVR Program refinements as required by the South Coast Air Quality Management District (SCAQMD) and/or Ventura County Air Pollution Control District (VCAPCD). Work with Trapeze staff to develop programs to satisfy identified needs, and to install and test them. Install periodic updates from Trapeze. Monitor the system and augment security and data access controls as needed to maintain the confidentiality of information, including an annual vulnerability and penetration test by a contractor secured by Riverside County Transportation Commission (RCTC). Task includes travel expense for three visits per year to each CTC office, if necessary, and annual license maintenance fees. Also includes the annual cost of testing for web site security against a hack attack. a. Review RidePro error logs on a daily basis, assess error messages to determine next steps, take action with the appropriate entities (i.e., internal action, CTC’s or Trapeze support staff) to secure resolution of issues. b. Install product updates and enhancements including customized programming authorized by CTC’s. Provide testing of new programs and enhancements to ensure that programs are functioning correctly and that any program compatibility issues are resolved. c. Monitor performance of the servers, routers and switches to ensure system is operating at peak performance. d. Review all security logs as they are collected via GFI. e. Report any system downtime to CTC’s. 182 2 f. Facilitate collective policy decisions relating to operational and procedural functionality of the system. g. Provide liaison between the CTC’s and the SCAQMD for maintenance and required updates to the AVR functions of the databases. h. Coordinate with CTC technical staffs regarding hardware specifications and conformity. i. Produce Monthly Rideshare Services Report of regional ridematching activity. Task 2: Maintain the address geo-coding database for translation of street addresses and intersections into geographic references for ridematching, mapping, and other geographic referential products. On a bi-annual basis include a zip code overlay in the update of the digital base maps. Zip code overlay will be purchased and implemented by Trapeze. a. Coordinate annual updates of digital base maps with CTC’s and Trapeze. b. Identify and resolve any discrepancies in digital base maps in response to geocoding anomalies. Task 3: Maintain computer software (i.e., RidePro administrative tracking) to accurately and concisely track rideshare database activities and services for reporting to CTC’s. a. Quarterly rideshare database report including website activity. Task 4: Provide technical and help desk support services to CTC staffs. Provide assistance with troubleshooting of problems related to functionality of software and/or wide area network connectivity. Provide training or instructional materials on new programs and functions within the RidePro and AVR databases to CTC staffs. a. Respond daily to on-line and telephone technical inquires and trouble reports. b. Assess source of reported problems, determine appropriate actions, and facilitate resolution by appropriate staff. c. Prepare and distribute quarterly summary of reported problems and actions taken. d. Provide “help” information as needed to all users. e. Provide liaison between CTC’s and Trapeze product support staff. 183 3 Task 5: A. Operating Equipment Maintain computer system hardware, consistent with the specifications provided by Trapeze Software and agreed to by the CTC’s, to accommodate the regional rideshare database, and the implementation and operation of the LocalArea Network. Repair or replace hardware items as needed or as recommended by the “End of Life” (EOL) cycle by the product manufacture (no longer supported). 1. Periodic hardware and software maintenance of Database Servers, Storage Area Network, two Citrix Terminal Services Servers for remote access, Web Server, Job Process Server, workstation for network administration, and various routers, firewalls and switches as needed. B. Network Connectivity Maintain the configuration of four bonded T1 lines, connection to efficiently operate the LAN/WAN. 1. Monitor and troubleshoot operation of four bonded T1 Circuits for Ridematching Website access and for access to Terminal Services Server via Citrix. 2. Monitor and troubleshoot access lines to ensure operational integrity and security. On-going analysis of capacity issues and recommendations for additions or improvements. 184 BLANK 4 Riverside County Transportation Commission REGIONAL RIDEMATCH DATABASE SERVICES FY 12/13 SCOPE OF WORK – Basetech Software Manage the regional ridematch database system on behalf of and in partnership with the County Transportation Commissions (CTCs). The system will be secured from tampering yet accessible to multiple users’ needs with timely and accurate software. Monitor and maintain the performance of the hardware and connectivity software of the regional ridematch local area network and ridematching website. Maintenance of the ridematching software and associated modules will be coordinated with the software vendor, Base Technologies, Inc. (BaseTech), and their designated product support staff. Monitor bandwidth and website load times to ensure that quality and throughput are optimum and that system integrity is maintained. Task 1: Day to Day Operations Manage and coordinate the regional rideshare database system in partnership with the CTCs to ensure the effective delivery of ridematching services to employers, TMAs and commuters of the five county region. j. Review application error logs on a daily basis, assess error messages to determine next steps, take action with the appropriate entities (i.e., internal action, CTCs or BaseTech support staff) to secure resolution of issues. k. Review all security logs as they are collected through the dedicated firewall, web server, and database logs. l. Report any scheduled or unscheduled system downtime to CTCs, troubleshoot as necessary and identify reason for downtime and estimated time to be back on line. Task 2: Upgrades, Patches, and System Administration Coordinate software and database maintenance and installation of enhancements. Work with CTC staffs to identify needs or program refinements on an annual basis, including AVR Program refinements as required by the South Coast Air Quality Management District (SCAQMD) and/or Ventura County Air Pollution Control District (VCAPCD). Work with BaseTech staff to develop programs to satisfy identified needs, and to coordinate the installation and testing of periodic updates from BaseTech on an as-needed basis. Coordinate the monitoring of the system and augmenting of security and data access controls as needed to maintain the confidentiality of information, including an annual 185 5 vulnerability and penetration test by a contractor secured by Riverside County Transportation Commission (RCTC). Task includes annual license maintenance fees. Also includes the annual cost of testing for web site security. a. Facilitate collective policy decisions relating to operational and procedural functionality of the system. b. Coordinate feedback from CTCs regarding programming functionality, programming issues and development ideas. Provide testing of new programs and enhancements as well as custom ad-hoc reporting to ensure that all program modules are functioning correctly and that any program compatibility issues are resolved. c. Provide liaison between the CTCs and the SCAQMD for maintenance and required updates to the AVR functions of the databases. d. Coordinate changes to reporting and functionality between internal staff, CTCs, SCAQMD, and selected vendors. e. Work with selected contractor to facilitate web testing for security and to monitor performance of the servers, routers and switches to ensure system is operating at peak performance. f. Perform ongoing analysis of capacity issues and recommendations for additions or improvements. Task 3: Support Roles Provide technical and help desk support services to CTC staffs. Provide assistance with troubleshooting of problems related to functionality of software. Provide training or instructional materials on new programs and functions within the Komotor rideshare web application and associated modules to CTC staffs. a. Respond daily to on-line and telephone technical inquires and trouble reports. b. Assess source of reported problems, determine appropriate actions, and facilitate resolution by appropriate staff. c. Prepare and distribute quarterly summary of reported problems and actions taken. d. Provide “help” information as needed to all users. e. Provide liaison between CTCs and BaseTech product support staff. 186 6 Task 4: Operating Equipment and Network Connectivity A. Operating Equipment Monitor server performance and bandwidth use, consistent with the specifications provided by BaseTech, to accommodate the regional rideshare database and associated modules. Rackspace, the selected server management company, will be responsible for repair or replacement of all hardware items to be handled on an as-needed basis or as recommended by the “End of Life” (EOL) cycle by the product manufacture on a 365/24/7 basis with a one hour replacement time guarantee. Rackspace will also be responsible for security patches, updates for server operating system and core system applications as well as firewalls, network switches, and load balancers. B. Network Connectivity Keycard protocols, biometric scanning prototcols and round-the-clock interior and exterior surveillance monitor access to every Rackspace data center. To provide multiple redundancies the data center housing the regional ridematch local area network is also linked to the internet through a minimum of 5-9 different internet service providers on high performance bandwidth. Rackspace will monitor and troubleshoot access lines to ensure operational integrity and security. 187 BLANK AGENDA ITEM 8L BLANK Agenda Item 8L RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects Committee Brian Cunanan, Commuter and Motorist Assistance Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Amendment to the Agreement with the California Highway Patrol to Fund Additional CHP Services WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve Agreement No. 10-45-084-02, Amendment No. 2 to Agreement No. 10-45-084-00, with the California Highway Patrol (CHP) for the addition of one-half of a full-time equivalent CHP officer position for the supervision and operation of a Freeway Service Patrol (FSP) program in Riverside County in the amount of $78,751; and 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. BACKGROUND INFORMATION: The FSP program is responsible for quickly finding and clearing congestion-causing incidents and providing direct assistance to stranded motorists, thereby maintaining optimal capacity of the highway system and increasing public safety. Acting in its capacity as the Service Authority for Freeway Emergencies (SAFE) for Riverside County, the Commission operates a FSP program in partnership with Caltrans and CHP. The Commission’s role is to contract with tow service providers and other consultants that may be necessary for the successful implementation of the program. Caltrans is responsible for the administration of funding, statewide planning, and conducting special studies to support local FSP programs. Finally, the CHP is generally responsible for individual tow operator training and supervision of the day to day FSP field operations to ensure that services provided by tow contractors are of the highest quality feasible. Caltrans allocates funds to the CHP for dedicated CHP resources to support FSP operations. 188 Agenda Item 8L The Inland CHP division, which has jurisdiction over both the SANBAG and the Commission FSP programs, applied the Caltrans FSP funding allocation to determine staffing for the two FSP programs with three full-time FSP CHP officers. Ultimately, this allocation provides the Commission’s FSP program with a full-time equivalent (FTE) of only 1.5 officers. Over the past five years, the Commission has added beats and expanded its FSP coverage area; however, the number of officers for the program has remained flat. Currently, the 1.5 FTE officer allocation supports a program that spans a large and very active coverage area of over 80 centerline miles of highway in Riverside County and provides nearly 46,000 assists to motorist each year. DISCUSSION: The CHP has supplemental agreements with various SAFEs statewide for overtime and/or additional personnel. Since 2001, the Commission has executed agreements with CHP due to the limited personnel and nature of the FSP program. In addition to field supervision during FSP operating hours (5:30 a.m. to 8:30 a.m. and 3:00 p.m. [1:00 p.m. on Fridays] to 7:00 p.m.) there are services performed between operating hours that support the program, therefore requiring CHP officers to work overtime. Below is a sample of the services performed by FSP CHP officers: In-field Supervisory Services Provided During FSP Operating Hours: (not all inclusive) • Provide in field, on scene, program supervision; • Provide “real time” decisions to incidents occurring in the field; • Enforce program rules and guidelines through in field supervision; • Conduct all investigations with regard to equipment, personnel, damage, complaints; • Inspect tow trucks on a spot check basis as needed; • Serve as a FSP liaison between agencies, such as with other CHP personnel, Caltrans, cities, counties, etc.; and • Be available to the public for FSP concerns/questions/comments/complaints. Administrative Supervisory Services Provided During Non-FSP Hours: (not all inclusive) • Conduct background checks, testing, fingerprinting, and certifications for new FSP drivers; • Prepare training class materials (binders and maps); • Conduct training classes; 189 Agenda Item 8L • Track extra truck time, fines, penalties, and certificates (driver license, DL64, medical cards, and motor carrier permits); • Prepare monthly billing; • Maintain the standard operating procedures manual; • Maintain drop point maps to include changing local regulations; • Monitor the automatic vehicle locator system, personal digital assistant (PDA) items, radios, and any other computer related FSP equipment; • Maintain required “field ready” equipment such as backup PDA items, safety vests, brochures, survey forms, and magnetic signs; • Participate in the RFP process for new vendors and beats; • Maintain driver files, records, etc. for all FSP drivers; • Track FSP driver’s tenure and performance with regard to driver recognition and rewards; • Attend various FSP related required meetings and training (Technical Advisory Committee and quarterly drivers’ meeting). The current CHP agreement, which was approved by the Commission in May 2010, was initiated for an amount not to exceed $200,295 for a term of three years covering FY 2009/10 through FY 2012/13. This agreement was subsequently amended in February 2011, to add $57,648 for incremental hours required for the I-215 South widening construction project. Accordingly, the not to exceed amount for the amended agreement for both regular and construction related FSP services shall not exceed $257,943. The 2009 Statewide FSP Staffing Analysis of CHP provided a recommendation for the Riverside and San Bernardino programs, as a whole, to add an additional CHP officer for optimal staffing levels. The addition of a fourth officer would provide each program with a total of two dedicated officers per program. This would ensure that each county could be covered with an officer on both the morning and evening shifts, instead of splitting time between the two programs. This also allows for 1) greater access for the FSP drivers to contact either officer with in-field questions, 2) coverage for officer time off, and 3) CHP to become more proactive with enforcement of the program policies and contract compliance. Staff discussed the recommendation with CHP and SANBAG and recommends amending the current CHP agreement to add $78,751 for a one-half FTE CHP officer position to implement the study’s recommendation and maintain optimal levels of CHP supervision for the FSP program for the remainder of the contract term ending June 30, 2013. The other one-half FTE CHP officer position would be funded by SANBAG through a separate agreement with CHP. The new total not to exceed amount for the CHP agreement including the addition of a one-half FTE CHP 190 Agenda Item 8L officer position shall not exceed $336,694. Staff also recommends incorporating language into the amendment to provide for flexibility in the usage of overtime hours for construction projects between fiscal years, as long as the total contract amount is not exceeded. Financial Information In Fiscal Year Budget: Yes Year: FY 2012/13 Amount: $78,751 Source of Funds: DMV User Fees Budget Adjustment: No GLA No.: 201 45 81016 Fiscal Procedures Approved: Date: 06/18/12 Attachment: Agreement No. 10-45-084-02 191 Agreement No. 10-45-084-02 CHP# 10R061002 1 AMENDMENT NO. 2 TO AGREEMENT NO. 10R061002 FUNDING AGREEMENT BETWEEN DEPARTMENT OF CALIFORNIA HIGHWAY PATROL AND RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES THIS AMENDMENT NO. 2 is made and entered into this ____day of ________, 2012, by and between the California Highway Patrol, hereinafter called CHP, and the Riverside County Transportation Commission hereinafter called RCTC, acting in its capacity as the Riverside County Service Authority for Freeway Emergencies. WHEREAS, by Agreement No. 10R061002, effective July 1, 2010, through June 30, 2013, RCTC and CHP entered into an agreement for overtime supervision and operation of a Freeway Service Patrol (FSP) program in Riverside County; and WHEREAS, RCTC desires and CHP agrees to increase the maximum expenditures for Fiscal Year 2012-2013 by $78,750.66; NOW THEREFORE, it is mutually understood and agreed by RCTC and CHP that Agreement No. 10R061002 is hereby amended in the following particulars only: Amend GENERAL PROVISIONS, Page 2 of 5, paragraph 5, to add “RCTC also agrees to reimburse the CHP for one half of a full-time officer position. For a total of $78,750.66 for Fiscal Year 2012-2013. Amend GENERAL PROVISIONS, Page 2 of 5, paragraph 6, “in no event shall the total amount exceed $257,942.76.” in lieu of insert “in no event shall the total amount exceed $336,693.42.” 192 Agreement No. 10-45-084-02 CHP# 10R061002 2 The balance of said Agreement remains unchanged. RIVERSIDE COUNTY TRANSPORTATION COMMISSION John J. Benoit, Chair Date APPROVED AS TO FORM: Best, Best & Krieger LLP General Counsel Date DEPARTMENT OF CALIFORNIA HIGHWAY PATROL T. L. Anderson, Assistant Chief Administrative Services Division Date 193 AGENDA ITEM 9 Agenda Item 9 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Brian Cunanan, Commuter and Motorist Assistance Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Motorist Assistance Program Update STAFF RECOMMENDATION: This item is for the Commission to receive an update for the Motorist Assistance program. BACKGROUND INFORMATION: In 1986, the Commission established itself as the Riverside County Service Authority for Freeway Emergencies (SAFE) after the enactment of SB 1199 in 1985. Acting in its capacity as a SAFE, the Commission is responsible for providing a motorist aid system for Riverside County. Funding for SAFE is derived from a one dollar per vehicle registration fee on vehicles registered in the county. Initially, these funds were used solely to operate a call box program. Over time, the program has expanded to include Freeway Service Patrol and Inland Empire 511 traveler information services as part of a comprehensive motorist aid system in Riverside County. A presentation with an update on these three program elements of Motorist Assistance will be provided to the Commission. 194 Motorist Assistance Update Brian Cunanan Commuter and Motorist Assistance Manager Riverside County Transportation Commission July 11, 2012 = Service Authority for Freeway Emergencies for Riverside County (1986) RC SAFE receives $1 for every vehicle registered in Riverside County to provide a motorist aid system. •Riverside County’s Motorist Assistance Program 1990’s 2000’s 2010’s •Launch Call Box Program •Launch FSP Program •Call Box Reductions •ADA Compliance •Digital Upgrade •FSP Service Expansions •Paper to Digital •Automatic Vehicle Locator •Launch IE511 Traveler Information Service •Launch Mobile Application Motorist Assistance Program Timeline •Riverside County’s Motorist Assistance Program •Call boxes provide a lifeline to motorist, especially those without cell phones or in rural areas Motorist Assistance 0 5,000 10,000 15,000 20,000 25,000 $1,450,000 $1,500,000 $1,550,000 $1,600,000 $1,650,000 $1,700,000 FY05 FY06 FY07 FY08 FY09 FY10 FY11 SAFE Revenue Total Call Box Calls # of Call Boxes 1,045 975 742 660 617 613 611 Call Box Program FY13 Budget Call Box Maintenance/Reduction $510,000 Administration Transfer Out $152,000 Operating Costs $115,000 Wages/Benefits $ 41,000 Professional & Legal Services $ 39,000 Call Box Budget $857,000 Benefit Cost Ratio Call Box Program FY13 Budget Call Box Maintenance/Reduction $510,000 Administration Transfer Out $152,000 Operating Costs $115,000 Wages/Benefits $ 41,000 Professional & Legal Services $ 39,000 Call Box Budget $857,000 SAFE Funds Funding: Call Box Program FY13 Budget Call Box Maintenance/Reduction $510,000 Administration Transfer Out $152,000 Operating Costs $115,000 Wages/Benefits $ 41,000 Professional & Legal Services $ 39,000 Call Box Budget $857,000 CASE Systems, Call Box Maintenance Services $250K (Approved June 2012) FY13 Budget Placeholders: -Prevailing wage impact -Potential call box reductions Call Box Program FY13 Budget Call Box Maintenance/Reduction $510,000 Administration Transfer Out $152,000 Operating Costs $115,000 Wages/Benefits $ 41,000 Professional & Legal Services $ 39,000 Call Box Budget $857,000 Support Administrative Management Services departments. Call Box Program FY13 Budget Call Box Maintenance/Reduction $510,000 Administration Transfer Out $152,000 Operating Costs $115,000 Wages/Benefits $ 41,000 Professional & Legal Services $ 39,000 Call Box Budget $857,000 AT&T, Access Charges $70K SANBAG , Call Answering Center Services $29K (Approved Dec 2011) CHP, Call Box Coordinator $7K Call Box Program FY13 Budget Call Box Maintenance/Reduction $510,000 Administration Transfer Out $152,000 Operating Costs $115,000 Wages/Benefits $ 41,000 Professional & Legal Services $ 39,000 Call Box Budget $857,000 Paladin, Call Box Recovery Services $10K (Approved Jun 2012) Legal Services $14K FY13 Budget Placeholders: -Call box reduction planning •Riverside County’s Motorist Assistance ProgramFreeway Service Patrol IS Motorist Assistance Benefit Cost Ratio 21 Tow Trucks 81 Miles Covered 46,000 Assists FY11 10.83 Benefit Cost Ratio •Provide a jump start •Change a flat tire •Gallon of gas •Refill radiator/ tape hoses •Tow vehicles off the freeway •Remove small debris from freeways Benefit Cost Ratio Towing $2,200,000 Operating Costs $ 205,000 Administration Transfer Out $ 175,000 Professional & Legal Services $ 57,000 Wages/Benefits $ 50,000 Brochures, Supplies, Misc $ 35,000 Baseline FSP Budget $2,722,000 Construction FSP Budget $500,000 Total FY13 FSP Budget $3,222,000 Freeway Service Patrol FY13 Budget Benefit Cost Ratio Towing $2,200,000 Operating Costs $ 205,000 Administration Transfer Out $ 175,000 Professional & Legal Services $ 57,000 Wages/Benefits $ 50,000 Brochures, Supplies, Misc $ 35,000 Baseline FSP Budget $2,722,000 Construction FSP Budget $500,000 Total FY13 FSP Budget $3,222,000 Freeway Service Patrol FY13 Budget Excess SAFE Funds Caltrans FSP Funds Construction Reimbursement Funding: Benefit Cost Ratio Towing $2,200,000 Operating Costs $ 205,000 Administration Transfer Out $ 175,000 Professional & Legal Services $ 57,000 Wages/Benefits $ 50,000 Brochures, Supplies, Misc $ 35,000 Baseline FSP Budget $2,722,000 Construction FSP Budget $500,000 Total FY13 FSP Budget $3,222,000 Freeway Service Patrol FY13 Budget Bt 1 -Pepe's Tow $296K (Approved May 2010) Bt 2 -Tri City Tow $190K (Approved May 2011) Bt 4 -Pepe's Tow $200K (Approved Oct 2011) Bt 7 -Roy and Dot's Tow $203K (Approved Oct 2011) Bt 8 -Navarro's Tow $183K (Approved Oct 2011) Bt 18 -Pepe's Tow $310K (Approved Apr 2012) Bt 19 -Pepe's Tow $206K (Approved Apr 2012) Bt 25 -Roy and Dot's Tow $299K (Approved May 2011) Bt 26 -Pepe's Tow $197K (Approved May 2010) Benefit Cost Ratio Towing $2,200,000 Operating Costs $ 205,000 Administration Transfer Out $ 175,000 Professional & Legal Services $ 57,000 Wages/Benefits $ 50,000 Brochures, Supplies, Misc $ 35,000 Baseline FSP Budget $2,722,000 Construction FSP Budget $500,000 Total FY13 FSP Budget $3,222,000 Freeway Service Patrol FY13 Budget CHP, FSP Supervision $148K (Pending Jul 2012) Lucky’s Two Way Radio, Digital Radio Services $7K (Approved Apr 2012) Webtech, Automatic Vehicle Location Services $8K Misc: Communication, Radio/PDA Equipment, DB Server Hosting and DSL, Maintenance, etc. Benefit Cost Ratio Towing $2,200,000 Operating Costs $ 205,000 Administration Transfer Out $ 175,000 Professional & Legal Services $ 57,000 Wages/Benefits $ 50,000 Brochures, Supplies, Misc $ 35,000 Baseline FSP Budget $2,722,000 Construction FSP Budget $500,000 Total FY13 FSP Budget $3,222,000 Freeway Service Patrol FY13 Budget Support Administrative Management Services departments. Benefit Cost Ratio Towing $2,200,000 Operating Costs $ 205,000 Administration Transfer Out $ 175,000 Professional & Legal Services $ 57,000 Wages/Benefits $ 50,000 Brochures, Supplies, Misc $ 35,000 Baseline FSP Budget $2,722,000 Construction FSP Budget $500,000 Total FY13 FSP Budget $3,222,000 Freeway Service Patrol FY13 Budget DKS Associates, Benefit Cost Assessment $25K (Approved May 2012) Bernard Arroyo, Motorist Assistance Consulting Services $25K (Approved Jun 2012) Benefit Cost Ratio Towing $2,200,000 Operating Costs $ 205,000 Administration Transfer Out $ 175,000 Professional & Legal Services $ 57,000 Wages/Benefits $ 50,000 Brochures, Supplies, Misc $ 35,000 Baseline FSP Budget $2,722,000 Construction FSP Budget $500,000 Total FY13 FSP Budget $3,222,000 Freeway Service Patrol FY13 Budget Caltrans, Construction Freeway Service Patrol $500K (Approved Apr 2012) •Riverside County’s Motorist Assistance ProgramInland Empire 511 IS Motorist Assistance 296K Web Visits FY11 431K Phone Calls FY11 7,700 Downloads - 5,000 10,000 15,000 20,000 25,000 30,000 35,000 Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec 2010 2011 2012Web Visits Promoting mobility with travel information •Fosters more informed travel decisions •Provides commuters with travel options Inland Empire 511 FY13 Budget Professional & Legal Services $ 643,000 Media $ 348,000 Wages/Benefits $ 85,000 Freeway Signs $ 20,000 IE511 Budget $1,096,000 Benefit Cost Ratio Inland Empire 511 FY13 Budget Benefit Cost RatioExcess SAFE Funds SANBAG Reimbursement Funding: •Costs split 50/50 with SANBAG Professional & Legal Services $ 643,000 Media $ 348,000 Wages/Benefits $ 85,000 Freeway Signs $ 20,000 IE511 Budget $1,096,000 Benefit Cost Ratio Inland Empire 511 FY13 Budget Iteris, Operations and maintenance services for the traffic map and IVR $422K Geographics, Web operations and technical consulting/programming $147K (Approved Jun 2012) Hosting services $56K Professional & Legal Services $ 643,000 Media $ 348,000 Wages/Benefits $ 85,000 Freeway Signs $ 20,000 IE511 Budget $1,096,000 Benefit Cost Ratio Inland Empire 511 FY13 Budget •Radio $67K •Online $57K •Print $119K •Television $62K Professional & Legal Services $ 643,000 Media $ 348,000 Wages/Benefits $ 85,000 Freeway Signs $ 20,000 IE511 Budget $1,096,000 Motorist Assistance Program •Prevailing Wage Decision by DIR–Assess Impact to Program •Call Box Reduction Plan •RFP for Call Box Maintenance Services •Continue Monitoring Program Performance •Digital Radio System •Increase CHP Resource •Assess and Adjust Existing Program •Explore Funding Opportunities and Program Expansion •Launch New IVR ✔ •Enhance Traffic Coverage in Coachella Valley •Mobile Application Enhancements •Continue to Grow User Base Motorist Assistance Program What’s Next SAFE Reserve Applications $6 million SAFE fund balance projected at the end of FY 2012; Future applications of this reserve may include: •Coordinate with Caltrans to investigate supplemental detection opportunities to address detection gaps in IE511 system •IE511 program enhancements (custom text messaging, mobile app) •New technology that integrates and streamlines various FSP functions (AVL, processing assists, surveys, reporting) Motorist Assistance ProgramSAFE Reserves Motorist Assistance ProgramMotorist Assistance Update Questions? AGENDA ITEM 10 Agenda Item 10 195 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Aaron Hake, Government Relations Manager THROUGH: Anne Mayer, Executive Director SUBJECT: MAP-21 Federal Legislative Update STAFF RECOMMENDATION: This item is for the Commission to receive an update on federal surface transportation authorizing legislation, “Moving Ahead for Progress in the 21st Century” (MAP-21). BACKGROUND INFORMATION: On Friday June 29, Congress approved the nation’s next surface transportation authorizing law, dubbed MAP-21. At the time this report was written, the bill was headed to President Obama’s desk for signature. MAP-21 came more than 1,000 days and nine short-term extensions after the last surface transportation law, Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU) expired in 2009. This bill’s passage is welcome news to the Commission and the transportation industry. Policy highlights of the 599-page bill include: • Significant strides to accelerate the time needed to approve transportation projects through environmental reviews; • Establishment of a national freight policy; and • Expanded, flexible credit assistance through the Transportation Infrastructure Finance and Innovation Act (TIFIA) program. California Senator Barbara Boxer, Chair of the Senate Environment and Public Works Committee, played a central role in negotiating the final bill between both the House and Senate and Democrat and Republican caucuses. In Conference Committee, the House and Senate made significant compromises from the policies in their chamber’s respective versions of the bill. The final product of the intense negotiations was made available to the public only hours before votes took place. Therefore, Commission staff and lobbyists were still analyzing the provisions of the bill at the time this report was written. A full overview of MAP-21 will be presented to the Commission by federal lobbyists Cliff Madison and Kathy Ruffalo. MAP-21 27 month legislation –through federal FY 2014 Current funding levels plus inflation Consolidate programs Project delivery streamlining, TIFIA expansion, goods movement and other policy changes Funding Levels Highway funding levels: FY 2013 -$40 billion FY 2014 -$40.6 billion Transit funding levels: FY 2013 -$10.6 billion FY 2014 -$10.7 billion Consolidation Eliminates or consolidates more than 60 programs 4 core programs National Highway Performance Program Surface Transportation Program Highway Safety Improvement Program Congestion Mitigation and Air Quality Program Project Delivery Early ROW acquisition prior to NEPA completion Expanded use of categorical exclusions Expanded NEPA delegation Resource agency deadlines for reviews and financial penalties for missing deadlines 4 year timeline to complete NEPA process for “ongoing” EIS for “complex” projects Judicial challenges under NEPA must occur within 150 days Ability to issue combined EIS and ROD TIFIA Program funding increased Current annual funding -$122 million FY 2013 -$750 million FY 2014 -$1 billion Timelines for application approval or disapproval Increase in amount of project cost covered Goods Movement Establishes goals of a national freight policy Requires DOT to design a National Freight Network Requires DOT to establish a National Freight Strategic Plan Allows DOT to increase federal share for freight projects Encourages states to develop State Freight Plans and Freight Advisory Committees Transit Highlights Bus and Bus Facilities program New Starts/Small Starts program What’s Next? Implementation –many new rules and regulations will be written to implement program and policy changes –important to remain engaged Congress will begin to hold hearings on MAP-21 and…… start to outline next bill And…….the lame duck session and/or comprehensive tax reform could impact transportation programs Lame Duck Session Items that may be on the agenda: Appropriations bills Various expiring tax cut provisions Payroll tax cuts, “doc fix”, and unemployment insurance extensions that expire Sequester Debt ceiling increase Next year –comprehensive tax reform? AGENDA ITEM 12 COMMISSIONERS REPORT Agenda Item 12 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: July 11, 2012 TO: Riverside County Transportation Commission FROM: Commissioners Daryl Busch, Greg Pettis, Ron Roberts, and Karen Spiegel SUBJECT: American Public Transportation Association Rail Conference 2012 BACKGROUND INFORMATION: The passage of Assembly Bill 1234 requires a report on trips that are made by an elected official on behalf of a public agency. The purpose of this report is to provide information on the recently-completed American Public Transportation Association (APTA) Rail Conference in Dallas TX, June 3-6, 2012. On an annual basis, the APTA Rail Conference is held to address nearly every aspect of commuter rail and rail transit. With all the recent activity in high-speed rail, positive train control (PTC), federal funding and other issues impacting the industry, this year had record attendance with over 1,400 participants. In addition, there was significant Southern California presence including board members and staff from the other partner Metrolink agencies. This conference provides a great opportunity to learn more about the industry’s latest trends and challenges to developing effective transportation alternatives. Also being in Texas, the group had the opportunity to experience the Trinity Railway Express (TRE) commuter rail service with a run to Fort Worth. ATTENDEES: Commission members Daryl Busch, Greg Pettis, Ron Roberts, and Karen Spiegel participated in the APTA Rail Conference. WORKSHOPS AND SEMINARS: There was a full assortment of workshops that directly related to Metrolink Commuter Rail operations, Safety, PTC, high-speed rail, transit oriented development, and topics that relate to the development of the Perris Valley Line. The following list provides some examples: • PTC Policy; • Major Transit Agencies Move to Driverless Operation; • Traction Power; • Rail Standards; • Analyze This! Tools for Reducing Accidents and Minimizing Hazards; 196 Agenda Item 12 • Technologies Supporting Rail Security…What Works? • How is the Rail Market Changing? • Integrating High-Speed Rail in Existing Corridors; • Streamlining Project Development in a Multimodal Environment; • Signal Systems; • Energy, Environment and Rail; • Rolling Stock Equipment: Vehicle Technology & Procurement; • Maintenance Practices for Reliability; • Cyber Security & Hacking: Should Rail Systems be Concerned? • Engaging Diverse Communities in the Planning Process; • Alternative Delivery; • PTC; and • DBE and Small Business Programs Compliance — How Are We Doing? SUMMARY: This year’s conference once again provided useful and timely information related to Metrolink and the Commission’s Commuter Rail operations. This was a particularly informative conference that started off with a Host Forum Presentation with the Chairman of APTA from Texas along with the Federal Railroad Administration and Federal Transit Administration representatives, who emphasized the need for improved rail transportation and discussed funding challenges in operations and capital improvements. There were a number of workshop and luncheon events. One such luncheon speech was titled “What's Next? Game Changers for Rail Service”, this discussion tried to forecast the value and impact of rail in the future. The closing session discussion of “The Role of the Rail System, Suppliers and Counsel in an NTSB Accident Investigation” addressed the cooperation required in the accident investigation process. In addition to these sessions, the conference provided a unique opportunity for networking and to discuss the issues related to rail service with others throughout the country. During the trade show, it was useful to learn about the new tools that vendors are using for corridor development and rail planning. Also it was encouraging to talk to others regarding PTC, safety, funding, and the challenges of providing reliable service in tough economic times. Overall, the conference was a success and provided a great opportunity to keep up with the ever changing industry trends. 197 TO: Riverside County Transportation Commission FROM: Jennifer Harmon, Office and Board Services Manager DATE: July 2 , 2012 SUBJECT: Possible Conflicts of Interest Issues – Riverside County Transportation Commission Agenda of July 11 , 2012 The July 11 , 2012 agenda of the Riverside County Transportation Commission includes items which may raise pos sible conflicts of interest. A RCTC member may not participate in any discussion or action concerning a contract or amendment if a campaign contribution of more than $250 is received in the past 12 months or 3 months following the conclusion from any entity or individual listed. Agenda Item No. 8G – Agreement With Ninyo & Moore to Manage and Implement Property Remediation Consultant(s): Ninyo & Moore 475 Goddard, Suite 200 Irvine, CA 92618 Walter R. Crone, Principal Environmental Geologist Agenda Item No. 8H – Agreement with RBF/Baker Consulting for Construction Management Services for the Construction of the State Route 74 Curve Widening Project Consultant(s): RBF/Baker Consulting Twining, Inc. 40810 County Center Drive, Suite 100 2883 E. Spring Street Temecula, CA 92591 Long Beach, CA 90806 Michael Tylman, Senior Vice President Chris Gerber, Vice President MBI Media 957 S. Village Oaks Drive Covina, CA 91724-0607 Mary McCormick, President and CEO