Loading...
HomeMy Public PortalAbout05 May 13, 2015 Commission" " " TIME/DATE: LOCATION: Riverside County Transportation Commission MEETING AGENDA 9:30 a.m. /Wednesday, May 13, 2015 BOARD ROOM County of Riverside Administrative Center 4080 Lemon Street, First Floor, Riverside &a COMMISSIONERS ~ Chair -Daryl Busch Vice Chair -Scott Matas Second Vice Chair -John F. Tavaglione Kevin Jeffries, County of Riverside John F. Tavaglione, County of Riverside Chuck Washington, County of Riverside John J. Benoit, County of Riverside Marion Ashley, County of Riverside Deborah Franklin/ Art Welch, City of Banning Brenda Knight I Jeff Fox, City of Beaumont Joseph DeConinck /Tim Wade, City of Blythe Ella Zanowic /Jim Hyatt, City of Calimesa Dawn Haggerty/ Jordan Ehrenkranz, City of Canyon Lake Greg Pettis I Shelley Kaplan, City of Cathedral City Steven Hernandez/ To Be Appointed, City of Coachella Karen Spiegel/ Eugene Montanez, City of Corona Scott Matas I Russell Betts, City of Desert Hot Springs Adam Rush I Clint Larimore, City of Eastvale Linda Krupa/ Paul Raver, City of Hemet Dana Reed I Douglas Hanson, City of Indian Wells Troy Strange I Glenn Miller, City of Indio Frank Johnston I Brian Berkson, City of Jurupa Valley Robert Radi /To Be Appointed, City of La Quinta Bob Magee/ Natasha Johnson, City of Lake Elsinore Scott Mann/ Wallace Edgerton, City of Menifee Jesse Molina I Jeffrey J. Giba, City of Moreno Valley Rick Gibbs I Jonathan Ingram, City of Murrieta Berwin Hanna I Kathy Azevedo, City of Norco Jan Harnik I Susan Marie Weber, City of Palm Desert Ginny Foat I Paul Lewin, City of Palm Springs Daryl Busch/ Rita Rogers, City of Perris Ted Weill/ To Be Appointed, City of Rancho Mirage Steve Adams/ Andy Melendrez, City of Riverside Andrew Kotyuk I Scott Miller, City of San Jacinto Michael S. Naggar /To Be Appointed, City of Temecula Ben Benoit/ Timothy Walker, City of Wildomar To Be Appointed, Governor's Appointee RECORDS Comments are welcomed by the Commission. If you wish to provide comments to the Commission, please complete and submit a Speaker Card to the Clerk of the Board. COMM-COMM-00046 Tara Byerly From: Tara Byerly Sent: To: Thursday, May 07, 2015 1:51 PM Tara Byerly Cc: Jennifer Harmon Subject: RCTC: May Commission Agenda -05.13.2015 Importance: High Good afternoon Commissioners, The May Commission Agenda for the meeting scheduled for Wednesday, May 13, 2015@ 9:30 a.m. is available. Please copy the link: http://www.rctc.org/uploads/media items/may-13-2015.original.pdf In addition, for your review is the attached conflict of interest memo and the form. Please let me know if you have any questions. Thank you. Conflict of Conflict of Interest Form.pdflnterest Memo.pdf Respectfu I ly, Tara S. Byerly Senior Administrative Assistant RCTC 4080 Lemon Street, 3rd Floor Riverside, CA 92501 (951) 787-7141 1 Tara Byerly From: Tara Byerly Sent: To: Thursday, May 07, 2015 1:57 PM Tara Byerly Subject: RCTC: May Commission Agenda -05.13.2015 Importance: High Good Afternoon Commission Alternates: The May Commission Agenda for the meeting scheduled for Wednesday, May 13, 2015 @ 9:30 a.m. is available. Please copy the link: http://www.rctc.org/uploads/media items/may-13-2015.original.pdf Respectfu I ly, Tara S. Byerly Senior Administrative Assistant RCTC 4080 Lemon Street, 3rd Floor Riverside, CA 92501 (951) 787-7141 1 Riverside County Transportation Commission TO: FROM: DATE: SUBJECT: Riverside County Transportation Commission Jennifer Harmon, Office and Board Services Manager May 6, 2015 Possible Conflicts of Interest -Riverside County Transportation Commission Agenda of May 13, 2015 The May 13, 2015 agenda of the Riverside County Transportation Commission includes items that may raise possible conflicts of interest. A Commissioner may not participate in any discussion or action concerning a contract or amendment if a campaign contribution of more than $250 is received in the past 12 months or 3 months following the conclusion from any entity or individual listed. Agenda Item No. BE -Amendments to Agreements with Trooical Plaza Nursery. Semi/la Landscape, Morning Star Sweepina. Global Pest Solutions and Universal Protection Services for the Three New Perris Valley Line Stations and the Expansion of the Perris Transit Center to the Perris Downtown Station Consultant(s): Global Pest Solutions 231 E. Alessandro Blvd., Suite A493 Riverside, CA 92508 Chenoa Morris, Secretary Morning Star Sweeping Services, Inc. P.O. Box 2051 Rancho Cucamonga, CA 91729 Mark Ruffalo, President Semi/la Landscape Corporation 3380 La Sierra Avenue, Suite 104 Riverside, CA 92503 Joshua Lara, General Manager Tropical Plaza Nursery, Inc. 9642 Santiago Blvd Villa Park, CA 92861 Leslie Fields, President RCTC Potential Conflicts of Interest May 6, 2015 Page 2 Universal Protective Service, LP 1551 W. Tustin Avenue, Suite 650 Santa Ana, CA 92705 Roger Langder, Vice President Agenda Item No. BF -Amendment to Agreement with Fibertronics for Closed Circuit Television Capital Improvements and Station Maintenance Services Consultant(s): Fibertronics, Inc. 1449 Linville Lane Colton, CA 92324 Anthony S. Ababat, CEO Agenda Item No. 10 -Agreement with HDR Engineering, Inc. for Strategic Assessment Consultant(s): HDR Engineering, Inc. 2280 Market Street, Suite 100 Riverside, CA 92501 Kip Field, Vice President Moore Methods, Inc. 1127 11th Street, Suite 1050 Sacramento, CA 95814 James N. Moore, Owner AMMA Transit Planning 393 Two Trees Road Riverside, CA 92507 Heather Menninger, Principal Fehr& Peers 3600 Lime Street, Building 2 Unit226 Riverside, CA 92501 Jason Pack, Principal Creative Infrastructure Solutions 120 N. Madison Avenue Pasadena, CA 91101 Mit Jha, Principal Parsons Brinkerhoff, Inc. One Penn Plaza New York, New York 10119 Yvonne Quinones, Vice President Katherine Padilla & Associates 440 Tamarac Drive Pasadena, CA 91105 Katherine Padilla Otanez, Owner System Metrics Group, Inc. 244 California Street, Suite 710 San Francisco, CA 94111 William S. McCullough Vice President Agenda Item No. 15 -Closed Session -Conference with Legal Counsel: Existing Litigation Property Owner(s): Ostlund Scott R. and Aleta Ostlund El Corona A/shin Etebar 2410 Wardlow Daleo Enterprises Fred and Josephine Daleo Randy Daleo and Dave Daleo RCTC Potential Conflicts of Interest May 6, 2015 Page 3 Agenda Item No. 15 -Closed Session -Conference with Legal Counsel: Existing Litigation (Continued} The Parties of: Petitioners Center for Biological Diversity, Sierra Club, San Bernardino Valley Audubon Society, Friends of the Northern San Jacinto Valley, and Friends of Riverside's Hills RIVERSIDE COUNTY TRANSPORTATION COMMISSION www.rctc.org AGENDA* *Actions may be taken on any item listed on the agenda 9:30a.m. Wednesday, May 13, 2015 BOARDROOM 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, Government Code Section 54954.2, and the Federal Transit Administration Title VI, please contact the Clerk of the Board at (951} 787-7141 if special assistance is needed to participate in a Commission meeting, including accessibility and translation services. Assistance is provided free of charge. Notification of at least 48 hours prior to the meeting time will assist staff in assuring reasonable arrangements can be made to provide assistance at the meeting. 1. CALL TO ORDER 2. 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. 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 -APRIL 8, 2015 Riverside County Transportation Commission Agenda May 13, 2015 Page 2 6. PUBLIC HEARING-PROPOSED BUDGET FOR FISCAL YEAR 2015/16 Pagel Overview This item is for the Commission to: 1) Discuss, review, and provide guidance on the proposed FY 2015/16 Budget; and 2) Open the public hearing in order to receive input and comments on the proposed FY 2015/16 Budget on May 13 and on June 10, 2015, and thereafter close the public hearing. 7. ADDITIONS I 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. SA. SINGLE SIGNATURE AUTHORITY REPORT PagelO Overview This item is for the Commission to receive and file the Single Signature Authority report for the third quarter ended March 31, 2015. SB. COMMUTER RAIL RESOLUTIONS TO OBTAIN FEDERAL AND STATE GRANT FUNDING Page22 Overview This item is for the Commission to: 1) Adopt Resolution No. 15-009, "Resolution of the Riverside County Transportation Commission to Approve the Submittal of a Project for the Fiscal Year 2014/15 Low Carbon Transit Operations Program"; 2) Adopt Resolution No. 15-010, "Resolution of the Riverside County Transportation Commission to Authorize the Filing of Applications with the Federal Transit Administration for Federal Transportation Assistance Grants under Sections 5307, 5309, and 5337 and Congestion Mitigation Air Quality for Fiscal Year 2014/15"; Riverside County Transportation Commission Agenda May 13, 2015 Page 3 3) Adopt Resolution No. 15-011, "Resolution of the Riverside County Transportation Commission to Authorize the Filing of Applications with the Federal Transit Administration for Federal Transportation Assistance Grants under Sections 5307, 5309, and 5337 and Congestion Mitigation Air Quality for Fiscal Year 2015/16"; and 4) Authorize the Executive Director or designee to submit or file requests for state and federal grant funding of operating and/or capital costs related to rail projects. SC. REQUEST FOR FEDERAL OPERATING ASSISTANCE FUNDING FOR START-UP OF PERRIS VALLEY LINE Page29 Overview This item is for the Commission to approve programming $20 million of federal Congestion Mitigation and Air Quality (CMAQ) funds for operating assistance for the start-up of the Perris Valley Line. SD. AMENDMENT TO AGREEMENT RELATED TO THE CONSTRUCTION OF THE RIVERSIDE DOWNTOWN STATION OPERATIONS CONTROL CENTER Page3l Overview This item is for the Commission to: 1) Approve an increase in the contingency for Agreement No. 14-31-149-00 with M.S. Construction Management Group for additional construction services for the Riverside Downtown Station Operations Control Center (RDNOCC) project in the amount of $250,000, plus a contingency amount of $403,389, for a total amount not to exceed $1,937,280; 2) Approve Agreement No. 14-31-075-01, Amendment No. 1 to Agreement No. 14-31-075-00, with Abacus Project Management, Inc. (Abacus) to increase the contingency for anticipated additional construction management (CM), materials testing, and construction surveying services for the RDNOCC, in the amount of $50,000, plus a contingency amount of $66,586, for a total amount not to exceed $232,448; 3) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; and 4) Authorize the Executive Director to approve contingency work as may be required for the project. Riverside County Transportation Commission Agenda May 13, 2015 Page4 SE. AMENDMENTS TO AGREEMENTS WITH TROPICAL PLAZA NURSERY, SEMILLA LANDSCAPE, MORNING STAR SWEEPING, GLOBAL PEST SOLUTIONS AND UNIVERSAL PROTECTION SERVICES FOR THE THREE NEW PERRIS VALLEY LINE STATIONS AND THE EXPANSION OF THE PERRIS TRANSIT CENTER TO THE PERRIS DOWNTOWN STATION Page34 Overview This item is for the Commission to 1) Approve Agreement No. 11-24-145-02, Amendment No. 2 to Agreement 11-24-145-00, with Tropical Plaza Nursery for maintenance services in the amount of $101,754, plus a contingency amount of $10,175, for an additional amount of $111,929, and $500,000 for drought tolerant landscaping rehabilitation, resulting in a total amount not to exceed $1,622,378; 2) Approve Agreement No. 12-24-086-01, Amendment No. 1 to Agreement 12-24-086-00, with Semilla Landscape in the amount of $102,060, plus a contingency amount of $10,206, for an additional amount of $112,266, and a total amount not to exceed $616,377; 3) Approve Agreement No. 14-24-158-01, Amendment No. 1 to Agreement 14-24-158-00, with Morning Star Sweeping in the amount of $37,080, plus a contingency amount of $3,708, for an additional amount of $40,788, and a total amount not to exceed $100,788; 4) Approve Agreement No. 11-24-046-02, Amendment No. 2 to Agreement 11-24-046-00, with Global Pest Solutions in the amount of $4,380, plus a contingency amount of $2,000, for an additional amount of $6,380, and a total amount not to exceed $21,380; 5) Approve Agreement No. 11-24-057-04, Amendment No. 4 to Agreement 11-24-057-00, with Universal Protection Services in the amount of $1,060, 723, plus a contingency amount of $106,072, for an additional amount of $1,166,795, and a total amount not to exceed $7,070,895; 6) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the amendments to the agreements, on behalf of the Commission; 7) Authorize the Executive Director, or designee, to execute task orders awarded under the terms of the agreements; and 8) Authorize the Executive Director or designee to approve contingency work up to the total not to exceed amount as required for the project. Riverside County Transportation Commission Agenda May 13, 2015 Page 5 SF. AMENDMENT TO AGREEMENT WITH FIBERTRONICS FOR CLOSED CIRCUIT TELEVISION CAPITAL IMPROVEMENTS AND STATION MAINTENANCE SERVICES Page 72 Overview This item is for the Commission to: 1) Approve Agreement No. 13-24-066-01, Amendment No. 1, to Agreement No. 13-24-066-00 with Fibertronics, Inc. (Fibertronics) for commuter rail station Closed Circuit Television (CCTV) security system installation, maintenance, and repair services at the three new Perris Valley Line stations, and capital improvements at the six existing commuter rail stations, in the amount of $79,200 for CCTV maintenance, $67,500 for repairs, and $500,000 for capital improvements, plus a contingency amount of $32,335, for an additional amount of $679,035, and a total amount not to exceed $1,293,605; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the amendment to the agreement on behalf of the Commission; 3) Authorize the Executive Director, or designee, to execute task orders awarded under the terms of the agreement; and 4) Authorize the Executive Director or designee to approve contingency work up to the total not to exceed amount as required for the project. 8G. AGREEMENTS FOR FREEWAY SERVICE PATROL TOW TRUCK SERVICE Page Bl Overview This item is for the Commission to: 1) Award Agreement No. 15-45-060-00 to Airport Mobil Towing (Airport Mobil) for Freeway Service Patrol (FSP) tow truck services on Interstate 15 Beat No. 25 for a three-year term, plus two one-year options to extend the agreement, for a total amount not to exceed $1,927,000; and 2) Award Agreement No. 15-45-061-00 to Pepe's Towing (Pepe's) for FSP tow truck services on 1-15 Beat No. 26 for a three-year term, plus two one-year options to extend the agreement, for a total amount not to exceed $1,291,000. Riverside County Transportation Commission Agenda May 13, 2015 Page 6 SH. FISCAL YEAR 2015/16 MEASURE A COMMUTER ASSISTANCE BUSPOOL SUBSIDY FUNDING CONTINUATION REQUESTS Page112 Overview This item is for the Commission to: 1) Authorize payment of $1,645/month maximum subsidy per buspool for FY 2015/16, to the existing Mira Loma, Riverside, and Riverside II buspools; and 2) Require subsidy recipients to meet monthly buspool reporting requirements as supporting documentation to receive payments. 81. STATE LEGISLATION Page118 Overview This item is for the Commission to: 1) Adopt the following positions on state legislation: a) SB 608 (Liu) -Oppose; and b) SB 516 (Fuller) -Support In Concept. 9. REPROGRAMMING OF FUNDS RELATED TO STATE ROUTE 91 HIGH OCCUPANCY VEHICLE LANE PROJECT Page122 Overview This item is for the Commission to: 1) Approve reprogramming federal Congestion Mitigation and Air Quality (CMAQ) funds in the amount of $6,197,000 and 1989 Measure A Western County highway local match in the amount of $802,900 from the State Route 91 High Occupancy Vehicle (SR-91 HOV) project right of way phase to the construction phase; and 2) Authorize the Executive Director, pursuant to legal counsel review, to execute agreements with Caltrans to reflect the reprogramming of $6,197,000 CMAQ funds and $802,900 Measure A funds from right of way to construction for the SR-91 HOV. Riverside County Transportation Commission Agenda May 13, 2015 Page 7 10. AGREEMENT WITH HOR ENGINEERING, INC. FOR STRATEGIC ASSESSMENT Pagel33 Overview This item is for the Commission to: 1) Award Agreement No. 15-65-051-00 to HOR Engineering, Inc. (HOR) for the development of a strategic assessment for a nine-month period in the amount of $600,000, plus a contingency amount of $60,000, for a total amount not to exceed $660,000; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Authorize the Executive Director or designee to approve contingency work up to the total not to exceed amount as required for these services. 11. PRINCIPLES FOR STATE TRANSPORTATION REVENUE Pagel60 Overview This item is for the Commission to: 1) Provide direction to staff on strategies for approaching state transportation revenue legislation; and 2) Adopt principles for state transportation revenue legislation. 12. AGREEMENT WITH PARSONS BRINCKERHOFF, INC. FOR COMMUTER ASSISTANCE PROGRAM ADMINISTRATION SERVICES Pagel66 Overview This item is for the Commission to: 1) Award Agreement No. 15-41-038-00 to Parsons Brinckerhoff, Inc. (PB) for Commuter Assistance Program (CAP) administration services for a two-year term, and two one- year options to extend the agreement in the amount of $8,058,460, plus a contingency amount of $402,929, for a total amount not to exceed $8,461,389; and 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. 13. ITEM{S) PULLED FROM CONSENT CALENDAR AGENDA Riverside County Transportation Commission Agenda May 13, 2015 Page8 14. 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. 15. CLOSED SESSION 15A. CONFERENCE WITH LEGAL COUNSEL: ANTICIPATED LITIGATION Initiation of Litigation Pursuant to Government Code Section 54956.9 (d)(4) Potential Number of Case(s): 1 158. CONFERENCE WITH LEGAL COUNSEL: EXISTING LITIGATION Pursuant to Government Code Section 54956.9 (d)(l) Case No(s). RIC 1311384, RIC 1312687, RIC 1313618, and the Parties of Petitioners Center for Biological Diversity, Sierra Club, San Bernardino Valley Audubon Society, Friends of the Northern San Jacinto Valley, and Friends of Riverside's Hills 16. ADJOURNMENT The next Commission meeting is scheduled to be held at 9:30 a.m., Wednesday, June 10, 2015, Board Chambers, First Floor, County Administrative Center, 4080 Lemon Street, Riverside. RIVERSIDE COUNTY TRANSPORTATION COMMISSION COMMISSIONER SIGN-IN SHEET MAY 13, 2015 NAME AGENCY E_MAIL ADDRESS . .,., RIVERSIDE COUNTY TRANSPORTATION COMMISSION County of Riverside, District I County of Riverside, District II County of Riverside, District Ill County of Riverside, District IV County of Riverside, District V City of Banning City of Beaumont City of Blythe City of Calimesa City of Canyon Lake City of Cathed ra I City City of Coachella City of Corona City of Desert Hot Springs City of Eastvale City of Hemet City of Indian Wells City of Indio City of Jurupa Valley City of La Quinta City of Lake Elsinore City of Menifee City of Moreno Valley City of Murrieta City of Norco City of Palm Desert City of Palm Springs City of Perris City of Rancho Mi rage City of Riverside City of San Jacinto City of Temecula City of Wildomar ROLL CALL MAY 13, 2015 Governor's Appointee, Caltrans District 8 Absent ,~<L\-Jruj.., q ··6~"·""· 0 LI 0 ~ 0 ~ fHLit\""'-0.... u-tU-~ ~~ 0 Lj 0 ~ 0 ~ 0 L1 0 ~ 0 LI 0 ~ 0 LI 0 ~ 0 LI 0 L1 ~ ~\ 'v R...C). °' .. ~" ",(>"\ • ;;f 0 LI 0 Anne Mayer From: Cheryl Mcclung [Cheryl.McClung@greshamsavage.com] on behalf of Kevin K. Randolph [Kevin.Randolph@GreshamSavage.com] Sent: Tuesday, May 12, 2015 6:03 PM To: Anne Mayer Cc: Subject: 'rwolfe@sanbag.ca.gov'; 'Steve.Debaun@bbklaw.com'; 'Bill Mccaughey'; Kevin K. Randolph RFP 15-41-038-00 Attachments: RCTC-01 re Protest.PDF Ms. Mayer, on behalf of Inland Transportation Services, I have attached a letter detailing ITS' objections of the staff recommendation to award the CAP contract, which is scheduled for Commission action on May 13. The submission of this letter does not waive ITS' right to follow with a formal protest within seven (7) days after any Commission action to award the contract. ITS will make hard copies of the letter available at tomorrow's Commission meeting. Sincerely, Kevin Randolph Kevin K. Randolph Shareholder Gresham Savage Nolan & Tilden, PC 550 E. Hospitality Lane, Suite 300 San Bernardino, CA 92408-4205 Office: (909) 723-1703 Ext.1703 Fax: (909) 890-9877 www.GreshamSavage.com and Confidential Communication. The information contained in this email &nd any attachments may be confidential or subject to the attorney or attorney work product doctrine. If you are not tile intended recipient of this communication. you may not use, disclose, print copy or disseminate you have received this in please notify the sender and destroy all copies of this message. Any tax mlvice contained in lhis email. includinq any &ttaclm1ents. is not intended or written to be used, and cannot be used, by you or any other recipient for the purpose of (a) avoiding penalties that m0y otherwise be imposed by the IF~S. or (b) supporting. promoting, mmketing. or recommending any to any third party Although tt1is communication. and any attached documents or files, are believed to be free of any virus or other defect, it is tile responsibility ot the recipient to ensure that it is virus and the does not accept any responsibility for any loss or damage arising in any way from its use. Security of Email. Electronic mail is sent over the public internet and rnay not be secure. Thus, we cannot guarantee the privacy or confidentiality of such information. This email has been scanned for email related threats and delivered safely by Mimecast. For more information please visit http://www.mimecast.com 1 GRESHAM SAVAGE Kevin.Randolph@GreshamSavage.com · San Bernardino Office (909) 890-4499 · fax (909) 890-9690 VIA ELECTRONIC MAIL (amayer®rctc.org) AND HAND DELIVERY Anne Mayer, Executive Director Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor P.O. Box 12008 Riverside, CA 92502-2208 RE: RFP 15-41-038-00 for Commuter Assistance Program Management Services Dear Ms. Mayer: This firm represents Inland Transportation Services ("ITS") in connection with its response to the above-referenced Request for Proposals ("RFP") for Commuter Assistance Program Management Services ("CAP") issued by the Riverside County Transportation Commission ("RCTC"). This letter constitutes ITS's objection to the award of the CAP contract to Parsons Brinkerhoff. ITS submitted a proposal to the RCTC in response to the CAP RFP. ITS reserves its rights to file a formal bid protest within seven (7) days of any Commission action awarding the CAP contract. ITS further reserves its right to file a formal bit protest under the Federal Transportation Act. ITS believes that the procurement process was seriously flawed and impermissibly biased against ITS. As we explain in more detail below, the RCTC has a legal duty to act in manner that is fair, consistent with proper procedure, and is neither arbitrary nor capricious. Ghjlotti Construction Company v. City of Richmond, 45 Cal. App. 4th 897, 903 (1996). Bias of the nature demonstrated by RCTC staff in this procurement is unacceptable in the public contracting process. As recognized by the Court in Konica Business Machines USA Inc. vs. Regents of the University of California, 206 Cal.App.3d 449, 457 (1988): "The importance of maintaining integrity in the government and the ease with which policy goals underlying the requirement for open competitive bidding may be surreptitiously undercut, mandate strict compliance with bidding requirements." The information contained in this memorandum is intended for the internal and confidential use of our client and is subject to the attorney-client privilege. \ ~ -, .\ ) : : '1 550 East Hospitality Lane, Suite 300 • San Bernardino, California 92408 ''I\ 11 ;t1:1 3750 University Avenue, Suite 250 • Riverside, California 92501 .\ ·, i I . 'i 550 West C Street, Suite 1810 •San Diego, California 92101 1 i-. : ·, I I 333 South Hope Street, 35'" Floor• Los Angeles, California 90071 GreshamSavage.com 1194-000--1625410.1 Anne Mayer, Executive Director Riverside County Transportation Commission May 12, 2015 Page2 RCT£.has..improperly-denied ITS the.right to rev.iew..certain.informationnecessary for .. ITS to document the bias of which it complains. Moreover, even when presented with evidence of this bias, RCTC also failed to take steps to thoroughly and impartially investigate ITS' objections. Specifically: • RCTC has failed to comply with Public Records Act in releasing results of the evaluation committee including not only the overall average scores, but the individual scoring sheets from the members of the evaluation committee. • RCTC personnel responsible for CAP and the review and recommendation concerning the proposals are not fair and impartial evaluators. • Protest evaluation committee is comprised of the same members as the evaluation committee, creating a conflict in the protest process. Accordingly, we respectfully request the RCTC reject the current three proposals, re- issue a new RFP, and convene a new evaluation committee that is fair and impartial. A. RCTC has not complied with the Public Records Act. ITS submitted a Public Records Act request for documents to RCTC on April 4 and 5, 2015. RCTC responded on April 8, 2015, and contended that the proposals would be available for public review once negotiations had been concluded and prior to the Commission's award of a contract, as required by California law. As of today, May 12, 2015, we have not received the proposals and they were not included in the Staff Report for the RCTC Commission hearing to be held on May 13, 2015. Therefore, we reiterate our request for the complete proposals submitted by Parsons Brinkerhoff and Steer Davies Gleave in response to the RFP. B. RCTC must provide ITS with copies of the evaluation committee scoring sheets and other information. The Evaluator Scoring Sheets (the "Scoring Sheets"), and other evaluator information are not protected from disclosure under the California Public Records Act (Gov. Code §6254(a)) or the Deliberative Process Privilege, as RCTC has claimed. 1194-000--16254!0.l Anne Mayer, Executive Director Riverside County Transportation Commission May 12, 2015 Page3 The Scoring.Sheets are .not preliminary_ drafts .or notes~subJectto nafr.disclosure._Jn~ --·------·--· Citizens for a Better Environment v. Department of Food & Agriculture,1 the Court of Appeal held that the preliminary draft exemption does not protect factual materials, but only an opinion which is recommendatory.2 After reviewing the sample evaluation package and the evaluation criteria, there is little question that the evaluator's scoring sheets are factual information and, as such, must be provided pursuant to the California Public Records Act. For example, the evaluation criteria for (1) "qualifications of the firm," and (2) "qualifications of personnel including previous experience and level of experience," and (3) "understanding the approach" are all factual information that should be released for evaluation by ITS. Finally, the public interest in disclosure outweighs RCTC' s claimed interest in withholding the records. The public interest in disclosing these records ensures the fairness of the process and theoretically might confirm that there was no discrimination and no bias in the evaluation process. ITS' experience, however, is the opposite. RCTC claims that releasing the Scoring Sheets "could compromise the future ability to obtain candid responses from evaluators which would impede the Commission's ability to gather useful information and make sound decisions related to its projects and contracts." But, RCTC has not provided any information to suggest that this conjecture may even be an issue. Moreover, the Scoring Sheets are not protected by the Deliberative Process Privilege either and must be disclosed pursuant to the Public Records Request Act. In determining whether a document is disclosable under the Deliberative Process Privilege, the California Supreme Court stated that "the key question in every case is whether the disclosure of materials would expose an agency's decision-making process in such a way as to discourage candid discussion within the agency and thereby undermine the agency's ability to perform its functions."3 Further, content of a document that is purely factual is exempt if it is "actually related to the process by 1 Citizens for A Better Environment v. Department of Food & Agriculture (1985) 171 Cal.App.3d 704. 2 Id.at 716. 3 Times Mirror Co. v. Superior Court, 53 Cal. 3d 1325, 1342, (1991) 1194-000--1625410.l Anne Mayer, Executive Director Riverside County Transportation Commission May 12, 2015 Page4 .which __ policieLare . formulated __ or inextricably inter.twined·-with. _pnlic_Y-.--making processes."4 The disclosure of the Scoring Sheets would not discourage candid discussion because the information supplied is factual information that may be easily discoverable by the general public. Additionally, the information requested on the Scoring Sheet does not discuss the opinion of the evaluator or the evaluators' thought process. It merely discusses facts relevant to the offeror' s experience and understanding of the project. Further, the act of scoring proposals does not affect policies or policy making decisions. The Scoring Sheets are merely there to weigh the proposals offered to RCTC. Thus, the Scoring Sheets are not protected from disclosure under the Deliberative Process Privilege and we reiterate ITS' request for the information. RCTC' s refusal to provide the requested information has impermissibly hindered ITS' ability to fully present its objections. These documents should and must be released prior to bid award. C. RCTC staff evaluators are not fair and impartial. ITS has a long history supporting RCTC and its CAP program. Over time, the program has evolved to address and accommodate changes that have occurred in the region and commuter assistance field. ITS worked closely with RCTC staff as RCTC worked to develop and "roll-out" its new computer based Komotor ridematching system ("Komotor"). However, ITS concerns were not met with a considered response. Rather, RCTC staff apparently perceived ITS' efforts as an affront and RCTC's Multi-Modal Director ("MMD") went to extremes in publicly demeaning and criticizing ITS. The MMD' s actions became so outrageous that ITS had to request RCTC staff member John Standiford to intervene and act as a moderator be.tween ITS and the MMD (Exhibit "A" -email dated February 16, 2015 from Bill McCaughey to John Standiford). We all understand that the development and roll-out of any new program is stressful and does not always go smoothly. As a result of the problems associated with the Komotor program, both ITS and RCTC were "under the gun" and working to get the various documents/reports to the ride-share clients. While, we understand that the MMD is in charge of the CAP program, his inappropriate behavior towards ITS ll94-000--1625410.l Anne Mayer, Executive Director Riverside County Transportation Commission May 12, 2015 Pages should have been recognized by RCTC as potential for bias towards ITS and the MMD . shouid nothave-been iilvoTvedin-th.eR:F:P evaluationprocess. - The courts have found "[v]iolations of this due process guarantee can be demonstrated not only by proof of actual bias, but also by showing a situation in which experience teaches that the probability of actual bias on part of the judge or decision maker is too high to be constitutionally tolerable." Nick v. City of Lake Forest, 232 Cal.App. 4 1h 871 at 887. The CAP procurement process, including the evaluation committee and protest committee, both under the direction of the MMD, created a situation where ITS' due process rights were violated and the only legally sufficient remedy is a new RFP process. D. RCTC review of ITS April 9 protest was biased and improper. The Staff Report to the RCTC Commission discusses the ITS protest that was submitted on April 9th. The staff report states that RCTC' s procurement officer convened a protest evaluation committee comprised of the RCTC and SANBAG evaluators, including legal counsel, and found that there was no bias against ITS. ITS has provided RCTC with documentation that illustrates beyond a reasonable argument a probability of bias on the MMD' s part and can provide more information at the appropriate time. In Nick v. City of Lake Forest, the Court found that [a]lthough administrative decision makers are ordinarily presumed to be impartial, a bias · resulting in the denial of a fair hearing may arise when an administrative agency fails to adequately separate its prosecutor and adjudicatory functions in the same proceeding." Id at 887. While recognizing that the processes at issue here are technically different, the legal deficiencies are not. By having the members of the evaluation committee also be part of the protest committee, RCTC has created a situation by which staff is acting to evaluate their own work, similar to being both the judge and jury. We submit this protest letter based on the information above and we respectfully request that RCTC reject all three proposals submitted pursuant to the RFP. RCTC ll94-000--16254l0.l Anne Mayer, Executive Director Riverside County Transportation Commission May 12, 2015 Page6 ..... shQY.ld J::e-isSY.e..tb~RFI' .imd.§9lkit.n.~.W prop()s.als_ us.ip_g.~_l}~:W. ~Y~lµatio11<=Q!!lll!itt:g_e._ ·······-----~--­ that does not involve RCTC staff have a demonstrated bias and hostility towards ITS. Sincerely, NOLAN & TILDEN, A Professional Corporation KKR:BRM cc: Dr. Raymond W. Wolfe, SANBAG Executive Director (via email [rwolfe@sanbag.ca.gov] and First Class Mail) Leslie Rogers, Regional Administrator, Federal Transit Administration, Region 9 (via facsimile [415-744-2726) and First Class Mail) Steven DeBaun, Best, Best & Krieger (via email [Steve.Debaun@bbklaw.com] and First Class Mail) 1194-000 ·-1625410.1 EXHIBIT II A" EMAIL DATED FEBRUARY 16, 2015 FROM BILL MCCAUGHEY TO JOHN STANDIFORD 1194-000--1625410.l Bill McCau To: Subject. Attachments: Hi John. STANDIFO Riverside/SB Backlog Update RIV AVR.xlsx; SB AVR.xlsx I thought it would be important for ITS to communicate to you directly regarding the produ ion o paper 1 e u1 es (RGs), electronic RGs and employer survey analysis reports (more commonly referred to as Output Reports). All San Bernardino county employer client RGs and Output reports were delivered by 1/26/15. SB clients were the first priority per RCTC's instruction. Please see the attached report for a complete breakdown of the details. This effort represented 14 employers representing 319 worksites. All Riverside county employer client RGs and Output reports were delivered by 2/9/15. This effort represented 14 employer clients representing 132 worksites. Please see the attached report for a complete breakdown of the details. Please understand this represents about six months of work that ITS was able to produce/perform in about 30 days. All staff worked 24/7 and put all other work aside in order to rise to the occasion. In Robert's 1/7 /15 email, he stated nthe problem here is that we have not been proactive in reaching out to these SB County clients. Waiting around to solve the RG problem without making any contact (with either the clients and/or SANBAG), and at least delivering the output reports is unacceptable and now we are all in trouble for it." He further states in his email "everyone involved with this work is well paid and has been taken care of .... Not being proactive in problem solving is highly disappointing." I'll email you a copy of this email John, but this is Robert's way of covering himself in writing and blaming others for his mismanagement. It would be very interesting to pull MediaBeef's contract and Scope of Work to see IF and WHEN they were to have programed RGs (both electronic and paper) as well as Output Reports. They are the only entity charged with this task. Our assignment (as always} is to test and keep pushing programming as best we can without the authority to do so. MediaBeef answers to no one except Robert and did not take direction from Brian Cunanan in Robert's absence. Robert and Media Beef were in regular contact during Robert's leave and all were aware of the lack of Komotor programming progress. It was a weekly topic of discussion amongst ITS staff and Brian Cunanan -and in meetings with Media Beef. Robert was well aware that as of his mandatory launch date of 7 /1/14, that none of these programming Items worked {RGs and Output Reports, as well as many other items). And he was well aware oftlie Komotor deficiencies and lack of progress through his 1/7 /15 email. Is it not the Project's Manager's responsibility to keep their SAN BAG partner informed? This responsibility falls directly to Robert and/or RCTC. Had we communicated these facts to SANBAG or SB employers, we would have been fired. There are numerous emails that document the above facts. Instead, ITS is blamed (in part) for RCTC's and MediaBeef's failings. This is finally what prompted my voice mail to you John in January and our subsequent meetings. l can no longer allow Robert to continue to demean ITS' reputation. As we continue our dialogue, I'd like to discuss how I can insure you are receiving correct and factual information directly from ITS. I have watched Robert destroy other company's and people's reputations -and I need your assistance in stopping this type of behavior. Thanl<s again John. Bill 1 FfnalAVR ••RG alantNome AQMDPlan Tom Papar Total Complatad/AVli Output Report •OP Rep<llt Dahery DeliYery DataRecelvtd .~Ian Type Statvs .Em~-SUrv~ .surv~vs surveys Pa~ RG eR~ TolalRG Dellvery Date, Completed ~te Dale Inland AqlaMI c:.nttr 7/30/Z014 ECllP Approved 585 0 585 585 so 19!; 241 08/05/14 12/19 1/20·111111 1/JO•Uam caunly orss. il14 lltes (21 OP repart5) 7/1/'l014 ECRP Approved 18,438 0 17,776 17,776 1,744 Ti 1,816 7/3Dtlllul/25 l/14 1/21-Uam 1/21 • Uam RG Only RG FedfJ<" fmall l/2'/15 Cltyollllalto 8/29/2014 ECRP Approved 423 0 340 340 2 42 44 '19/IJ2/14 12/19 l/ZO 1/20 Cltyoll'Gnlllll 9/1512014 ECRP Approved 532 0 508 508 1 Bi 88 Ul/l12llA 12/22 J/13·2jlm J/13·Jpm Est! 10/1/2014 ECRP Pendlna Review :Z.lllll 0 1,774 1,774 23 za!l 31Z 10/01/14 12/22 1/20-Zpm 1/20·2pm Unease l.cJBlsllcs • Hunier 9/!0IZ014 ECllP Pend/rrs R<Wlew 4ll 293 0 293 10 49 59 10/28/14 115 1/23·2pm 1/U•2pm llneap Loalstla • Fanlana 9/J0/2014 ECRP Pendlna Review 4U a&Z 0 a&2 26 3i 64 IJJ/28/14 1/5 l/23·2pm l/23·2pm Epl<MMqement 10/6(2015 ECAP/Olfset ~ 315 zza 0 228 4 16 20 10/20/14 l/S 1/19·1pm l/29·lpm Mission Foods-<Jlymplc 10/7/2015 ERC Appto\nod 541 447 0 447 54 it 71 10/20/14 l/S l/21Hl311om l/26·1130am City of Olllarlo ll/17/2014 fllS PendJna Rwlew 894 0 591 591 ll SS &a 11/18/15 12/aD 1/16 • 8:30om 1/16·8:30am Clllfor.U Institution lor Women 11/5/2014 ECRP Approved 1,tm 68J 0 &Ba 13 e6 79 11/24/14 11,/30 1/20· llam 1/ZO·llam Lama Undll University 12/9/Z014 ER5 Pendin1 Review 2.576 0 z.1199 2,D99 16 332 !48 rt1/10fl4 12/aD l/23·100111 1/23·10am The _,...., Group 10/211/l014 EClll' ·-2B7 105 27 ll2 92 all llD 12/lll/14 12/aD 1/16 1/16 IEHP 12/5/2014 ECllP Notyetsullmltled 1,087 0 885 11115 22 22.l 245 12/11/14 12/30 l/Zl·Zpm 1/2l·Zpm SANllAG 10/7/2014 RGonly n/• 15 10, J' 0 4 4 n/• 1/14 l/lS·noon l/1S·noon TOllllUMIYI 29,119 2,lll 24,595 u.na to70 1,524 '·"' • All oppolntrnent• wlll be S.t pondln& ETC -abm1y ''Assum11 _,and eltctronlc RldeGuldos and the RldeGulde boch processes are warklns accuralilly by l/lZ/15 '· AQMDPlan Total Paper S Total AnalAVR ••RG Client Name Date Recellied Plan Type PaperRG eRG TotalRG Completed/AVit OutputReport 'OP Report Delivery status Employees Suiveys e urveys Surveys Den Date completed Dellvery Date Date College of the Desert -summer 7/1/14 ECRP Approved 309 0 240 2411 8 so 58 7/10 12/19 1/28 1/28 Ross Moreno valley DIStllb. Center 7/3/14 ECRP/Offset Approved 688 0 657 657 74 79 153 8/7 12/19 2/2 2/2 calltomla Rehabllltatlon Center 7/31/14 ECRP Approved 1,156 557 0 551 8 43 51 B/21 12/19 1/26 1/26 County of Riverside • 6ti sites 7/3/14 ERS Approved 18,559 0 17,281 17,281 438 2,096 2,534 8/8 12/22 2/9 2/9 Six Batches: Walman • 60 sites 6/11, 6/23, ERS Approved 18,734 i7,663 0 17,663 0 0 0 n/• n/a n/a n/a 6/27,7/li, 7/18,8/6 Calif, School for the Deaf· Summer 8/25/14 ECRP Approved 80 0 80 so 2 23 25 9/2 12/22 1/21 1/21 Lowe's Dlslrlllutlon Center 8/27/14 ECRP Approved 696 162 72 234 47 16 63 9/11 12/23 i/23 1/23 Professional Hospltal Supply 9/18/14 ECRP Approved 926 506 251 757 189 66 255 10/7 12/30 2/3 2/3 Ross Southwest Dlstrlb. Center 10/2/14 ERS Approved 1,060 0 893 893 118 27 145 lofl 12/30 2/2 2/2 K & N Engineering 10/27/14 ECRP/Offset Approved 688 688 0 688 S4 65 119 11/6 12/30 1/22 1/22 canf. School for the Deaf· Fall 10/28/14 ECRP Approved 297 14 281 295 7 59 66 11/S 12/30 i/21 1/21 Collese of the Desert -Faff 10/30/14 ECRP Approved 807 0 492 492 5 99 104 11/5 12/22 i/28 1/28 Harvest Chrtstlan FeUowshlp 11/3/14 ECRP Approved 332 0 317 317 0 34 34 11/5 12/30 1/20 1/20 O'Reilly Auto Parts 11/11/14 ECRP Approved 417 417 0 417 15 41 56 11/19 12/30 i/16 1/16 Rlvelslde Transit Agency 11/19/14 ECRP Progrelil Received 294 210 84 294 21 41 62 12/8 l/S 2/6 2/6 AmtrakWRSD 10/21/14 RGOnly N/A 600 538 0 S3b 29 136 165 n/a 1/24 i/11 2/1 Renaissance Esmeralda & Spa 12/17/14 ECRP Plan dUe 1/15/15 475 0 363 363 48 4S 93 1/5 12/30 i/28 1/28 Total surveys 46,118 i0,755 21,011 41,i&o 1,063 2,920 3,983 • All appointments wlH be set pending ETC avallablllty ••Assumes po per and electron It: Ride Guides and the RlcleGulde bach processes are Working accurately by 1/12/15 DETACH AND SUBMIT TO THE CLERK OF THE BOARD DATE: $'/li/s CHECK IF SUBJECT OF PUBLIC COMMENTS: 0 PUBLIC COMMENTS: _£ff /Z-1 .:#-/ :< ·~~~~~~~~~~~~~~-AGENDA ITEM NO.: /'? SUBJECT OF <AsusTEDONTHEAGENDAI ""' AGENDA ITEM: l/J!~/!f~~;l"C-'r 't/1Trl ..r' fi £/-E. C'/9. ;JI(. t.. /11 C C/1-4 6" //FY PHONE NO.: f'5/-:Jf 2-ti 2 :z ~ • NAME: ADDRESS: 7 3 .s-..) /'t'_,f-6 /{.)(Jll/I /?-Ve ~I v/E'/fJll.?.C 9-<fO -STREET CITY ZIP CODE J'/!f< p,e ,,£" f REPRESENTING: _,,_,__, ,,--,, I' '"7'"Jrur<-T1}T/tJN PHONE NO.: 9J7r-..7.S .2-tf>.22.7 NAME OF AGENCY I ORGANIZATION I GROUP BUSINESS ADDRESS: [' '/~ ~ /J-J /J/'f6VL!-sTREET CITY ZIP CODE " AGENDA ITEM 5 " MINUTES " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION MINUTES Wednesday, April 8, 2015~ 1. CALL TO ORDER The Riverside County Transportation Commission was called to order by Chair Daryl Busch 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 3. 4. Commissioner Steve Adams led the Commission in a flag salute. ROLL CALL Commissioners/ Alternates Present Commissioners Absent Steve Adams Linda Krupa Berwin Hanna Marion Ashley Andrew Kotyuk Greg Pettis Ben Benoit Clint Larimore* John F. Tavaglione John J. Benoit Bob Magee David Bricker Scott Mann Daryl Busch Scott Matas Joseph DeConinck Jesse Molina Ginny Foat Michael Naggar Deborah Franklin Robert Radi Rick Gibbs Dana Reed Dawn Haggerty Karen Spiegel Jan Harnik Troy Strange Steven Hernandez Ted Weill Kevin Jeffries Chuck Washington Frank Johnston Ella Zanowic Brenda Knight *Arrived after the meeting was called to order PUBLIC COMMENTS Executive Director Anne Mayer presented Senior Office Assistant Lupe Garibay with a 10-year service award. George Hague, representing the Sierra Club, expressed gratitude to the Commission for the completed grade separation projects and strongly recommended moving forward Riverside County Transportation Commission Minutes April 8, 2015 Page 2 with the other eight grade separation projects under consideration. He referred to the RCTC Fact Sheet Transportation Funding is Going the Wrong Way and the possibility of losing $26 million annually and expressed concern as the city of Moreno Valley continually approves more warehousing with the toxic trucks that come along with it. The city of Moreno Valley is close to releasing the final environmental impact report on the World Logistics Center, which will add 20,000 daily diesel truck trips to this region. He suggested the Commission develop a plan to have these heavy truck users pay their fair share of road improvements. At this time, Commissioner Kevin Jeffries left the meeting. 5. Arnold San Miguel, Regional Affairs Officer with Southern California Association of Governments (SCAG), encouraged attendance at the SCAG Regional Conference and General Assembly on May 7-8. He announced 1) the Environmental Justice Workshop will be held on April 15 and April 23; and 2) SCAG's 2016-2040 Regional Transportation Plan/Sustainable Communities Strategy meeting interim dates are May 28~ June 2, and June 3 at various locations and times. APPROVAL OF MINUTES -JANUARY 29-30 COMMISSION WORKSHOP AND MARCH 11, 2015 M/S/C (Adams/Matas) to approve the January 29-30 Commission Workshop and March 11, 2015 minutes as submitted. Abstain: Strange 6. ADDITIONS / REVISIONS There were no additions or revisions to the agenda. 7. CONSENT CALENDAR M/S/C (Matas/ Ashley) to approve the following Consent Calendar items. 7A. CALIFORNIA PUBLIC EMPLOYEES' RETIREMENT SYSTEM AUDIT REGARDING PAY SCHEDULE REQUIREMENTS AND ADJUSTMENT OF EMPLOYER-PAID MEMBER CONTRIBUTIONS REPORTING 1) 2) Adopt Resolution No. 15-002, "Resolution of Riverside County Transportation Commission Adopting the Fiscal Year 2012/13 Publicly Available Pay Schedule as Required by Ca/PERS"; Adopt Resolution No. 15-003, "Resolution of Riverside County Transportation Commission Adopting the Fiscal Year 2013/14 Publicly Available Pay Schedule as Required by Ca/PERS"; • • • " " " Riverside County Transportation Commission Minutes April 8, 2015 Page 3 3) 4) Adopt Resolution No. 15-004, "Resolution of Riverside County Transportation Commission Adopting the Fiscal Year 2014/15 Publicly Available Pay Schedule as Required by Ca/PERS"; and Adopt Resolution No. 15-005, "Resolution of Riverside County Transportation Commission Adjusting Reporting of Employer Paid Member Contributions". 7B. QUARTERLY SALES TAX ANALYSIS Receive and file the sales tax analysis for Quarter 3 2014 (Q3 2014). 7C. AGREEMENT WITH MACIAS GINI & O'CONNELL LLP FOR AUDIT SERVICES 1) Award Agreement No. 15-19-043-00 to Macias Gini & O'Connell LLP (MGO) for audit services for a three-year term, and two one-year options to extend the agreement, in the amount of $841,000, plus a contingency 2) 3) amount of $59,000, for a total amount not to exceed $900,000; Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement, including option years, on behalf of the Commission; and Authorize the Executive Director or designee to approve contingency work up to the total not to exceed amount as required for these audit services. 7D. AGREEMENT WITH BARTEL ASSOCIATES, LLC FOR ACTUARIAL VALUATION SERVICES FOR OTHER POST EMPLOYMENT BENEFITS 1) Award Agreement No. 15-19-044-00 to Bartel Associates, LLC (Bartel) for actuarial valuation services for Other Post Employment Benefits (OPEB) for a three-year term, and two one-year options to extend the agreement, in an amount not to exceed $45,000; and 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. 7E. TRUSTEE SERVICES FOR TOLL REVENUE BONDS 1) 2) Award Agreement No. 15-19-083-00 to U.S. Bank National Association (US Bank) for trustee services related to the 2013 Toll Revenue Bonds (Toll Bonds) for the State Route 91 Corridor Improvement Project (91 Project) for a five-year term, and additional option periods in five-year increments, in the amount of $60,000, plus a contingency amount of $5,000, for a total amount not to exceed $65,000 for the initial five-year term; Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute agreement on behalf of the Commission; Riverside County Transportation Commission Minutes April 8, 2015 Page 4 3) Authorize the Executive Director or designee to approve contingency work up to the total not to exceed amount as required for the trustee services; and 4) Ratify Agreement No. 15-19-085-00, a three-party agreement among the Commission, US Bank as successor trustee, and The Bank of New York Mellon Trust Company, N.A. (BNY Mellon) as prior trustee regarding the transfer of the rights, powers, and trusts related to the Toll Bonds. 7F. APPOINTMENT OF UNDERWRITERS FOR COMMISSION FINANCINGS 1) Approve the selection of the following firms to provide underwriting services to the Commission in connection with long-term debt financings for a four-year term, and two one-year options to extend the term: a) Academy Securities, Inc. (Academy); b) Bank of America Merrill Lynch (BAML); c) Barclays Capital, Inc. (Barclays); d) Fidelity Capital Markets (Fidelity); e) Goldman Sachs & Co. (Goldman); and 2) Approve the appointments of BAML and Goldman to perform the • services of joint bookrunning senior managing underwriters, Barclays as • co-senior managing underwriter, and Academy and Fidelity as co- managing underwriters in connection with the proposed Interstate 15 Express Lanes project financing. 7G. PROJECT AND CONSTRUCTION MANAGER SERVICES FOR THE INTERSTATE 15 EXPRESS LANES PROJECT 1) Award Agreement No. 15-31-001-00 to Parsons Transportation Group, Inc. (PTG) for project and construction management (PCM) services for the Interstate 15 Express Lanes project in the amount of $50,625,807, plus a contingency amount of $4,050,065, for a total amount not to exceed $54,675,872; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Authorize the Executive Director or designee to approve contingency work up to the total not to exceed amount as required for the project. 7H. INTERSTATE 15 EXPRESS LANES PROJECT INVESTMENT GRADE TRAFFIC AND REVENUE STUDY SERVICES 1) Award Agreement No. 15-31-048-00 to Stantec Consulting Services, Inc . (Stantec) for investment grade traffic and revenue study services for the Interstate 15 Express Lanes project in the amount of$ 1.1 million, plus a contingency amount of $100,000, for a total amount not to exceed $1.2 million; • " " " Riverside County Transportation Commission Minutes April 8, 2015 Page 5 2) 3) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and Authorize the Executive Director or designee to approve contingency work up to the total not to exceed amount as required for the agreement. 71. SECURITY SERVICES AT RIGHT OF WAY PROPERTIES FOR STATE ROUTE 91 CORRIDOR IMPROVEMENT PROJECT 1) Award Agreement No. 15-31-084-00 to All Security Services for security services during construction of the State Route 91 Corridor Improvement Project (91 Project) in the amount of $100,000; and 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. 7J. 2015 WESTERN RIVERSIDE SPECIALIZED TRANSIT CALL FOR PROJECTS - MEASURE A SPECIALIZED TRANSIT GRANT AWARDS 1) 2) 3) Award Agreement No. 15-26-067-00 to Blindness Support Services, Inc. for the provision oftravel training services (Travel Training Program) in an amount not to exceed $197, 792 in Measure A Specialized Transit grant funds; Award Agreement No. 15-26-068-00 to Boys and Girls Clubs of Southwest County for the provision of directly operated transportation services (Before and After School Transportation Program) in an amount not to exceed $816,250 in Measure A Specialized Transit grant funds; Award Agreement No. 15-26-069-00 to Care-A-Van Services, Inc. for the provision of directly operated transportation services (Care-A-Van Project) in an amount not to exceed $1,236,468 in Measure A Specialized Transit grant funds; 4) Award Agreement No. 15-26-070-00 to Care Connexxus, Inc. for the provision of directly operated transportation services (Specialized Transit Project) in an amount not to exceed $781,130 in Measure A Specialized 5) 6) Transit grant funds; Award Agreement No. 15-26-071-00 to the city of Norco Parks Department for the provision of directly operated transportation services (Norco Senior Shuttle Service Program) in an amount not to exceed $180,000 in Measure A Specialized Transit grant funds; Award Agreement No. 15-26-072-00 to Community Connect for the provision of transportation information services (211 Riverside One Call/One Click Project) in an amount not to exceed $255,139 in Measure A Specialized Transit grant funds; Riverside County Transportation Commission Minutes April 8, 2015 Page 6 7) Award Agreement No. 15-26-073-00 to Community Connect for the provision of transportation pass or voucher services (Transportation Access Program) in an amount not to exceed $578,025 in Measure A Specialized Transit grant funds; 8) Award Agreement No. 15-26-074-00 to County of Riverside Department of Mental HeaJth for the provision of directly operated transportation service (Transportation Program) in an amount not to exceed $549,826 in Measure A Specialized Transit grant funds; 9) Award Agreement No. 15-26-075-00 to Forest Folk, Inc. for the provision of directly operated transportation service (ldyllwild Areas Shuttle Service) in an amount not to exceed $157,000 in Measure A Specialized Transit grant funds; 10) Award Agreement No. 15-26-076-00 to Friends of Moreno Valley Senior Center, Inc. for the provision of directly operated transportation services (Mo Van Transit Service) in an amount not to exceed $205,128 in Measure A Specialized Transit grant funds; 11) Award Agreement No. 15-26-077-00 to Independent Living Partnership 12) for the provision of mileage reimbursement to volunteer drivers (Transportation Reimbursement and Information Project -TRIP Western Riverside) in an amount not to exceed $1,270,254 in Measure A Specialized Transit grant funds; Award Agreement No. 15-26-078-00 to Inland Aids Project for the provision of directly operated transportation services (Inland Aids Project Transportation Program) in an amount not to exceed $283,930 in Measure A Specialized Transit grant funds; 13) Award Agreement No. 15-26-079-00 to Operation SafeHouse, Inc. for the provision of directly operated transportation services (Main Street Transitional Living Program) in an amount not to exceed $89,343 in Measure A Specialized Transit grant funds; 14) Award Agreement No. 15-26-080-00 to the Riverside County Regional Medical Center for the provision of directly operated transportation services (Specialized Non-Emergency Medical Transportation program) in an amount not to exceed $918,322 in Measure A Specialized Transit grant funds; 15) Award Agreement No. 15-26-081-00 to United States Veterans Initiative for the provision of directly operated transportation services (Lj.S. Vets Inland Empire Transportation Program) in an amount not to exceed $129,915 in Measure A Specialized Transit grant funds; 16) Award Agreement No. 15-26-082-00 to Voices for Children for the provision of mileage reimbursement to volunteer drivers (Volunteer • • Mileage Reimbursement Program) in an amount not to exceed $269,478 • in Measure A Specialized Transit grant funds; " " " Riverside County Transportation Commission Minutes April 8, 2015 Page 7 17) Award Agreement No. 15-26-086-00 to Riverside Transit Agency for the provision of a two-year demonstration program for Dial-A-Ride Plus in an amount not to exceed $82,000 in Measure A Specialized Transit grant funds; and 18) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements on behalf of the Commission. 7K. AMENDMENT TO COMMISSION'S RAIL PROGRAM SHORT RANGE TRANSIT PLANS 1) Amend the Commission's Commuter Rail Program's Fiscal Year 2014/15 Short Range Transit Plan (SRTP), as follows: a) Allocate $3,589,325 of FY 2014/15 Proposition lB Public Transportation Modernization, Improvement, and Service Enhancement Account (PTMISEA) funds to the Riverside County rail passenger efficiency upgrades project; b) Allocate $17,895,032 of Federal Transit Administration (FTA) Section 5307 Grant funds to the Riverside County rail passenger efficiency upgrades project; c) Allocate $11,631,985 FTA Section 5337 Grant funds to the commuter rail state of good repair project; d) Allocate $2,281,747 FTA Section 5309 Grant funds to the existing commuter rail rehabilitation project; e) Allocate $355,617 from the FY 2013/14 and $355,625 from the FY 2014/15 Proposition lB California Transit Security Grant Program -California Transit Assistance Fund (CTSGP-CTAF) funds for video surveillance system upgrades and station security equipment; and 2) Adopt Resolution Nos. 15-007 and 15-008, "Resolutions of the Riverside County Transportation Commission Appointing Individuals to Act on Behalf of the Commission for the Purpose of Applying and/or Accepting Grants Awarded to the Commission's Rail Program", related to the two CTSG P-CTAF grants. At this time, Commissioner Jeffries rejoined the meeting. Anne Mayer expressed appreciation for approving Agenda Item 7F, "Appointment of Underwriters for Commission Financings", Agenda Item 7G, "Project and Construction Manager Services for the Interstate 15 Express Lanes Project", and Agenda Item 7H, "Interstate 15 Express Lanes Project Investment Grade Traffic and Revenue Study Services", as this represents a significant milestone for the Commission on the 1-15 Express Lanes project. Riverside County Transportation Commission Minutes April 8, 2015 Page 8 8. STATE AND FEDERAL LEGISLATIVE UPDATE Aaron Hake, Government Relations Manager, presented the state and federal legislative activities, highlighting the following areas: • Affordable Housing/Sustainable Communities -Riverside County projects submitted; • SCAG regional concept applications -how this region fared; and • Commission activity and funding. Commissioner Karen Spiegel stated the Commission's relationship with San Bernardino Associated Governments (SANBAG) should be similar to Orange County related to the toll lanes project as the Commission's success is determined by its collaborative partnerships. Aaron Hake concurred and explained staff commenced discussions to ensure SAN BAG is developing its project and taking into account the Commission's financial situation so SANBAG's project is compatible with the Commission's express lanes project. • In response to Commissioner John Benoit's request for clarification that the tolled lanes • on these projects are new facilities, Anne Mayer replied 1-15 is a new facility. For 1-10, SANBAG is considering converting the existing carpool lane to a toll lane as well as adding new capacity. SANBAG proposed to do something similar on 1-10 as the Commission did on SR-91. She explained those policy discussions are underway in San Bernardino and are part of its environmental process. M/S/C (Foat/Spiegel) to: 1) Receive and file an update on state and federal legislation; 2} Adopt the following bill positions: a) AB 914 (Brown) -Support; and b) AB 1171 (Linder)-Support. Abstain: Jeffries 9. ADOPTION OF A RESOLUTION CERTIFYING THE MID COUNTY PARKWAY PROJECT ENVIRONMENTAL IMPACT REPORT, APPROVAL OF THE MID COUNTY PARKWAY PROJECT, AND APPROVAL OF AN AMENDMENT WITH JACOBS ENGINEERING GROUP, INC. At this time, Commissioners Marion Ashley, Michael Naggar, and Chuck Washington • recused themselves from Agenda Item 9 due to a conflict of interest and left the meeting. " " " Riverside County Transportation Commission Minutes April 8, 2015 Page 9 Anne Mayer explained the sequencing for Agenda Item 9 as follows: 1) staff presentation; 2) public comments; 3) the Commission will recess; and 4) the Commission will reconvene the meeting and allow for Commissioners to ask questions and for .further discussion about the item being .considered. She stated at the dais, there is a package printed on white paper, which are public comments received related to .the environmental impact report (EIR) for the Mid County Parkway (MCP) project since the agenda was printed and were distributed to the Commissioners upon receipt, prior to the Commission meeting. She explained there is another package printed on pink paper, which includes public comments received after the close of business day on April 7, as well as staff's responses to the public comments. At this time, Commissioner Clint Larimore joined the meeting and Commissioner John Benoit left the meeting. Marlin Feenstra, Project Delivery Director, presented the project approval and certification for the MCP project, highlighting the following areas: " Average annual increase in population of Riverside County -1979 to 1991: over 43,000, 1993 to 2013: almost 50,000; " " " " Planning for future growth in Riverside County; Riverside County Integrated Project (RCIP) -General Plan, Multiple Species Habitat Conservation Plan (MSHCP), and Community and Environmental Transportation Acceptability Process (CETAP); Maps depicting the four priority corridors, and the CETAP -East West Corridor; Tier 1 EIR/environmental impact study (EIS); " Public involvement; " Original MCP five build alternates from 1-15 to SR-79, original project history, recap of MCP original project draft EIR/DEIS public review period and comments received from October 2008 -January 2009; " " " " " " " " " " Key theme in public comments and Commission action in 2009; A map depicting the alternatives no longer considered and the modified alternatives; Modified project re-evaluation (2009 -2013); Summary of comments received on the revised DEIR/RDEIS (2013) and key themes in public comments; Responding to the public and major Commission actions since 2003; A map depicting Alternatives 4, 5, and 9 Modified; MCP typical section, proposed median widening, and existing and future traffic demand; Traffic benefits summary, California Environmental Quality Act (CEQA) statement of overriding considerations and project benefits; Agency agreements, approvals concurrence obtained for the final EIR/EIS; and Anticipated final actions for project approval, final EIR/EIS availability, post record of decision tasks. Riverside County Transportation Commission Minutes April 8, 2015 Page 10 George Hague stated when the Riverside County General Plan was developed, one of the main concerns was separations between cities. He explained this project will lead the valley to connect San Jacinto into Perris creating one mass urbanization. Mr. Hague expressed concern there is not a need for the proposed six lane highway and stated the Commission is being asked to damage the people who live in the city of Perris. He also expressed concern for the 400 homes and businesses being directly impacted and for the health impacts to the area, and referred to the email sent to the Commission staff that was in turn distributed to the Commissioners. He expressed his belief that a notice should have been sent to those within 1500 feet from the MCP project due to the potential health impacts. Mr. Hague stated he is hopeful the Commission will realize funds could be better spent to improve the safety of the Ramona Expressway and he stated his opposition to the MCP project. He recommended expanding the rail line between the cities of Hemet and Perris and expressed this is not as necessary for the commuter as it is for trucks and others. Tom Paulek, representing Friends of Northern San Jacinto Valley, stated his comments were previously submitted to the Commission, objecting to the MCP project. Mr. Paulek explained in reviewing the final EIR/EIS and wanting to object to the Commission's deficient analysis of the project take of endangered, threatened, and MSHCP covered species and the incorrect implementation of the California Environmental Quality Act (CEQA). He discussed the Natural Communities Conservation Planning Act for the take authorization of endangered species for the MSHCP. He requested further consideration of the MCP project be deferred pending full compliance with CEQA. Edgar Merriweather, property owner in the city of Perris, expressed concern he lost a deal to sell his property due to the MCP project. He expressed the project is only taking part of his land and asked if the Commission will pay him $800,000 as this is the amount he is losing. Mr. Merriweather requested the Commission take all of his land instead of just a portion. He requested the Commission reconsider this project and expressed his opposition to the project. At this time, Chair Busch called for a recess. [Recess from 10:31 a.m. to 10:54 a.m.] Chair Busch reconvened the meeting. Chair Busch stated the public comment period was closed, however the Commission received two additional public comments during the recess. He stated since this item is significant, the Commission will allow these speakers to make comments. • • Bernie Montolla, property owner in the city of Perris, stated he has been a resident in • the project area since 2005 and lost his job in December 2014. He asked if a committee will be created to assist property owners being relocated, especially those with poor " " " Riverside County Transportation Commission Minutes April 8, 2015 Page 11 credit. He expressed concern that he will not receive enough money to relocate his family and suggested the Commission build a new housing tract so the neighborhood can stay together. Chang Kim, property owner in the city of Perris, stated he owns commercial property at Placentia Avenue and Indiana Street and expressed his opposition to the MCP project as this project will go through his property. At this time, Chair Busch closed the public comment period. Anne Mayer explained the Commission received a number of late public comments and staff responded to a majority of those in writing, which are included in the pink package at the dais for the Commissioners. There are responses to specific matters raised in those comments that staff would like to read for the record. She requested Rob Mccann from LSA and Associates read those responses into the record to ensure these responses are included in the Administrative Record for the project. Anne Mayer introduced Mark Lancaster, the Commission's Right of Way Manager, and stated for the property owners who have questions to see Mr. Lancaster. Rob Mccann stated LSA worked with staff to provide responses to the comments the Commission received, noting there are responses to eight specific areas to be read into the record for the project. The following is a transcription of Mr. McCann's comments: " The first topic is on the issue of calculating lifecycle greenhouse gas emissions. This comment was raised on the draft EIR/EIS and responses to comments were provided in the final EIR/EIS before you today. One of the comments that was provided this week to you did identify sources of information relative to that lifecycle emissions could be calculated. We have reviewed that and found that the methodology sighted in that particular reference is not really a project level methodology, it is a statewide methodology; therefore would not be applicable to calculating lifecycle greenhouse gas emissions for this project or for any other project. " The second topic is with regards to environmental justice impacts, environmental justice with regards to affects to low income or minority populations. There is an extensive amount of analysis provided in the final EIR/EIS in Section 3.4, as well as additional information that was provided in response to public comments with regard to impacts to environmental justice communities. One of the particular citations provided in the comments this week referenced a policy paper called Moving to Equity: Addressing Inequitable Effects of Transportation Policies on Minorities. This was published in 2003. We have reviewed that and found that the focus is on federal policies that should be implemented to increase equity of transportation expenditures. It is not relevant to the MCP Final EIR because 1) the focus is on federal policies; 2) the policies the paper said they are recommendations and not actual policies that Riverside County Transportation Commission Minutes April 8, 2015 Page 12 • • • • have been adopted by a federal agency and therefore those policies would not be necessarily appropriate for RCTC to implement. The third topic that was raised is with concern with regard to haul routes in terms of the necessary material for the project. Based on the information of the EIR, the project description, there is a volume of borrowed material that will need to be imported from a location to provide fill and other material for the project. As part of the document we did provide calculations of emissions associated with the haul routes. We provided a reasonable assumption based upon the environmentally cleared borrow sites that are here is Western Riverside County. If there are any construction contractors on the Commission, you know it is important to utilize that material that is close to the project because it makes it cost effective. So we conducted that specific analysis of not only emissions associated with haul routes but also noise and traffic, and that information is provided in the EIR/EIS. The fourth item is dealing with safety concerns in terms of the concern about adding a new facility with additional lane miles that would create the potential for additional accidents. There are sources that site that in general the accident rate for freeways is one-third to one-half the accident rate on surface streets. So although this project does cause an increase in vehicle miles traveled, it will reduce traffic on surface streets where the accident rate would be higher. The project has been designed in accordance with current Caltrans highway design standards that include addressing safety. This is a standard of professional practice. I think the comment was specifically that we did not project what the number of accidents would be with the project in traffic analysis and engineering studies. We do not have the ability to forecast what might occur. We simply look at what our standard or average rates and apply that to the particular volume of traffic on the type of facility under consideration. The fifth issue of concern raised was with regard to, and Marlin mentioned it in his presentation, the realignment of a portion of the Mid County Parkway to fully avoid the San Jacinto wildlife area. The question was raised that that was not considered in the greenhouse gas construction emissions analysis. The reason that was not done is because 1) that realignment did not result in any change in the forecasted traffic volumes on the Mid County Parkway; 2} it was a shift in the alignment, it didn't expand the physical foot print of the project so therefore it's still the same amount of ground disturbance, the same amount of construction, the same duration. So therefore there was not a need to run new calculations because the results would have been the same. The sixth issue of concern that was raised was with regard to the range of alternatives considered and why a four-lane including multimodal some type of transit was not evaluated. Again, Marlin covered in his presentation going back to the early days of CETAP, the transit alternatives were considered and transit features or the ability for the project to enhance transit in terms of bus service would be provided. With regards to the idea of a combined four-lane instead of a six-lane freeway along with a multimodal transit system. In looking at the land • • • " " " Riverside County Transportation Commission Minutes April 8, 2015 Page 13 " " uses in the corridor and the density, it would not be dense enough to support what would normally be required to support a transit system. The seventh issue of concern that was raised was with regard to Marlin mentioned the Section 404 Permit required and again RCTC in collaboration with Federal Highways, Caltrans, U.S. Army Corps of Engineers, and the other federal resource agency partners undertook an extensive analytical process related to the Section 404 of the Federal Clean Water Act, part of that analysis requires that we evaluate what is called the Section 404 No Action Alternative. Can you imagine building a 16-mile project and not getting a 404 permit, what you would have to do is bridge over every drainage, every waterway, completely clear span it so that there would not be any impact water to the U.S. and therefore no requirement for a 404 permit. The concern was that that alternative was rejected solely based on costs but in fact is documented in Chapter 2 of the final EIR/EIS. That alternative was also rejected because of the additional impacts it would have. It would have 35 additional bridges, increasing seismic risk exposure to people under those bridges. It would also increase our construction at impacts in terms of short term air quality and noise effects, more bridges, more pile driving and so there are also environmental reasons that that alternative was rejected in addition to the higher costs. Finally the last item is with regard to the potential for induced truck traffic to and from the ports. This was raised as a concern in one of the comments and in looking at that when you find when you look at this project as an component it's included in the SCAG 2012 Regional Transportation Plan. When we look at the 2012 Regional Transportation Plan with the goods movement appendix provided, the goods coming to and from the ports there is a specific map in there that shows the most of the port truck activities is in fact concentrated in L.A. County. It is not destined to and from the San Jacinto Valley and so it is cited specific references to that for the record. Mr. Chair I thank you for the time and the opportunity to read this information into the record. At this time, Chair Busch called on any Commissioners that wish to speak. Commissioner Kevin Jeffries' requested clarification on the statement made during public comments that approximately 400 homes and businesses will be impacted, however, there is no mention of this in the staff report. Marlin Feenstra replied in the EIR, the number of displacements for the chosen alternative consists of 99 full residential acquisitions and 29 full non-residential acquisitions resulting in the displacement of 396 residents and 171 employees. Anne Mayer clarified the EIR does include a discussion of the type and the location, which is all disclosed in the EIR. Commissioner Jeffries expressed concern it was not disclosed to the Commissioners. Riverside County Transportation Commission Minutes April 8, 2015 Page 14 Commissioner Steve Adams requested staff make a presentation at a future Commission meeting on the 2009 Measure A Expenditure Plan for the benefit of newer Commissioners. Commissioner Andrew Kotyuk discussed the importance of the MCP project and the reasons why the Commission should move forward with the project, continue to plan ahead and affect future growth, fulfill all of the circulation elements, and improve and protect the environment, including: 1) Riverside County is part of the national goods movement corridor; 2) Riverside County is one of the fastest growing regions; 3) this project is a part of the County transportation element and study; 4) the need for a mid county route if other routes become unavailable; 5) reducing pollution; and 6) bringing jobs to the Hemet/San Jacinto Valley. He noted the western portion the MCP was removed from this scope of work, however the County is moving forward with the expansion of the Cajalco Road. The Commission also paid additional funds into MHSCP due to a shortage of funds to preserve those lands and protect endangered species. He expressed gratitude to staff for overlaying the project on existing roads such as Ramona Expressway and the County's expansion of Cajalco Road. He then discussed agriculture in the valley including water issues and the farmers' perspective. • Commissioner Linda Krupa explained Hemet is basically an agricultural and retirement • community, however, there are companies looking to locate in Hemet. Transportation is a major issue for those industries. She explained the residents in the valley also want better transportation. She expressed support for the MCP, Perris Valley Line, and SR-79 projects as these projects will help commuters who chose to work in other communities and bring the industry and economic development in to provide local jobs. Commissioner Jesse Molina expressed not opposing the MCP project, however, discussed his concern this project will isolate the city of Moreno Valley and inhibit its mobility. He asked if funds are being spent in the best possible way and is it necessary to have a six-lane highway. In response to Commissioner Jan Harnik's questions regarding the San Jacinto Wildlife Reserve and the increase in vehicle miles traveled, Marlin Feenstra replied the increase is 0.3 percent for the vehicles miles traveled in the entire Western County area in 2040 with the MCP. Rob Mccann replied the southerly portion of the project shifted about 200 feet south of its original location to completely avoid the reserve. Previously, it had impacted 3.4 acres of the reserve. Commissioner Harnik referred back to the vehicle miles traveled and stated even though it is 0.3 percent, there would be a decrease in greenhouse gases since the vehicles are moving and not idling, sitting, or stopped. • " " " Riverside County Transportation Commission Minutes April 8, 2015 Page 15 Anne Mayer explained when looking at the modeling related to a current system versus a future system, the amount of additional growth needs to be considered. If traffic volumes stayed static, a direct comparison would show less greenhouse gas emissions. However, a new facility combined with.expanded growth resuJtsjn a slight increase in greenhouse gases. Marlin Feenstra stated the greenhouse gas increase is approximately 0.38 percent. M/S/C {Gibbs/Kotyuk) to: 1) Adopt Resolution No. 15-006, "Resolution of the Riverside County Transportation Commission Certifying the Final Environmental Impact Report (SCH #2004111103}1 Adopting Findings Pursuant to the California Environmental Quality Act1 Adopting a Mitigation Monitoring and Reporting Program1 Adopting a Statement of Overriding Considerations1 and Approving the Mid County Parkway Project11 ; 2) Approve the Mid County Parkway {MCP) project to move into the phase 3) of right of way (ROW) acquisition and plans, specifications, and estimates {PS&E); Approve Agreement No. 04-31-018-09, Amendment No. 9 to Agreement No. 04-31-018, with Jacobs Engineering Group, Inc. (Jacobs) to perform Phase Ill post environmental impact report (EIR)/environmental impact statement {EIS) close-out tasks through the permitting process and provide legal assistance as requested for the MCP project for an additional amount of $1,350,693, plus a contingency amount of $135,007, for a total additional amount of $1,485,700, resulting in a total amount not to exceed $46,997,417; and 4) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission. Abstain: Strange No: Jeffries and Molina At this time, Commissioner Washington rejoined the meeting. 10. ITEM{S) PULLED FROM CONSENT CALENDAR FOR DISCUSSION There were no items pulled from the Consent Calendar. 11. COMMISSIONERS/EXECUTIVE DIRECTOR'S REPORT llA. Commissioner Scott Mann announced the groundbreaking ceremony for the Newport Road/1-215 interchange project will be held today at 3:00 p.m. Riverside County Transportation Commission Minutes April 8, 2015 Page 16 llB. Anne Mayer expressed gratitude and admiration to staff, the consultant team, and Caltrans staff for the phenomenal work on the MCP project. At this time, Commissioners Adams, Foat, Jeffries, Matas, and Caltrans District 8 Representative David Bricker left the meeting. 12. CLOSED SESSION 12A. CONFERENCE WITH LEGAL COUNSEL: EXISTING LITIGATION Pursuant to Government Code Section 54956.9 (d)(l) Case No(s). RIC 1311601, RIC 1313618, and RIC 1312363 There were no announcements from closed session items. 13. ADJOURNMENT There being no further busin~ss for consideration by the Riverside County Transportation Commission, Chair Busch adjourned the meeting at 11:41 a.m. The next Commission meeting is scheduled to be held at 9:30 a.m., Wednesday, May 13, 2015, Board Chambers, First Floor, County Administrative Center, 4080 Lemon Street, Riverside. Respectfully submitted, Jennifer Harmon Clerk of the Board • • • " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Michele Cisneros, Finance Manager/Controller THROUGH: Anne Mayer, Executive Director SUBJECT: Proposed Budget for Fiscal Year 2015/16 BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Discuss, review, and provide guidance on the proposed FY 2015/16 Budget; and 2) Open the public hearing in order to receive input and comments on the proposed FY 2015/16 Budget on May 13 and on June 10, 2015, and thereafter close the public hearing. BACKGROUND INFORMA T/ON: Staff completed the initial budget preparation process, and attached is an executive summary for the proposed FY 2015/16 Budget. The policy goals and objectives approved by the Commission on March 11 were the basis of this budget. The guiding principles and policy goals and objectives considered during the preparation of the budget relate to mobility initiatives, goods movement, improved system efficiencies, environmental stewardship, economic development, intermodalism and accessibility, and public and agency communications, as well as financial and administration policies. Staff will present highlights of significant items included in the budget and is seeking review of and input on the proposed FY 2015/16 Budget. Based on input received from Commissioners, staff will update the document, as necessary, and present the proposed budget for the opening of the public hearing and for the Commission's review on May 13. As a result of input received from the public and the Commission, staff will make any necessary changes to the budget document for final review, close of the public hearing, and adoption at its June 10 Commission meeting. The executive summary document contains a summary of all departmental budgets and summarizes the information for the Commission. The department budgets present the goals and objectives, the resources needed to accomplish the goals, and the appropriations required to accomplish the tasks. Staff also included the budgets by governmental fund type, as this table provides a summary of the budgeted revenues and expenditures from a fund perspective . Agenda Item 6 1 Preliminary funding estimates for transit operating and capital expenditures have been included in the budget, although the draft Short Range Transit Plans are still under review. An adjustment for a revised estimate of these transit expenditures may be included in the final budget document presented in June 2015. . At its June 10 Commission meeting, staff will present the entire budget document with detailed narratives. A summary of the proposed FY 2015/16 Budget is as follows: Revenues and other financing sources: Sales taxes-Measure A and Local Transportation Funds Reimbursements (federal, state, and other) Transportation Uniform Mitigation Funds, including reimbursements State Tran.sit Assistance Other revenues Interest on investments Debt proceeds Transfers in Total revenues and other financing sources Expenditures and other financing uses: Personnel salaries and fringe benefits Professional services Support services Projects and operations Capital outlay Debt service (principal and interest) Transfers out Total expenditures and other financing uses Excess (deficiency} of revenues and other financing sources over (under} expenditures and other financing uses Beginning fund balance (projected} Ending fund balance (projected} $ Attachment: Executive Summary for the Proposed FY 2015/16 Budget Agenda Item 6 2 $ FY 2015/16 Budget 253,000,000 100,846,000 12,053,800 13,372,400 235,000 2,490,300 261,277,900 140,976,800 784,252,200 9,499,800 16,301,000 7,005,200 795,109,800 3,793,500 53,919,900 140,976,800 1,026,606,000 (242,353,800) 828,225,600 585,871,800 • • • " " " Executive Summary Introduction The budget for Fiscal Year (FY) 2015/16 is presented to the Board of Commissioners (Board) and the citizens of Riverside County. The budget outlines the projects the Commission plans to undertake during the year and appropriates expenditures to accomplish these tasks. The budget also shows the funding sources and fund balances that will be used for these projects. This document will serve as the Commission's monetary guideline. To provide the reader a better understanding of the projects, staff has included descriptive information regarding each department and major projects. The discussion in each department includes a review of accomplishments, major initiatives, and key assumptions. Staff used the goals and objectives approved at the Commission meeting on March 11, 2015, to prepare this budget. In addition to the Commission's guiding principles, long-term goals, and strategic plan, the short-term factors listed below were used to guide the development of the budget. Operational " Aggressively pursue completion of the environmental, design, right of way, and construction processes on the State Route (SR) 91 project (91 Project), Interstate (I) 215 corridor improvement project; 1-15 Express Lanes project; and Perris Valley Line Metrolink extension (Perris Valley Line) included in the Western Riverside County Delivery Plan. " " " " " " " " " " " " Enhance corridor mobility and traveler choice by continuing property acquisition and construction on the SR-91 Project and continuing to develop tolled express lanes on 1-15. Provide leadership in the planning and development of the Coachella Valley/San Gorgonio Pass corridor rail service. Work closely with local jurisdictions to administer the Transportation Uniform Mitigation Fee (TUMF) Regional Arterial Program and facilitate the delivery of eligible arterial improvements in western Riverside County (Western County). Work closely with partners in the Coachella Valley to ensure the implementation of Measure A funding priorities. Complete projects and programs included in the 1989 Measure A ordinance and determine uses for any unexpended revenues. Continue the preliminary engineering and environmental mitigation for the Mid County Parkway and SR- 79 realignment projects. Work with local and regional agencies in developing resources for preservation and maintenance of the highways and regional arterials. Continue active engagement in state and federal efforts to streamline and reform the California Environmental Quality Act (CEQA) and the National Environmental Policy Act (NEPA). Consider future rail expansion opportunities including the potential for extension of the Perris Valley Line to the Hemet/San Jacinto and Temecula areas. Support innovative programs that provide transit assistance in hard to serve rural areas or for riders with special transit needs. Support cost controls and promote operating efficiency for transit operators . Maintain effective partnerships among commuters, employers, and government to increase the efficiency of our transportation system by encouraging and promoting motorized and non-motorized transportation alternatives. " Continue to provide a motorist aid system that ensures safety and convenience to freeway motorists. " Maintain an active involvement in state and federal legislative matters to ensure that the Commission receives proper consideration for transportation projects and funding. " Explore local options for sustainable funding in addressing long-term transportation and quality-of-life needs for Riverside County. " Maintain close communication with Commissioners and educate policy makers on all issues of importance to the Commission . 3 Financial • Fund administrative costs with allocations from Measure A, LTF, FSP, SAFE, and TUMF funds. • Maintain administrative program delivery costs below the policy threshold of 4% of Measure A revenues; the FY 2015/16 Management Services budget is 3% of Measure A revenues. • Maintain administrative salaries and benefits at less than 1% of Measure A revenues; the FY 2015/16 administrative salaries and benefits is .99% of Measure A revenues. • Continue to maintain prudent cash reserves to provide some level of insulation for unplanned expenditures. • Maintain current strong bond ratings with rating agencies. • Move forward on Measure A projects for highways and regional arterials using sales tax revenues, TUMF revenues, and state and federal funding as well as financing alternatives such as commercial paper, sales tax revenue bonds, toll revenue bonds, and federal loans. • Establish and maintain reserves for toll operations, capital improvements, and debt service in accordance with toll supported debt agreements. • Conduct enhanced outreach to businesses and contractors located in Riverside County regarding opportunities to provide competitive and qualified goods and/or services to the Commission. • Leverage and protect past Measure A investments in rail with state and federal funding for additional rail improvements, including the Perris Valley Line. • Maintain the enterprise resource planning (ERP) system to integrate project accounting needs and improve accounting efficiency. Budget Overview Total sources (Table 1) are budgeted at $784,252,200 which is an increase of less than 1% over FY 2014/15 projected sources and a 33% decrease over the FY 2014/15 revised budget. Total sources are comprised of revenues of $381,997,500, transfers in of $140,976,800, and debt proceeds of $261,277,900. The projected fund balance at June 30, 2015 available for expenditures (excluding reserves for debt service of $112,811,300 and advances receivable of $32,014,100) is $683,400,200. Accordingly, total funding available for the FY 2015/16 budget totals $1,467,652,400. Table 1-Sources FY 2014-2016 LTF Sales Tax STA Sales Tax Intergovernmental TUMF Revenue Other Revenue Investment Income Transfers In Debt Proceeds TOTAL Sources $ 14,409,400 122,486, 700 11,284,400 1,282,500 9,979,900 481,987, 700 636,421,300 1,511,751,900 2% 12,944,700 427,700 3% 182,176,300 (81,330,300) -45% 12,154,600 (100,800) -1% 714,100 (479,100) -67% 2,450,900 39,400 2% 526,661,100 (385,684,300) -73% 191,600,000 69,677,900 36% 1,177,201, 700 (392,949,500) -33% Riverside County has specific competitive advantages over nearby coastal counties (Los Angeles, Orange and San Diego) including housing that was (and remains) more available and affordable and plentiful commercial real estate and land available for development at lower costs. Prior to the national recession, Riverside County's economy thrived, reflecting the area's competitive advantages over its neighboring counties, largely as a result of the County's continuing ability to draw jobs, residents, and affordable housing away from the Los Angeles, Orange, and San Diego county areas. As a result, the County's employment and commercial base diversified and the County's share of the regional economy increased. During the nationwide recession, the County experienced high unemployment; reduced personal income, taxable sales, and residential building permits; a decrease in the rate of home sales and the median price of single-family residences; and high rates of notices of default on mortgage loans secured by single-family residences. The impact of the recession was amplified in the Inland Empire (i.e., Riverside and San Bernardino counties) due to its relatively greater growth and the relatively lower average income levels when compared to coastal areas. These 4 • • • " " " factors resulted in fluctuating Measure A and LTF sales tax revenues and TUMF fees; however, as noted on Chart 1 the sales tax revenues have stabilized following the recession. Chart 1-Commission Sources Trend $700,000,000 ~--- $600,000,000 . $500,000,000 $300,000,000 $200,000,000 $100,000,000 +------ FY 11/12 FY 12/13 FY 13/14 FY 14/15 FY 15/16 -+-Measure A Sales Tax ....... LTF Sales Tax _.,..STA Sales Tax ""�*"" TUMF -*"'"'Federal, State, Local Revenues ..,..._Transfers In -+-Debt Proceeds While recovery from the nationwide recession in the local Inland Empire economy has lagged the nation and other areas of California, the local economy is experiencing significant improvement. Sales tax revenues have rebounded from the recent economic downturn's low point in 2010. The Commission's Measure A and LTF sales tax revenues for FY 2014/15 are projected to exceed their highest annual level that was reached in FY 2005/06. The Commission's economic outlook for FY 2015/16 continues to be cautiously optimistic; however, the state and federal budget issues continue to affect funding of the Commission's capital projects and programs. Ongoing problems with funding of the Federal Highway Trust Fund could cause delays in receipt of federal funding. Should Measure A and LTF sales tax revenues fluctuate and the availability of federal and state revenues continue to be uncertain, the timing and scope of the Commission's projects and programs may be impacted. While the Commission's primary revenues are the Measure A and LTF sales taxes, other revenues and financing sources are required to fund the Commission's programs and projects as illustrated in Chart 2. Chart 2 -Sources: Major Categories STA Sales Tax 2% Intergovernmental 13% / TUMF Revenue 2% Investment Income 0% Other Revenue 0% The State Board of Equalization (SBOE) recently provided to cities and other agencies its projections that statewide taxable sales over the next fiscal year will increase 5.7%. However, given the tenuous local economy, the 5 Commission is not basing its estimate of revenues solely on the SBOE's projection and will continue its conservative projection practices. After taking the state of the local economy and recent revenue trends into consideration, staff projects Measure A sales tax revenues of $170,000,000 for FY 2015/16. This is a 2% increase from the FY 2014/15 revised projection of $167,000,000. At midyear the Commission will reassess sales tax revenue projections based on the economy and revenue trends. On behalf of the County, the Commission administers the LTF for public transportation needs, local streets and roads, and bicycle and pedestrian facilities. The majority of LTF funding received by the County and available for allocation is distributed to all public transit operators in the County, and the Commission receives allocations for administration, planning, and programming in addition to funding for Western County rail operations included in the commuter rail Short Range Transit Plan (SRTP). The LTF sales tax revenue received from the State is budgeted at $83,000,000; an increase of 2% from the FY 2014/15 revised projection of $81,500,000. STA funds generated from the statewide sales tax on motor vehicle fuel are allocated by formula by the State Controller to the Commission for allocations to the County's public transit operators. The STA transit allocation, which is based on recent State estimates, for FY 2015/16 is $13,372,400. Intergovernmental revenues include reimbursement revenues from federal sources of $46,890,300, state sources of $49,500,500, and local agencies of $4,455,200 for highway and rail capital projects, rail operations and station maintenance, commuter assistance, and motorist assistance programs as well as planning and programming activities. The significant decrease of 45% in FY 2015/16 compared to the FY 2014/15 revised budget is due to near completion of several projects including the Perris Valley Line and 1-215 corridor improvement projects. Reimbursement revenues vary from year to year depending on project activities and funding levels. As a result of an amended Memorandum of Understanding (MOU) with the Western Riverside Council of Governments (WRCOG), the Commission will receive 48.7% of TUMF revenues (as updated by the most recent Nexus study). TUMF represents fees assessed on new residential and commercial development in Western County . FY 2015/16 TUMF fees are projected at $12,000,000 and are comparable to the FY 2014/15 revised projection of $12,000,000 and reflect the slow but encouraging signs in the housing market in the Inland Empire. Additional TUMF zone reimbursements of $53,800 are expected for the 74/215 interchange project. Other revenue of $235,000 is projected to decrease 67% from the prior year's budget of $714,100 and is related to property management revenues from properties acquired in connection with the SR-91 Project. Investment income in FY2015/16 is anticipated to remain flat compared to the FY 2014/15 budget. Staff continues to actively manage its resources and make appropriate investments to maximize the return to the Commission without sacrificing security and affecting short-term cash requirements. Transfers in of $140,976,800 relate primarily to the transfer of available debt proceeds for highway projects; LTF funding for general administration, planning and programming, rail operations and station maintenance, and grade separation project allocations; approved interfund allocations for specific projects; and debt service requirements from highway, regional arterial, and local streets and roads projects. Debt proceeds consist of draw downs of $261,277,900 from the federal Transportation Infrastructure Finance and Innovation Act (TIFIA) loan related to the 91 Project. Total uses (Table 2), including transfers out of $140,976,800, are budgeted at $1,026,606,000, a decrease of 34% from the prior year budget amount of $1,560,710,300. Program expenditures and transfers out totaling $954,664,600 represent 93% of total budgeted uses in FY 2015/16. Program costs have decreased by 36% from $1,491,631,200 in FY 2014/15 due to significant completion of several projects identified below. 6 • • • " " Note: Management Services includes Executive Management, Administration, Legislative Affairs and Communications, and Finance. Capital highway, rail, and regional arterials budgeted uses of $730,115,000 are 43% lower compared to the FY 2014/15 budget due to decreased operating transfers out of debt proceeds from capital projects funds to special revenue funds to finance 2009 Measure A Western County highway projects costs and significant completion of the 60/215 East Junction high occupancy vehicle (HOV) lane connectors, SR-74 curve widening project, 1-215 corridor improvement project, and Perris Valley Line project. Local streets and roads expenditures of $50,679,000 reflect an increase of 2% over the FY 2014/15 budget and represent the disbursements to local jurisdictions for the construction, repair, and maintenance of local streets and roads. Debt Service of $53,919,900 has decreased 1% and is comparable to the FY 2014/15 revised budget. Commuter Assistance budgeted expenditures of $3,846,800 are 11% higher than FY 2014/15 budget due to increased expenditures related to new program administration and management structure, rideshare enhancements, and special incentive projects. Management Services expenditures have increased 25% or $3,638,600 from the FY 2014/15 budget due to information technology equipment upgrades, preparation for toll operations, and administration support. Motorist Assistance expenditures have increased 16% or $893,100 from the FY 2014/15 budget as a result of call box hardware upgrades and increased FSP construction service. Planning and Programming budgeted expenditures of $6,614,400 reflect a 4% increase from the FY 2014/15 budget due to increased projects and operations activities in connection with LTF disbursements for planning and programming and grade separation projects. Public and Specialized Transit budgeted expenditures of $130,614,500 are 4% lower than FY 2014/15 budget due to decreased transit capital expenditures for public transit. The 46% increase in Rail Maintenance and Operation's budgeted expenditures of $26,318,000 is primarily due to commencement of Perris Valley Line operations and additional consultant work needed to perform planning and modeling for rail projects including the Coachella Valley/San Gorgonio Pass corridor rail service. Total uses included in the FY 2015/16 budget by major categories are illustrated in Chart 3 . 7 Chart 3 -Uses: Major Categories Public and Specialized Transit Planning and 13% Motorist Assistance 1% Services 1% 2% Debt Service Commuter Assistance ()",4; 5% and Roads 5% Commission Personnel Rail Maintenance and Operations 2% The Commission's salary and benefits total $9,499,800 for FY 2015/16. This represents an increase of $1,169,500 or 14% over the FY 2014/15 revised budget of $8,330,300 (Chart 4). The increase relates to a 2% cost of living adjustment to offset the employees' contribution for their share of normal pension costs; a 4% pool for merit- based salary increases; an increase in the California Public Employees' Retirement System (CalPERS) employer contribution rate and dental, vision, and workers' compensation premiums; and an increase of three full-time equivalents (FTE) to include a new Toll Senior Staff Analyst, Toll Technology Manager, and Toll Operations Manager in preparation for toll operations that will commence in 2017. The Commission's salary schedule for FY 2015/16 is included in Appendix B and complies with Government Code §20636 "Compensation Earnable" and California Code of Register §570.5, "Requirements for a Publicly Available Pay Schedule". Beginning with FY 2013/14, the Commission implemented a phased approach over a three-year period requiring employees to pay their share of normal pension costs. The previous employer-paid member contribution by the Commission has been eliminated in FY 2015/16. Chart 4 -Salary and Benefits Costs: Five-Year Comparison $10,000,000 $9,000,000 $8,000,000 $7,000,000 $6,000,000 $5,000,000 $4,000,000 $3,000,000 $2,000,000 $1,000,000 $- FY 11/12 FY 12/13 FY13/14 FY 14/15 FY 15/16 The FY 2015/16 FTE of 49 positions is higher compared to the FY 2014/15 level of 46 FTE (Table 3) as the Commission prepares for significant organization changes that include large transportation capital projects resulting in toll operations and the investment of billions of dollars requiring substantial attention at many staff levels. Management continues to be firmly committed to the intent of the Commission's enabling legislation that 8 • • • " " " called for a small staff. Staff will continue to be provided the tools needed to ensure an efficient and productive work environment. However, it must be recognized that small is not viewed in an absolute context; it is relative to the required tasks to be performed and the demands to be met. Administration 5.2 Legislative Affairs and Communications 2.2 2.2 Finance 7.1 7.0 Planning and Programming 5.9 5.1 Rail Maintenance and Operations 3.1 3.9 Public and Specialized Transit 2.4 2.4 Commuter Assistance 1.7 1.6 Motorist Assistance 0.9 1.2 Capital Project Development and Delivery 15.1 17.0 TOTAL 44.0 46.0 The Commission provides a comprehensive package of benefits to all permanent, salaried employees. The package includes: health, dental, vision, and life insurance, short and long-term disability, workers' compensation, tuition assistance, sick and vacation leave, retirement benefits in the form of participation in CalPERS, postretirement health care, deferred compensation, and employee assistance program. The compensation components are shown in Chart 5. Chart 5 -Personnel Salary and Benefits Other Fringes Department Initiatives The preparation of each department's budget was based on key assumptions, accomplishments in FY 2014/15, major initiatives for FY 2015/16, and department goals and related objectives. Following are the key initiatives and summary of expenditures for each department (Tables 4 through 13). Executive Management " Continue project development and delivery as the key Measure A priority. " Continue construction on Riverside County's largest transportation project, the 91 Project. " Complete preliminary engineering on the 1-15 Express Lanes project . " Advance public transit with the completion of the Perris Valley Line. 9 " Continue planning efforts to advance passenger rail service in the Coachella Valley/San Gorgonio Pass corridor. " Advocate for state investments in transportation and approval of a federal transportation bill to fund needed transportation priorities in the County and stimulate the local economy. " Initiate a Riverside County Transportation Plan for use in establishing integrated transportation visions and priorities. " Maintain regional cooperation and collaboration as a significant effort consistent with the philosophy and mission of the Commission. " Enhance external communications with media, business and civic groups, and the community. " Maintain an effective mid-sized transportation agency with a small and dedicated staff. Table 4 -Executive Management Professional 117,100 97,500 37% Support 42,600 72,500 14,600 20% TOTAL $ 305,300 474,600 $ 67,900 14% Administration " Provide high quality support services to the Commission and to internal and external customers. " Continue to enhance the electronic records management system. " Continue to provide timely communications to Commissioners with continued emphasis on the utilization of electronic mail. " Continue to update technology to streamline processes and provide easier access to Commission records. " Support and develop a motivated workforce with a framework of activities and practices that comply with employment laws and regulations. Table 5 -Administration Professional Support Capital Outlay Debt Service TOTAL 148,900 599,100 19,200 22,900 1,363,500 Legislative Affairs and Communications $ 85,500 24% 749,900 (3,200) 0% Sfi5,000 (410,000) -70% N/A 2,304,500 $ (316,700) -14% " Continue efforts to protect and seek greater state and federal investment in transportation infrastructure and goods movement. " Develop effective partnerships with transportation providers to communicate a unified message to Congress regarding mobility needs. " Advocate positions in the State Legislature and in Congress that advance the County's transportation interests. " Continue a leadership role in formulating a countywide direction on federal transportation policies. " Take a leadership role on the modernization of CEQA. " Engage in essential legislative negotiations to stabilize and increase transportation funding. " Seek an active role in ensuring the development of a road charge pilot program addressing the needs and concerns of Riverside County residents and businesses. " Coordinate with Self-Help Counties Coalition on legislation that would streamline statewide tolling policy. " Continue to develop a broad public information program regarding the Commission's responsibilities and accomplishments through a variety of media formats and presentation opportunities including expanding the use of social media and other emerging technologies. " Continue to place an emphasis on providing proactive public communications support related to major project development efforts. " Conduct a concerted outreach effort to new federal and state representatives on local transportation issues. 10 " " " " " " " Provide new Commissioner-orientation meetings and other continuing education opportunities for Commissioners. Table 6 -Legislative Affairs and Communications Professional Support 146,500 523,200 155,500 32,200 39% 21% TOTAL $ 917,200 $ 1,189,400 $ 327,000 27% Finance " Continue appropriate uses of long-and short-term financing to advance 2009 Measure A projects of the Commission and the Coachella Valley Association of Governments (CVAG). " Apply the sales tax revenue forecast update to update a financing plan to support the Western Riverside County Delivery Plan and CVAG highway and regional arterial projects. " Continue to keep abreast of Governmenta! Accounting Standards Board (GASB) technical activities affecting the Commission's accounting and financial reporting activities and implement new pronouncements. " Continue to strengthen the ERP system to benefit all staff in the management of accounting and project information and automation of a paperless workflow system. " Manage a centralized procurements process in order to strengthen controls and ensure consistency in the application of procurement policies and procedures and adherence to applicable laws and regulations. " Conduct outreach activities to encourage disadvantaged business enterprise (DBE) and small business enterprise (SBE) participation in various contracts. Table 7 -Finance Professional Support Capital Outlay Transfers Out 2,950,100 598,000 5,000,000 3,343,500 1,076,800 25,000 5,047,700 -21% 113,900 11% 25,000 100% 3,960,200 78% TOTAL 9,435,400 10,414,400 3,560,400 34% Planning and Programming " " " " " " " " " " " Monitor funding authority and responsibility related to the State Transportation Improvement Program (STIP) and impacts on the STIP caused by the state budget issues. Ensure STIP and Proposition 1B funded projects are administered and implemented consistent with California Transportation Commission (CTC) and California Department ofTransportation (Caltrans) policies. Continue to strategically program projects and obligate funds in an expeditious manner for the maximum use of all available funding, including monitoring the use of such funding to prevent funds from lapsing. Focus on interregional concerns and maintain effective working relationships involving various multi-county transportation issues, including goods movement. Coordinate planning efforts with regional and local agencies relating to the development of regional transportation plans (RJP) and green house gas reduction implementation guidelines. Secure funding through the federal transportation bill for goods movement-related needs . Monitor and track the TUMF regional arterial projects . Work cooperatively with member agencies to continue the work efforts on the new Community Environmental Transportation Acceptability Process (CETAP) corridors. Continue the Congestion Management Program (CMP) update and traffic monitoring along urban and rural highway systems. Participate in the development of the Active Transportation Program (ATP) guidelines to represent the County's best interest in program funding . Administer the SB821 Bicycle and Pedestrian Facilities Program (SB821) . 11 " Monitor the Port of Los Angeles and Port of Long Beach's (Ports) projects for impacts on Riverside County. Table 8 -Planning and Programming Professional Support Projects and Operations Transfers Out TOTAL 258,700 16,600 1,408,400 2,548,100 $ Rail Maintenance and Operations 354,000 20,600 4,522,500 500,000 6,380,800 2,700 736,500 (450,000) 233,600 -53% 13% 16% -90% 4% " As a member of the Southern California Regional Rail Authority (SCRRA), continue active participation in the governance and operations of the Metrolink commuter rail system. " Continue the planning and implementation of capital improvements at the commuter rail stations in Riverside County, including the Perris Valley Line, security and rehabilitation projects, and parking requirements. " Continue to support activities related to the Perris Valley Line project and evaluate its operational impact. " Establish best approach to build, maintain, and operate cost effective and environmentally sustainable facilities that meet the public's transportation needs. " Lead the service development process and actively coordinate with all stakeholders along the Coachella Valley/San Gorgonio Pass corridor for intercity passenger rail service. Table 9 -Rail Maintenance and Operations 243,000 1,230,400 539,600 44% 1,080,700 1,910,000 1,102,600 58% Projects and Operations 10,099,800 14,064,700 6,641,600 47% Capital Outlay 13,100 135,000 (66,500) -49% TOTAL $ 11,937,500 $ 18,002,600 8,315,400 46% Public and Specialized Transit " Support innovative programs that provide transit assistance in hard to serve rural areas or for riders having very special transit needs and monitor funding of these programs. " Complete the first year of specialized transit funding allocations related to the 2015 universal call for projects and continue to monitor performance. " Continue long-range planning activities to ensure that anticipated revenues are in line with projected levels of service by transit operators. " Continue public transit operator oversight and fiduciary responsibilities to ensure that annual fiscal audits and state triennial performance audits are conducted in accordance with TDA regulations. " Provide availability for local matching funds to Western County applicants seeking Federal Transit Administration (FTA) Section 5310 federal capital grants. " Coordinate with operators on major capital purchases and investments into new rolling stock and other system improvements in order to maintain a viable on-hand reserve. " Coordinate with transit operators to provide connecting bus service to the Perris Valley Line stations. 12 " " " " " " Table 10 -Public and Specialized Transit Professional Support Projects and Operations Transfers Out Commuter Assistance 196,000 12,000 79,899,400 12,452,900 $ --~92,9-ro;211u $ 192,000 67,000 35% 22,500 7,600 34% 118, 712,800 (18,820,400) -16% 17,073,000 13,006,400 76% B6,~Sf,7dtl� $ (5,767,200) -4% " Improve the suite of services and outreach to rideshare participants and employer partners, including personalized information and electronic access and distribution. " Maintain and grow employer partnerships through value-added services and tools for ridesharing programs . " " Maintain long-term partnership with San Bernardino Associated Governments (SANBAG) to manage and implement a "sister" Commuter Assistance program for residents and employers in San Bernardino County. " Optimize park and ride facilities to support car/vanpool/buspool arrangements and facilitate transit connections. " Restructure program administration and management while maintaining existing rideshare coverage and service. Table 11 -Commuter Assistance 601,400 343,000 76,000 22% Support 220,400 344,300 (135,000) -39% Projects and Operations 2,028,100 2,332,700 385,300 17% Capital Outlay 5,000 (5,000) -100% Transfers Out 100,800 159,500 0% TOTAL 3,236,900 3,455,400 391,400 11% Motorist Assistance " Assess opportunities for efficiency related to the call box program operations. " Maintain a high benefit-to-cost ratio related to the performance of the FSP program. " Operate and maintain the IESll system in accordance with national 511 implementation standards in partnership with SANBAG. " Implement a seamless service transition to call box hardware upgrades in anticipation of cellular technology migrations. " Utilize the opportunity to enhance coordination between California Highway Patrol (CHP) and Caltrans on traveler information . 13 Table 12 -Motorist Assistance Professional Support Projects and Operations Transfers Out TOTAL 525,600 299,200 2,559,000 1,254,900 $ 4,753,300 $ Capital Project Development and Delivery 721,400 18,500 462,900 467,200 3,296,600 355,900 11% 901,700 84,000 9% 5,583,800 893,100 16% • Continue construction activities on remaining 1989 Measure A projects including the SR-91 HOV lanes/Adams Street to 60/91/215 interchange. • Continue project activities on the 1-215 bi-county highway and Perris Valley Line rail projects, which were included in both the 1989 Measure A and 2009 Measure A programs. • Continue project work on the Western Riverside County Delivery Plan projects, including the 91/71 connectors; the 91 Project 1-215 corridor improvement project; 1-15 Express Lanes project; SR-60 truck climbing lanes; SR-79 realignment; and Mid County Parkway. • Complete construction biological mitigation monitoring and weed abatement on the 60/215 East Junction HOV lane connectors and right of way support for the SR-74 curve widening projects. • Provide Western County Measure A regional arterial TUMF funding and support to local jurisdictions for regional arterial project engineering, right of way acquisition, and construction. • Provide 2009 Measure A funding to the incorporated cities, CVAG, and the County for local streets and roads maintenance, repair, and construction. • Provide funding and support of 2009 Measure A highway and regional arterial projects. • Develop strategies to implement alternative financing structures including public toll roads. • Maintain a right of way acquisition and management program in support of capital projects. • Manage right of way acquisition in the most cost effective manner and within project schedules, while adhering to federal and state regulations. • Maintain and manage the access, use, safety, and security of Commission-owned properties including commuter rail stations, properties in acquisition process, and income-generating properties. Table 13 -Capital Project Development and Delivery Professional Support Projects and Operations Capital Outlay Debt Service Transfers Out TOTAL Fund Balances 7,470,700 290,400 422,123,000 33,000 119,984,400 463,179,100 1,015,816,900 282,000 3% 1,052,400 (464,800) -44% 802,564,900 (139,683,300) -17% 3,100,000 400,000 13% 54,696,200 (776,300) -1% 502,979,200 (402,284,900) -80% 1,376,523,100 (541,809,200) -39% The total fund balance as of June 30, 2015 is projected at $828,225,600. The Commission's budgeted activities for FY 2015/16 are expected to result in a $242,353,800 decrease of total fund balance at June 30, 2016 to $585,871,800. The primary cause of the decrease is related to the project activities in FY 2015/16 related to the 91 Project, 1-215 corridor improvement project, Mid County Parkway, and the Perris Valley Line project. Table 14 presents the components of fund balance by governmental fund type and program at June 30, 2016. 14 • • • " " " Management Services Planning and Programming Rail Maintenance and Operations Budget Summary $1,765,300 Measure A Western County: 1,920,100 Bond Financing 5,684,000 Commuter Assistance Economic Development Highways Local Streets and Roads New Corridors Public and Specialized Transit Rail Regional Arterials Measure A Coachella Valley: Highways and Regional Arterial local Streets and Roads Specialized Transit Measure A Palo Verde Valley local Streets and Roads Agency Fund Coachella Valley/San Gorgonio Pass Motorist Assistance State Transit Assistance Local Transportation Fund TUMF: CETAP Regional Arterials $8,684,700 14,493,400 3,429,700 14,704,200 600 56,701,300 7,796,000 47,364,200 9,853,400 18,471,500 1,200 1,949,300 600 40,100 1,822,900 6,828,200 55,930,000 104,544,000 6,051,900 9,902,900 Highways 118,153,800 The overall budget for FY 2015/16 is presented in Table 15 by summarized line items, Table 16 by operating and capital classifications, and Table 17 by governmental fund type. Highway, rail, and regional arterial program expenditures by project are summarized in Table 18 . 15 Table 15 -Budget Comparative by Summarized Line Item FY 2014-2016 • Revenues Measure A Sales Tax $ 1S6,3S5,800 $ 167,000,000 $ 3,000,000 2% LTF Sales Tax 77,544,200 81,500,000 81,500,000 89,QOO,QOO 1,500,000 2% STA Sales Tax 14,409,400 12,944,700 12,944,700 13,37~~00 427,700 3% Federal Reimbursements 38,313,400 83,351,400 67,665,500 ~,890~0 (36,461,100) -44% State Reimbursements 82,797,200 92,503,000 60,063,500 49,SOO;$Qo (43,002,500) -46% Local Reimbursements 1,376,100 6,321,900 5,334,800 4A~~Qb (1,866,700) -30% TU MF Revenue 11,284,400 12,154,600 12,042,700 i'2~3-(100,800) -1% Other Revenue 1,282,500 714,100 221,200 "2~0 (479,100) -67% Investment Income 9,979,900 2,450,900 4,138,000 39,400 2% TOTAL Revenues 393,342,900 458,940,600 410,910,400 382i,9911h (76,943,100) -17% , , ~" I " Expenditures Personnel Salaries and Benefits 6,877,400 8,330,300 8,271,200 9!4519.; 1,169,500 14% Professional and Support Professional Services 12,863,400 15,811,100 12,506,600 16,!01~ 489,900 3% Support Costs 3,305,500 5,867,400 4,271,600 >' .· 11005;200 1,137,800 19% TOTAL Professional and Support Costs 16,168,900 21,678,500 16,778,200 29,31l6,2oQ. 1,627,700 8% Projects and Operations Program Operations -General 15,441,600 21,754,300 17,268,300 (1,206,000) -6% Engineering 12,804,000 17,909,000 10,203,700 185,900 1% Construction 90,668,700 242,335,200 159,061,000 (91,322,600) -38% Design Build 157,564,700 255,303,500 227,943,000 29,377,700 12% Right of Way/Land 91,297,400 186,945,900 65,715,300 (81,733,500) -44% Operating and Capital Disbursements 89,644,300 139,744,300 96,124,700 ~,Zlt9'~ (7,306,900) -5% '',, ":".",:" Special Studies 117,200 1,220,000 707,000 . i;l}SAA 000 624,000 51%. Local Streets and Roads 46,677,100 49,882,000 49,882,000 sl>~7i.ooo 797,000 2% Regional Arterials 13,902,700 30,400,000 22,397,800 .• .®O 200,000 1% TOTAL Projects and Operations 518,117,700 945,494,200 649,302,800 795,109,800 (150,384,400) -16% Debt Service Principal Payments 67,112,900 7,400,000 7,400,000 7,tl00,000 400,000 5% Interest Payments 43,410,200 47,296,200 47,296,200 46;19,Soo (1,176,300) -2% Cost of Issuance 7,050,900 N/A TOTAL Debt Service 117,574,000 54,696,200 54,696,200 59,919,900 (776,300) -1% Ca pita I Outlay 65,300 3,850,000 1,171,800 3t7.93,!00 (56,500) -1% TOTAL Expenditures 658,803,300 1,034,049,200 730,220,200 . ~$[$,200 (148,420,000) -14% Excess (deficiency) of Revenues over (under) Expenditures (265,460,400) (575,108,600) (319,309,800) (503,6311100) 71,476,900 -12% Other Financing Sources (Uses) Transfers In 481,987,700 526,661,100 254,035,100 14D,97618oo (385,684,300) -73% Transfers Out (481,987,700) (526,661,100) (254,035,100) (140;976,800) 385,684,300 -73% Debt Proceeds 638,854,600 N/A Tl FIA Loan Proceeds 191,600,000 116,059,000 261,277,900 69,677,900 36% Bond Premium 38,328,800 N/A Bond Discount (2,433,300) N/A Net Financing Sources (Uses) 674,750,100 191,600,000 116,059,000 261,277 ;900 69,677,900 36% Excess (deficiency) of Revenues over (under) Expenditures and Other Financing Sources (Uses) 409,289,700 (383,508,600) (203,250,800) (242,353,800) 141,154,800 -37% Beginning Fund Balance 622,186,700 1,031,476,400 1,031,476,400 828,225;600 (203,250,800) -20% ENDING FUND BALANCE $ 1,031,476,400 $ 647,967,800 $ 828,225,600 $ 5ssm1&00 $ (62,096,000) -10% • 16 " Table 16 -Operating and Capital Budget FY 2015/16 Revenues Measure A Sales Tax $ 15,901,000 $ 154,099,000 $ 11p~,~Q LTF Sales Tax 83,000,000 ss;ooo,@. STA Sales Tax 13,372,400 13,374,f PQ" Federal Reimbursements 4,382,500 42,507,800 ~~-;'~~; State Reimbursements 4,583,200 44,917,300 Local Reimbursements 3,595,800 859,400 '.'!ltAii~Q1; TUMF Revenue 12,053,800 .12,0~1: Other Revenue 235,000 ~~ Investment Income 505,500 1,984,800 ~&~ TOTAL Revenues 125,340,400 256,657,100 381,991~~. Expenditures Personnel Salaries and Benefits 5,119,700 4,380,100 Professional and Support Professional Services 8,611,100 7,689,900 Support Costs 3,834,900 3,170,300 ~OQ~. TOTAL Professional and Support Costs 12,446,000 10,860,200 r�1&~Wzt~~3:,~f~QQ" Projects and Operations Program Operations -General 9,076,800 11,471,500 Engineering 250,000 17,844,900 Construction 1,700,000 149,312,600 Design Build 284,681,200 Right of Way and Land 105,212,400 " Operating and Capital Disbursements 119,437,400 13,000,000 Special Studies 1,764,000 80,000 Local Streets and Roads 50,679,000 Regional Arterials 30,600,000 TOTAL Projects and Operations 132,228,200 662,881,600 Debt Service Principal Payments 7,800,000 Interest Payments 46,119,900 Cost of Issuance TOTAL Debt Service 53,919,900 Capital Outlay 293,500 3,500,000 TOT AL Expenditures 150,087,400 735,541,800 J\~Tf~]oc Excess (deficiency) of Revenues over (under) Expenditures (24,747,000) (478,884,700) (503,631,700) Other Financing Sources (Uses) Transfers In 32,004,900 108,971,900 Transfers Out (31,282,500) (109,694,300) TIFIA Loan Proceeds 261,277,900 Net Financing Sources (Uses) 722,400 260,555,500 Excess (deficiency) of Revenues over (under) Expenditures and Other Financing Sources (Uses) (24,024,600) (218,329,200) Beginning Fund Balance 226,717,700 601,507,900 s~22Sjioo. " ENDING FUND BALANCE $ 202,693,100 $ 383,178,700 $ 585,87�1;800 17 Table 17 -Budget by Governmental Fund Type FY 2015/16 • Revenues Measure A Sales Tax $ 3,000,000 $ 167,000,000 $ -$ LTF Sales Tax 83,000,000 STA Sales Tax 13,372,400 Federal Reimbursements 4,000,000 40,123,300 2,767,000 State Reimbursements 841,200 48,659,300 Local Reimbursements 875,000 3,580,200 TUMF Revenue 12,053,800 Other Revenue 235,000 235,000 Investment Income 23,400 919,100 879,500 668,300 ~]i;>/' 2,490,3()0 TOTAL Revenues 8,739,600 368,943,100 879,500 3,435,300 1'11L1'~~81'.J997;500 Expenditures Personnel Salaries and Benefits 4,433,200 5,066,600 -··115~:~,499,8()0 Professional and Support Professional Services 3,569,000 12,732,000 '1'6,301,000 Support Costs 5,248,100 1,757,100 -?';~1',F$~, 7'11.051200 TOTAL Professional and Support Costs 8,817,100 14,489,100 -""r 1~'f•os;:zoo Projects and Operations :1:~jil:: Program Operations -General 2,696,300 17,852,000 -1'11€11il'l 20;548,300 Engineering 18,094,900 -·911:¥1 <li,094,900 Construction 500,000 150,512,600 --~'.~ l5i'6i2;6()0 Design Build 284,681,200 ,''; (l''i' ' ,'-'. -;:;:;: 11111 . 2~4)p81,200 Right of Way/Land 105,212,400 -1~~.;::~; • Operating and Capital Disbursements 19,545,000 112,892,400 Special Studies 1,764,000 80,000 1,844,000 Local Streets and Roads 50,679,000 50,679,000 Regional Arterials 30,600,000 TOTAL Projects and Operations 24,505,300 770,604,500 Debt Service Principal Payments 7,800,000 7,800,000 Interest Payments 46,119,900 ;;.1.1;1J 4'6,119,900 TOTAL Debt Service 53,919,900 it.:l'i:11>;.153;919,900 Capital Outlay 293,500 3,500,000 -;.1jll .. :"3;793,soo TOTAL Expenditures 38,049,100 793,660,200 53,919,900 ~.li J1!ssl629,200 ft,, ,:;rz:!«' Excess (deficiency) of Revenues over (under) Expenditures (29,309,500) (424,717,100) 879,500 (50,484,600) Other Financing Sources (Uses) Transfers In 31,244,300 54,504,100 27,776,600 27,451,800 11?-,976,800 Transfers Out (57,900) (94,441,900) (46,477,000) li1'fl40,976,800) TIFIA Loan Proceeds 261,277,900 )_{;J;'p 261,277,900 Net Financing Sources (Uses) 31,186,400 221,340,100 (18,700,400) 27,451,800 t·1';n:z51,277,900 l~/: J~J:~~',, Excess (deficiency) of Revenues over (under) Expenditures and Other Financing Sources (Uses) 1,876,900 (203,377,000) (17,820,900) (23,032,800) Beginning Fund Balance 7,492,500 571,947,100 135,974,700 112,811,300 828,225,600 ENDING FUND BALANCE $ 9,369,400 $ 368,570,100 $ 118,153,800 $ 89,778,500 '1S'''111sss;s11,soo • 18 " " " Table 18 -Highway, Regional Arterial, and Rail Programs FY 2015/16 OeSl:riPtlcn Projects and operations Bechtel program management SCRRA program management Other TOTAL PROJECTS-GENERAL Highway engineering 91/71 interchange improvement 1-lS Express Lanes Mid County Parkway SR-91 HOV lanes/Adams Street to 60/91/215 interchange Riverside County-Santa Ana River Trail SUBTOTAL HIGHWAY ENGINEERING Regional arterial engineering Various Western County TUMF regional arterial projects, including SR-79 widening/Thompson to Domenigoni Rail engineering Riverside and Pedley station improvements La Sierra station improvements Perris Valley Line and other rail projects Other-Coachella Valley/San Gorgonio Pass corridor {details presented in Section 6.2 Rail} SUBTOTAL RAIL ENGINEERING TOTAL HIGHWAY, REGIONAL ARTERIAL, AND RAIL ENGINEERING Highway construction 60/215 East Junction HOV lane connectors 74/215 interchange 1-215 corridor improvements (central segment)/Scott Road to Nuevo Road 91 Project SR-91 HOV lanes/Adams Street to 60/91/21S interchange Riverside quiet zones Riverside County-Santa Ana River Trail General (details presented in Section 6.3 Planning and Programming) SUBTOTAL HIGHWAY CONSTRUCTION Regional arterial construction Various Western County TUMF regional arterial projects, including SR-79 widening/Thompson to Domenigoni Various Western County Measure A regional arterial projects SUBTOTAL REGIONAL ARTERIAL CONSTRUCTION Rail construction Riverside and Pedley station improvements La Sierra station improvements Station rehabilitation Station Security Perris Valley line and other rail projects Other-Coachella Valley/San Gorgonio Pass corridor (details presented in Section 6.2 Rail) SUBTOTAL RAIL CONSTRUCTION TOTAL HIGHWAY, REGIONAL ARTERIAL, AND RAIL CONSTRUCTION Highway design build 91 Project 1-15 Express Lanes TOTAL HIGHWAY DESIGN BUILD Highway right of way and land SR-60 truck climbing lanes 60/21S East Junction HOV lane connectors 1-215 corridor improvements (central segment)/Scott Road to Nuevo Road Mid County Parkway SR-74 curve widening 1-15 Express Lanes SR-74/l-15to 7th Street 91/71 interchange improvement 91 Project SR-91 HOV lanes/Adams Street to 60/91/215 interchange MSHCP land acquisition in Western County Grade separation projects Riverside County-Santa Ana River Trail General SUBTOTAL HIGHWAY RIGHT OF WAY AND LAND Regional arterial right of way and land Various Western County TUMF regional arterial projects, including SR-79 widening/Thompson to Domenigoni Rail right of way and land Perris Valley Line and other rail projects La Sierra station improvements General SUBTOTAL RAIL RIGHT OF WAY AND LAND TOTAL HIGHWAY, REGIONAL ARTERIAL, AND RAIL RIGHT OF WAY AND LAND GRAND TOTAL HIGHWAY, REGIONAL ARTERIAL, ANO RAIL PROGRAMS 19 $ $ $ $ $ $ $ $ $ 8,706,600 3,a.50,000 l!,491,700 20,548,300 125,000 ,, ~'02,900,000 12.000,000 35,000 90,000 15,150,000 2,407,400 27.SOO 105,000 lSS,000 250,op!! ~.ooo 70.000 12,100,000 12,775,800 SS2,900 5;77$;200 250,000 S00.000 10,683,300 46,582.000 57;265,3� 1,509,000 2,69G,OOO 3,2$0.000 900,000 52,487,400 1.2\lMOO 274,ISSl,200 U!,000.000 ,1,044,000 10.000 22&,000 18,200,000 392,000 U!,000 sso,opo ~19$.000 70,9sS,600 2,3~.000 3,000,000 1,657,000 100,000 2,286,600 usa,ooo 10,000 200,000 1,543,000 579.53,400 Resource Estimation PROPOSED BUDGET Commission Policy Goals FISCAL YEAR 2015/16 Riverside County Tronspor1a!ion Commk~on Department Goals and Objectives Department Budget Development Budget Compilation Budget Review and Adoption 5/13/2015 1 " Use of accumulated reserves for projects and programs " Flexibility to change scope and timing of projects " Small staff with heavy use of consultants " lnterfund borrowing policy, if required " Impact on transit operations and capital project needs " Encouraging signs of continued economic recovery Beginning Fund Balance (7 /1/2015) Revenues Debt Proceeds Transfers In Total Estimated Sources Expenditures Debt Service Transfers Out Total Estimated Uses Uses Over Sources (offset by beginning fund balance) Ending Fund Balance (6/30/2016) 5/13/2015 2 5/13/2015 Measure A Sales Tax 167,000,000 LTF Sales Tax 81,500,000 STA Sales Tax 12,944,700 Intergovernmental 182,176,300 TUMF Revenue 12,154,600 Other Revenue 714,100 Investment Income 2,450,900 Transfers In 526,661,100 Debt Proceeds 191,600,000 TOTAL Sources $ 1,177,201,700 $ WFY14/15Projected liilFY14/15RevlsedBudget 3 Capital Highway, Rail, and Regional Arterials Capital Local Streets and Roads Commuter Assistance Debt Service Management Services Motorist Assistance Planning and Programming Public and Specialized Transit Rail Maintenance and Operations TOTAL Expenditures $8SO $800 $750 $700 $650 $600 $550 $500 $450 $400 $350 $300 $250 $200 $150 $100 $50 $- $ w FY 15/16 Budget w FY 14/15 Projected a;.j FY 14/15 Revised Budget 5/13/2015 768,965, 700 49,882,000 3,295,900 54,696,200 9,335,200 4,682,100 5,880,800 119,308, 700 18,002,600 1,034,049,200 $ 4 Personnel Salaries and Benefits Professional Services Support Costs Projects and Operations Debt Service Capital Outlay TOTAL Expenditures 8,330,300 s 8,271,200 15,811,100 12,506,600 ·::::';/: '16 301000 ;. c>-~-J 5,867,400 4,271,600 7;00$,200 945,494,200 649,302,800 795:;11)9;800 . 54,696,200 54,696,200 53,919,~00 ; 3,850,000 1,171,800 •.•:: 3,793,500 s 1,034,049 ,200 s 730,220,200 i s .. sss,629,200. Personnel Salaries and Benefits 14% Professional Services 3% Support Costs 19% Projects and Operations 16% Debt Service 1% Capital Outlay 1% 5/13/2015 5 c g ~ $1,000 $900 $800 $700 $600 $500 $400 $300 $200 $100 $--1---~--___,____,_..._..,...--,------.­ Personnel Salaries and Professional Services Benefits Support Costs Projects and Operations Debt Service Capital Outlay w FY 15/16 Budget !iii! FY 14/15 Projected aii FY 14/15 Revised Budget 5/13/2015 6 " " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 TO: Riverside County Transportation Commission Budget and Implementation Committee FROM: Marla Dye, Procurement Analyst Matt Wallace, Procurement Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Single Signature Authority Report BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to receive and file the Single Signature Authority report for the third quarter ended March 31, 2015. BACKGROUND INFORMATION: Certain contracts are executed under single signature authority as permitted in the Commission's Procurement Policy Manual adopted in December 2012. The Executive Director is authorized to sign services contracts that are less than $100,000 individually and in an aggregate amount not to exceed $1 million in any given fiscal year. Additionally, in accordance with Public Utilities Code Section 130323(c}, the Executive Director is authorized to sign contracts for supplies, equipment, materials, and construction of all facilities and works under $50,000 individually. The attached report details all contracts that have been executed for the third quarter ended March 31, 2015, under the single signature authority granted to the Executive Director. The unused capacity of single signature authority for services at March 31, 2015 is $430, 705. Attachment: Single Signature Authority Report as of March 31, 2015 Agenda item 8A 20 " CONSULTANT AMOUNT AVAILABLE July 1, 2014 All Security Services The Bank of New York Mellon Trust HOR, Inc. All Security Services Mathis Consulting Group California Highway Patrol Koff & Associates Alt Security Services Katherine Paama & Associates Engineering Resources us Bank Beacon Economics, LLC AUi" ll Sal'loi>, SllQlll>ity Sel\'iGH A&E Sheep Co,. Inc Inland Empire Resource Consen(atlon Di~rjct AMOUNT USED AMOUNT USED AMOUNT REMAINING through March 31, 2015 None f;1ariaQ.x~ .... Prepared by " SINGLE SIGNATURE AUTHORITY AS OF MARCH 31, 2015 DESCRIPTION OF SERVICES Security Guard Services for Commission Owned Property on the SR-91 GIP Amendment for investment transactions related to trustee services for SR-91 GIP bond proceeds Railroad Coordination Services on SR-91 HOV Project Security Guard Services for Commission Owned Property on the SR-91 GIP Management Consulting Services SAFE Call Box Coordinator Compensation, Classification & Benefits Study Cuslodlan Services fof Ille CoromlsSl(!(I )'Willi;?!'' Benent Analysis foMllei'-15 et~ress t.anei1,'~l\ct '�""' .. Releue�and Settle:mentAgreeimint for tl1a' PVI; [)epos!t Agreement for tile SR-!11 CIP Agreements that fall under Public Utilities Code 130323 !Cl N/A Theresia Trevino Revi9w9ci tiy �� 21 ORIGINAL CONTRACT AMOUNT $ $1,000,000.00 60,000.00 20,000.00 35,000.00 20,000.00 100,000.00 7,800.00 65,000.00 11>.m" ll!l.,�.~� . f;iill!l,'!lll�~ " " i 569,295.00 569,295.00 $430, 705.00 PAID AMOUNT 59,340.00 6,495.00 681.58 19,380.00 47,395.50 0.00 2,797.09 . 0.00, 0.01!" REMAINING CONTRACT AMOUNT $ 660.00 13,505.00 34,318.42 620.00 52,604.50 7,800.00 62,202.91 0.00 1.326.00 3$,ooo.oo S<J,000.00 ~ ,,,110.00 $,000.00 " " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 ~-� ~ TO: Riverside County Transportation Commission Western Riverside County Programs and Projects Committee FROM: Brenda Ramirez, Staff Analyst Sheldon Peterson, Rail Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Commuter Rail Resolutions to Obtain Federal and State Grant Funding WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Adopt Resolution No. 15-009, "Resolution of the Riverside County Transportation 2) 3) 4) Commission to Approve the Submittal of a Project for the Fiscal Year 2014/15 Low Carbon Transit Operations Program"; Adopt Resolution No. 15-010, "Resolution of the Riverside County Transportation Commission to Authorize the Filing of Applications with the Federal Transit Administration for Federal Transportation Assistance Grants under Sections 5307, 5309, and 5337 and Congestion Mitigation Air Quality for Fiscal Year 2014/15"; Adopt Resolution No. 15-011, "Resolution of the Riverside County Transportation Commission to Authorize the Filing of Applications with the Federal Transit Administration for Federal Transportation Assistance Grants under Sections 5307, 5309, and 5337 and Congestion Mitigation Air Quality for Fiscal Year 2015/16"; and Authorize the Executive Director or designee to submit or file requests for state and federal grant funding of operating and/or capital costs related to rail projects. BACKGROUND INFORMATION: The Commission's Commuter Rail Program applies for various federal and state funds that are necessary to fund rail projects within Riverside County. There is also the need for grants to meet the Commission's annual funding responsibility related to the Southern California Regional Rail Authority's (SCRRA) annual Metrolink budget. Each year the various grant funding agencies require a resolution from the Commission authorizing the Executive Director to act on behalf of the Commission regarding the submittal or filing of state and federal grant funding requests in order to obtain operating and/or capital funds for rail projects. Staff recommends approval of Resolution Nos. 15-009, 15-010, and 15-011 to expedite the approval and application process . Agenda Item SB 22 The attached resolutions include the following funding opportunities: Resolution No. 15-009 with the State of California $129,859 in Low Carbon Transit Operations Program (LCTOP) funds for Perris Valley Line operations Resolution Nos. 15-010 (FY 2014/15) and 15-011 (FY 2015/16) with the Federal Transit Administration Section 5307 Urbanized Area Formula Program (Commission/SCRRA Capital Projects) Section 5309 Fixed Guideway Modernization (Commission /SCRRA Capital Projects) Section 5337 State of Good Repair (Commission /SCRRA Capital Projects) Congestion Mitigation Air Quality (SCRRA Operating Costs) Rail projects are included in the FY 2015/16 budget and the annual Short Range Transit Plan that will be submitted to the Commission at the June and July meetings, respectively, for approval. There is no budget impact of the action. Attachments: 1) Resolution .No. 15-009 2) Resolution No. 15-010 3) Resolution No. 15-011 Agenda Item 8B 23 • • • " " " ATTACHMENT 1 RESOLUTION NO. 15-009 RESOLUTION OF THE RIVERSIDE COUNTY TRANSPORTATION COMMISSION TO APPROVE THE SUBMITTAL OF A PROJECT FOR THE FISCAL YEAR 2014/15 LOW CARBON TRANSIT OPERATIONS PROGRAM WHEREAS, the Riverside County Transportation Commission (Commission) is an eligible project sponsor and may receive state funding from the Low Carbon Transit Operations Program (LCTOP) now or sometime in the future for transit projects; and WHEREAS, the statutes related to state-funded transit projects require a local or regional implementing agency to abide by various regulations; and WHEREAS, Senate Bill 862 (2014) named the California Department of Transportation (Department) as the administrative agency for the LCTOP; and WHEREAS, the Department has developed guidelines for the purpose of administering and distributing LCTOP funds to eligible project sponsors (local agencies). NOW, THEREFORE, BE IT RESOLVED by the Governing Body of the Commission that it agrees to comply with all conditions and requirements set forth in applicable statutes, regulations, and guidelines for all LCTOP funded transit projects. NOW, THEREFORE, BE IT FURTHER RESOLVED by the Governing Body of the Commission that it hereby authorizes the submittal of the project nomination and allocation request to the Department requesting $129,859 in FY 2014/15 LCTOP funds for Perris Valley Line operations. APPROVED AND ADOPTED this 13th day of May 2015. Daryl R. Busch, Chair Riverside County Transportation Commission ATTEST: Jennifer Harmon, Clerk of the Board Riverside County Transportation Commission 24 " " " RESOLUTION NO. 15-010 RESOLUTION OF THE RIVERSIDE COUNTY TRANSPORTATION COMMISSION TO AUTHORIZE THE FICING OF APPLICATIONS WTTH ATTACHMENT 2 THE FEDERAL TRANSIT ADMINISTRATION FOR FEDERAL TRANSPORTATION ASSISTANCE GRANTS UNDER SECTIONS 5307, 5309, AND 5337 AND CONGESTION MITIGATION AIR QUALITY FOR FISCAL YEAR 2014/15 WHEREAS, the Riverside County Transportation Commission (Commission) is an eligible project sponsor and may receive federal funding from the Federal Transit Administration {FTA) for transportation projects; and WHEREAS, the FTA has been delegated authority to award Federal financial assistance for transportation projects; and WHEREAS, the grant or cooperative agreement for Federal financial assistance will impose certain obligations upon the Commission, and may require the Commission to provide the local share of the project cost; and WHEREAS, the Commission has or will provide all annual certifications and assurances to the FTA required for the project. NOW, THEREFORE, BE IT RESOLVED BY THE RIVERSIDE COUNTY TRANSPORTATION COMMISSION: 1. That the Executive Director or assigned designee is authorized to execute and file an application for Federal assistance on behalf of the Commission with the FTA for Federal assistance authorized by 49 U.S.C. Chapter 53, Title 23, United States Code, or other Federal statutes authorizing a project administered by the FTA. The Commission is a Grantee as defined by 49 U.S.C. � 5307{a)(2). 2. That the Executive Director or assigned designee is authorized to execute and file with its applications the annual certifications and assurances and other documents the FTA requires before awarding a Federal assistance grant or cooperative agreement . 25 3. That the Executive Director or assigned designee is authorized to execute grant and cooperative agreements with the FTA on behalf of the Commission. APPROVED AND ADOPTED this 13th day of May 2015. Daryl R. Busch, Chair Riverside County Transportation Commission ATIEST: Jennifer Harmon, Clerk of the Board Riverside County Transportation Commission 26 • • • " " " RESOLUTION NO. 15-011 RESOLUTION OF THE RIVERSIDE COUNTY TRANSPORTATION COMMISSION TO AUTHORIZE THE FILING OF APPLICATIONS WITH ATIACHMENT 3 THE FEDERAL TRANSIT ADMINISTRATION FOR FEDERAL TRANSPORTATION ASSISTANCE GRANTS UNDER SECTIONS 5307, 5309, AND 5337 AND CONGESTION MITIGATION AIR QUALITY FOR FISCAL YEAR 2015/16 WHEREAS, the Riverside County Transportation Commission (Commission) is an eligible project sponsor and may receive federal funding from the Federal Transit Administration (FTA) for transportation projects; and WHEREAS, the FTA has been delegated authority to award Federal financial assistance for transportation projects; and WHEREAS, the grant or cooperative agreement for Federal financial assistance will impose certain obligations upon the Commission and may require the Commission to provide the local share of the project cost; and WHEREAS, the Commission has or will provide all annual certifications and assurances to the FTA required for the project . NOW, THEREFORE, BE IT RESOLVED BY THE RIVERSIDE COUNTY TRANSPORTATION COMMISSION: 1. That the Executive Director or assigned designee is authorized to execute and file an application for Federal assistance on behalf of the Commission with the FTA for Federal assistance authorized by 49 U.S.C. Chapter 53, Title 23, United States Code, or other Federal statutes authorizing a project administered by the FTA. The Commission is a Grantee as defined by 49 U.S.C. � 5307(a)(2). 2. That the Executive Director or assigned designee is authorized to execute and file with its applications the annual certifications and assurances and other documents the FTA requires before awarding a Federal assistance grant or cooperative agreement. 3. That the Executive Director or assigned designee is authorized to execute grant and cooperative agreements with the FTA on behalf of the Commission . 27 APPROVED AND ADOPTED this 13th day of May 2015. Daryl R. Busch, Chair Riverside County Transportation Commission ATIEST: Jennifer Harmon, Clerk of the Board Riverside County Transportation Commission 28 • • • " " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects Committee Sheldon Peterson, Rail Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Request for Federal Operating Assistance Funding for Start-up of Perris Valley Line WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to approve programming $20 million of federal Congestion Mitigation and Air Quality (CMAQ) funds for operating assistance for the start-up of the Perris Valley Line. BACKGROUND INFORMATION: With the anticipated construction completion of the Perris Valley Line this calendar year, the Commission needs to prepare for commencing regular commuter rail service. The operating plan supported by the Federal Transit Administration calls for 12 daily trains between South Perris and Riverside expanding service an additional 24 miles within Riverside County. With this new service, there will be a substantial additional financial commitment for the operations and maintenance of this new line including trains, tracks, and stations. To address this initial cost increase, staff recommends the Commission approve $20 million of federal CMAQ funds for start-up operations. The current federal transportation program, MAP-21, allows for CMAQ funds to be used for operating assistance for start-up operating costs for new transportation services including commuter rail such as the Perris Valley Line. The intent of the program is to help viable transportation services that can demonstrate air quality benefits and eventually cover as much costs as possible. This assistance can be provided for a total of up to five sequential years of support. At the conclusion of the five-year period, operating costs would have to be maintained with non-CMAQ funding. Operating assistance includes all costs of providing new transportation services, including but not limited to, labor, fuel, administrative costs, and maintenance. These costs fall in line with the proposed implementation plan for the Perris Valley Line. After lengthy discussions with the Southern California Commuter Rail Authority (SCRRA) during the current FY 2015/16 budget year process, it appears the incremental cost increase for the service will be approximately $4 million a year. These costs are due to the six train crews Agenda Item 8C 29 required to provide the service; additional right of way maintenance staff to patrol and maintain the tracks and signals; mechanical crews to clean, fuel, and inspect the equipment; train fuel; and facilities maintenance and security for the layover facility and four new stations. Staff intends to request $4 million for the next five years for project start-up operations. The expectation is that ridership and revenue growth will occur during this ramp up period so that the subsidy requirement from other local transportation funding sources will be reduced over the five year period. Staff requests this authorization now to allow for the extended timeline that is required to obligate the federal funds and complete the steps necessary to have the funds available by the time the service is ready to begin by the end of the calendar year. Financial Information In Fiscal Vear Budget: I Yes I Years: I FY 2015/16 !Amount: I $4,000,000 N/A FY 2016/17+ $16,000,000 Source of Funds: I Federal CMAQ I Budget Adjustment: 'No N/A GLA No.: J 254199 414 41403 103 25 41401 $20,000,000 Fiscal Procedures Approved: I~~ I Date: I 04/20/2015 Agenda Item SC 30 • • • " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects Committee Patti Castillo, Capital Projects Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Amendment to Agreement Related to the Construction of the Riverside Downtown Station Operations Control Center WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1} 2) 3} 4) Approve an increase in the contingency for Agreement No. 14-31-149-00 with M.S. Construction Management Group for additional construction services for the Riverside Downtown Station Operations Control Center (RDNOCC} project in the amount of $250,000, plus a contingency amount of $403,389, for a total amount not to exceed $1,937,280; Approve Agreement No. 14-31-075-01, Amendment No. 1 to Agreement No. 14-31-075-00, with Abacus Project Management, Inc. (Abacus) to increase the contingency for anticipated additional construction management (CM), materials testing, and construction surveying services for the RDNOCC, in the amount of $50,000, plus a contingency amount of $66,586, for a total amount not to exceed $232,448; Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; and Authorize the Executive Director to approve contingency work as may be required for the project. BACKGROUND INFORMATION: The Riverside Downtown Station opened in 1993. The facility includes an Operations Control Center housing a centralized Closed Circuit Television (CCTV) surveillance system for all of Riverside County's commuter rail stations. In order to enhance public safety, reduce vandalism, prevent crime, and identify criminal activity, the system monitors a variety of station environments and activities 24 hours a day. The system presently includes 115 cameras distributed among the various station sites. The facility where the CCTV system is housed and monitored is known as the RDNOCC. Agenda Item SD 31 In 1994 Metrolink installed modular crew layover offices at the station. Over the intervening two decades, the Commission's security surveillance system and Metrolink's rail operations have expanded and outgrown the capacity of their existing buildings. In January 2009, the Commission authorized a security plan assessment (security plan) for security, surveillance, facility improvements, future facility design, and development of facility emergency response plans. The security plan recommended relocation of video surveillance and security guard operations to a new RDNOCC. In December 2010, the Commission approved an agreement to provide engineering design and support services for the relocation, expansion, and upgrade of the RDNOCC. Due to funding constraints, the design plans were placed on hold. In March 2(}13, the Commission allocated funds to construct the new RDNOCC, and the design plans were completed in October 2013. In May 2014, the Commission approved Agreement No. 14-31-075-00 with Abacus for CM, materials testing, and construction surveying services for the new RDNOCC in the amount of $165,862 plus a contingency amount of $16,586 for at total amount not to exceed $182,448. In September 2014, the Commission approved Agreement No. 14-31-149-00 with M.S. Construction Management Group in the amount of $1,533,891 plus a contingency amount of $153,389, for a total amount not to exceed $1,687,280, to construct the new operations control center at the Riverside Downtown Metrolink Station. • The construction phase of this project is funded with a variety of sources which include • Proposition lB Public Transportation Modernization, Improvement and Service Enhancement Account (PTMISEA); Proposition lB California Transit Security Grant Program; and Transportation Development Act State Transit Assistance funds. To date, nine construction contract change orders (CCOs) have been approved for $97,081, reducing the contingency balance to $56,308. Pending changes due to design issues, unforeseen utility conflicts, revised utility connections, and permit fees will likely require additional construction CCOs for an estimated total of $250,000. The designer has verbally agreed to pay for the costs to reconstruct a retaining wall, which represents the majority of the extra costs. Staff requests a $250,000 increase to the authorized contingency for the construction agreement with M.S. Construction Management Group to cover the cost of pending CCOs and contingency to cover any additional unforeseen work. The addition of $250,000 will increase the project contingency to 26 percent of the construction bid. Staff is also requesting an additional $50,000 in contingency for the CM contract with Abacus due to possible cost increases related to the extra construction work. Proposition lB PTMISEA funds are available to cover these potential cost increases totaling $300,000. Agenda Item SD 32 • " Financial Information In Fiscal Year Budget: I Yes Year: I FY 2014/15 Amount: I $ 300,000 Source of Funds: l Proposition 1B PTMISEA Budget Adjustment: I No GL/Project Accounting No.: 004018 81302 00000 0000 265 33 81301 Fiscal Procedures Approved: ~~ I Date: I 04/20/2015 " " Agenda Item SD 33 " " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 TO: Riverside County Transportation Commission Western Riverside County Programs and Projects Committee FROM: Dan Mathers, Facilities Administrator Marlin Feenstra, Project Delivery Director THROUGH: Anne Mayer, Executive Director Amendments to Agreements with Tropical Plaza Nursery, Semilla Landscape, SUBJECT: Morning Star Sweeping, Global Pest Solutions and Universal Protection Services for the Three New Perris Valley Line Stations and the Expansion of the Perris Transit Center to the Perris Downtown Station WESTERN RIVERSIDE COUNTY PROGRAMS AND 'PROJECTS COMMITTEE STAFF RECOMMENDATION: This item is for the Commission to: 1) Approve Agreement No. 11-24-145-02, Amendment No. 2 to Agreement 11-24-145-00, with Tropical Plaza Nursery for maintenance services in the amount of $101, 754, plus a contingency amount of $10,175, for an additional amount of $111,929, and $500,000 for drought tolerant landscaping rehabilitation, resulting in a total amount not to exceed $1,622,378; 2) Approve Agreement No. 12-24-086-01, Amendment No. 1 to Agreement 12-24-086-00, with Semilla Landscape in the amount of $102,060, plus a contingency amount of $10,206, for an additional amount of $112,266, and a total amount not to exceed $616,377; 3) Approve Agreement No. 14-24-158-01, Amendment No. 1 to Agreement 14-24-158-00, with Morning Star Sweeping in the amount of $37,080, plus a contingency amount of $3, 708, for an additional amount of $40, 788, and a total amount not to exceed $100,788; 4) Approve Agreement No. 11-24-046-02, Amendment No. 2 to Agreement 11-24-046-00, with Global Pest Solutions in the amount of $4,380, plus a contingency amount of $2,000, for an additional amount of $6,380, and a total amount not to exceed $21,380; 5) Approve Agreement No. 11-24-057-04, Amendment No. 4 to Agreement 11-24-057-00, with Universal Protection Services in the amount of $1,060,723, plus a contingency amount of $106,072, for an additional amount of $1,166, 795, and a total amount not to exceed $7,070,895; 6) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the amendments to the agreements, on behalf of the Commission; Agenda Item SE 34 7) Authorize the Executive Director, or designee, to execute task orders awarded under the terms of the agreements; and 8) Authorize the Executive Director or designee to approve contingency work up to the total not to exceed amount as required for the project. BACKGROUND INFORMATION: The Commission owns and operates five commuter rail stations -Riverside Downtown, La Sierra, North Main Corona, Pedley, and West Corona -and one transit center located in Perris. Station cleaning and grounds maintenance services as well as security services are an important component in attracting the Metro link rider as well as preserving, maintaining, and securing the Commission's property investments. Over the next several months, three new commuter rail stations for the Perris Valley Line project will be completed at Hunter Park, Moreno Valley/March Field, and South Perris and the Perris Transit Center will be expanded to the Perris Downtown station. Landscaping maintenance, street sweeping, janitorial, pest control, and security services will be needed at each of these new stations. Currently, these services are being provided at the existing stations by vendors selected through competitive procurements in recent years. Rather than have multiple vendors provide similar services, staff recommends adding the new stations to the existing agreements. As these agreements near expiration, including the exercise of option periods, competitive procurements will be conducted for the services. The agreements and recommended increases are presented below: Recommendation for Total Not To Agreement Vendor Name Original New PVL stations Exceed Expiration, (Agreement No.) Amount Increase I Contingency Authorization including option years Tropical Plaza Nursery, Inc. $1,010,449 $601,754 $10,175 $1,622,378 12/31/16 (11-24-145-00) Semilla Landscape Corporation 504,111 102,060 10,206 616,377 12/31/16 (12-24-086-00) Morning Star Sweeping Service 60,000 37,080 3,708 100,788 6/30/16 (14-24-158-00) Global Pest Solutions 15,000 4,380 2,000 21,380 2/15/16 (11-24-046-00) Universal Protection Services (11-24-057-00) 5,904,100 1,060,723 106,072 7,070,895 10/1/16 Staff obtained cost estimates from these vendors. The cost estimates are considered fair and reasonable based upon adequate price competition under the procurement process for the original agreements and staff evaluation of current and historical costs paid by the Commission for the same or similar services. The costs for these services related to the new Perris Valley Line stations are included in the FY 2015/16 budget. Agenda Item BE 35 • • • " " " In order to respond quickly to the current state water crisis, staff requests additional contract authority of $500,000 for Tropical Plaza Nursery to implement drought tolerant landscaping rehabilitation at the Commission owned stations. This authority will allow work to be completed in a timely manner to meet water reduction goals. Task orders will be awarded for the landscaping improvements upon acceptance of a fair and reasonable price from Tropical Plaza Nursery. The funding for the landscaping improvements will be funded by the Proposition 1B PTMISEA grant. Financial Information In Fiscal Year Budget: I Yes Year: I FY 2015/16 Amount: I $1,627,000 N/A FY 2016/17 $311,200 Source of Funds: I Local Transportation Fund (LTF) funds; Budget Adjustment: I No Proposition lB PTMISEA N/A 244010 81006 00000 0000 103 24 81006 244020 81006 00000 0000 103 24 81006 GL/Project Accounting No.: 244021 81006 00000 0000 103 24 81006 244022 81006 00000 0000 103 24 81006 004011 90701 00000 0000 265 33 90501 Fiscal Procedures Approved: ~~ / Date: / 04/17/2015 Attachments: 1} Draft Agreement No. 11-24-145-02 2} Draft Agreement No. 12-24-086-01 3} Draft Agreement No. 14-24-158-01 4) Draft Agreement No. 11-24-046-02 5) Draft Agreement No. 11-24-057-04 Agenda Item 8E 36 " " " Agreement No. 11-24-145-02 AMENDMENT NO. 2 TO AGREEMENT FOR ROUTINE AND ON-CALL MAINTENANCE SERVICES WITH TROPICAL PLAZA NURSERY, INC. 1. PARTIES AND DATE This Amendment No. 2 to the Agreement Maintenance Services is made and entered into 2015, by and between the RIVERSIDE COU ("Commission") and TROPICAL PLAZA corporation. 2. RECITALS 2.1 2.2 The ine and On-Call Landscape day of , RTATION COMMISSION e entered into an agreement f providing station landscape t ntered into an Amendment No. 1 ated July 11, 2014, for the purpose of ster Agreement, providing additional � 9w ~li:,e to ame d the Master Agreement in order to extend . � � Mast~l�~greement, revise the Scope of Services to include . new Perr �.alley 'Bfte stations and provide additional compensation tjle continue.~{0 provision of routine and on-call landscape maintenance ser\flees. \'..-�"("~ 3. TERMS 3.1 The term of the Master Agreement shall be extended for an additional term of twelve (12) months, ending on December 31, 2016, unless earlier terminated as provided in the Master Agreement. 3.2 The Scope of Services for the Master Agreement shall be amended to include Services, as that term is defined in the Master Agreement, 1 17336 00000115142362 37 required to provide landscape maintenance services to three additional stations as part of the Perris Valley Line project as more fully described in Exhibit "A" attached to this Amendment and incorporated herein by reference. 3.3 The maximum compensation for Services performed pursuant to this Amendment shall be One Hundred One Thousand Seven Hundred Fifty- Four Dollars ($101,754), plus an additional Five Hundred Thousand Dollars ($500,000) for drought tolerant I caping rehabilitation for an amendment total. of Six Hundred One sand Seven Hundred Fifty- Four Dollars ($601,754). Work shall rmed at the rates set forth in the Master Agreement. 3.4 The total not-to-exceed amo this Amendment No. 2, sh One Thousand Eight Hun Thousand Thirty-Three Thou ($833,566). 3.5 Except as Agreeme the in effe 17336 00000\15142362 on following page] 2 38 ent, as amended by n Hundred Thirty- 1,812) to Eight -Six Dollars provisions of the Master ·ncluding without limitation emain in full force and s under this Amendment. • • • " " " SIGNATURE PAGE TO AGREEMENT NO. 11-24-145-02 IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the date first herein above written. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: Daryl R. Busch, Chair By: 17336 00000\1514236.2 ICAL PLAZA NURSERY, 3 39 " EXHIBIT "A" SCOPE OF SERVICES & COMPENSATION [Attached behind this pa " Exhibit A " 17336.00000\1514236.2 40 " " " Tropical Plaza Nursery, Inc. February 10, 2015 9642 Santi<1go Dlvd., Vil1;1 Pnrk, CA. 92l:l61-2S21 (714)998-4100 Fax(714)99H-47!lB Riverside County Transportation Commission 4080 Lemon St. 3rd, Floor Riverside, CA 92880 Attention: Dan Mathers, Facilities Administrator Regarding: Request for bids Subject: Landscape Maintenance Location: Riverside Hunter Park Station (A), Moreno Valley March Field Station (C), South Perris Station (F), Downtown Perris Station (E). Landscape maintenance services for the 4 new stations to conform to existing contract maintenance agreement in place with RCTC. 1. Riverside Hunter Park Station (A)�------�-����monthJy maintenance cost $1,600.00Mo . 2. Moreno Valley March Field Station (C)------monthly maintenance cost $1, 900.00Mo. 3. South Perris Station (F)-----------�-� Existing monthly maintenance cost $1,319.00Mo.- NewJy added landscape monthly maintenance cost $053.00Mo. This station require alJ palms to be trimmed 2 times a year 4. Downtown Pen-is Station (E)----��-------------monthly maintenance cost $1,300.00Mo. Monthly cost for new station $5,653.00Mo. These maintenance bids for the new stations are for your review and approval Please call me if you should have any questions or comments. Resp / / i.;esp~'FieJds, President Tropical Plaza Nursery, lnc. Respectfully, #fo-~ (_./ Victor Zamora, Superintendent Tropical Plaza Nursery, Inc . 41 " " " ATTACHMENT 2 Agreement No. 12-24-086-01 AMENDMENT NO. 1 TO AGREEMENT FOR STATION JANITORIAL SERVICES WITH SEMILLA LANDSCAPE CORPORATION 1. PARTIES AND DATE This Amendment No. 1 to the Agreement and entered into as of this day of RIVERSIDE COUNTY TRANSPORTATI SEMILLA LANDSCAPE CORPORATIO 2. RECITALS 2.1 2.1 Janitorial Services is made 15, by and between the ("Commission") and rnia corporation. ve entered into an agreement of providing station janitorial e Master Agreement in order to extend r Agree t, revise the Scope of Services to include � ine stations and provide additional compensation of janitorial services. 3. TERMS 3.1 The term of the Master Agreement shall be extended for an additional term of twelve months, ending on December 31, 2016, unless earlier terminated as provided in the Master Agreement. 3.2 The Scope of Services for the Master Agreement shall be amended to include Services, as that term is defined in the Master Agreement, required to provide janitorial services to three additional stations as part of 1 17336.00000\1514236.2 42 the Perris Valley Line project as more fully described in Exhibit "A" attached to this Amendment and incorporated herein by reference. 3.3 The maximum compensation for Services performed pursuant to this Amendment shall be One Hundred Two Thousand Sixty Dollars ($102,060), as further set forth in Exhibit "A" attached to this Amendment and incorporated herein by reference. Work shall be performed at the rates set forth in the Master Agreement. 3.4 The total not-to-exceed amount of the this Amendment No. 1, shall be in Thousand Sixty Dollars ($270,0 Thousand One Hundred Twenty 3.6 The Master Agreement sha new Section 3.40: Agreement, as amended by from Two Hundred Seventy ee Hundred Seventy-Two 0). 3.7 ment, all provisions of the Master tion the indemnity and insurance and effect and shall govern the actions natures on following page] 2 17336.00000\1514236.2 43 • • • " " " SIGNATURE PAGE TO AGREEMENT NO. 12-24-086-01 IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the date first herein above written. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: Daryl R. Busch, Chair Best Best Counsel to th Transportation 17336.00000\1514236.2 LA LANDSCAPE ORATION 3 44 " EXHIBIT "A" SCOPE OF SERVICES & COMPENSATION [Attached behind this pa " Exhibit A " 17336.00000\1514236.2 45 " SEMILLA SemiHa Landscape Corporation 3380 La Sierra Avenue Suite 104 Riverside, CA 92503 Phooe 951.335.0050 Fax %1.335.0051 info@semi!lacOfP.COm RIVERSIDE HUNTER PARK STATION MORENO VALLEY I MARCH FIELD STATION DOWNTOWN PERRISSTATION SOUTH PERRIS STATION LAYOVER FACILITY TO Thank you for your business! 46 .[)me 1'20/2015 Expiration Date NlA Danial Mathers Riverside County Trans1XJrta1ion Commlslon 4080 Lemon Street. 3'" floor Riverside CA 92502 Phone 951.787.19.22 Fax 951.787 7920 1,005.00 1,335.00 1,395.00 1,110.00 $5,670.00 SEMILLA S!a!ion Janitorial Proposal PVL DOWNTOWN PERRIS STATION Weekly Services Item# w 1 w 2 w 3 w 4 w s w is w 7 w 8 w g w 111 w 11 w 12 w 13 w 14 w 15 Description of Work Thoroughly dust and clean all ticket vending machines, validators, kiosks, benches, trash receptacles, pole structures, signs, security tower office, drinking fountains an<l soda vending machines shall be thoroughly dustiiid and cleaned. Trasl) receptacles shall be emptied and re-lined. In the event that the Property Manager determines that the trash receptacles require emptying on more than a weekly basis, Contractor shall provide mid-week emptying and re-lining of trash receptaele$ at no extra cost to the Commission. Contractor to dispose of the collected trash at each Station's dumpster. All recycle bins shall be emptied and re-lined. Contractor is responsible for disposing recycled products appropriately. All station platform floors, including walkway ramps, pfiidestrian bridges, elevators al'ld stairways, shall be swept to remove trash and other spillage. These areas shall be wet moppfiid when necessary. All !.'/alls.,panitj(>fls, windows and doors shall be.spot cle~ .. . . . .··. A!I Na!liftall!l on'.~ays.. stairways. ahd'han.dicsp rampi¥shall.~ ••al'ld~ cki~n. All walkways shall be &Pot cleaned and shall have grease and other. residue removed. All litter al'ld debris shall be removed from platforms, parking lots and planter areas. Are• s~I q&. ~red oU:>irds' nesta'and bird droppings. . . · · Contractor shall be preparoo to dean up and disinfoot:ptatform floors, walkway ramps; pedeStrlan l:mdges, elevators, walls, windows, handrails, handicap ramps, and stairways due to human and animal urination or defecation. Contractor shall be prepared to clean up and disinfect areas due to biological spills (blood) and properly dispose of any materials used in the cleaning process. Clean restroom including sink, toilet, fixtures and Walls. Mop elevators. restrooms and security tower floOIS. Empty trash receptacle. Replenish paper products including toilet paper and paper towels. * All items listed above must be performed weekly. Total Monthly Cost $ 995.00 Total Annual Cost $ 11 Monthly Services M 1 All walkways shall be pressure washed and steam cleaned to remove grease and residue. M 2 Platform floor surfaces shall be pressure washed and steam cleaned to remove grease, gum and residue. * All Items listed above must be performed monthly. Total Monthly Cost $ Total Annual Cost $ 4,S00.00 Quarterly Services Q 1 Canopy Washing Q Masonry Sealer " All items listed above must be performed quarterly. Tota/Annual Cost $ 10,220.00 Total Cost Per Occurrence Total Cost Per Occurrence Total Cost Per Occurrence Total Cost Per Occurrence $ 200.00 $ 200.00 $ 555.00 $ 2,000.00 $ $ Total Downtown Perris Station Monthly Cost Total Downtown Perris Station Annual Cost Office: 951.335.0050 I 3380 La Sierra Ave. Suite 104 Riverside, CA 92503 47 • • • " " Station Janitorial PVL LAYOVER FACILITY Weekly Services Item# w 1 w 2 w 3 w 4 w 5 w 6 w 7 w 8 w 9 w 10 w 11 w 12 w 13 w 14 w 15 w 16 Description of Work Thoroughly dust and clean all ticket vending machines, validator:s. kiosks, benches, trash receptacles, pole structures, signs, security tower office, drinking fountains and soda vending machines shall be thoroughly dusted and cleaned. Trash receptacles shall be emptied and re-lined. In the event that the Property Manager determines that the trash receptacles require emptying on more than a weekly basis, Cc:mtra<;tor $hall provide mid-week emptying and re-lining of trat;n recej:>tacles at no extra cost to the Commission. Contractor to dispose of the collected trash at each Station's dumpster. All recycle bins shall be emptied and re-lined. Contractor is responsible for disposing.recy<;led products appropriately. . All station platform floors, including walkway ramps, pedestrian bridges, elevators a11d i;taiiway.&, shall be swept to remove trash and other spill~e:. These areas shall be wet mopped when necessary. All walls, partitions, windows and doors shall be spot cleaned. All handrails on walkways, stairways and handicap rarnps shall be dusted and wiped clean. All walkways shall be spot cleaned and shall have grease and other residue removed. All litter and debris shall be removed from platforms, parking lots and planter areas. Areas shall be cleared Of birds' nests and bird droppings. Contractor shall be prepared to clean up and dfsinfect platform floors, walJ<way ramps, pedestrian bridges, elevators, walls, windows, handrai!S, handicap ramps, and stairways dui;i to human and animal urination or defecation. Contractor shall be prepared to clean up and disinfect.areas due lo biological spills (blood) and properly dispose of any materials used In the cleaning process. Clean restroom including sink, toilet, fixtures and walls. Mop elevators, restrooms and security tower floors. Empty trash receptacle. Replenish paper products including toilet paper and paper towels . Service Crew Building and storage area. * All items listed above must be performed weekly. Total Monthly Cost $ 525Jl0 Total Annual Cost $ "�"""'�'J'"' Monthly Services M 1 All walkways shall be pressure washed and steam Total Cost Per cleaned to remove grease and residue. Occurrence M 2 Platform floor surfaces shall be pressure washed Total Cost Per and steam cleaned to remove grease, gum and Occurrence residue. * All items listed above must be performed monthly. Total Monthly Cost $ J00.00 Total Annual Cost $ ., .. ,.,., .... ., $ $ Total Layover Facility Monthly Cost Total Layover Facility Annual Cost Office: 951.335.0050 I 3380 Sierra Ave. Suite 1.04 48 $150.00 $150.00 CA 92503 Station Janitorial Proposal PVL MORENO VALLEY I MARCH FIELD STATION Weekly Services Item# w 1 Oescrlpllon of Work Thoroughly dust and clean all ticket vending machines, validators, kiosks, benches, trash receptacles, pole structures, signs, security tower office, drinking fountains and soda vending machines.shall be thoroughly dusted and cleaned. w 2 Trash· receptacles shall be emptied and re-lined .. In the event that tile Prqpetty Manager determines that the trash receptacles require emptying on more than a ~ly ~is. OQntractor.i;hall provide mid-week emptying and re-lining· of trash reeeptaeles at no extra cost to the Commission,. Contractor to dispQ&e of the collected trasll at each Station's dumpster. . . · W 3 All recycle bins shall be emptied and re-lined. Contractor is responsible for disposing recycled products appropriately. W 4 All station platform floors. including walkway tamps'. ~estrian bridgi:is, ele\/atprs and stairw!iY$. shall be swept to remove trash and other sp11fage. These areas shalt be wet mopped when nece&s.afY. w w w w w w 5 6 7 a 9 10 All walls, partitions, windows and doors. s!lall be spot cleaned. . All handrails onwalkways, stairways and handicap ramps l!hall bedustedand wiped clean. All walkways shall be spot cleaned and shall have gr&a$e and othtr residue removed. All litter and debris shall be removed from platforms. parking lots and planter iirUS. Areas shall be cleared of birds' nests and .bird dfoppjngs. . . Contractor shall be prepaied to clean up and disinfect platfQtm fl9ors, walkw~y ramps, pedestrian bridges, elevators, walls, windoWt, handrails, handicap ramps, and stairwi!Ys due to human and animal urination or defecation. W 11 Contractor shall be prepared to clean up and disinfect areas due to biofQgical spills (b!Qod) and properly dispose of any materials used in the cleaning process. * All items listed above must be performed weekly. Total Monthly Cost $ 985.00 Total Annual Cost $ Monthly Services M 1 All walkways shall be pressure washed and steam cleaned to remove grease and residue. M 2 Platform floor surfaces shall be pressure washed and steam cleaned to remove grease, gum and residue. • All items listed above must be performed monthly. Total Monthly Cost $ 350.00 Total Annual Cost $ ""-..1:uu.uu Quarterly Services Q 1 Canopy Washing " All items listed above must be performed quarterly. Total Annual Cost $ 1 Total Cost Per occurrence Total Cost Per Occurrence Total Cost Per Occurrence $175.00 $17.S.00 $325.00 Total Moreno Valley I March Field Station Monthly Cost Total Moreno Valley I March Field Station Annual Cost Office: 951.335.0050 l 3380 La Sierra Ave. Suite 104 Riverside, CA 92503 49 • • • .. • • SEMILLA PVL RIVERSIDE HUNTER PARK STATION Weekly Services Station Jan~orial Item# w 1 Description of Work Thoroughly dust and clean all ticket vending machines, validators, kiosks, benches, trash receptacles, pole structures, signs, security tower office. drinking fountains and soda vending machines shall be thoroughly duSled and cleaned. w 2 Trash receptacles shall be emptied and re-lined. In the event that tile Property Manager determines that the trash receptacles require emp1ying on more tllan a Weflkly basis, C<mtraetor shall provide mid• week emptying and re-lining al trash feceptacles at no extra cost to the Commis~on. Contractor m dispose of the collected trash ·at each Station's 'dumpster; W 3 All recycle bins shall be emptied and re-lined .. Contractor is respansible for disposing recycled jlrOducts appropriately. W 4 All station platform floors, including walkway ramps, pedestrian bridges, elevators and.stairways, shall be swept0to remove trash and other spillage. These areas shall be wet mopped when necessary. w w w w w w 5 6 7 8 9 10 All walls, partitions, Windows and doors shall be spot cleaned. All handrails on walkways, stairways and handicap ramps shall be dusted and wipad clean. All walkways shall ba spot cleaned and shall have grease and other residue removed. All litter and debl'ls shall be removed from pJatforms, parking lots and planter areas. Areas shall be cleared of birds' nests and bird droppings. . Contractor shall be prepared to clean up and d~infflct platform floors, walkway ramps, pedestrian bridges, elevaters. wans, W!ntlows, handrails, handicap ramps, and stairways due to hurnan and animal urination or defeca!len. W 11 Contractor shall be prepared to clean up and disinfect areas due to biological spills (blood) and properly dispose of any matefials used in the cleaning process. * All Items listed above must be p.erformed weekly. Total Monthly Cost $ 755.00 Total Annual Cost $ "''""""'"'" Monthly Services M 1 All walkways .shall be pressure washed and steam cleaned to remove grease and residue. M 2 Platform floor surfaces shall be pressure washed and steam cleaned to remove grease, gum and residue. * All items listed above must be performed monthly. Total Monthly Cost $ 250.00 Total Annual Cost $ "·""'"·''"' Quarterly Services Q 1 Canopy Washing * All items listed above must be performed quarterly. Total Annual Cost $ Total Cost P1:>r Occurrence Total Cost Per Occurrence Total Cost Per Occurrence $125.00 $125.00 $325.00 $ $ Total Riverside Hunter Park Station Monthly Cost Total Riverside Hunter Park Station Annual Cost Suite 104 CA 92503 50 SEMILLA PVL SOUTH PERRIS STATION Weekly Services Item# Station Janitorial Proposal w 1 Des.:l'iptlon of Work Thoroughly dust and clean all ticket vending machines, validators. kiosks, benches, trash receptacles, pole s.tructures, signs, security tower office, drinking foun!afns and soda vending machines shall be thoroughly dusted and cleaned. W 2 TraSh req:!ptacleuhall be emptied and re:lined. In thEl event that the Property ~ager determines that the trash r~lacles require emptying on more than ·~ Weekly basis, Contr~or shall provide mid· week emptying and re-lining <>f trash r~tacle& at !TO extra cost to the Commission . .Contractor to <iisp®,e of the c<illected trash at ea()h Station's dumpster. W 3 All recyclebinsshall.be·emptled11nd f'e·llned. Contractor is re8pof)Sible for disposing recycled pl'OQucts appropriately. W 4 All station platform floors, !nell.lding walkway ramps,. pedestrJ~n bridges. elevate~ and stairways, shall be swept tb·remove traSh and Qthersp111ase. These areas shah~ wet moppfl.CI when necessary. w w w w w w 5 All walls, partitions. windQWs and ®onnhall be 'SJ)ofcieaned. 6 All handrails on walkways, stail'Ways llnd handicap ramps shall be dusted llnd Wiped cklan. 7 All walkways Shall be.spot cleaned and shall have grease and other resi~remo.vea. 8 All litter and debris shall be removed from pfatforms. parking rots and planter areas. 9 Areas shall be cleared of birds' nests and bird droppmgs. 10 Contractor shall be prepatedro clean up !ind disinfect platform f!Oars, walkway ramps, pedestritin bridges, eJevalol'$, walls; windows, handrails, handicap ramps, and stairways due to human and animal urination or defecation. w 11 Contractor shall be prepared to clean Up and disinfect areas due to bioJagical spills. (blood) and property dispose of any materials used in the cleaning process. * All Items fisted above must be performed weekly. Total Monthly Cost $ 810.00 Total Annual Cost $ 9,720.00 Monthly Services M 1 All walkways shall be pressure washed and steam cleaned to remove grease and residue. M 2 Platform floor surfaces shall be preSllum washed and steam cleaned to remove grease, gum and residue. * All items listed above must be performed monthly. Total Monthly Cost $ 300.00 Total Annual Cost $ 3,600.00 Quarterly Services Cl 1 Canopy Washing * All items listed above must be performed quarterly. Total Annual Cost $ TQtal Cost Per Occurrence Total Cost Per Occurrenca Total Cost Per Occurrence $ $ Total South Petris Station Monthly Cost Total South Perris Station Annual Cost Office: 951.335.0050 I 3380 La Sierra Ave. Suite 104 51 $150.00 $150.00 $ 325.00 CA 92503 • • • " " " ATTACHMENT 3 Agreement No. 14-24-158-01 AMENDMENT NO. 1 TO AGREEMENT FOR STATION STREET SWEEPING SERVICES WITH MORNING STAR SWEEPING SERVICES, INC 1. PARTIES AND DATE This Amendment No. 1 to the Agreement for made and entered into as of this day o Street Sweeping Services is , 2015, by and between ION ("Commission") and sultant"), a California the RIVERSIDE COUNTY TRANSPORTAT MORNING STAR SWEEPING SERVIC Corporation. 2. RECITALS 3. 2.1 2.2 greement in order to extend , revise Scope of Services to include s, and provide additional compensation reet sweeping services. 3.1 ; ;f~~ term of th;~fMaster Agreement shall be extended for an additional term ~et.twelve d:t9nths, ending on June 30, 2017, unless earlier terminated as pro'8~~d �� �� Master Agreement. 3.2 The Scope of Services for the Master Agreement shall be amended to include Services, as that term is defined in the Master Agreement, required to provide street sweeping services to three additional stations as part of the Perris Valley Line project as more fully described in Exhibit "A" attached to this Amendment and incorporated herein by reference. 3.3 The maximum compensation for Services performed pursuant to this Amendment shall be Thirty-Seven Thousand Eighty Dollars ($37,080), as 1 17336.00000\1514236.2 52 further set forth in Exhibit "A" attached to this Amendment and incorporated herein by reference. Work shall be performed at the rates set forth in the Master Agreement. 3.4 The total not-to-exceed amount of the Master Agreement, as amended by this Amendment No. 1, shall be increased from Sixty Thousand Dollars ($60,000) to Ninety-Seven Thousand Eighty Dollars ($97,080). 3.5 Except as amended by this Amendme Agreement, including without limit.at" provisions, shall remain in full force of the parties under this Amendme 17336.00000\1514236.2 2 53 I provisions of the Master indemnity and insurance and shall govern the actions • • • " " " SIGNATURE PAGE TO AGREEMENT NO. 14-24-158-01 IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the date first herein above written. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: Daryl R. Busch, Chair Best Best Counsel to th Transportation 17336.00000\1514236.2 ING STAR SWEEPING VICES, INC 3 54 " EXHIBIT "A" SCOPE OF SERVICES & COMPENSATION [Attached behind this pa " Exhibit A " 17336.00000\1514236.2 55 " " MOR..NING STAR SWEEPING SERVICES, INC. PO Box#2051 Rancho Cucamonga, Ca. 91729 Sweeping Service Proposal (909) 947-0468 CUSTOMER NAME/ADDRESS RCTC PO Box 12008 Riverside, CA. 92502-2208 mstarsweep@gmail.com DATE ESTIMATE# PROJECT Service Day 1/27/2015 2269 METROLINK ST ADDS -201501 Saturday DESCRIPTION Parking Lot Sweeping: ONCE PER MONTH at the following locations. (New Locations Estimate l/26/15) Perris Downtown Station: 12 l South C Street, Perris, 92507 (Addition of North and South Parking areas Only) Perris Downtown Station: (BAY G-ALTERNATE) * Riverside Hunter Park Station: 1101 Marlborough Avenue, Riverside, 92507 South Perris Station: 1604 C1se Road, Perris, 92570 (INCLUDL~G LAYOVER FACILITY Moreno Valley/March Field Stati.on: 14160 Meridian Parkway, Riverside, 92508 Service includes power blowing curbs and corners. Blown debris will be moved sufficiently away from vehicles to allow vacuum and removal by sweeper truck. PROPOSAL IS BEST ESTIMATE BASED UPON PROVIDED SPECIFICATIONS AND REQUIREMENTS. MORNING STAR SERVICES WILL MAKE EVERY EFFORT TO MEET OR BEAT ANY LEGITIMATE BID SUBM!TIED FOR COMPARABLE SERVlCE. GUARANTEE: Service will be according to customer specifications AND as scheduled or we return al no cost All USUAL DEBRIS is guaranteed to be removed from paved surfaces including, PAPER TRASH, CUPS, BOTTLES, DISCARDED FOOD ITEMS and BROKEN GLASS before leaving job site. EXCLUSIONS: Excessive loose gravel from deeriorating asphalt, runoff debris. surface debris too large lo sweep and debris resulting from adverse weather conditions such as WIND STORMS and FLOODING. Additional charges may result follov.,ng such conditions and/or special circumstances which require additional labor. 'I,;""'" Date:~------�---Signature: Cost/Mth 56 COST/M ... 0.00 430.00 260.00 775.00 825.00 800.00 $309-0.00 " " " ATTACHMENT 4 Agreement No. 11-24-046-02 AMENDMENT NO. 2 TO AGREEMENT FOR PEST CONTROL SERVICES WITH GLOBAL PEST SOLUTIONS 1. PARTIES AND DATE This Amendment No. 2 to the Agreement ontrol Services is made and 15, by and between the ommission") and NCS ultant"), a California entered into as of this day of RIVERSIDE COUNTY TRANSPORTATIO ENTERPRISES, INC. d/b/a GLOBAL P corporation. 2. RECITALS 2.1 2.2 3. TERMS tered into an agreement ing pest control services tant have entered into an Amendment ted February 15, 2014, for the purpose to amend the Master Agreement in order to extend aster eement, revise the Scope of Services to include lley L e stations and provide additional compensation revision of pest control services. 3.1 The term of the Master Agreement shall be extended for an additional term of twelve (12) Months, ending on February 15, 2016, unless earlier terminated as provided in the Master Agreement. 3.2 The Scope of Services for the Master Agreement shall be amended to include Services, as that term is defined in the Master Agreement, 1 17336.00000\1514236.2 57 required to provide pest control services to three additional stations as part of the Perris Valley Line project as more fully described in Exhibit "A" attached to this Amendment and incorporated herein by reference. 3.3 The maximum compensation for Services performed pursuant to this Amendment shall be Six Thousand Three Hundred Eighty Dollars ($6,380). Work shall be performed at the rates set forth in the Master Agreement. 3.4 The total not-to-exceed amount of the this Amendment No. 2, shall be incr ($15,000) to Twenty-One Tho ($21,380). 3.5 Except as amended by t Agreement, as amended by the indemnity and effect and shall go 17336.00000\1514236.2 2 58 Agreement, as amended by Fifteen Thousand Dollars Hundred Eighty Dollars · ns of the Master without limitation ull force and endment. • • • " " " SIGNATURE PAGE TO AGREEMENT NO. 11-24-046-02 IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the date first herein above written. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: APP By: Daryl R. Busch, Chair ide County Transportation Commission 17336.00000\1514236.2 AL PEST SOLUTIONS 3 59 " EXHIBIT "A" SCOPE OF SERVICES & COMPENSATION [Attached behind this p " 4 17336.00000\ 1514236.2 " 60 " " I I I I !" i ! 23 l E Alessandro Blvd Suite #A493 Riverside, CA 92508 951. 742.8042 phone GLOBAL PEST SOLUTIONS � January 23, 2015 Dan Mathers Facilities Administrator Riverside County Transportation Commission Subject: Pest Control For Additional Metro/ink Stations Dear Dan: Foremost. we would like to thank you for your continued business with Global Pest Solutions. Upon request we have added the cost of treatment for the newest Metrolink stations. Included in the cost of bi-monthly pest control treatments is, treatment of all ticket kiosks, vending machines, elevators, communication rooms, porta potties, restrooms, trash cans and customer benches. Any other areas will be treated as necessary . 10903 Indiana Ave., Riverside 4066 Vine St., Riverside 6001 Pedley Rd. Riverside 155 Auto Center Dr., Corona 250 E. Blaine St., Corona 1101 Marlborough Ave., Riverside $ 60.00 $60.00 $ 40.00 $ 40.00 $110.00 $ 90.00 14160 Meridian Pkwy., Moreno Valley $ 90.00 (w/o bait stations) $110.00 (with bait stations) 1304 Case Rd,. Perris 121 South C. St., Perris Every Other Month Total Yearly Cost for all Stations $ 90.00 (w/o bait stations) $110.00 {with bait stations} $110.00 $ 690.00 {w/o bait stations at specified locations) $ 730.00 (with bait stations at specified locations) $4, 140.00 (w/o bait stations at specified locations) $4,380.00 (with bait stations at specified locations) 61 ,'\ ,... • " r . ' Guarantee Global Pest Solutions guarantees our applications for 30 days, If you should have any issues within the 30 days of the initial treatment, Global Pest Solutions will retreat at no charge, If an issue should arise outside of the 30 days, there will be an additional charge according to the station, Global Pest Solutions is a full service pest control offering general pest control as well as bird control and animal trapping. Please take time to contact our references on the following page. Sincerely yours, Chenoa Morris Office Manager I hereby accept the above terms and proposal, and do authorize commencement of work immediately. Date 62 • • • " " " ATTACHMENT 5 Agreement No. 11-24-057-04 AMENDMENT NO. 4 TO TO THE SECURITY GUARD SERVICES AGREEMENT WITH UNIVERSAL PROTECTION SERVICE, LP 1. PARTIES AND DATE This Amendment No. 3 to the Agreeme and entered into as of this day of RIVERSIDE COUNTY TRANSPORTATI UNIVERSAL PROTECTION SERVICE, 2. RECITALS 2.1 The Commission September 19, 201 Commission's Comm 2.2 ity Guard Services is made 15, by and between the ("Commission") and an Amendment No. 1 to for the purpose of revising rsemen , to include SCRRA as an .21, Indemnification, to include SCRRA r entered into an Amendment No. 2 to date ovember 14, 2013 for the purpose of labor classification from "Supervisor" to "Director ear the Master Agreement, and for option years 4 r Agreement. 2.4 nd the Contractor entered into an Amendment No. 3 to ment dated July 25, 2014 for the purpose of revising the Detailed Schedule to increase labor classification rates, include the Perris Transit Center, Cy-Cop Tracking System and provide additional compensation. 2.5 The parties now desire to amend the Master Agreement order to extend the term of the Master Agreement, revise the Scope of Services to include the new Perris Valley Line stations and provide additional compensation for the continued provision of station security services. 1 17336.00000\1514236.2 63 3. TERMS 3.1 The term of the Master Agreement shall be extended for an additional term of twelve (12) months, ending on October 1, 2016, unless earlier terminated as provided in the Master Agreement. 3.2 The Scope of Services for the Master include Services, as that term is d required to provide station security s part of the Perris Valley Line proje attached to this Amendment an 3.3 3.4 ment shall be amended to in the Master Agreement, three additional stations as lly described in Exhibit "A" ein by reference. pursuant to this Thousand Sux armed at the r Agreement, as amended by Four Million Four Hundred llars ($4,456, 133) to Six t Hundred Twenty-Three ndment, all prov1s1ons of the Master 17336.00000\1514236.2 ent No. 1, 2 and 3, including without ance provisions, shall remain in full force the actions of the parties under this [Signatures on following page] 2 64 • • • " " " SIGNATURE PAGE TO AGREEMENT NO. 11-24-057-04 IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the date first herein above written. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: Anne Mayer, Executive Director Best Be Counsel to Transportatio 17336 00000\1514236.2 RSAL PROTECTION ICE, LP 3 65 " EXHIBIT "A" SCOPE OF SERVICES & COMPENSATION [Attached behind this pa " Exhibit A " 17336.00000\1514236.2 66 ' , ,. •• Universal Protection Service PROJECTED SECURITY BUDGET Riverside County Transportation Commission Perris Valley line -Hunter Park Station November 24th, 2014 (pepper spray) EXHIBIT A 1. REQUIREMENT: Provide uniformed security professionals to enhance the se®rity of the facilities by being highly visible, deter vandalism, and perform addffienal dt.!ties as may be described in the post orders. 2. HOUOAYS: Universal Protection Service recognizes the f611oWing holidays. Security professionals working on these days will be paid time and one/half. Ctient wilt be billed the overtime I holiday rate. New Years Day Labor Day 3. PROJECTED COST: CATEGORY Officer Pepper Spray Presidents Day Thanksgiving Day WEEKLY WAGE HOURS RATE 168 $12.9~ Memorial Day Christmas Day BILLING RATE $18.61 . . Holidays bllled as mcurred at the holiday/OT rate . CATEGORY TOTAL MONTHLY COST CY COP PHONES CyCop Phone 1 $85.00 Independence Day MONTHLY IJINUAL COST COST $13,584.55 $163,014.66 ANNUAL COST $1,020.00 Pricing includes all required taxes and insurance, licensing, uniforms, lnllnlng, tenure bonus, management cost and security professionalperformance awards program. 67 Universal Protection Service PPO License #14417 Universal Protection Service PROJECTED SECURITY BUDGET Riverside County Transportation Commission Moreno Valley/March Field Novembet 24th, 2014 (pepper spray) EXHIBIT A 1. REQUIREMENT: Provide uniformed security professionals to enhan~. the security of the facilltfes by being highly vis1ble, de.ter vandalism, and perform additional duties as may be described in the post orders. 2. HOLIDAY$: Universal Prote~n SeNi~ recognizes the following holidays. Security professianals working on these days will be paid time ancl one/half. Client will be billed the overtime I holiday rate. New Years Day Labor Day 3. PROJECTED COST: CA+EGORY Officer Pepper Spray Presiden• Day Thanksgi.ving Day WEEKLY WAGE HOURS RATE 16S. $12.92 Memorial Day Christmas Day BILLING RATE $18.61 HolidaY$ billed as incurred at the holiday/OT rate. CATEGORY TOTAL MONTHLY COST CY COP PHONES CyCop Phone 1 $85.00 Independence Day MONTHLY ANNUAL COST COST $13,584.55 $163.,014.66 ANNUAL COST $1,020.00 Pricing includes all required tBJCes and insurance1 licensing, unHorms, training, tenure bonus, management cost and security professional perlormance awards program. 68 Universal Protection Service PPO License #14417 • • ., " " Universal Protection Service PROJECTED .SECURITY BUDGET Riverside County Transportation Comrnission Perris Valley Line -South Perris Station November 24th, 2014 (pepper spray) EXHIBIT A 1. REQUIREMENT; Provide uniformed security professionals to enhance the security of the facilities by being highly visible. deter vandalism, and perform eddltionai duties as may be described in the post orders. 2. HOLIDAYS: Universal Protection Service recognizes the following holidays. Security professionals working on these days will be paid time and one/half. Client will be billed the overtime I holiday rate. New Years Day labor Day 3. PROJECTED COST: CATEGORY Officer Pepper Spray Presidents Day Thanksgiving Day WEEKLY WAGE HOURS RATE 168 $12.92 Memorial Day Christmas Day BIWNG RATE $18.61 Holidays billed as incurred at the holiday/OT rate, CATEGORY TOTAL MONTHLY COST CY COP PHONES CyCop Phone 1 $85.00 Independence Day MONTHLY ANNUAL COST COST $13,584.55 $163,014.66 ANNUAL COST $1,020.00 Pricing includes all required taxes and insumnce, licensing, uniforms, training, tenure bonus, management cost and security professional performance awards progmm. 69 Universal Protection Service PPO License #14417 ' t " ' Universal Protection Service PROJECTED SECURITY BUDGET Riverside County Transportation Commission Perris Valley Line -South Perris Station -"Alternative Officer" November 24th, 2014 (pepper spray) EXHIBtT A 1. REQUIREMENT: Provide uniformed seoority professionats to &nhance 1he 8eCurity of the fa~ities by being highly visible, deter vandalism, and perform addioonar duties as may be described In the post orders. 2. HOLIDAYS: Universal Po;>tection Service recognizes the folloWlng holidays. Security prOfessionals WQlking on these days will be paid time and one/half. Client Will be bllled the overtime J holiday rate. New Yt11ars Day Labor Day Presidents Day Memoriaf Day Thanksgiving Day Christmas Day 3. PROJECTED COST: CAlEGORY WEEKLY WAGE BILLING HOURS RATE RATE Officer Pepper 168 $12.92 $18.61 Spray Holldttys bflled as Incurred at the holiday/OT rate. CATEGORY TOTAL MONTHl Y COST CY COP PHONES CyCop Phone 1 $85.00 Independence Day MONTHLY ANNUAL COST COST $13,584.55 $163,014.66 ANNUAL COST $1,020.00 Prlci119 includes all reqq/red taxes and insurance, llcensing, uniforms, fl'aining, tenure bonus, management cost and security professional performance awards program. 70 Universal Protection Service PPO License #14417 • • • " " Universal Protecf:ion ��Service PROJECTED SECURITY BUDGET Riverside County Transportation Commission Perris Valley Line -Additional Assistant Supervisors, Dispatchers & Vehicle (OPTIONAL) April 1st, 2015 EXHIBIT A 1. REQUIREMENT: Provide uniformed security professionals to enhance the security of the facilities by being highly visible, deter vandalism, and perform additional duties as may be described in the post orders. 2. HOLIDAYS: Universal Protection Service recognizes the following holidays. Security professionals working on these days will be paid time and one/half. Client will be billed the overtime I holiday rate. New Years Day Labor Day 3. PROJECTED COST: CATEGORY Asst. Supervisors Dispatchers Total Presidents Day Thanksgiving Day WEEKLY WAGE HOURS RATE 80 $15.08 80 $11.90 160 Memorial Day Christmas Day BILLING RATE $21.53 $17.14 Holidays billed as incurred at the holiday/OT rate. Independence Day MONTHLY ANNUAL COST COST $7,483.83 $89,805.96 $5,957.86 $71,494.32 $13,441.69 $161,300.28 ***Also, there is an approx. 2.5% "cost of living increase" for all security positions effective Oct. 2015 that has !!.fil been factored into the proposal(s). CATEGORY ADDITIONAL MONTHLY COST ANNUAL VEHICLE cosr Vehicle (SUV) 1 $696.00 $8,352,00 ***Fuel billed as incurred. Pricing includes all required taxes and insurance, licensing, uniforms, training, tenure bonus, management cost and security professional performance awards program. 71 Universal Protection Service PPO License #14417 " " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 TO: Riverside County Transportation Commission Western Riverside County Programs and Projects Committee FROM: Dan Mathers, Facilities Administrator Marlin Feenstra, Project Delivery Director THROUGH: Anne Mayer, Executive Director SUBJECT: Amendment to Agreement with Fibertronics for Closed Circuit Television Capital Improvements and Station Maintenance Services WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1} Approve Agreement No. 13-24-066-01, Amendment No. 1, to Agreement No. 13-24-066-00 with Fibertronics, Inc. (Fibertronics} for commuter rail station Closed Circuit Television (CCTV} security system installation, maintenance, and repair services at the three new Perris Valley Line stations, and capital improvements at the six existing commuter rail stations, in the amount of $79,200 for CCTV maintenance, $67,500 for repairs, and $500,000 for capital improvements, plus a contingency amount of $32,335, for an additional amount of $679,035, and a total amount not to exceed $1,293,605; 2} Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the amendment to the agreement on behalf of the Commission; 3} Authorize the Executive Director, or designee, to execute task orders awarded under the terms of the agreement; and 4} Authorize the Executive Director or designee to approve contingency work up to the total not to exceed amount as required for the project. BACKGROUND INFORMATION: At its April 10, 2013 meeting, the Commission approved Agreement No. 13-24-066-00 with Fibertronics to provide CCTV security system maintenance, repairs, and capital improvements for the five commuter rail stations owned and operated by the Commission -Downtown Riverside, La Sierra, Pedley, North Main Corona, West Corona -and Perris Transit Center for a three-year term, and two one-year options to extend the agreement, in an amount not to exceed $614,570. At that meeting, staff noted it would return to the Commission to seek an amendment to the agreement to fund certain CCTV capital improvements to be funded by the Proposition lB California Transit Security Grant Program (CTSGP) . Agenda Item 8F 72 Three new stations will be completed in the coming months as part of the Perris Valley Line commuter rail extension project. Therefore, staff recommends the addition of maintenance services, repair services, and capital improvements for the three new stations at South Perris, Moreno Valley/March Field, and Riverside Hunter Park, capital improvements for the operations control center; and upgrading the Commission's CCTV system to current industry standards. Staff obtained cost estimates for maintenance and repair services totaling $146,700 for the three new stations from Fibertronics. The estimates are considered fair and reasonable based upon adequate price competition under the Commission's approved procurement process for the initial agreement and staff evaluation of current and historical costs paid by the Commission for the same or similar services. Staff recommends a 5 percent contingency, or $7,335, for unforeseen maintenance and repairs, resulting in an additional provision of $154,035 to the Fibertronics agreement related to maintenance and repairs. The maintenance and repairs will be funded by Local Transportation Fund funds. • In regard to the CCTV-related capital improvements at the three new stations, the operations control center, and system upgrades, staff recommends authorization to increase the Fibertronics agreement for estimated costs of up to $500,000 plus a 5 percent contingency, or $25,000, for a total amount not to exceed $525,000. Task orders will be awarded for the capital improvements upon acceptance of a fair and reasonable price from Fibertronics. The CCTV- related capital improvements will be funded by the Proposition lB CTSGP. • These CCTV maintenance and repairs as well as capital improvements have been included in the FY 2015/16 budget. Financial Information In Fiscal Year Budget: I Yes I Year: I FY 2015/16 I $576,235 N/A FY 2016/17+ Amount: $l02,800 Local Transportation Fund funds Source of Funds: (repairs and maintenance); Proposition Budget Adjustment: 1B CTSGP sec;:urity funds 24400173301/733150000000001032473301 244002 73301/73315 00000 0000 103 24 73301 244003 73301/73315 00000 0000 103 24 73301 244004 73301/73315 00000 0000 103 24 73301 GL/Project Accounting No.: 244006 73301/73315 00000 0000 103 24 73301 244010 73301/73315 00000 0000 103 24 73301 244020 73301/73315 00000 0000 103 24 73301 244021 73301/73315 00000 0000 103 24 73301 244022 73301/73315 00000 0000 103 24 73301 004012 90601 00000 0000 265 33 90101 Fiscal Procedures Approved: ~~ I Date: ) Attachment: Draft Agreement No. 13-24-066-01 Agenda Item 8F 73 No N/A 04/20/2015 • " " " Agreement No. 13-24-066-01 AMENDMENT N0.1 TO AGREEMENT FOR CLOSED CIRCUIT TELEVISION SYSTEMS MAINTENANCE SERVICES FOR METROLINK STATIONS WITH FIBERTRONICS, INC. 1. PARTIES AND DATE This Amendment No. 1 to the Agreement System Maintenance Services is made and _____ , 2015, by and between the COMMISSION ("Commission") and Fl Circuit Television ("CCTV") s of this day of Y TRANSPORTATION ("Consultant"). 2. RECITALS 3. 2.1 The Commission a dated May 29, 20 maintenan 2.2 e entered into an agreement f providing CCTV system he Mas Agreement in order to revise the new Perris Valley Line stations and , for the continued provision of CCTV 3.1 The �.scope of ~ervices for the Master Agreement shall be amended to includ1g~,Se � .... �. as that term is defined in the Master Agreement, requirecftp. . . de CCTV system maintenance services to three additional stations as p~rt of the Perris Valley Line project as more fully described in Exhibit "A" attached to this Amendment and incorporated herein by reference. 3.2 The maximum compensation for Services performed pursuant to this Amendment shall be in the amount of Seventy-Nine Thousand Two Hundred Dollars ($79,200) for CCTV maintenance, Sixty-Seven Thousand Five Hundred Dollars ($67,500) for repairs, and Five Hundred Thousand Dollars $500,000 for capital improvements, for a not to exceed amount of 1 17336.00000\1514236.2 74 Six Hundred Forty-Six Thousand Seven Hundred Dollars ($646,700). Work shall be performed at the rates set forth in the Master Agreement. 3.3 The total not-to-exceed amount of the Master Agreement, as amended by this Amendment No. 1, shall be increased from Four Hund.red Fifty-One Thousand Twenty-Three Dollars ($451,023) to C>ne Million Ninety-Seven Thousand Seven Hundred Twenty-Three Dollars ($1,097,723) 3.4 Except as amended by this Amendme Agreement, including without limitati provisions, sh<dl remain in full force of the parties under this Amendme 2 17336.00000\1514236.2 75 I provisions of the Master indemnity and insurance and shall govern the actions • • • " " " SIGNATURE PAGE TO AGREEMENT NO. 13-24-066-01 IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the date first herein above written. RIVERSIDE COUNTY TRANSPORTATION COMMISSION Daryl R. Busch, Chair] By: l 7336.00000\1514236.2 TRONICS, INC. 3 76 " EXHIBIT "A" SCOPE OF SERVICES & COMPENSATION [Attached behind this pa " Exhibit A " 17336.00000\1514236.2 77 Cl) w u .... ~ w Cl) w u z II( z w :I: I-a:: z 0 .... u.. II( :I: (!) % Zw ....... • u Cl) 00 ~> I' a.. Cl) ..J z II( 0 Cl) .... 0 Cl) a.. .... o> a:: ~ a.. w I- I-.... ::> ~· .... u Q w Cl) 0 ..J u • ·. PROPOSAL PRICING FORM 1. Maintenance Services (Quarterly -Fixed Fee) Stations 2/1/15-2/1/16 1. RCTC Perris Valley Line: $1848.00/qtr Riverside Hunter Park Station A 2. RCTC Perris Valley Line: Moreno $ 2904.00/qtr Valley/March Field Station 3. C RCTC Perris Valley Line: $1848.00/qtr South Perris Station F NOTE: RAIL ROAD FLAGGER CONSTRUCTION IS NOT INCLUDED. • • • ·• • .-.. < 2. Labor Rate(s) for on-call repairs: Estimated annual number of hours for on-call repairs: 200 Hours. FULLY BURDENED HOURLY RATES Dates Regular Weekend Holiday 2/1/15-2/1/2016 $ 85/hr $127.5/hr $ 170/hr The hourly rate quoted shall include all direct and indirect costs, including labor charges in accordance with the established general prevailing wage rate requirements, trucks, equipment, ti>Qla, overhead, travel, depreciation, all other expense and profit. Labor hours shall be charged on the basis of actual time spent on each job, not on a portal-to-portal basis, and shall be computed to the nearest one-quarter (1/4) hour. 3. Materials/New Equipment Mark-up 1st year 2nd year 3rd year 4th year 5th year Parts Pricing-Contractors 10°/o 10°/o 10°/o 106/o 10% Cost Plus Indicated% 80 ~ Contractor will be reimbursed for Materials on the basis of actual invoice. cost the Contractor plus the percentage of mark-up or discount quoted on this proposal pricing form. Contractor shall provide with its invoice a copy of the supplier's invoice for all materials used in carrying out various tasks issued under this agreement. 4. Equipment Equipment Rate/hr Rate/day Bucket Truck/Bqom $120 $820.00 Truck/Scissor's Lift Note; Delivery and pick-up of equipment cost $ 200.00 this will be added tp each rental. 5. Consultation and Design = $100,-00/hr . • • .... i,. . • " " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 TO: Riverside County Transportation Commission Western Riverside County Programs and Projects Committee FROM: Jillian Guizado, Staff Analyst Brian Cunanan, Commuter and Motorist Assistance Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Agreements for Freeway Service Patrol Tow Truck Service WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1} 2) Award Agreement No. 15-45-060-00 to Airport Mobil Towing (Airport Mobil) for Freeway Service Patrol (FSP} tow truck services on Interstate 15 Beat No. 25 for a three- year term, plus two one-year options to extend the agreement, for a total amount not to exceed $1,927,000; and , Award Agreement No. 15-45-061-00 to Pepe's Towing (Pepe's) for FSP tow truck services on 1-15 Beat No. 26 for a three-year term, plus two one-year options to extend the agreement, for a total amount not to exceed $1,291,000. BACKGROUND INFORMATION: In 1986, the Commission established itself as the Riverside County Service Authority for Freeway Emergencies (RC SAFE} after the enactment of SB 1199 in 1985. The purpose of the formation of SAFEs in California was to provide call box services and, with excess funds, provide additional motorist aid services. Funding for RC SAFE is derived from a one dollar per vehicle registration fee on vehicles registered in Riverside County. Initially, these funds were used only for the call box program. As additional motorist aid services were developed, SAFE funds were also used to provide FSP and the Inland Empire 511 traveler information services as part of a comprehensive motorist aid system in Riverside County. In 1990, Proposition C was passed to fund transportation improvements and to help reduce traffic congestion in California. From this, the FSP program was created by Caltrans, which developed the corresponding Local Funding Allocation Plan to distribute funds to participating jurisdictions. In addition to funding received from Caltrans, agencies are required to contribute a 25 percent local match. For the Commission, SAFE revenues are used to meet this match requirement . Agenda Item 8G 82 The Commission, acting in its capacity as the SAFE, is the principal agency in Riverside County, in partnership with Caltrans and the California Highway Patrol (CHP), managing the FSP program. The purpose of the FSP program is to provide a continuously roving tow services patrol along designated freeway segments (referred to as beats) to relieve freeway congestion and facilitate the rapid removal of disabled vehicles and those involved in minor accidents on local freeways. Contracts to provide FSP tow service are competitively bid as needed for each beat. Currently, the Commission contracts with four tow truck operators to provide service on a total of nine beats Monday through Friday during the peak commute hours, 5:30 a.m. to 8:30 a.m. and 2:30 p.m. (12:30 p.m. on Fridays) to 6:30 p.m. In Fiscal Year 2013/14, FSP performed over 44,000 assists. Beat Beat Description Number ofAssists - i SR-91 Gra11ge County line to Lincoln Avenue 5,338 . 2 SR-91 Lincoln Avenue to Magnolia Avenue 3,270 4 SR-91 Magnolia Avenue to 60/91/215 Interchange 5,816 7 SR-60 Milliken Street to Main Street 5,712 8 SR-60/215 Interchange to Theodore Street 3,031 18 1-2.15 Riverside County line to Alessandro Blvd. 6,564 19 1-21.5 Alessandro Blvd. to SR-74/4th Street -4,364 25 1-15 Hidden Valley Parkway to SR-60/1-15 Interchange 5,363 26 1-15 Hidden Valley Parkway to Temescal Canyon Road 4,618, TGT AL ASSISTS 44,076 DISCUSSION: Staff sought a competitive solution to award tow service contracts to qualified firms for Beat Nos. 25 and 26, two of the nine total beats administered by the Commission. Beat No. 25 operates on Interstate 15 from the San Bernardino County line to Hidden Valley Parkway and requires the use of three tow trucks during normal service hours. Beat No. 26 operates on Interstate 15 from Hidden Valley Parkway to Temescal Canyon Road, which requires the use of two tow trucks during normal service hours. Procurement Process Staff determined the weighted factor method of source selection to be the most appropriate for this procurement as it allows the Commission to identify the most advantageous proposal with price and other factors considered. Non-price elements of the evaluation criteria included experience, the relative qualifications of the firms, proposed work plan, and the proposer's ability to respond to the requirements set forth under the terms of the Request for Proposals (RFP) No. 15-45-060-00. Agenda Item 8G 83 • • • " " " RFP No. 15-45-060-00 for FSP services was released by staff on February 19, 2015. A public notice was advertised in the Press Enterprise, and the RFP was posted on the Commission's PlanetBids website, which is accessible through the Commission's website. Utilizing PlanetBids, emails were sent to four firms, two of which are located in Riverside County. Additionally, the Commission sent out 92 postcards to firms who have previously expressed interest in tow services and/or are on the current CHP rotational tow lists. Of the 92, 31 are located in Riverside County. Through the PlanetBids site, 10 firms downloaded the RFP; five of these firms are located in Riverside County. A pre-bid conference was held on March 4, 2015, and was attended by three firms, two of which are local to Riverside County. Staff responded to all questions submitted by potential proposers prior to the March 10 clarification deadline date. Prior to the proposal submittal deadline on March 24 at 2:00 p.m., two responsive and responsible firms -Airport Mobile (Ontario} and Pepe's (Riverside) -submitted proposals in response to the RFP for services on Beat No. 25. One responsive and responsible firm, Pepe's, submitted a proposal in response to the RFP for services on Beat No. 26. Since staff received one proposal for the Beat No. 26, it reviewed the solicitation specifications for undue restrictiveness and surveyed potential sources that chose not to submit a proposal. Reasons for not submitting a proposal include the distance between the beat and the yard, technical difficulties, and inability to take on additional commitments at this time. Staff concluded that the requirements listed in the scope of work and other terms and conditions were not unnecessarily or excessively restrictive, an adequate opportunity to compete was provided, and factors other than the solicitation were responsible for the receipt of one proposal for Beat No. 26. An evaluation committee comprised of representatives from the CHP Inland Division, San Bernardino Associated Governments, and the Commission evaluated each proposal in accordance with the evaluation criteria set forth in the RFP. On April 7, 2015, the evaluation committee performed site visits and interviewed both of the proposing firms. Accordingly, the evaluation committee provided final scoring based on a comprehensive evaluation of each firm's written proposal and interview. Beat No. 25 Proposals submitted in response to Beat No. 25 were scored by the evaluation committee based upon the criteria set forth in the RFP. The two firms submitted hourly rates for tow services for the initial three-year term that ranged from a low of $64.00 per hour to a high of $64.71 per hour. The all-inclusive hourly service rate for this beat, as well as the rate for Beat No. 26, includes all direct costs (e.g., fuel, labor, equipment}, indirect costs (e.g., fringe benefits, overhead), and profit to provide the subject services. The overall rankings, inclusive of pricing, listed from highest to lowest total evaluation score for Beat No. 25 are as follows: Agenda Item 8G 84 Firm Hourly Rate Overall Ranking Airport Mobil Towing $64.00 1 Pepe's Towing $64.71 2 As a result of the completion of the evaluation process, the evaluation committee recommends contract award to Airport Mobil for Beat No. 25 for a three-year term at a fixed hourly rate of $64.00, with two one-year options to extend the agreement at a fixed hourly rate of $64.96, as this firm earned the highest total evaluation score. Beat No. 26 Pepe's is the only firm that submitted a responsive and responsible proposal in response to the RFP for services on Beat No. 26. The proposal was scored by the evaluation committee based upon the criteria set forth in the RFP. Pepe's proposed hourly rate for tow services is $64. 71. Based on the overall score according to the evaluation criteria listed in the RFP, the evaluation committee recommends Pepe's for award of Beat No. 26 for a three-year term, with two one- year options at a fixed hourly rate of $64. 71 through the entire term of the agreement. Pepe's has been providing FSP in Riverside County for over 15 years and is currently providing service on five Riverside FSP beats, including Beat No. 26. Pepe's has performed satisfactorily and has a good working relationship with staff. CONCLUSION: Staff is recommending Airport Mobil for award of Beat No. 25 and Pepe's for Beat No. 26 based on the evaluation process discussed. The proposed all-inclusive hourly rates from Airport Mobil for Beat No. 25 and Pepe's for Beat No. 26 is considered fair and reasonable based upon adequate price competition under the RFP process. Staff recommends the award of Agreement No. 15-45-060-00 to Airport Mobil for FSP tow truck services on Beat No. 25 in an amount not to exceed $1,927,000 and Agreement No. 15-45-061- 00 to Pepe's for FSP tow truck services on Beat No. 26 in an amount not to exceed $1,291,000. The Commission's standard form FSP services agreement will be entered into for each beat subject to any changes pursuant to legal counsel review. Agenda Item 8G 85 • • • " Financial Information In Fiscal Year Budget: I Yes I Year: I FY 2015/16 Amount: I $ 525,000 N/A FY 2016/17+ $ 2,693,000 State of California, No Source of Funds: SAFE Contribution from Department of Budget Adjustment: N/A Motor Vehicle Fees GL/Project Accounting No.: 002173 81014 00000 0110 20145 81002 Fiscal Procedures Approved: ~~ I Date: I 04/16/2015 Attachment: Standard Form FSP Services Agreement " " Agenda Item 8G 86 " " " MODEL CONTRACT FORM Agreement No. 15-45-060-00 RIVERSIDE COUNTY TRANSPORTATION COMMISSION, ACTING AS THE RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES, FOR FREEWAY SERVICE PATROL FOR BEAT#~ WITHIN RIVERSIDE COUNTY WITH L_ CONTRACTOR_J 1. PARTIES AND DATE. 1.1 This Agreement is made and entered into as of day of , 2015, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("COMMISSION") acting as the RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES ("SAFE") and [NAME OF FIRM], a [LEGAL STATUS OF CONTRACTOR e.g., CORPORATION] (referred to herein as "CONTRACTOR"). SAFE and CONTRACTOR are sometimes individually referred to herein as "Party" and collectively as "Parties". 1.2 The California Highway Patrol herein referred to as "CHP" and California Department of Transportation, herein referred to as "Caltrans" are hereby expressly designated as third-party beneficiaries of CONTRACTOR's performance under this Agreement. 2. RECITALS. 2.1 2.2 2.3 2.4 2.5 WHEREAS, COMMISSION is a California County Transportation Commission existing under the authority of Section 130050 et seq. of the California Public Utilities Code; WHEREAS, COMMISSION is authorized, pursuant to Section 2550 et seq. of the California Streets and Highways Code, to act as SAFE for purposes of providing a motorist aid system, including provision of freeway service patrols; WHEREAS, SAFE requires the services of a CONTRACTOR to provide the freeway service patrol professional services as described in the Scope of Services; WHEREAS, SAFE has determined that CONTRACTOR is best qualified to perform the required services; WHEREAS, the CONTRACTOR is able and willing to perform the required services under the terms and conditions of this Contract; APPENDIX B -1 87 2.6 WHEREAS, COMMISSION is the short range transportation planning agency for Riverside County, and programs federal, state, and local funds. COMMISSION has entered into a Memorandum of Understanding with Caltrans and CHP to fund peak period freeway service patrols on selected freeway segments in Riverside County; and 2.7 WHEREAS, Section 21718 (a) of the California Vehicle Code specifically authorized CHP to be responsible for freeway service patrols stopping on freeways for the purpose of rapid removal of impediments to traffic. Article 3, Section 91, of the Streets and Highways Code, states that Caltrans has responsibility to improve and maintain the state highways. Caltrans also has the responsibility for traffic management and removing impediments from the highways. NOW, THEREFORE, for the consideration hereinafter stated, SAFE and CONTRACTOR agree as follows: 3. TERMS. 3.1 General Scope of Services. The purpose of the Freeway Service Patrol ("FSP") program is to provide for the rapid removal of disabled vehicles and vehicles involved in minor accidents from the freeway. Contractor promises and agrees to furnish to SAFE all • labor materials, tools, equipment, services, and incidental and customary work necessary to • fully and adequately provide the FSP services ("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 fed.era! laws, rules and regulations, and the SOP manual (as defined below). 3.1.1. Contract Oversight. Caltrans and CHP will jointly oversee the Services. Both agencies will have responsibility for overseeing Service performance and ensuring that the CONTRACTOR abides by the terms of this Contract. CHP is responsible for dispatch services to incident locations within the CONTRACTOR's patrol limits. The dispatching wilt be done in accordance with this Contract. A Standard Operating Procedures ("SOP") manual will be given to the CONTRACTOR explaining the types of incidents to which his/her operators may be dispatched. 3.1.2 Beat Descriptions. The FSP will operate on selected freeway segments referred to herein as "beats". Each beat has specific turnaround locations and designated drop locations identified by the CHP. Exhibit "A" shows the specific limits, number of tow trucks, number of back-up trucks and hours of operation, and holidays for the CONTRACTOR's specific beat. SAFE reserves the right to add or delete holidays to the work schedule, provided that SAFE provides CONTRACTOR seven (7) days advanced notice of such addition or deletion. Travel time to and from the beat will be at the expense of the CONTRACTOR. APPENDIX B - 2 88 • " " " 3.1.3 Change Orders. At any time during the term of this Contract, SAFE reserves the right to adjust beat specifications to better accommodate demand for the Services, at no cost to SAFE. SAFE may direct such adjustments during the course of this Contract through written change orders, signed by SAFE, setting forth any changes to Exhibit "A". Changes may include a change of the specified beat(s) to other beats that SAFE determines better serve the needs of SAFE, as well as changes to schedules and hours for the beats set forth in Exhibit "A". If warranted, as determined in SAFE's sole discretion, and during the hours of operation of the Services, the CONTRACTOR may be requested to temporarily reassign his/her FSP operators/trucks to locations outside the assigned beat. Such reassignments shall be at no cost to SAFE. 3.1.4. The SOP Manual. To promote a safe work environment and for the maintenance of professionalism, the most current version of the SOP manual shall, at all times, be followed by the CONTRACTOR and its vehicle operators. The SOP manual, as such manual may from time to time be amended, is incorporated into this Contract by reference. CONTRACTOR shall be notified and provided with a copy of any changes to the SOP manual. Drivers found not to be in compliance with FSP procedures, as set forth in the SOP manual or this Contract, may be suspended or terminated from the FSP program and the CONTRACTOR may be fined three (3) times the hourly Contract rate in one (1) minute increments until a replacement vehicle is provided (Driver and Truck must return to beat compliant with all FSP requirements), or fined for the entire shift at three (3) times the hourly rate at the discretion of the FSP Field Supervisors . 3.2 Equipment Requirements. CONTRACTOR shall comply with all equipment requirements outlined in the attached Exhibit "A". 3.3 Commencement of Services. The CONTRACTOR shall commence work upon receipt of a written Notice to Proceed from SAFE. 3.4 Term. The term of this Contract shall be from January 1, 2014 ("Effective Date") through December 31, 2016 unless earlier terminated as provided herein. SAFE, at its sole discretion, may renew this Contract for a total of two (2) separate one year terms, based on the option-year rates. SAFE shall also have the right to renew this Contract from one month up to a one year term after the initial term by providing notice as provided below. SAFE mustprovide written notice to CONTRACTOR no less than ninety (90) days prior to the end of the applicable term, indicating its renewal of the Contract. CONTRACTOR shall complete the Services within the term of this Contract, and shall meet any other established schedules and deadlines. All applicable indemnification provisions of this Contract shall remain in effect following the termination of this Contract. If SAFE, at its sole discretion, renews this Contract for one or both of the additional separate one year terms as provided, the option-year rates shall be as follows: SCHEDULE OF HOURLY RATES Classification Option Year 1 Hourly Rate Option Year 2 Hourly Rate APPENDIX B -3 89 Contract $____.!per hour $_.:6 per hour 3.5 SAFE's Representative. SAFE hereby designates the SAFE Executive Director or his or her designee, to act as its Representative for the performance of this Contract ("SAFE's Representative"). SAFE's Representative shall have the authority to act on behalf of SAFE for all purposes under this Contract. SAFE's Representative shall also review and give approval, as needed, to the details of CONTRACTOR's work as it progresses. CONTRACTOR shall not accept direction or orders from any person other than the SAFE's 'Representative or his or her designee. 3.6 CONTRACTOR'S Representative. CONTRACTOR hereby designates f1N 1SERT NAME, TITLE). to act as its representative for the performance of this Contract ("CONTRACTOR's Representative"). CONTRACTOR's ·Representative shall have full authority to act on behalf of CONTRACTOR for all purposes under this Contract. The CONTRACTOR's Representative shall supervise and direct the Services, using his best skill and attention, and· shaU be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Contract. CONTRACTOR shall work closely and cooperate fully with SAFE's Representative and any other agencies which may have jurisdiction over or an interest in the Services. CONTRACTOR's Representative shall be available to the SAFE staff at all reasonable times. Any substitution in CONTRACTOR's Representative shall be approved in writing by SAFE's Representative. 3. 7 Substitution of Key Personnel. CONTRACTOR has represented to SAFE that certain key personnel will perform and coordinate the Services under this Contract. Should one or more of such personnel become unavailable, CONTRACTOR may substitute other personnel of at least equal competence upon written approval by SAFE's Representative. In the event that SAFE's Representative and CONTRACTOR cannot agree as to the substitution of the key personnel, SAFE shall be entitled to terminate this Contract for cause, pursuant to the provisions of Section 3.15. The key personnel for performance of this Contract are: [LIST NAMES AND TITLES]. 3.7.1 Availability of FSP Manager. Except in the case of unpreventable circumstances, the FSP Manager must be available at the CONTRACTOR's office for at least 50% of each Work Day to address time sensitive issues related to this Contract or the Services, including, but not limited to, FSP administrative responsibilities; SAFE, CHP, and Caltrans requests; driver matters; and truck maintenance issues. CONTRACTOR shall, within 24 hours, notify SAFE of each circumstance causing the FSP Manager not to be available as required herein. As used in this section, the term "Work Day" shall mean and refer to any day that FSP service is provided, during those hours of operation for Construction FSP as identified on the attached Exhibit "A-1 ". 3.8 Review of Work and Deliverables. All reports, working papers, and similar work products prepared for submission in the course of providing Services under this Contract may be required to be submitted to SAFE's Representative in draft form, and SAFE's Representative may require revisions of such drafts prior to formal submission and approval. APPENDIX B - 4 90 • • • " " " In the event that SAFE's Representative, in his or her sole discretion, determines the formally submitted work product to be inadequate, SAFE's Representative may require CONTRACTOR to revise and resubmit the work at no cost to SAFE. Upon determination by SAFE that CONTRACTOR has satisfactorily completed the Services required under this Contract and within the term set forth in Section 3.4, SAFE shaTr give CONTRACTOR a written Notice of Final Completion. Upon receipt of such notice, CONTRACTOR shall incur no further costs hereunder, unless otherwise specified in the Notice of Completion. CONTRACTOR may request issuance of a Notice of Final Completion when, in its opinion, it has satisfactorily completed all Services required under the provisions of this Contract. 3.9 Appearance at Hearings. If and when required by SAFE, CONTRACTOR shall render assistance at public hearings or other meetings related to the performance of the Services. 3.10 Standard of Care: Licenses. CONTRACTOR represents and maintains that it is skilled in the professional calling necessary to perform all Services, duties and obligations required by this Contract. CONTRACTOR 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. � CONTRACTOR warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. CONTRACTOR further represents and warrants to SAFE that its employees and subcontractors have all licenses, permits, qualifications (including medical certification) 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 Contract. CONTRACTOR shall perform, at its own cost and expense and without reimbursement from SAFE, any services necessary to correct errors or omissions which are caused by the CONTRACTOR's failure to comply with the standard of care provided for herein, and shall be fully responsible to SAFE for all damages and other liabilities provided for in the indemnification provisions of this Contract arising from the CONTRACTOR's errors and omissions. Any employee of CONTRACTOR or its subcontractors who is determined by SAFE to be uncooperative, incompetent, a threat to the adequate or timely completion of the Services, 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 SAFE, shall be promptly removed from performing the Services by the CONTRACTOR and shall not be re-employed to perform any of the Services. 3.11 Opportunity to Cure. SAFE may provide CONTRACTOR an opportunity to cure, at CONTRACTOR's expense, all errors and omissions which may be disclosed during performance of the Services. Should CONTRACTOR fail to make such correction in a timely manner, such correction may be made by SAFE, and the cost thereof charged to CONTRACTOR. 3.12 Inspection of Work. CONTRACTOR shall allow SAFE's Representative to inspect or review CONTRACTOR's performance of Services in progress at any time. SAFE/Caltrans/CHP also reserves the right to audit all paperwork demonstrating that APPENDIX B - 5 91 CONTRACTOR participates in an employee alcohol/drug-testing program and the OMV Pull Notice Program. 3.13 Laws and Regulations. CONTRACTOR shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Services, including all Cal/OSHA requirements, and shall give all notices required by law. CONTRACTOR shall be solely liable for all violations of such laws and regulations in connection with Services. If the CONTRACTOR performs any work knowing it to be contrary to such laws, rules and regulations and witheut givirig written notice to SAFE, CONTRACTOR shall be solely responsible for all costs arising therefrom. CONTRACTOR shall defend, indemnify and hold SAFE, their officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Contract, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.14 Damage Complaints. Upon receiving a damage complaint from a motorist assisted by the CONTRACTOR, that the CONTRACTOR damaged their vehicle while lending assistance, the CONTRACTOR shall notify CHP immediately regarding the nature of the damage complaint and its disposition. The CONTRACTOR shall reply to the motorist by telephone within twehty-four (24) hours of receiving the damage complaint notification. If necessary, the CONTRACTOR shall send either his or her authorized representative or his or her insurance company repr€sentative to inspect the vehicle and complete an incident report • within forty-eight (48) hours after receiving the damage complaint. ff the investigation shows • that damage to the vehicle could have been caused by the (CONTRACTOR, the CONTRACTOR shall negotiate in good faith to try and resolve the issue and shall report to the CHP the result of the negotiations. All complaints shall be resolved within a reasonable period of time after being received. 3.14.1 Complaint Review Committee. The FSP Technical Advisory Committee ("FSP TAC") is composed of voting members from OHP, SAFE and Caltrans. Voting members of the FSP TAC are hereby designated as the members of the Damage Complaint Review Committee ("DCRC"). If the DCRC finds that justifiable complaints are not resolved within a reasonable time frame, it can recommend that payment to the CONTRACTOR in the amount of the damage claim may be deducted from the CONTRACTOR's monthly invoice. 3.15 Termination. 3.15.1 Notice; Reason. SAFE may, by written notice to CONTRACTOR, terminate this Contract, in whole or in part, including, without limitation, the geographical territory covered by this Contract, at any time by giving written notice to CONTRACTOR of such termination, and specifying the effective date thereof ("Notice of Termination"). Such termination may be for SAFE's convenience or because of CONTRACTOR's failure to perform its duties and obligations under this Contract, including, but not limited to, the failure of CONTRACTOR to timely perform Services pursuant to the Scope of Services described in APPENDIX 8 - 6 92 • " " " Section 3, entitled 'Terms," as well as Section 7 of the RFP. CONTRACTOR may not terminate this Contract except for cause. 3.15.2 Discontinuance of Services. Upon receipt of the written Notice of Termination, CONTRACTOR shall discontinue all affected Services as directed in the Notice of Termination, and deliver to SAFE all Documents and Data, as defined in this Contract, as may have been prepared or accumulated by CONTRACTOR in performance of the Services, whether completed or in progress. 3.15.3 Effect of Termination For Convenience. If the termination is to be for the convenience of SAFE, SAFE shall compensate CONTRACTOR for Services fully and adequately provided through the effective date of termination as provided in the Notice of Termination. Such payment shall include a pro-rated amount of profit, if applicable, up through such effective date, but no amount shall be paid for anticipated profit on unperformed Services past such effective date. CONTRACTOR shall provide documentation deemed adequate by SAFE's Representative to show the Services actually completed by CONTRACTOR prior to the effective date of termination. This Contract shall terminate on the effective date of the Notice of Termination. 3.15.4 Effect of Termination for Cause. If the termination is for cause, CONTRACTOR shall be .compensated for those Services which have been fully and adequately completed and accepted by SAFE as of the effective date of termination as provided in the Notice of Termination. In such case, SAFE may take over the work and prosecute the same to completion by contract or otherwise. Further, CONTRACTOR shall be liable to SAFE for any reasonable additional costs or damages incurred to revise work for which SAFE has compensated CONTRACTOR under this Contract, but which SAFE has determined in its sole discretion needs to be revised, in part or whole. Termination of this Contract for cause may be considered by SAFE in determining whether to enter into future contracts with CONTRACTOR. 3.15.5 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 Contract. 3.15.6 Procurement of Similar Services. In the event this Contract is terminated, in whole or in part, as provided by this Section, SAFE may procure, upon such terms and in such manner as it deems appropriate, services similar to those terminated. 3.15. 7 Waivers. CONTRACTOR, in executing this Contract, shall be deemed to have waived any and all claims for damages which may otherwise arise from SAFE's termination of this Contract, for convenience or cause, as provided in this Section. 3.15.8 Authorization to Terminate. The Executive Director of SAFE shall have the full authority and discretion to exercise SAFE's rights under this Section 3.15, entitled "Termination" . APPENDIX B - 7 93 3.16 Trend Meetings. CONTRACTOR shall attend, or send a designated management-level representative, to all trend meetings (i.e. required FSP TAC meeting which meets every other month). These trend meetings will encompass focused and informal discussions concerning, but not limited to: scope, Services, schedule, current progress of Services, relevant cost issues, and future objectives. CONTRACTOR shall be responsible for having a representative attend all meetings (i.e. FSP TAC meetings) that has the ability to make management-level decisions on the behalf of the CONTRACTOR. If the CONTRACTOR cannot have a management-level representative at a meeting, CONTRACTOR shall notify SAFE and CHP prior to the meeting. Management-level attendance at these meetings shall be considered part of the CONTRACTOR's contractual responsibility. Meetings are scheduled, and CONrRACTOR will be notified of such schedule, no later than three (3) working d~ys prior to the meeting. 3.17 Fees and Payment. 3.17.1 Amount to be Paid. Subject to the provisions set forth below for Services satisfactorily performed hereunder, SAFE shall pay the CONrRACTOR on a Time and Materials basis a ceiling price NOT TO EXCEED DOLLARS ($ ). • 3.17.2Maximum Payment is the Ceiling Pric'e. SAFE shall not be obllgated td pay costs which exceed the ceiling price set forth above, except as provided in Sections 3.15 and 3: 17 .10. CONTRACTOR agrees to use its best efforts to perform the • services and all obligations under this Contract within such ceiling price. 3.17.3 Hourly Rate. For its performance of the Services, the CONTRACTOR shall be paid for labor expended directly in tile performance of the Services at the rates specified below. The CONTRACTOR shall not be entitled to reimbursements for any expenses unless approved in advance in writing. SCHEDULE OF HOURLY RATES Classification Hourly Rate Contract -tow truck operators , Hourly rates may be adjusted as set forth in Chapter 9, Violations/Penalties, of the FSP Standard Operating Procedures (SOP). 3.17.4 Payment Coverage. The compensation herein above specified will cover and include all applicable labor surcharges such as taxes, insurance and fringe benefits, as well as indirect costs, overhead, general and administrative expense, and profit. 3.17.5 Cost Principles. A) CONTRACTOR agrees to comply with 2 CFR, Part 225, Cost Principles for State and Local Government, and 49 CFR, Part 18, Uniform • APPENDIX B - 8 94 " Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. " " B) CONTRACTOR agrees that 1) Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31, et seq,, shall be used to determine the allowability of individual cost items, and 2) CONTRACTOR shall comply with Federal administrative procedures in accordance with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. C) Any costs for which CONTRACTOR has received payment or credit that are determined by subsequent audit to be unallowable under 2 CFR, Part 225, 48 CFR, Chapter 1, Part 31 or 49 CFR, Part 18, are subject to repayment by CONTRACTOR to SAFE. Should CONTRACTOR fail to reimburse moneys due SAFE within 30 days of demand, or within such other period as may be agreed in writing between the Parties hereto, SAFE is authorized to intercept and withhold future payments due CONTRACTOR from SAFE or any third-party source, including, but not limited to, the State Treasurer, the State Controller, and the California Transportation Commission. 3.17.6 Fines. Fines for starting late; leaving early; taking more than 15-minutes worth of breaks per 3-hour shift; or being ordered out of service by a CHP or Caltrans supervisor for Contract infractions shall be deducted from the CONTRACTOR's monthly invoice at three (3) times the hourly rate. Fines may be further described in the attached Exhibit "B" . 3.17. 7 Accounting System. CONTRACTOR and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate expenditures by line item for the Services. The accounting system of CONTRACTOR and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. 3.17.8 Invoices. Invoices for CONTRACTOR's Services shall be submitted monthly on forms approved by SAFE. Invoices will be routinely verified by CHP. To ensure prompt payment, most billing disputes may be resolved within ten (10) working days of written notice of dispute. However, at SAFE's discretion, reconciliation of disputed fines that sum to less than 2% of the months' Invoice may be corrected on the next month's Invoice to� ensure prompt payment of the major portion of the invoice. Each Invoice shall include a cover sheet bearing a certification as to the accuracy of the statement signed by the CONTRACTOR's authorized officer. 3.17.8.1 Monthly Progress Reports. As part of its Invoice, CONTRACTOR shall submit a Monthly Progress Report, in a form determined by SAFE, which will cover the Invoice period and include spreadsheets showing hours expended for each day of the month per vehicle per beat, and the total for the term of the Contract to date. Submission of such Monthly Progress Report by CONTRACTOR shall be a condition precedent to receipt of payment from SAFE for each monthly Invoice submitted . APPENDIX B - 9 95 3.17 .8.2 Payment Schedule. Invoice periods shall be based upon a calendar month, beginning with the first day of the month. SAFE shall reimburse CONTRACTOR for Services adequately provided under this Contract within thirty (30) days of receiving the current period invoice with no errors. If the Invoice is completed incorrectly by the CONTRACTOR it will delay payment. lf SAFE fails to pay any amount owed to CONTRACTOR under this Contract within thirty (30) days after receipt of the invoice, CONTRACTOR may give SAFE a notice of failure to pay which shall set forth the invoice(s) and amount(s) which CONTRACTOR believes are thirty (30) days overdue. SAFE shall pay any undisputed invoice(s) and amount(s) within thirty (30) days of receipt of a notice of failure to pay. ·· 3.17.9 Right to Audit. For the purpose of determining compliance with this Contract and .other matters. connected with the performance of CONTRACTOR's contracts with third parties, CONIRACTOR and its subcontractors shall each maintain and .ma.~e available for inspection all books, documents, papers, accounting records, and other evider:ice pertaining to tt)~ performance of such contracts, including, but not limited to, the costs of administering those various contracts. All of the above referenced parties shall make such materials available at their respective offices at all reasonable times for three years from the date of final payment of Funds to CONTRACTOR. SAFE, the State of California .acting through the Department of Transportation or its duly authorized representative, the California State Auditor, o~ the United States Department of Transportation shall each have acce~s to • any books, records, and documents that are pertinent for audits, examinations, excerpts, and • transactions, and CONTRACTOR shall furnish copies thereof if requested. 3.17.10 Taxes. CONTRACTOR shall pay any sales, use, or other taxes, if any, attributable to the provision of the Services. 3.17.11 Travel and Subsistence. Payments to CONTRACTOR for travel and subsistence expenses claimed for reimbursement or applied as local match credit shall not exceed rates authorized to be paid exempt non-represented State employees under current State Department of Personnel Administration (DPA) rules. If the rates invoiced are in excess of those authorized DPA rates, then CONTRACTOR is responsible for the cost difference and any overpayments shall be reimbursed to SAFE on demand. 3.17.12 Employment Adverse to the SAFE. CONTRACTOR shall notify SAFE, and shall obtain SAFE's written consent, prior to accepting work to assist with or participate in a third-party lawsuit or other legal or administrative proceeding against SAFE during the term of this Contract. 3.17.13 Extra Work. At any time during the term of this Contract, SAFE may request CONTRACTOR to perform Extra Work. "Extra Work" shall mean any work which is determined by SAFE to be necessary for proper completion of the Services, but which the Parties did not reasonably anticipate would be necessary at the time of the execution of this Contract and was not included in the Scope of Services. Extra Work, if any, shall be reimbursed at the same hourly rate as identified in Section 3.17.3. CONTRACTOR shall not perform, nor be compensated for Extra Work without obtaining authorization in the form of a APPENDIX B -10 96 • " " " written Extra Work Order issued by SAFE's Representative. For instance, Construction FSP services as it relates to construction activity can be considered Extra Work. In the event an Extra Work Order is not issued and signed by SAFE's Representative, CONTRACTOR shall not provide such Extra Work. However, no compensation or reimbursement for Extra Work shall be paid if iCis not autnorized by SAFE and if the cumulative total of such Extra Work under the Contract exceeds $25,000. All Extra Work in a cumulative total in excess of $25,000 must be approved in advance by amendment to this Contract. 3.17 .13.1 Extra Work Cancellation Policy. If a tow operator is scheduled for Extra Work and they are notified of a cancellation with LESS than a 24 hour notice -then the tow operator will be reimbursed for three (3) hours of the agreed upon contract hourly rate. Note: The minimum of the three (3) hours should cover eight hours of the drivers' hourly wage. Starting with "Less than a 24 hour cancellation notice" up to the time the tow operator iS on the assigned Extra Work Beat, the "three contract hour cancellation rate" remains the same. Once the tow operator is on the Extra Work Beat, the cancellation policy changes. If a tow operator begins the Extra Work (the truck is on the Beat) and is then notified that Extra Work has been cancelled, the FSP operator will be, paid for the entire shift period up to a maximum of eight (8) hours. A shift period for this policy is defined as: the time period of the actual Extra Work shift assigned or for a maximum of eight (8) contract hours, whichever is less . The supervising FSP CHP Officer for the Extra Work shift will make the final determination as to whether or not the tow operator will continue to work the Extra Work shift. Regardless, the tow operator will be reimbursed for the original shift period or a maximum or eight (8) hours, whichever is less. 3.17.14 Most Favored Customer. CONTRACTOR agrees that, throughout the term of this Contract, it shall not enter into any FSP services agreement with any government agency with whom it has either existing contractual relationship or has no contractual relationship that predates this Contract, pursuant to which CONTRACTOR agrees to charge FSP services fees less than those as indicated in this Contract for substantially the same level of FSP services contemplated by this Contract. Should SAFE establish that such lower fees have been agreed to by CONTRACTOR with another government agency, CONTRACTOR agrees to renegotiate the fees or to refund SAFE an amount equal to the difference between the fees indicated in this Contract and the fees charged to other government agency customer. 3.18 Delay in Performance. 3.18.1 Excusable Delays. Neither Party shall be considered in default in the performance of its obligations to the extent that the performance of any such obligation is prevented or delayed by an Excusable Delay. Should CONTRACTOR be delayed or prevented from the timely performance of any act or Services required by the terms of the Contract by an Excusable Delay, Contractor's schedule for completion of tasks affected by APPENDIX B -11 97 such delay may be extended as set forth in Section 3.18.2. But in every case, CONTRACTOR's failure to perform must be reasonably beyond the control, and without the fault or negligence of the CONTRACTOR. Excusable Delays are acts of God or of the public enemy, acts or omissions of SAFE or other governmental agencies in either their sovereign or contractual capacities, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes or unusually severe weather. 3.18.2 Written Notice. If CONTRACTOR believes it is entitled to an extension of time due to conditions set forth in subsection 3.18.1, CONTRACTOR shall provide written notice to the SAFE within seven (7) working days from the time CONTRACTOR knows, or reasonably should have known, that performance of the Services will be delayed due to such conditions. Failure of CONTRACTOR to provide such timely notice shall constitute a waiver by CONTRACTOR of any right to an excusable delay in time of performance. 3.18.3 Mutual Contract. Performance of any Services under this Contract may be delayed upon mutual agreement of the Parties. Upon such agreement, CONTRACTOR's Schedule of Services (as defined in their Proposal) shall' be extended as necessary by SAFE. CONTRACTOR shall take all reasonable steps to minimize delay in completion, and additional costs, resulting from any such extension. 3.19 Status of CONTRACTOR/Subcontractors. 3.19 .. 1 Independent Contractor. The Services ·shall be performed by CONTRACTOR or under its supervision. CONTRACTOR will determine the means, methods and details of performing the Services subject to the requirements of this Contract. SAFE retains CONTRACTOR on an independent contractor basis and not as an employee, agentor representative 9f the SAFE. CONTRACTOR retains the right to perform similar or different services for others during the term of this Contract. Any additional personnel performing the Services under this Contract on behalf ·of CONTRACTOR shall at all times be under CONTRACTOR's exclusive direction and control. CONTRACTOR shall pay all wages, salaries and other amounts due such personnel in connection with their performance of Services and as required by law. CONTRACTOR 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. 3.19.2 Assignment or Transfer. CONTRACTOR shall not assign, hypothecate, or transfer, either directly or by operation of law, this Contract or any interest herein, without the prior written consent of SAFE. 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. Notwithstanding the foregoing, SAFE may transfer or assign any and all of its rights and obligations under this Contract, including, without limitation the rights to terminate this Contract, as assigned, pursuant to Section 3.15 hereof. · APPENDIX B -12 98 • • • " " " 3.19.3 Subcontracting. CONTRACTOR shall not subcontract any portion of the work or Services required by this Contract, except as expressly stated herein, including the Scope of Services, without prior written approval of the SAFE. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Contract. SAFE shall have no liability to any subconsultant(s) for payment for services under this Contract or other work performed for CONTRACTOR, and any subcontract entered into by CONTRACTOR pursuant to the conduct of services under this Contract shall duly note that the responsibility for payment for the technical services or ;any other work performed shall be the sole responsibility of CONTRACTOR. 3.20 CONTRACTOR will maintain an inventory of all non-expendable equipment, defined as having a useful life of at least two years and an acquisition cost of $500 or more, paid for with funds provided pursuant to this Contract. 3.21 Ownership of Materials and Confidentiality. 3.21.1 Documents & Data; Licensing of Intellectual Property. All 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, spreadsheets, or data magnetically or otherwise recorded on computer diskettes, prepared by or on behalf of CONTRACTOR under this Contract ("Documents and Data"), shall be made available to SAFE at all times during this Contract and shall become the property of SAFE upon the completion of the term of this Contr;act, except that CONTRACTOR shall have the right to retain copies of all such Documents and Data for its records. Should CONTRACTOR, either during or following termination of this Contract, desire to use any Documents and Data, it shall first obtain the written approval of SAFE. This Contract creates a no-cost, nonexclusive, and perpetual license for SAFE to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in the Documents and Data which are prepared or caused to be prepared by CONTRACTOR under this Contract ("Intellectual Property"). CONTRACTOR shall require all subcontractors to agree in writing that SAFE is granted a no-cost, nonexclusive, and perpetual license for any Intellectual Property the subcontractor prepares under this Contract. CONTRACTOR represents and warrants that CONTRACTOR has the legal right to license any and all Intellectual Property prepared or caused to be prepared by CONTRACTOR under this Contract. SAFE shall not be limited in any way in its use of the Intellectual Property at any time, provided that any such use not within the purposes intended by this Contract shall be at SAFE's sole risk. 3.21.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to CONTRACTOR in connection with the performance of this Contract shall be held confidential by CONTRACTOR to the extent permitted by law, including, without limitation, the California Public Records Act, Government Code section 6250 et seq. Such materials shall not, without the prior written consent of SAFE, be used by CONTRACTOR for any purposes other than the performance of the Services as provided herein. Nor shall such materials be disclosed to APPENDIX B -13 99 any person or entity not connected with the performance of the Services, except as provided herein. Nothing furnished to CONTRACTOR which is otherwise known to CONTRACTOR or is generally known, or becomes known, to the related industry shall be deemed confidential. CONTRACTOR shall not use SAFE's name or insignia, photographs, or any publicity pertaining to the Services in any magazine, trade paper, newspaper, television or radio production, or other similar medium without the prior written consent of SAFE. 3.22 lndernnification. CONTRACTOR shall indemnify and hold SAFE, COMMISSION, CHP, Caltrans and their directors, officials, officers, agents, contractors, 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, any acts, omissions, or willful misconduct of the CONTRACTOR, its officials, officers, employees, agents, consultants, and contractors arising out of or in connection with the performance of the Services or this Contract, including without limitation, the payment of all consequential damages and other related costs and expenses. CONTRACTOR shall defend, at CONTRACTOR's own cost, expense and risk, any and all such aforesaid suits, actions, or other legal proceedings of every kind that may be brought or instituted against SAFE, COMMISSION, CHP, Caltrans or their directors, officials, officers, agents, contractors, consultants, employees, and volunteers. CONTRACTOR shall pay and satisfy any judgment, award, or decree that may be rendered against SAFE, COMMISSrON, CHP, Caltrans or their directors, offlcials, officers, agents, consultants, employees, and volunteers, in any such suit, action, or other legal proce"eding. CONTRACTOR shall reimburse SAFE, COMMISSION, CHP, Caltrans and their directors, officials, officers, agents, consultants, employees, and volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. CONTRACTOR's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the CONTRACTOR, SAFE, COMMISSION, CHP, Caltrans or their directors, officials, officers, agents, consultants, employees, and volunteers. 3.23 Insurance. 3.23.1 Time for Compliance. CONTRACTOR shall not commence work under this Agreement until it has provided evidence satisfactory to SAFE that it has secured all insurance required under this section, in a form and with insurance companies acceptable to SAFE. In addition, CONTRACTOR shall not allow any subcontractor to commence work on any subcontract until it has secured all insurance required under this section. 3.23.2 Minimum Requirements. CONTRACTOR shall, at its expense, procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in conneCtion with the performance of the Agreement by the CONTRACTOR, its agents, representatives, employees or subcontractors. CONTRACTOR shall also require all of its subcontractors to procure and maintain the same insurance for the duration of the Agreement. Such insurance shall meet at least the following minimum levels of coverage: APPENDIX B -14 100 • • • " (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 or exact equivalent); (2) Automobile Liability: Insurance Services Office Business Auto Coverage (form CA 0001, code 1 (any auto) or exact equivalent); and (3) Workers' Compensation and Employer's Liability: Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. no less than: (B) Minimum Limits of Insurance. CONTRACTOR shall maintain limits (i) General Liability: Per occurrence: Project Specific Aggregate: Products/Completed Operations: Personal Injury Limit: $2,000,000 $4,000,000 $1,000,000 $1,000,000 (ii) Automobile Liability: $1,000,000 per accident for bodily injury and property damage; and (iii) 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. 3.23.3 On-Hook Insurance. CONTRACTOR shall maintain a policy of On-Hook Towing Insurance to include the care, custody or control exposure present while vehicles are being serviced roadside, on-hook, or in a storage yard for not less than one hundred thousand dollars ($100,000). 3.23.4 Insurance Endorsements. The insurance policies shall contain the following provisions, or CONTRACTOR shall provide endorsements on forms approved by SAFE to add the following provisions to the insurance policies: (A) General Liability. (i) Commercial General Liability Insurance must include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury; (3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7) contractual liability with respect to this Agreement; (8) broad form property damage; and (9) independent consultants coverage. (ii) The policy shall contain no endorsements or provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; or (3) contain any other exclusion contrary to this Agreement. APPENDIX B -15 101 (iii) The policy shafl give SAFE, COMMISSION, CHP, Caltrans and their directors, officials, officers, employees, and agents insured status using ISO endorsement forms 20 10 10 01 and 20 37 10 01, or endorsements providing the exact same coverage. (iv) The additional insured coverage under the policy shall be "primary and non-contributory" and will not seek contribution from SAFE, COMMISSION, CHP, or Caltrans insurance or self-insurance and shall be at least as broad as CG 20 01 04 13, or endorsements providing the exact same coverage. (B) Automobile Liability. The automobile liability policy shall be endorsed to state that: (1) SAFE, COMMISSION, CHP, Caltrans and their directors, officials, officers, employees and agents shall be covered as additional insureds with respect to the ownership, operation, maintenance, ·use, loading or unloading of any auto owned, leased, hired or borrowed by the CONTRACTOR or for which the CONTRACTOR is responsible; and (2) the insurance coverage shall be primary insurance as respects SAFE, COMMISSION, CHP, Caltrans and their directors, officials, officers, employees and agents, or if excess, shall stand in an unbroken chain of coverage excess of the CONTRACTOR's scheduled underlying coverage. Any insurance or self-insurance maintained by SAFE, COMMISSION, CHP, Caltrans or their directors, officials, officers, employees and agents shall be excess of the CONTRACTOR's insurance and shall not be called upon to contribute with it in any way . (C) Workers' Compensation and Employers Liability Coverage. (i) CONTRACTOR certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing work under this Agreement. (ii) The insurer shall agree to waive all rights of subrogation against SAFE, its directors, officials, officers, employees and agents for losses paid under the terms of the insurance policy which arise from work performed by the CONTRACTOR. (D) All Coverages. (i) Defense costs shall be payable in addition to the limits set forth hereunder. (ii) Requirements of specific coverage or limits contained in this section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth herein shall be available to SAFE, its directors, officials, officers, employees and agents as additional insureds under said APPENDIX B -16 102 • • • " " " policies. Furthermore, the requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. (iii) The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of SAFE, COMMISSION, CHP, and Caltrans (if agreed to in a written contract or agreement) before SAFE, COMMISSION, CHP or Caltrans own insurance or self-insurance shall be called upon to protect it as a named insured. The umbrella/excess policy shall be provided on a "following form" basis with coverage at least as broad as provided on the underlying policy(ies). (iv) CONTRACTOR shall provide SAFE at least thirty (30) days prior written notice of cancellation of any policy required by this Agreement, except that the CONTRACTOR shall provide at least ten (10) days prior written notice of cancellation of any such policy due to non-payment of premium. If any of the required coverage is cancell.ed or expires during the term of this Agreement, the CONTRACTOR shall deliver renewal certificate(s) including the General Liability Additional Insured Endors~ment to SAFE at least ten (10) days prior to the effective date of cancellation or expiration. (v) The retroactive date (if any) of each policy is to be no later than the effective date of this Agreement. CONTRACTOR shall maintain such coverage . continuously for a period of at least three years after the completion of the work under this Agreement. CONTRACTOR shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced past the effective date of this Agreement; B) if the policy is cancelled or not renewed; or C) if the policy is replaced by another claims-made policy with a retroactive date subsequent to the effective date of this Agreement. (vi) The foregoing requirements as to the types and limits of insurance coverage to be maintained by CONTRACTOR, and any approval of said insurance by SAFE, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the CONTRACTOR pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. (vii) If at any time during the life of the Agreement, any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, SAFE has the right but not the duty to obtain the insurance it deems necessary and any premium paid by SAFE will be promptly reimbursed by CONTRACTOR or SAFE will withhold amounts sufficient to pay premium from CONTRACTOR payments. In the alternative, SAFE may cancel this Agreement. SAFE may require the CONTRACTOR to provide complete copies of all insurance policies in effect for the duration of the Project. (viii) Neither SAFE, COMMISSION, CHP, Caltrans nor any of their APPENDIX B -17 103 directors, officials, officers, employees or agents shall be personally responsible for any liability arising under or by virtue of this Agreement. Each insurance policy required by this Agreement shall be endorsed to state that: 3.23.5 Deductibles and Self-Insurance Retentions. Any deductibles or self-insured retentions must be declared to and approved by SAFE. If SAFE does not approve the deductibles or self-insured retentions as presented, CONTRACTOR shall guarantee that, atthe option of SAFE, either: (1) the insurer shall reduce or eliminate such deductibles or seff-insured retentions as respects SAFE, its directors, officials, officers, employees and agents; or, (2) the CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense expenses. 3.23.6 Acceptability of Insurers. Insurance is to be placed with insurers with a current AM. Best's rating no less than A:Vlll, licensed to do business in California, and satisfactory to SAFE. 3:23.7 Verification of Coverage. CONTRACTOR shall furnish SAFE with original certificates of insurance and endorsements effecting coverage required by this Agreement on forms satisfactory to SAFE. 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 SAFE before work commences. SAFE reserves the right to require complete,· certified copies of all required insurance policies, at any time. 3.23.8 Subcontractor Insurance Requirements. CONTRACTOR shall not allow any subcontractors to commence work on any subcontract until they have provided evidence satisfactory to SAFE that they have secured all insurance required under this section. Policies of commercial general liability insurance provided by such subcontractors or subcontractors shall be endorsed to name SAFE, COMMISSION, CHP and Caltrans as additional insureds using ISO form CG 20 38 04 13 br an endorsement providing the exact same coverage. If requested by CONTRACTOR, SAFE may approve different scopes or minimum limits of insurance for particular subcontractors or subcontractors. 3.23.9 Review of Coverage. SAFE retains the right at any time to review the coverage, form and amount of insurance required herein and may require CONTRACTOR to obtain additional insurance reasonably sufficient in coverage, form, amount to provide adequate protection against the kind and extent of risk which exists at the time of change in insurance required. 3.23.10 Safety. CONTRACTOR shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying ouf its Services, the CONTRACTOR shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of APPENDIX B -18 104 • " " " 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. 3.24 Prohibited Interests. 3.24.1 Solicitation. CONTRACTOR maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for CONTRACTOR, to solicit or secure this Contract. Further, CONTRACTOR warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for CONTRACTOR, any fee, percentage, brokerage fee, gift, or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, SAFE shall have the right to rescind this Contract without liability. 3.24.2 Conflict of Interest. For the term of this Contract, no member, officer or employee of SAFE, during the term of his or her service with SAFE, shall have any direct interest in this Contract, or obtain any present or anticipated material benefit arising therefrom. 3.24.3 Conflict o.f Employment. Employment by the CONTRACTOR of personnel currently on the payroll of SAFE shall not be permitted in the performance of this Contract, 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 CONTRACTOR of personnel who have been on SAFE payroll within one year prior to the date of execution of this Contract, where this employment is ~aused by, and or dependent upon, the CONTRACTOR securing this or related Contracts with SAFE, is prohibited. 3.25 Equal Opportunity Employment. CONTRACTOR represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee, or applicant for employment because of race, religion, color, national origin, ancestry, sex, age, disability (including HIV and AIDS), mental disability, medical condition (cancer), marital status, denial of family and medical care leave, or denial of pregnancy disability leave. 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. Employment and Housing Act (Gov. Code Section 12900 et seq.) and the applicable regulations promulgated thereunder (Cal. Admin. Code, Tit. 2, Section 7285.0 et seq.): The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Sec 12900, set forth in Chapter 5 of Division 4 of Title 2 of the California Administrative Code, Sec 12900, set forth in Chapter 5 of Division 4 of Title 2 of the California Administrative Code are incorporated into this Contract by reference and made APPENDIX B -19 105 a part hereof as if set forth in full. CONTRACTOR shall include the provisions of this Section in all of CONTRACTOR's subcontracts with respect to work under this Agreement, unless exempted by the Regulations. CONTRACTOR shall also comply with all relevant provisions of SAFE's Minority Business Enterprise program, Affirmative Action Plan, or other related SAFE programs or guidelines currently in effect or hereinafter enacted. 3.26 Right to Employ Other CONTRACTORS. SAFE reserves the right to employ other CONTRACTORs in connection with the Services. 3.27 Governing Law. The validity of this Contract and of any of its terms or provisions, as well as the rights and duties of the parties hereunder, shall be governed by and construed with the laws of the State of California. 3.28 Venue. The Parties acknowledge and agree that this Contract was entered into arid intended to be performed in Riverside County, California. The Parties agree that the venue for any action or claim brought by any Party will be the Central District of Riverside County. Each Party hereby waives any law or rule of court which would allow them to request or demand a change of venue. If any action or claim concerning this Contract is brought by any third party, the Parties agree to use their best efforts to obtain a change of venue to the Central District of Riverside County. 3.29 Time of Essence. Time is of the essence for each and every provision of this Contract. 3.30 Headings. Article and section headings, paragraph captions, or marginal headings contained in this Contract are for convenience only and shall have no effect in the construction or interpretation of any provision herein. 3.31 Notices. All notices hereunder and communications regarding interpretation of the terms of this Contract or changes thereto shall be given to the respective Parties at the following addresses, or at such other addresses as the respective Parties may provide in writing for this purpose: CONTRACTOR: Name Title Address City, State Zip Attn: SAFE: Riverside County Service Authority for Freeway Emergencies FSP Program P.O. Box 12008 Riverside, CA 92502-2208 Attn: Brian Cunanan 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 APPENDIX B -20 106 • • • " " " its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 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 Contract. This Agreement contains the entire Agreement of the Parties relating to the. subject matter 'hereof and supersedes all prior negotiations, contracts 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 No Waiver. Failure of CONTRACTOR 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. 3.37 Eight-Hour Law. Pursuant to the provisions of the California Labor Code, eight hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight-Hour Law"), unless CONTRACTOR or the Services are not subject to the Eight- Hour Law. CONTRACTOR shall forfeit to SAFE 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 CONTRACTOR or the Services are not subject to the Eight-Hour Law. 3.38 Subpoenas or Court Orders. Should CONTRACTOR receive a subpoena or court order related to this Agreement, the Services or the Project, CONTRACTOR shall immediately provide written notice of the subpoena or court order to the SAFE. CONTRACTOR shall not respond to any such subpoena or court order until notice to the SAFE is provided as required herein, and shall cooperate with the SAFE in responding to the subpoena or court order. 3.39 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 . APPENDIX B -21 107 3.40 Counterparts. This Agreement may be signed in one or more counterparts, any one of which shall be effective as an original document. 3.41 Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement as though fully set forth herein. 3.42 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 oblrgations of the Parties and the interpretation of the Parties' understanding concerning the performance of the Services. 3.43 Attorneys' Fees and Costs. If any legal action 1s" 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 Section 3.21, Indemnification. 3.44 Consent. Whenever consent or approval of any Party is required under this Contract, that Party shall not unreasonably withhold nor delay such consent or approval. • 3.45 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. • [Signatures oh following page] • APPENDIX 8 -22 108 " " " SIGNATURE PAGE TO AGREEMENT 14-45-009-00 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first herein written above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION ACTING AS THE RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES By: ___________ _ Daryl R. Busch, Chair APPROVED AS TO FORM: By:------------ Best Best & Krieger LLP, Counsel to the Riverside County Service Authority for Freeway Emergencies [LEGAL STATUS OF CONTRACTOR] Name Title Attest: Its: Secretary APPENDIX B -23 109 " " " EXHIBIT "B" Compensation and Payment [INSERT FINAL PRICE PROPOSALS FROM CONTRACTOR'S PROPOSAL] APPENDIX B -25 111 " " " " " " DATE: TO: FROM: RIVERSIDE COUNTY TRANSPORTATION COMMISSION May 13, 2015 Riverside County Transportation Commission Western Riverside County Programs and Projects Committee Jillian Guizado, Staff Analyst Brian Cunanan, Commuter and Motorist Assistance Manager -------1 THROUGH: Anne Mayer, Executive Director SUBJECT: Fiscal Year 2015/16 Measure A Commuter Assistance Buspool Subsidy Funding Continuation Requests WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) 2) Authorize payment of $1,645/month maximum subsidy per buspool for FY 2015/16, to the existing Mira Loma, Riverside, and Riverside II buspools; and Require subsidy recipients to meet monthly buspool reporting requirements as supporting documentation to receive payments. BACKGROUND INFORMATION: As part of the Measure A Commuter Assistance Program, the Commission provides funding support to buspools used by Riverside County residents for their commutes along the State Route 91 corridor. The Commission adopted the Measure A buspool subsidy in October 1990 and established a monthly subsidy rate of $1,175 or $25/seat/month in support of commuter buspool operations. In July 2004, the Commission set the subsidy rate at $35/seatfmonth ($1,645/month) to help offset increases to operational costs during the previous 14 years. To provide additional guidance, the Commission also established a minimum buspool ridership policy in June 1995. The policy requires staff to report to the Commission when a buspool's ridership falls to 25 or below and to seek direction regarding the continuation of the buspool's subsidy. DISCUSSION: Like all commuter assistance incentives provided by the Commission to encourage use of alternative modes of transportation, the $35/seat/month subsidy is administered as a user end subsidy. The Commission's subsidy is an important factor that makes buspools an attractive alternative for these commuters with roundtrip commutes in excess of 100 miles. Also, the Commission's subsidy remains cost-effective compared to the typical public transit subsidy rate Agenda Item SH 112 of 80 percent. While the monthly cost of each buspool varies according to the number of route miles and the resulting negotiated service price, the Commission's monthly subsidy reflects a subsidy rate of 13 percent. $267. $35 13% Unlike some of the other Commission-approved ridesharing incentives that have a limited teffil, the buspool subsidy is ongoing. To renew its annual subsidy, an existing buspool is required to: • Request in writing, continuation of funding from the Commission for the new fiscal year; • Consistently meet minimum ridership requirements; a.nd • Submit monthly ridership reports throughout theyear. The three existing buspools have completed all the requirements for funding as set forth by the Commission, including the submittal of monthly ridership reports an'd annual funding continuation requests. They have consistently exceeded the minimum ridership level of 25 riders per month and have collectively averaged 29 riders/month/buspool. The traffic and environmental benefits realized in FY 2014/15 by offering this subsidy are illustrated below: Mira Loma 27 ~120 mi 810,480 13,508 Riverside 32 ~144 mi 1,162,656 16,148 Riverside II 29 ~200 mi 1,482,800 14,828 Estimated Pounds of Emissions Reduced Miles Saved Trips Reduced 32,551 3,455,936 44,484 In reducing the number of vehicles on SR-91 during .peak periods, the buspool program saved more than 3 million miles and 32,551 pounds of vehicle emissions in FY 2014/15. The buspool subsidy is funded by Congestion Mitigation and Air Quality funds and a budget of $80,000 is proposed for FY 2015/16. Based on the established monthly $1,645/month per buspool subsidy policy, the funds will support the continuation of the three existing buspools and the possibility for one new buspool. Agenda Item 8H 113 • • • " Financial Information In Fiscal Year Budget: I Yes I Year: J FY 2015/16 Amount: I $80,000 Source of Funds: icMAQ Budget Adjustment: I No GL/Project Accounting No.: 002109 81030 263 41 81002 Fiscal Procedures Approved: ~~ I Date: I 04/16/2015 Attachments: 1) Mira Loma Renewal Request 2) Riverside Renewal Request 3) Riverside II Renewal Request " " Agenda Item SH 114 " CAT ALINA FUENTES Send correspondences to: Raytheon Company 2000 E. EJ Segundo Blvd. El Segundo, CA 90245-4501 March 6, 2015 Attn.: Brian Cunanan, Commuter Assistance Manager Riverside County Transportation Commission P.O. Box 12008 Riverside, CA 92502-2208 Dear Mr. Cunanan, In compliance with the requirements of the Riverside County Transportation Commission (RCTC). I am requesting an extension of funding for the period of July 1, 2015 to June 30, 2016 for the ''Riverside" to Segundo Commuter Buspool. I am the buspool operator and coordinate this buspool independently from any employer. The monthly cost to operate this bus pool from Tour Coach is $267. RCTC provides a $35 monthly subsidy per seat and the remaining $232 is provided between the riders and their employers. " The following is the Riverside to Segundo Buspool schedule: " Al'\1 Departure Galleria at Tyler, Riverside 4:10 a.m. AM Departure Corona Park & Ride Lot 4:24a.m. AM Arrival Raytheon, EI Segundo 5:20 a.m. PM Departure Raytheon, El Segundo 3:00p.m. PM Arrival Corona Park & Ride Lot 4:30p.m. PM Arrival Galleria at Tyler, Riverside 4:45 p.rn. Information on this buspool is available with rideshare programs at Raytheon, Aerospace Corporation, and the Los Angeles Air Force base. Employees receive this information through direct mailings, newsletter articles, and electronic messaging from these employers. These employer rideshare programs also share this information with other local employee transportation coordinators. Thank you for your continued support of this successful buspool program. Sincerely, Catalina Fuentes Riverside Buspool Coordinator 115 " TRACY HUTCHINSON Send correspondences to: Raytheon Company 2200 E. Imperial Highway El Segundo, CA 90245 March 6, 2015 Attn.: Brian Cunanan, Commuter and Motorist Assistance Manager Riverside County Transportation Commission P.O. Box 12008 Riverside, CA 92502-2208 Dear Mr. Cunanan, In compliance with the requirements of the Riverside County Transportation Commission (RCTC), I am requesting an extension of funding for the period of July I, 2015 to June 30, 2016 for the "Riverside 2" to El Segundo Commuter Buspool. I am the buspool operator and coordinate this buspool independently from any employer. The monthly cost to operate this buspool from Tour Coach is $267. RCTC provides a $35 monthly subsidy per seat and the remaining $232 is provided between the riders and their employers. " The following is the Riverside to El Segundo Buspool schedule: " AM Departure Riverside-Downtown Metrolink Station 4:37 a.m. AM Departure North Main Corona Metrolink Station 5:00a.m. AM Arrival Raytheon, El Segundo 6:00a.m. PM Departure Raytheon, El Segundo 4:00p.m. PM Arrival North Main Corona Metrolink Station 5:10 p.m. PM Arrival Riverside-Downtown Metrolink. Station 5:35 p.m. Information on this buspool is available with rideshare programs at Raytheon, Boeing, Aerospace Corporation, and the Los Angeles Air Force base. Employees receive this information through direct mailings, newsletter articles, and electronic messaging from these employers. These employer rideshare programs also share this information with other local employee transportation coordinators. Thank you for your continued support of this successful buspool program. Sincerely, Tracy Hutchinson Riverside Buspool Coordinator 116 " " " " HARLAN ALPERT Send correspondences to: Harlan Alpert 5522 Sulphur Drive Mira Loma, CA 91752 March 6, 2015 Attn.: Brian Cunanan, Commuter and Motorist Assistance Manager Riverside County Transportation Commission P.O. Box 12008 Riverside, CA 92502-2208 Dear Mr. Cunanan, In compliance with the requirements of the Riverside County Transportation Commission (RCTC), I am requesting an extension of funding for the period of July 1, 2015 to June 30, 2016 for the "Mira Loma" (Mira Loma/Corona) to El Segundo Commuter Buspool. I am the buspool operator and coordinate this buspool independently from any employer. The monthly cost to operate this buspool from Tour Coach is $267. RCTC provides a $35 monthly subsidy per seat and the remaining $232 is provided between the riders and their employers. The following is the Mira Loma/Corona Buspool schedule: (Monday-Thursday) (Friday) AM Departure Mira Loma 4:10a.m. 4:10 a.m. AM Departure Corona Park & Ride Lot 4:25 a.m. 4:25 a.m. AM Arrival El Segundo 5:30a.m. 5:30 a.m. PM Departure El Segundo 3:00p.m. 2:30p.m. PM Arrival Corona Park & Ride Lot 4:30 p.m. 4:00 p.m. PM Arrival Mira Lorna 4:45 p.m. 4:15 p.m. Information on this buspool is available with rideshare programs at Raytheon, Boeing, Aerospace Corporation, and the Los Angeles Air Force base. Employees receive this information through direct mailings, newsletter articles, and electronic messaging from these employers. These employer rideshare programs also share this information with other local employee transportation coordinators. continued support of this successful buspool program. Sincerely, Harlan Alpert Mira Loma Buspool Operator 117 " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Aaron Hake, Government Relations Manager THROUGH: Anne Mayer, Executive Director SUBJECT: State Legislation BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Adopt the following positions on state legislation: a) SB 608 (Liu) -Oppose; and b) SB 516 (Fuller) -Support In Concept. BACKGROUND INFORMATION: " SB 608 (Uu) -Staff Recommendation: Oppose " This bill is known as the "Right to Rest Act" and is similar to AB 5 (Ammiano), the "Homeless Bill of Rights," which the Commission opposed in 2013. While the Commission respects the difficulty of remedying issues related to homelessness, SB 608 imposes a number of constraints on the Commission related to ensuring public health and safety at its Metrolink stations. The intent of SB 608 is to "afford persons experiencing homelessness the right to use public space without discrimination based on their housing status." In doing so, the bill provides for the following rights to persons and provides for a $1,000 fine for any law enforcement action that infringes on these rights: " Use and to move freely in public spaces; " Rest in public spaces and to protect oneself from the elements; " Eat in any public space in which having food is not prohibited; " Perform religious observances in public spaces; and " Occupy a motor vehicle or a recreational vehicle legally parked or parked with the permission of the property owner. While on face value these proposed rights may seem logical, the expansive terminology within the bill defines a "homeless person" as: Agenda Item 81 118 "Individuals and members of families who have a primary nighttime residence that is a public or private place not designed for or ordinarily used as a regular sleeping accommodation for human beings, including a car, park, abandoned building, bus or train station, airport, or camping ground." According to this definition, SB 608 affords homeless persons the right to assume residency on public property, specifically including train stations. The bill would expose the Commission to litigation and fines for enforcing its adopted .Code of Conduct, therefore allowing persons to sleep and reside on station property. The Code of Conduct reads as follows, in excerpt: "PARKING: Station parking is for Train Passengers Only, unless otherwise specified. Park at you~ own risk: RCTC, Metrolink, and Amtrak are not responsible for theft of or damage to property. Utilize designated parking areas only. Violators are subject to tow at the vehicle owner's expense. Erratic or careless driving in station parking areas is prohibited. LOITERING: Use ofthis facility is limited to station patrons only. loitering is strictly prohibited. SOLICITATION: Solicitation of any kind without prior written permission of station management is strictly prohibited. Any other unacceptable behavior that constitutes or causes a nuisance, a disturbance, or harm or a threat of harm is prohibited. • Failure to obey these guidelines or to comply with lawful and reasonable requests by the station • management, police or security will result in your being asked to leave the station. If you refuse to leave, you may be arrested and prosecuted for criminal trespass." Particularly at the Riverside Downtown Station, the Commission's private security service reported significant problems created by homeless persons, including but not limited to: • Harassment of passengers via panhandling and aggressive, obscene behavior; • Fires being lit in the railroad right-of-way; • Vandalism of portable restrooms, elevators and other property; and • Public urination and defecation. Closed circuit television (CCTV) cameras at the station regularly capture the above types of incidents, and more. In many cases, these incidents degrade the level of service and safety provided to the public when facilities are placed out of order or areas made inaccessible. Also, in many cases Riverside Police and Fire Departments are dispatched to respond, adding increased burdens to municipal services. SB 608 would further hamper the Commission's ability to maintain its stations for their intended purpose -to provide safe and reliable commuter transportation to the residents of Riverside County. Staff is open to working with the city of Riverside's Homeless Task Force and other initiatives; however, staff strongly believes that public safety, public services, and public property should not be further compromised. • Agenda Item 81 119 " " " The bill is opposed by the California League of Cities, the California State Sheriff's Association, the California Chamber of Commerce and several other agencies. The bill's supporters include several dozen social justice and legal advocacy nonprofits throughout the state. SB 608 is being brought to the Commission for an oppose position because the Commission's adopted legislative platform does not speak to this particular issue. SB 516 (Fuller) -Staff Recommendation: Support If Amended This bill is sponsored by the Kern Council of Governments (Kern COG) and is intended to provide additional flexibility for transportation agencies such as the Commission to implement motorist aid and safety services with the one dollar per vehicle registration fee the Commission receives from vehicles registered within the county. As technology is rapidly changing the methods by which motorists receive information and assistance on the roadway, Commission staff and many other. transportation professionals across the state see the need to modernize the state's approach. Under current law, the priority for motorist aid is focused on call boxes; however other motorist services are permitted after call box needs are met. This bill would explicitly expand the list of eligible expenditure of the one dollar registration fee and thematically direct the program towards a more comprehensive motorist aid and roadway safety system. Specifically, the. bill adds to the list of eligible projects: " " " Traveler information systems; Intelligent Transportation System architecture and infrastructure and other transportation demand management services; and Litter and debris removal. In 1986, the Commission established itself as the Riverside County Service Authority for Freeway Emergencies (RC SAFE) after the enactment of SB 1199 in 1985. Funding for SAFE is derived from a one dollar per vehicle registration fee on vehicles registered in the county. The Commission, acting in its capacity as the RC SAFE, operated a system of call boxes along the freeways and highways in Riverside County since 1990. At its peak, the call box program had 1,149 call boxes in operation throughout Riverside County. With the advancement of technology and the proliferation of cellular phone owners over the past several years, the Commission took steps to reduce the number of call boxes in the Riverside County system. The reduction of call boxes over time to nearly half of its peak number led to significant cost savings, in addition to a more efficient operation of the call box program. The Commission currently operates and mai.ntains 597 call boxes. Over the past two decades, the RC SAFE program expanded to include Freeway Service Patrol and Inland Empire 511 traveler information services as part of a comprehensive motorist aid system in Riverside County. In an effort to clarify and expand upon the initial legislation, minor revisions to SB 516 are being proposed. Notable revisions include: clarification of language to ensure local control over SAFE revenues; clarification of language on the rolls of the California Department of Transportation Agenda Item 81 120 and the California Highway Patrol with regard to reviewing and approving call box plans; and expansion of language that identifies potential uses of SAFE revenues. The proposed amendments to SB 516 will allow for greater flexibility in the way RC SAFE uses SAFE revenues. As call box call volumes continue to decrease with each passing year, this amended legislation will allow RC SAFE to implement more relevant· programs and services throughout the county. While the bill's intent is consistent with the Commission's adopted legislative platform (quoted below), staff felt compelled to bring the bill to the Commission to ensure the Commission's position is conditioned on satisfactory amendments. Commission platform excerpt: • Support programs and policies that support investments in new technologies that promote ridesharing, traffic information, and commuter assistance. Review of Legislation Consistent With Commission Platform At the Assembly Transportation Committee hearing on April 13, the Commission testified in • support of AB 1265 (Perea), which would extend the sunset date of California's public-private • partnership law. The bill is consistent with the Commission's platform which states: • Support the availability of project delivery tools such as design-build, construction manager/general contractor, and public-private partnerships by the Commission, the state, federal agencies, and other infrastructure agencies. Oppose efforts to add barriers to effective implementation of such tools. Agenda Item 81 121 • " " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 TO: Riverside County Transportation Commission FROM: Western Riverside County Programs and Projects Committee Shirley Medina, Planning and Programming Director THROUGH: Anne Mayer, Executive Director SUBJECT: Reprogramming of Funds Related to State Route 91 High Occupancy Vehicle Lane Project WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE STAFF RECOMMENDATION: This item is for the Commission to: 1) 2) Approve reprogramming federal Congestion Mitigation and Air Quality (CMAQ) funds in the amount of $6,197,000 and 1989 Measure A Western County highway local match in the amount of $802,900 from the State Route 91 High Occupancy Vehicle (SR-91 HOV) project right of way phase to the construction phase; and Authorize the Executive Director, pursuant to legal counsel review, to execute agreements with Caltrans to reflect the reprogramming of $6,197,000 CMAQ funds and $802,900 Measure A funds from right of way to construction for the SR-91 HOV. BACKGROUND INFORMATION: Caltrans and the Commission have nearly completed all right of way utility relocations for the SR-91 HOV project and determined there will be right of way savings of federal CMAQ funds in the amount of approximately $6,197,000 plus corresponding Measure A local match that total approximately $7 million. Staff recommends reprogramming the right of way savings to the construction phase to cover anticipated construction capital cost increase of $4 million and the related construction management support cost increase of $3 million. This action does not require additional funding for the current project, as it involves moving already committed and obligated funding from one phase to another but does require the amendments to the cooperative agreements with Caltrans for the right of way and for the construction phases. Commission staff will de-obligate CMAQ federal funds from right of way, and Caltrans staff will obligate the funds for the construction phase. The local match from 1989 Measure A Western County highway funds will be paid to Caltrans, as lead agency on the Agenda Item 9 122 construction phase, as reimbursement for costs incurred. These Measure A funds were previously committed for the right of way phase to match the required CMAQ contribution and will be redirected and reimbursed to Caltrans for construction costs, which are included in the FY 2015/16 budget. The reprogrammed funds are needed to cover anticipated construction cost increases on the SR-91 HOV project due to issues encountered after start of construction that have delayed the original completion date. At the May Commission meeting, Caltrans will report on the status of the SR-91 HOV project and will detail the issues encountered during construction. Financial Information In.Fiscal Year Budget: j Yes j Year: ,, FY 2015/16 Amount: j $802,900 Source of Funds: 11989 Measure A Western County Highways Budget Adjustment: I No GL/Project Accounting No.: 003005 81301 222 3181301 Fiscal Procedures Approved: ~~ j Date: j 04/20/2015 Attachments: 1) Right of Way Cooperative Agreement No. 8-1372 A-4 2) Construction Cooperative Agreement No. 8-1488 A-2 Agenda Item 9 123 • • • .----------------------------------------------------- • • • AMENDMENT NO. 4 TO AG ATTACHMENT 1 08-Riv-91-PM 15.6/21.6 In Riverside from Adams Street to Route 60/91/215 Interchange Construct two HOV Lanes and Modify Interchanges EA 448402 and 448409 District Agreement No. 8-1372 A/4 Project Number 0800000712 This AMENDMENT NO. 4 to AGREEMENT (Amend ___________ , 2015, is between the S red into effective on ALIFORNIA, acting by and TE," and the through its Department of Transportation, referred 1. 2. 3. The STATE and RCTC hereto March 10, 2008, s · widening Stat each directi Thep contribut PROJECT[ ovements consisting of cy Vehicle (HOV) lane in e (IC). The actual limits of om Adams Street to University A venue, and ary Street to University A venue. In University Avenue to the 60/215 IC. etaining walls, soundwalls, bridge raided ra nd interchange modifications and llectively, referred to herein as "PROJECT." "nto A hdment No. 1 to Agreement on June 29, 2009, to ·on Mitigation and Air Quality (CMAQ) funds toward the tal costs. The parties hereto d into Amendment No. 2 to Agreement on May 3, 2011, to contribute State ffic Congestion Relief Program (TCRP) funds toward the PROJECT right of way capital costs; to increase the State Transportation Improvement Program/Regional Transportation Improvement Program (STIP/RIP) funds to be used to reimburse STATE for its right of way activities; to increase RCTC's estimated local match funds and to reflect the California Transportation Commission action in the State Transportation Improvement Program Amendment dated February 14, 2008, to combine both support and capital under capital only; and to change the EA reference number from 448401 to EA 448402 and EA 448409 . 1 124 4. The parties hereto entered into Amendment No. 3 to Agreement on July 15, 2014 to increase CMAQ funds from $20,000,000 to $25,542, 731 and local match funds toward the PROJECT right of way capital costs from $18,487,000 to $19,205,120 to cover the unanticipated increase in utility relocation costs. 5. The purpose of this Amendment No. 4 is to decrease the Right of Way Capital Cost due to a reduction in the utility relocation cost. The CMAQ funds will decrease, the State Transportation Improvement Program/Regional Transportation Improvement Program (STIP/RIP) funds will also decrease, and to move $900,000 oflocal funds under the SPENDING SUMMARY Right of Way Support from RCTC to CALTRANS. The total of the Right of Way Capital and Right of Way Support will now be $62,217,851. IT IS THEREFORE MUTUALLY AGREED: 1. Under RECITALS of Agreement No. 8-1372, Recitals 3 and 5 are hereby amended to read as fotlows: "3. STATE and RCTC will use State Transportation Improvement Program/Regional Transportation Improvement Program (STIP/RIP) funds in the total amount of $23,963,000, STATE's TCRP funds in the amount of $507,000, Federal Congestion Mitigation and Air Quality (CMAQ) funds in the estimated amount of $18,542,731, and RCTC's local matching funds estimated at $19,205,120, together hereinafter referred to as PROJECT FUNDS for Right of Way capital and support costs. The cost of attorney fees and related legal cost for property acquisition (eminent domain activities) shall be outside the scope of the project costs stated in the agreement and shall be 100% locally funded by RCTC." "5. RCTC authorizes STATE to reimburse itself from then available STIP/RIP funds on a monthly basis for all the Right of Way activities designated as STA TE' s responsibility on EXHIBIT B against the saine STIP/RIP funding source up to the amount of $1,332,000." 2. Under SECTION I of Agreement No. 8-1372, Articles 2, 18 and 19 are hereby amended to read as follows: "2. RCTC authorizes STATE to reimburse itself from then available STIP/RIP funds on a monthly basis for all the Right of Way activities designated as STATE's responsibility on EXHIBIT B against the same STIP/RIP funding source up to the amount of $1,332,000." "18. RCTC will pay utility providers for PROJECT utility relocation work, following review and approval of invoices therefor by STATE. RCTC will submit monthly invoices to STA TE Local Programs for reimbursement from the CMAQ funding source up to the amount of $18,542, 731 for such PROJECT utility relocation work, and shall fund a portion of the utility relocation work, including a portion of 2 125 • • • " " " "19. STATE's right of way support costs, from local funds up to the amount of $19,205,120 as shown in attached Exhibit A/4, as its CMAQ local match. If the total utility relocation cost is under this amount, the COMMISSION has flexibility to use its CMAQ local match funds for other activities within the right of way phase." To submit continuous billing for reimbursement of a portion of the expenditures for PROJECT, to be paid out of STATE's TCRP funds, up to the amounts shown against those funds in Exhibit A/3." 3. Under SECTION II of Agreement No. 8-1372, Article 2 is hereby amended to read as follows: 4. "2. To reimburse itself from STIP/RIP funds on a monthly basis, up to the total amount of $232,000 for capital costs and $1, 100,000 for a portion of support costs of STATE's PROJECT work. To submit billing to RCTC on a monthly basis up to the total amount of $900,000 for a portion of STATE's support cost of PROJECT work to be funded using RCTC's local funding sources." The termination date specified in SECTION III of Agreement No. 8-13 72, Article 23 is hereby amended to read as follows: "23. This Agreement will terminate upon completion of PROJECT that all parties have met all scope, cost, and schedule commitments included in this Agreement and have signed a cooperative agreement closure statement, which is a document signed by parties that verifies the completion of PROJECT. However, all indemnification, document, retention, audit, claims, environmental commitment, legal challenge, hazardous material, operation, maintenance and ownership articles will remain in effect until terminated or modified in writing by mutual agreement." 5. The new Exhibit A/4, attached hereto and incorporated herein by reference, replaces the original Exhibit A of Agreement No. 8-1372, Exhibit All of Agreement No. 8-1372 All and Exhibit A/2 of Agreement No. 8-1372 A/2, Exhibit A/3 of Agreement No. 8-1372 A/3 and is hereby made a part of said Agreement No. 1372 and any reference to Exhibits A, All, A/2 or A/3 in the foregoing referenced agreements are deemed to refer to Exhibit A/4. 6. All other terms and conditions of said Agreement No. 8-1372, as heretofore amended, shall remain in full force and effect. 7. This Amendment No. 4 to Agreement is hereby deemed to be a part of Agreement No. 8-1372 . 3 126 STA TE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION APPROVED By: __________ _ John Bulinski Interim Distriet 8 Director APPROVED AS TO FORM AND PROCEDURE: By: _________ _ Attorney, Department of Transportation CERTIFIED AS TO FUNDS: By:.~---------­ Lisa Pacheco District Budget Manager CERTIFIED AS TO FINANCIAL TERMS AND POLICIES: Accounting Administrator 127 RIVERSIDE COUNTY TRANSPORTATION COMMISSION APPROVED By: __________ _ Anne Mayer Executive Director By: ___ ~------­ Legal Counsel Best Best & Krieger LLP 4 • • • " " " Funding Source Funding Partner ExhibitA/4 FUNDING SUMMARY Fund Type SPENDING SUMMARY Right of way Capital Right of way Support This table will designate the maximum funds each of the Parties will spend for project components covered by this Agreement R/WCAPITAL R/WSUPPORT CAL TRANS 128 Totals 5 " " " ATTACHMENT 2 08-RIV-91-15.6/21.6 EA: 44840 Federal Funds District Agreement 08-1488 A/2 Project Number 0800000712 AMENDMENT NO. 2 TO AGREEMENT 1488 THIS AMENDMENT No. 2 (AMENDMENT), entered . __________ , is between the State Department of Transportation, referred to as CAL d effective on ia, acting through its 1. 2. 3. 4. RS, entered into 2010, to widen State Route ehicle ( ) lane in each direction hange, referred to as PROJECT. " to AGREEMENT on July 15, 2014 ue to PROJECT delays and to decrease ~of the bid opening. to inc e the construction capital and support cost due to crease m capital cost. MMARY A/2 is attached and made part of this IT IS THEREFORE MUTUALLY AGREED: 1. A revised FUNDING SUMMARY A/2 is attached and made part of the AGREEMENT. Any reference to the FUNDING SUMMARY in the AGREEMENT is deemed to refer to the revised FUNDING SUMMARY A/2 attached herein . 129 2. District Agreement 08-1488 A/2 All other terms and conditions of the AGREEMENT shall remain in full force and effect. 3. This AMENDMENT is deemed to be included and made part of the AGREEMENT. 2 130 • • • " " " District Agreement 08-1488 A/2 SIGNATURES PARTNERS declare that: 1. Each PARTNER is an authorized legal entity under California state law. 2. Each PARTNER has the authority to enter into this agreement. 3. The people signing this agreement have the authority to do so on behalf of their public agencies. STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION APPROVED By:_~~~~~~~~� John Bulinski Interim District 8 Director APPROVED AS TO FORM AND PROCEDURE: By: __________ ~ Attorney, Department of Transportation CERTIFIED AS TO FUNDS: By:_~~~~~~~~~� Lisa Pacheco District Budget Manager CERTIFIED AS TO FINANCIAL TERMS AND POLICIES: By: __________ _ Accounting Administrator 3 131 RIVERSIDE COUNTY TRANSPORTATION COMMISSION APPROVED By: __________ _ Anne Mayer Executive Director By: __________ _ Best, Best and Krieger Legal Counsel " " " Funding Source LOCAL Funding Partner RCTC District Agreement 08-1488 A/2 FUNDING SUMMARY A/2 Fund Type MEAS A Subtotals by Com anent CON Capital $458,800.00 $131,924,035.00 4 132 CON Support $344, 100.00 $28, 728,000.00 Subtotal Funds Type $802,900.00 $160,652,035.00 SR-91 HOV PROJECT STATUS UPDATE MAY 2015 Mike Beauchamp Deputy District Director SR-91 HOV PROJECT Project Status o Add one HOV lane in each direction from Adams to 60/91 /215 Interchange in the City of Riverside o Serna Construction began construction: March 2012 o Original completion date: August 2014 o Projected completion date: Spring 2016 o Work completed: 82% 5/13/2015 1 lblfmng• SR-91 HOV PROJECT Recent Activities 14th Street Interchange -Westbound Ramps SR-91 HOV PROJECT Recent Activities Looking North at SR-91 at 14th Street 5/13/2015 2 SR-91 HOV PROJECT Recent Activities AC Paving Operation for Temporary Eastbound Off Ramp at University Avenue l1rltrare;• SR-91 HOV PROJECT Current Activites Temporary Eastbound Off Ramps for 14th Street and University Avenue 5/13/2015 3 SR-91 HOV PROJECT Recent Activities Eastbound On Ramp from 14th Street and Eastbound Off Ramp to University Avenue open to traffic on A ril 27th. SR-91 HOV PROJECT Recent Activities Looking North at SR-91 near Pachappa Overhead 5/13/2015 4 lbJtmn!;• SR-91 HOV PROJECT Current Activities Looking North at SR-91 at Cridge and 14th Street Overcrossings SR-91 HOV PROJECT Current Activities Soil Nail Walls #361 and 362 Between 14th Street and Cridge Street 5/13/2015 5 SR-91 HOV PROJECT Current Activities Challenges for Pachappa -UPRR • Construction of Retaining Wall #335 for permanent track • Bridge opening: Spring, 2016 Challenges for Ivy Overhead-BNSF • Coord. w /BNSF for adjacent projects • Fourth Quarter Closure Issue --------- • Availability from BNSF to provide flaggers • Anticipated opening for Ivy OH: Spring, 20 l 6 SR-91 HOV PROJECT Project Challenges ~ 225 total utility relocations- many had to be accomplished during construction ~ Extensive coordination with two railroads ~ Highly congested corridor with 1 00+ years of infrastructure to work around ~ Complex construction staging especially for braided ramps ~ Multiple stakeholders 5/13/2015 6 lbltmn.!;• SR-91 HOV PROJECT Wrap Up o Construction of Ivy Street Overhead, Retaining Wall 335 and Pachappa Underpass are keys to completing this project. o Scheduled mainline open to traffic: 4th Quarter 201 5 o Scheduled Construction Contract Acceptance: Spring 2016 5/13/2015 7 " " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13,2015 TO: Riverside County Transportation Commission FROM: Budget and Implementation Committee Aaron Hake, Government Relations Manager THROUGH: Anne Mayer, Executive Direct9r SUBJECT: Agreement with HDR Engineering, Inc. for Strategic Assessment BUDGET AND IMPLEMENTATION COMMITTEE AND STAFF RECOMMENDATION: This item is for the Commission to: 1) Award Agreement No. 15-65-051-00 to HDR Engineering, Inc. (HDR) for the development of a strategic assessment for a nine-month period in the amount of $600,000, plus a contingency amount of $60,000, for a total amount not to exceed 2) 3) $660,000; Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and Authorize the Executive Director. or designee to approve contingency work up to the total not to exceed amount as required for these services. BACKGROUND INFORMATION: Purpose of Strategic Assessment The Commission is at a defining moment: it has been successfully accomplishing its mission of delivering transportation projects that are measurably improving the quality of life of the people of Riverside County (County). As several Commissioners noted at the January 2015 Commission Workshop, the Commission's mantra has been "Promises Made, Promises Kept" with the voters of the County. Several members of the public are aware of the progress being made on the County's infrastructure by way of the many highways under construction. Much of this concentrated construction activity is due to th�e forward-thinking of the Commission when it adopted the Measure A 10-Year Western Riverside County Highway Delivery Plan in 2006, which prioritized several major projects such as State Route 91, Interstates 15 and 215 to "front-load" the renewed Measure A sales tax. As these projects come to fruition, it is clear that much work still remains to be done to bring the County's infrastructure up to par to facilitate the economic and quality of life vision the public expects. Yet, Measure A's ability to maintain the current level of progress is restricted over the long-term while state and federal funding streams are uncertain at best. The County is Agenda Item 10 133 continuing to grow in terms of population and emplpyment as it recovers from an economic recession that hit the Inland Empire region harder than the rest of the state. New state and federal environmental policies are in place. The Commission will be operating tolled express lanes in less than two years, becoming a business enterprise with customers. Generational shifts within the workforce (Baby Boomers retiring and Millennials hiring) raise legitimate questions as to whether there will be changes in travel behavior and housing preferences. Technology continues to disrupt the transportation sector with mobile applications being used to get from point A to point Band the prospect of autonomous vehicles on the horizon. In short, now is an important time to take stock of the infrastructure policies, plans, and funding streams and analyze where the County is headed demographically, economically, and environmentally. Such an analysis allows the Commi~sion to assess whether the status quojs appropriate to address the County's current and future transportation infrastructure needs, as measured by the Commission's guiding principles developed at t.he 2015 Workshop: • Together, the Commission is imagining and implementing an efficient transportation system for the good of all in the County. • The Commission is the people the Commission serves. Economic prosperity and quality of life is enhanced with proper transportation. The public trust is vital to the • • Commission's mission. The Commission operates in a dyn;;imic environment, The Commission will remain flexible in order to respond to change and opportunity. The Co.mmission will focus on projects and allocate funds that support the quality of life in the County. The Commission collaborates in partnerships to maximize the Commission's ability to get people where they want to go and when they want to get there. The Commission's priority is to serve the public need. The Commission will invest in a transportation system that moves community members, visitors, and goods. This system will support the Commission's economy and the Commission's future prosperity and is vital to attract and retain quality jobs to the Commission's region. • The Commission is dedicated to environmental stewardship. The Commission will use existing regional and countywide plans, such as the Riverside County Integrated Plan, as a framework for our decisions. The Commission knows that goods moving to, within, and through the County are vital to the Commission's economy; however the Commission desires and will work toward a future where there is a balance between goods movement and the Commission's quality of life. Thus, staff proposes to conduct a high-level strategic assessment to prepare the Commission for several significant upcoming decision-making processes, including but not limited to: • 2016 and 2020 Southern California Association of Governments (SCAG) Regional Transportation Plan (RTP}/Sustainable Communities Strategy (SCS); • 2019 Measure A Expenditure Plan review, as required by the 2002 Measure A ordinance; • Implementation of tolling programs on SR-91 and 1-15; and Agenda Item 10 134 • • • " " " " Development of a long-range Countywide Transportation Plan . These processes are additional to critical decisions with which the Commission will need to grapple regarding important projects mentioned at the 2015 Commission Workshop that are still in development yet lack sufficient funding, including but not limited to: " SR-79 " Mid County Parkway " Rail to Coachella Valley " Rail to San Jacinto Valley " Alternate East-West Corridors Several other counties in California have recently undertaken similar analyses. Transportation agencies throughout the state, particularly in self-help counties wi,th a voter-approved half-cent sales tax for transportation projects, are undertaking serious introspection at to what is realistic in light of declining revenue, increasing public expectations, demographic and policy shifts, and deteriorating infrastructure. Staff researched extensively other counties' approaches to assessing needs and public priorities and then crafted the scope of wqrk in its request for proposals (RFP) for the strategic assessment based on those experiences yet tailored to the County's unique needs. Overview of Strategic Assessment Process The strategic assessment will analyze planning an.d financial data to best match public priorities with economic and demographic reaHties. The assessment will begin with a data-driven inventory of existing funding streams, government policies at all levels, and recent planning studies in the County. The assessment will then look at forecasts for County growth and identify potential funding and policy gaps that could emerge as a result. A strategic outreach process will gather public input on long-term transportation priorities throughout the County. This process will involve a variety of tactics and methodologies including in-person public meetings, online tools, and traditional phone surveys. The assessment will also take into consideration transportation plans and priorities of stakeholders within the County, including local governments, private sector groups, and social service providers. All of this external input will be measured against what the data-driven analysis says about the County's future, providing a clearer picture to the Commission of where there may be gaps going forward. It is staff's strong desire to see this effort culminate in a set of findings ~nd strategic recommendations that become a useful tool for Commissioners to address regional transportation and quality of life issues. The proposed agreement establishes a timeline that would result in a final strategic assessment being delivered to the Commission at its 2016 Commission Workshop. At the 2016 Workshop, the Commission will have an opportunity to have an in-depth dialogue about the realities conveyed by the strategic assessment and Agenda Item 10 135 actionable steps to move forward. This will be a natural building block from the visioning discussion that took place at it 2015 Commission Workshop. Throughout the next eight months, staff recommends the Quality of Life and Sustainability Ad Hoc Committee serve as the venue for Commissioners to monitor and provide input to staff and consultants regarding the progress of the strategic assessment. Commissioner input will be critical to ensuring that the most effective approaches are utilized in this multi-faceted analysis and outreach. A visual representation of the overall structure of the strategic assessment process and future applications is as follows: ASSESSMENT Agenda Item 10 STRATEGIC CONSIDERATIONS 136 STRATEGIES APPLICATIONS • • • " " " Procurement Process This procurement was conducted in accordance with established Commission procurement policies and procedures. Staff determined the weighted factor method of source selection to be the most appropriate for this procurement, as it allows the Commission to identify the most advantageous proposal with price and other factors considered. Non-price factors include elements such as qualifications of firm and personnel and project approach and understanding for the development of a strategic assessment as set forth under the terms of RFP No. 15-65-051-00. RFP No. 15-65-051-00 for the development of a strategic assessment was released on January 30, 2015. A public notice was advertised in the Press Enterprise, and the RFP was posted on the Commission's PlanetBids website, which is accessible through the Commission's website. Utilizing PlanetBids, emails were sent to 336 firms, 52 of which are located in Riverside County. Through the PlanetBids site, 111 firms downloaded the RFP, and 24 of these firms are located in Riverside County. A pre-bid conference was held on February 17, 2015, and attended by 7 firms, of which two firms are local to Riverside County. Staff responded to all questions submitted by potential proposers prior to the February 19 clarification deadline date. Three firms -Cambridge Systematics, Inc. (Los Angeles); HOR (Riverside); and VRPA Technologies, Inc. (Fresno) -submitted responsive proposals prior to the 2:00 p.m. submittal deadline on March 12. Utilizing the evaluation criteria set forth in the RFP, all firms were evaluated and scored by an evaluation committee comprised of four Commission staff members and one member from the San Bernardino Associated Governments. Based on the evaluation committee's assessment of the written proposals and pursuant to the terms of the RFP, the evaluation committee short listed and invited two firms to the interview phase of the evaluation and selection process. Interviews of the short listed firms -HOR and VRPA Technologies, Inc. -were conducted on April 3, 2015. As a result of the completion of the evaluation process, the evaluation committee recommends contract award to HOR to perform a strategic assessment for a nine-month term, as this firm earned the highest total evaluation score. Staff has completed negotiations with HOR and has determined the cost of these services is consistent with similar projects in other California counties and is within the Commission's budget. Staff research of other counties' costs for similar services ranged from $500,000 to over $1,000,000. This places HOR's cost proposal at the lower end of comparable projects. However, given Riverside County's larger size (by geography and/or population) compared to other counties that recently completed similar projects such as Alameda, Contra Costa, and San Francisco, the value of HOR's proposal becomes even more favorable . Agenda Item 10 137 I The Commission's standard form professional services agreement will be entered into with HOR, subject to any changes approved by the Executive Director and pursuant to legal counsel review. HDR's Southern California office locations include the cities of Claremont, Irvine, Long Beach, Los Angeles, Pasadena, Riverside, and San Diego, and it teamed with other firms including Creative Infrastructure Solutions, Moore Methods, Parsons Brinckerhoff, AMMA Transit Planning, Katherine Padilla & Associates, Fehr & Peers, and System Metrics Group. HOR understands the transportation issues throughout the County and has significant Southern California experience in transportation planning, travel demand forecasting, transit planning, traffic engineering, goods movement and combining aspects of alternatives analysis and long- range planning with practical considerations of project funding and implementation of context- sensitive design. It is important to note that several of the firms on the HOR team have previously provided professional services for the Commission, Western Riverside Council of Governments, Western Ri\'/erside County Regional Conservation Agency , and Coachella Valley Association of Governments, among other local agencies, providing a great deal of familiarity with the County's transportation dynamics. This familiarity allows for HOR to meet an aggressive schedule and minimizes costs of conducting new research. Finally, HD R's proposed approach demonstrates a strategic thinking process at each stage of the project that recognizes the need for this effort to be understandable and useful for the general public, Commissioners, as well as transportation professionals. Conclusion Staff is confident HOR will provide the Commission with quality service at a fair price. The strategic assessment will result in a data-driven foundation for critical decision-making in the near future. Staff recommends the award of Agreement No. 15-65-051-00 to HOR to conduct a strategic assessment of the Commission and the overall transportation landscape of the County through the year 2039 for a nine-month period in the amount of $600,000, plus a contingency amount of $60,000, for a total amount not to exceed $660,000. Financial Information In Fiscal Year Budget: I Yes Year: I FY 2014/15. Amount: I $147,000 Yes FY 2015/16 $513,000 Source of Funds: I Local Transportation Funds (planning) Budget Adjustment: I No No GL/Project Accounting No.: 002315 81501106 65 81501 Fiscal Procedures Approved: ~~ I Date: I 04/16/2015 Attachment: HOR Agreement No. 15-65-051-00 Agenda Item 10 138 • • I • " " " Agreement No. 15-65-051-00 RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT FOR STRATEGIC ASSESSMENT WITH HDR ENGINEERING INC 1. PARTIES AND DATE. This Agreement is made and entered into this _ day of , 2015, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("the Commission") and HOR ENGINEERING, INC. ("Consultant"), a Nebraska corporation. 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 providing Strategic Assessment to public clients, is licensed in the State of California, and is familiar with the plans of Commission . 2.2 Commission desires to engage Consultant to render certain consulting services for the Strategic Assessment ("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 nine months 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. 3.3 Schedule of Services. Consultant shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit "B" attached hereto and incorporated herein by reference . APPENDIX B 139 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 Seniices 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 underthis 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 1Shall 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 Executive Director, or his or her designee, to act as its representative for the performance of this Agreement ("Commission's Representative"). Commission's representative shall have the power to act on behalf of Commission for all purposes under this Agreement. Consultant shall not accept direction from any person other than Commission's Representative or his or her designee. 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 140 • " " " 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 sh,all 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 . 141 3.12 Insurance. 3.12.1 Time for Compliance. Consultant shall not commence work under this Agreement until it has provided evidence satisfactory to the Commission that it has secured all insurance required under this section, in a form and with insurance companies acceptable to the Commission. In addition, Consultant shall not allow any subcontractor to commence work on any subcontract until it has secured all insurance required under this section. 3.12.2 Minimum Requirements: Consultant shall, at its expense, procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Agreement by the Cof;tsultant, its agents, representatives, employees or subcontractors. Consultant shall also requrre 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 ofcoverage: (A) Minimum Scope of Insurance. Coverage shall be at least as broad as the latest version of the foHowing: (1) C3eneral Liability. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001 or exact equivalent); (2) Automobile Liability. Insurance ServiCes Office Business Auto Coverage (form CA 0001, code 1 (any auto) or exact equfvalent); and (3) Workers' • Compensation and Employer's Liability: Workers' Compensation insurance as required • by the State of California and Employer's Liability Insurance. (8) 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. Consultant shall procure and maintain, and require its sub-consultants to procure and maintain, for a period of five (5) years following completion of the Project, errors and omissions liability insurance appropriate to their profession. Such insurance shall be in an amount not less than $1,000,000 per claim. This insurance shall be endorsed to include contractual liability applicable to this Agreement and shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Consultant. "Covered Professional Services" as designated in the policy must specifically include work performed under this Agreement. The policy must "pay on behalf of' the insured and must include a provision establishing the insurer's duty to defend. 142 • " " " 3.12.4 Insurance Endorsements. The insurance policies shall contain the following provisions, or Consultant shall provide endorsements on forms approved by the Commission to add the following provisions to the insurance policies: (A) General Liability. (i) Commercial General Liability Insurance must include coverage for (1) Bodily Injury and Property Damage; (2) Personal Injury/Advertising Injury; (3) Premises/Operations Liability; (4) Products/Completed Operations Liability; (5) Aggregate Limits that Apply per Project; (6) Explosion, Collapse and Underground (UCX) exclusion deleted; (7) Contractual Liability with respect to this Agreement; (8) Broad Form Property Damage; and (9) Independent Consultants Coverage. (ii) The policy shall contain no endorsements or provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; or (3) contain any other exclusion contrary to the Agreement. (iii) The policy shall give the Commission, its directors, officials, officers, employees, and agents insured status using ISO endorsement forms 20 10 1 O 01 and 20 37 1 O 01, or endorsements providing th.a exact same coverage. (iv) The additional insured coverage under the policy shall be "primary and non-contributory" and will not seek contribution from the Commission's insurance or self-insurance and shall be at least as broad as CG 20 01 04 13, or endorsements providing the exact same coverage. (B) Automobile Liability. (i) 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 . 143 (C) Workers' Compensation and Employers Liability Coverage. (i) Consultant certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing work under this Agreement. (ii) The insurer shall agree to waive all rights of subrogation against the Commission, its directors, officials, officers, employees and agents for losses paid under the terms of the insurance policy which arise from work performed by the Consultant. (D) All Coverages. (i) Defense costs shall be payable in addition to the limits set forth hereunder. (ii) Requirements of specific coverage or limits contained in this section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. It shall be a requirement under this Agreement that any available insurance proceeds broader • than or in excess of the specified minimum insurance coverage requirements and/or • limits set forth herein shall be available to the Commission, its directors, officials, officers, employees and agents as additional insureds under said policies. Furthermore, the requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any Insurance poticy or proceeds available to the named insured; whichever is greater. (iii) The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the Commission (if agreed to in a written contract or agreement) before the Commission's own insurance or self-insurance shall be called upon to protect it as a named insured. The umbrella/excess policy shall be provided on a "following form" basis with coverage at least as broad as provided on the underlying policy(ies). (iv) Consultant shall provide the Commission at least thirty (30) days prior written notice of cancellation of any policy required by this Agreement, except that the Consultant shall provide at least ten (10) days prior written notice of cancellation of any such policy due to non-payment of premium. If any of the required coverage is cancelled or expires during the term of this Agreement, the Consultant shall deliver renewal certificate(s) including the General Liability Additional 144 • " " " Insured Endorsement to the Commission at least ten (10) days prior to the effective date of cancellation or expiration. (v) The retroactive date (if any) of each policy is to be no later than the effective date of this Agreement. Consultant shall maintain such coverage continuously for a period of at least three years after the complation of the work under this Agreement. Consultant shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced past the effective date of this Agreement; B) if the policy is cancelled or not renewed; or C) if the policy is replaced by another claims-made policy with a retroactive date subsequent to the effective date of this Agreement. (vi) The foregoing requirements as to the types and limits of insurance coverage to be maintained by Consultant, and any approval of said insurance by the Commission, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Consultant pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. (vii) If at any time during the life of the Agreement, any policy of insurance required und.er this Agreement does not comply with these specifications or is canceled and not replaced, Commission has the right but not the duty to obtain the insurance it deems necessary and any premium p;;iid by Commission will be promptly reimbursed by Consultant or Commission will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, Commission may cancel this Agreement. The Commissjon may require the Consultant to provide complete copies of all insurance policies in e.ffect for the duration of the Project. (viii) Neither the Commission nor any of its directors, officials, officers, employees or agents shall be personally responsible for any liability arising under or by virtue of this Agreement. 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 Commis$ion, either: (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the Commission, its directors, officials, officers, employees and agents; or, (2) the Consultant shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense expenses. 3.12.6 Acceptability of Insurers. Insurance is to be placed with insurers with a current AM. Best's rating no less than A:Vlll, licensed to do business in California, and satisfactory to the Commission . 145 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 eacn insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements must be received and approved by the Commission before work commences. The Commission reserves the right to require complete, certified copies of all required insurance policies, at any time. 3.12.8 Subconsultant Insurance Requirements. Consultant shall not allow any subcontractors or subconsultants to commence work on any subcontraCt until they have provided evidence satisfactory to the Commission that they have secured all ·insurance required under this section. Policies of commercial general liability insurance provided by such subcontractors or subconsultants sHall be endorsed to name the Commission as an additional insured using ISO form CG 20 38 04 13 or an endorsement· providing the exact same coverage. If requested by Con'sultant, the Commission may approve different scopes or minimum limits of insurance for particular subcontractors or subconsultants. 3.13 Safety. Consultant shall execute and maintain its work so as to avoid injury or dama'ge 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 wbrk 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; (8) 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 mainten,ance 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 L_INSERT WRITTEN DOLLAR AMOUNT __J ($L_INSERT NUMERICAL DOLLAR AMOUNT __J) 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 146 • " " " and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. Commission shall, within 45 days of 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 . 147 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: HOR Engineering, Inc. 2280 Market Street, Suite 100 Riverside, CA 92501 Attn: JD Douglas COMMISSION: Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Attn: Executive Director Such notice shall be deemed made when personallY: delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, 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 D©cuments &·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 148 • " " " 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 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 Cpnsultant. 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 . 149 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. 3.18.4 Infringement Indemnification. Consultant shall defend, indemnify and hold the Commission, its directors, officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, for any alleged infringement of any patent, copyright, trade secret, trade name, trademark, or any other proprietary right of any person or entity in consequence of the use on the Project by Commission of the Documents & Data, including any method, process, product, or concept specified or depicted. · 3.19 Cooperation; Further Acts. The Parties, shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes ofthis Agreement. 3.20 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, aris1ng 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 defend, indemnify and hold the Commission, its directors, officials, officers, agents, consultants, employees and volunteers free and harmless from any and all claims, demands1 , 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 any 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 shalt 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, 150 • • • " " " 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. 3.22 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be supplemented, amended, or modified by a writing signed by both parties. 3.23 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Riverside County. 3.24 Time of Essence. Time is of the 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 and Conflicts. 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. 3.27.3 Conflict of Employment. Employment by the Consultant of personnel currently on the payroll of the Commission shall not be permitted in the performance of this Agreement, even though such employment may occur outside of 151 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. 3.27.4 Emolovment Adverse to the Commission. Consultant shall notify the Commission, and shall obtain the Commission's written consent, prior to accepting work to assist with or participate in a third-party lawsuit or other legal or administrative proceeding against the Commission during therterm of this Agreement. 3.28 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any employee or applicant for employment because of race, religion, color, national origin; ancestry, sex or age. Such non-discrimination shall include, but not be Hmited 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. 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 §fill_ and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et ~ ("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 thi.s 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 152 • " " " 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 nu.mber 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. 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. 153 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 fDarty Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the fDarties. 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 accordancewith 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. 3.40 Invalidity; Severability. If any portion of this Agreement is declared • invalid, illegal, er otherwise unenforceable by a court of competent jurisdiction, the • remaining provisions shalt continue in full force and effect. 3.41 Conflicting fDrovisions. 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 fDarties and the interpretation of the fDarties' understanding concerning the performance of the Services. 3.42 Headings. Article and Section Headings, paragraph captions or marginal headings contained in this Agreement are for convenience only and shall have no effect in the construction or interpretation of any provision herein. 3.43 Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein, without the prior written consent of the Commission. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.44 Authority to Enter Agreement. Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each fDarty warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective fDarty. 154 • " " " SIGNATURE PAGE TO RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT FOR STRATEGIC ASSESSMENT WITH HOR ENGINEERING, INC. IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By:----------- Daryl R. Busch Chair Approved as to Form: By: ___________ _ Best Best & Krieger LLP General Counsel 156 HOR ENGINEERING, INC. By: ___________ _ Signature Name Title Attest: By: ---------- Its: Secretary " EXHIBIT "A" SCOPE OF SERVICES L_INSERT_J " " 157 EXHIBIT "8" • SCHEDULE OF SERVICES L_INSl!:RT _J • • 158 Strategic Assessment Riverside County Transportation Commission May 13, 2015 Aaron Hake Government Relations Manager • What changes are happening in Riverside county? • Are the Commission's policies and programs aligned with our current and future needs? • How can we adapt/prepare? 5/13/2015 1 5/13/2015 SCAG Regional Transportation ..... 2020 Plar;t/Sustainable CollJmunities ' Strategy ·. :2017 2 " Support Commission's guiding principles " Analyze status quo+ look at where we're going -Data-driven " Engage stakeholders and public " Identify funding constraints and realistic funding options -Sets up discussion about choices " Develop actionable recommendations choices for next 10-20 years For illustrative purposes only 5/13/2015 3 5/13/2015 STRATEGIC ASSESSMENT CONSIDERATIONS STRATEGIES APPLICATIONS This is NOT: • Re-creating existing plans • A binding long-range transportation plan • Project list 4 " Researched other counties' efforts " RFP following Commission Workshop " Three competitive bids received in March " Short-listed two firms, held interviews " HOR clearly ranked highest " Negotiations concluded " Award Agreement to HOR Engineering, Inc. o Nine-month period o $600,000 + 10 percent Contingency= $660,000 " Authorize Chair or Executive Director to execute the agreement on behalf of the Commission. " Authorize Executive Director to approve contingency work. 5/13/2015 5 " " " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 TO: Riverside County Transportation Commission FROM: Quality of Life and Sustainability Ad Hoc Com Aaron Hake, Government Relations Manager mittee THROUGH: John Standiford, Deputy Executive Director SUBJECT: Principles for State Transportation Revenue QUALITY OF LIFE AND SUSTAINABILITY AD HOC COMMITTEE AN D STAFF RECOMMENDATION: This item is for the Commission to: 1} Provide direction to staff on strategies for approachin g state transportation revenue legislation; and 2} Adopt principles for state transportation revenue legislati on. BACKGROUND INFORMATION: There are multiple legislative proposals under development in the State Capitol that would ructure. These proposals are isting state highways and local inistration about funding trade raise between $3-5 billion annually for transportation infrast almost exclusively focused on maintenance and operation of ex roads. There has been some conversation from the Brown Adm corridors as well. The impetus for the higher-than-normal interest in transportati on funding can be attributed to the precipitous decline in funding due to the: " " " " " End of the Proposition lB state bond program ($20 billio none-time program); Reduction of the state price-based excise tax on moto r fuels ($868 million negative statewide impact); Continued erosion in value and return on the state per-g allon excise tax on motor fuels st increased); (worth one-third less per gallon than 1993, when it was la Mounting backlog -and associated cost escalation -of basic maintenance of state t for state highways alone, and d roads over the next decade); highways and local roads (nearly $6 billion annual defici what amounts to $7.8 billion deficit for local streets an and Economic activity generated by transportation investme nt, which is subsiding due to all of the above . Agenda Item 11 160 As reported at its March Commission meeting, Riverside County local governments are expected to lose about one-fourth of its gas tax revenue in the next fiscal year, a $26 million loss to Riverside County alone. Also in jeopardy are major regional projects such as the State Route 91/SR-71 interchange, SR-60 truck climbing lane, French Valley Parkway interchange, and the 1-10 Monroe and Jackson interchanges. By the time Quality of Life/Sustainability Ad Hoc Committee meets, and likely by the time the Commission meets, these proposals are likely to be unveiled publicly. Given that these proposals will provide a substantial amount of funding that cou1d come to Riverside County, \. and will likely involve user fees that would be paid by RiversideJ:ounty residents, staff believes it is appropriate for the Commission to adopt guiding prJncip1es -0n what constitutes an supportable revenue package. Adoption of a clear set of policy principles will provide direction to staff and Commission lobbyists to communicat~ and negotiate on behalf of Riverside County's interests with legislators and the Administration, fellow transportation agencies trade associations, and other stakeholder groups that are involved in shaping policy. Staff believes it is essential to the Commission's credibility and effectiveness to provide productive input into the policy-making process on such an important topic. Acknowledging that no plan is perfect, staff also believes that adopting principles rather than supporting a specific proposal at this time provides latitude to comment on the various elements of all proposa'ls in an effort to improve all of them. • Based on previous Commission legislative platforms, bill positions, and viewpoints expressed by Commissioners, staff proposes the followjng principles for Commission adoption: • 1) Restore transportation funds for transportation projects. a) Provide for repayment of all outstanding loans to the General Fund from transportation revenue sources. b) End diversion of truck weight fees to the General Fund. 2) Regional/local share with Regional/focal decision-making and geographic equity. a) At least 50 percent of new revenue should be provided to regional and/or local governments to meet local maintenance and operational needs. b) The state should set broad parameters for project eligibility, with regional and/or local governments making project selection and programming. c) Distribute regional/local funds on a population and/or lane-mile basis. Consistency and predictability of funding is critical. 3) Geographic equity for state funds. a) Agenda Item 11 Taxpayers from every region should see direct benefit to the state highways in their communities. The state should provide a transparent process by which state-controlled revenues are spent equitably throughout all regions of the state . 161 • " 4) User-pay = User-benefit. a) Revenue from new user fees should be spent in a manner that benefits the user who is paying the fee. Diversion of revenue derived from motor vehicles to purposes that do not directly benefit motorists is not acceptable. 5) Reduce the costs of delivery. a) The Legislature should not ask taxpayers to pay additional revenue without simultaneously approving policies that maximize the revenue that is already being generated. Reducing costs of transportation projects can include pragmatic adjustments to project review and approval processes by state agencies, reduction in exposure to litigation, streamlining of reviews required for projects that promote state policy goals, and/or reducing overhead costs at Caltrans. 6} Fund trade corridors. a) While maintenance of existing assets is the priority, new revenue should take into account that California's roadways are the conduit for international, interstate, and intrastate commerce. " As further background, the Commission's unanimously-adopted 2015 legislative platform includes the following policy statements that reinforce the above-suggested principles: " Equity and Fairness " Funding should be distributed equitably to Riverside County. Regional Control " Project selection and planning authority for state/federal funds should be as local as possible, preferably in the hands of the Commission. " Oppose efforts by non-transportation interests to assert control over transportation funding. Policies should be sensitive to each region's unique needs and avoid "one size fits all" assumptions, especially regarding the balance among highways, transit, rail, and freight; and urban, suburban, and rural needs. Project Delivery Streamlining " Support all efforts to reduce project delivery timelines while maintaining important environmental protections . Agenda Item 11 162 Accountability • Revenue derived from transportation sources should be spent exclusively on transportation projects. Support measures to strengthen the relationship between transportation revenue and expenditures; oppose measures that weaken them. Funding • Strongly support repayment of state general fund loans from transportation-related accounts. • Support re-dedication of California truck weight fees to transportation accounts. Finally, staff seeks strategic input from Commissioners as these legislative negotiations develop over the next few weeks and months. In April, Senator Jim Beall (D-Santa Clara), Chairman of the Senate Transportation &. Housing Committee, introduced SB 16. This bill raises more than $3 billion in new transportation revenue and requires reduction in Caltrans costs by 30 percent over three years. This bill has cleared its first committee with a two-thirds vote. A digest of what the bill does and who supports and opposes it is attached. Also attached is a side-by-side comparison of SB 16 with • the proposed Commission principles to aid Commissioners with seeing how a specific piece of • legislation can be measured with this approach. Attachments: 1) SB 16 (Beall) -Digest 2) SB 16 (Beall) as Measured By Proposed RCTC Principles -5/13/15 • Agenda Item 11 163 " " " ATTACHMENT 1 SB 16 (Beall): Status: Passed Senate Transportation & Housing Committee (6-1) with the required two-thirds vote. Next, SB 16 will be heard in Senate Government & Finance Committee. Digest: " Requires Caltrans to produce a plan to achieve 30 percent cost efficiency within 3 years. Savings are directed to transportation projects. " Raises $3+ billion annually for road maintenance on local roads and state highways via multiple user fees and returning money owed to transportation from the General Fund: o $100 fee for zero-emission vehicles; o 10 cent gas tax increase; o 12 cent diesel tax increase; o $35 Vehicle Registration Fee; o 0.35 percent Vehicle License Fee (phased in over 5 years); o Repay transportation fund loans from the General Fund; and 0 Return truck weight fees from the General Fund. " After a 5 percent set-aside to incentivize new self-help counties to pass sales tax measures, funds are divided equally between the state and cities/counties. City/county funds are distributed by formula based on road-miles and number of registered vehicles. State oversight is provided but there is no state authority over project selection by locals. Notes: " This bill meets 5 of the 6 principles recommended adopted by the Quality of Life and Sustainability Ad Hoc Committee. A matrix of how SB 16 matches up to the principles is attached. " Supporters of SB 16 include: League of California Cities, California State Association of Counties, Self-Help Counties Coalition, Associated General Contractors, United Contractors, California Alliance for Jobs, and several labor organizations including carpenters and laborers. " Opposition to SB 16 is currently limited to Howard Jarvis Taxpayers Association . 164 " " " ATTACHMENT 2 SB 16 (Beall) as measured by proposed RCTC Principles -5/13/15 165 Cities and Counties must submit project lists for the upcoming budget year to the CTC to ensure that the objectives of the State (rehab and safety of roadways) is being met. Important language in the bill: "This project list shall not limit the flexibility of an eligible local agency to fund projects in accordance with local needs and priorities ... " RCTC staff suggests potentially seeking an amendment that would allow cities and counties to do this consistency finding with the regional transportation planning agency (aka, RCTC) as a surrogate for the State . Two cents from the diesel tax increase will be deposited in the Trade Corridors Improvement Fund (TCIF) -the program which provided several grade separations in Riverside County and the 1-215/Van Buren Interchange. � -c. llBlllllllllll u c ~ ta c 5-. ta c 0 ·-Vl Vl ·- E 0 u c 0 ·-........., ro ........., 5-. 0 0.. Vl c ro ~ > ........., c :::l u (].) ""C ·-Vl 5-. (].) > ·-er: Ln M 0 N .... N') M > ro 1. Restore funds for transportation projects 2. Regional share, decision-making, and equity 3. Geographic equity for state funds 4. User-pay = User-benefit 5. Reduce the costs of delivery 6. Fund trade corridors " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 13, 2015 TO: Riverside County Transportation Commission FROM: Robert Yates, Multimodal Services Director THROUGH: Anne Mayer, Executive Director SUBJECT: Agreement with Parsons Brinkerhoff, Inc. for Commuter Assistance Program Administration Services STAFF RECOMMENDATION: This item is for the Commission to: 1) Award Agreement No. 15-41-038-00 to Parsons Brinckerhoff, Inc. (PB) for Commuter Assistance Program (CAP) administration services for a two-year term, and two one-year options to extend the agreement in the amount of $8,058,460, plus a contingency 2) amount of $402,929, for a total amount not to exceed $8,461,389; and Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission . BACKGROUND INFORMATION: Rideshare and other commuter transportation demand management (TDM) programs are a vital tool for Riverside County (County) and the entire Inland Empire region, as they significantly decrease the number of vehicles traveling on congested corridors and save thousands of pounds of pollutants from being emitted into the air each year. The Commission has valued rideshare as a viable element to help extract a more efficient operation out of the County's transportation system by including it in the 1989 Measure A. This vision has been acknowledged as successful with the passage and implementation of the 2009 Measure A, which again includes a TDM strategy as a funded element of the plan through 2039. Commuter Assistance Program History The establishment of the Commission's CAP occurred in 1991, and was intended to implement the congestion reduction measures identified in Measure A in Western Riverside County. This has been and currently is accomplished primarily by utilizing an incentive-based program to encourage commuters to rideshare. In 1993, San Bernardino County opted to offer similar programs for its commuters. Given the proximity of the two counties to one another, there were perceived advantages to pooling the " administration of the programs. As a result, the San Bernardino Associated Governments Agenda Item 12 166 (SANBAG) contracted with the Commission for the administration of its program. This partnership was memorialized in 1995, when the Commission and SANBAG jointly developed the Inland Empire Commuter Services (IECS) program to provide local employer services for the development of rideshare programs. The Commission's program currently is and has been administered through a consulting services arrangement with Inland Transportation Services (ITS) for the past 24 years. Originally implemented as a sole source agreement in 1991, a competitive procurement for the program was initially conducted in 2000 and two proposals were received. Therefore, the Commission annually renewed the agreement with ITS through the recurring contracts process as part of the Commission's annual budget development efforts. During this timeframe, ITS has primarily been responsible for the day-to-day management of ridematching and the incentive programs, interaction with employers, and the provision of Air Quality Management District (AQMD) survey and certification services, which are also offered by the Commission to Riverside and San Bernardino County employers. A separate agreement with a graphic design firm provided the marketing and communications support to the CAP. In 2000, the Commission decided to forego ridematching services provided by Southern California Association of Governments (SCAG) and instead implemented its own ridematching system. Hardware and software were housed at the ITS offices. In 2001, Los Angeles, Orange, • and Ventura Counties also left the SCAG program and joined the Commission. The scope of • services for ITS then was enhanced to accommodate the new participating counties. In 2009, in an attempt to add transparency to the program and reduce costs, staff conducted a second competitive procurement for CAP administration. A scope of work was developed and the procurement process initiated. One proposal from the incumbent contractor, ITS, was received and, after evaluation, a new agreement with ITS was subsequently awarded by the Commission. The agreement consisted of a three-year term, plus two one-year options, all of which expired in 2014. The agreement however, was extended via the recurring contracts process for one additional year. The agreement will expire on June 30, 2015. In August 2009, the Commission's third-party ridematching software suffered a security breach. This led to extensive staff analysis of the options for operating a ridematching system and program. Ultimately, staff decided that moving the operation into a professionally hosted cloud environment would result in a more secure user environment. This coupled with staff's decision to embark on the procurement of a new ridematching system software package would provide a more secure environment for system users It also creates a more robust tool for improving CAP performance through the creation of portable individual user accounts and the ability for multiple types of incentive packages to be created and processed. The Commission approved the staff request to develop the software in February 2011, and in July 2014, the new software package was launched. This launch date coincided with the expiration of the agreement with the third-party ridematching system software provider. Agenda Item 12 167 • " " " Also in 2014, Los Angeles, Orange, and Ventura Counties made a decision to consolidate the commuter assistance efforts under the management of the Los Angeles Metropolitan Transportation Authority consistent with the partnership providing consolidated 511 traveler informatiQn servi~es. These counties are currently evaluating their program performance, cost effectiveness, and objectives similar to the efforts the Commission has undertaken to date. Commuter Assistance Program Performance Initially, the use of monetary incentives to encourage commuters to rideshare was innovative in that studies indicated once commuters become used to using an alternative mode of getting to and from work, the commuter will continue to use that mode. It is this behavioral shift that has guided the program since inception. However, recent events have challenged these traditional TOM programs. The emergence of private enterprise ridesharing and taxi programs, such as Uber, Lyft, and Sidecar {all of which are software/app based), have demonstrated that with a smart phone and appropriate information at hand, people will make an alternative mode choice without the need for an incentive. This is demonstrated by the fact that these services are for profit enterprises, which require people to pay a fee for its use. CAP performance over the past several years appears to confirm the fact that attitudes regarding traditional rldesharing have been changing and continue to change. As the chart below indicates, program participation at both the employer and individual commuter levels has experienced a steady decline. This has been coupled with a steady increase in costs over the same period of time, forming a recipe for program failure unless action is taken . Program Expenditures Incentive Expenditures New Employer Accounts New Incentive Participants Agenda Item 12 AVERAGE AVERAGE FY06..f'Y09 FY10-FY14 $ 1,488,682 $ 1,558,443 $ 360,727 $ 233,600 131 52 3,101 2,436 168 Delta 5% Increase -35% Decrease -60% Decrease -21% Decrease Program Expenditures New Incentive Participants Incentive Expenditures New Employer Accounts DISCUSSION: With the Commission making massive infrastructure investments in toll facilities and the Perris Valley Line Commuter Rail extension, these investments begin to make a business case that for any TDM program implemented by the Commission, leverage of these investments should become a core element for any incentive program to be offered. With the emergence of the private for-profit ridesharing services, a business case can also be made that rather than compete directly with these enterprises, the use of incentives for subsidizing carpools should be reviewed and instead ir\centivize other aspects of behavioral change that leverage the Commission's investments to become a more prominent part of the program. In light of these changes and with the impending expiration of the incumbent contractor's agreement, staff developed a new CAP scope of services designed to take advantage of the recently implemented software and cloud computing capabilities, as well as updating the current thinking about TOM and incentive programs. This scope of services formed the basis of the request for proposals (RFP) for a CAP administration contractor. • Consistent with a change in thinking about incentives and coupled with the new software capability, the next step in the scope of work development process was to eliminate the separate contract for website hosting, graphic design, and marketing support by combining that work with CAP administration to create a more efficient program. These changes now provide the Commission with a new procurement opportunity to consoNdate and revise incentive • programs, streamline marketing efforts and operations; and ultimately reduce program costs while improving program performance. Procurement Process Staff determined the weighted factor method of source selection to be the most appropriate for this procur~ment, as it allows the Commission to identify the most advantageous proposal with price and other factors considered. Non-price factors include elements such as qualifications of firm, key personnel, and the ability to respond to the Commission's needs for CAP administration services as set forth under the terms of RFP No. 15-41-038-00. RFP No. 15-41-038-00 for CAP administration services was released by staff on January 29, 2015. A public notice was advertised in the Press Enterprise, and the RFP was posted on the Commission's PlanetBids website, which is accessible through the Commission's website. Utilizing PlanetBids, emails were sent to 209 firms, 32 of which are located in Riverside County. Through the PlanetBids site, 58 firms downloaded the RFP; 6 of these firms are located in Riverside County. To generate more interest in the consultant community and foster a more competitive procurement, the RFP information was directly emailed to approximately 40 TDM consultant firms. Additionally, since SANBAG's share of the CAP administration is federally Agenda Item 12 169 • " " " funded, the Commission also directly mailed the RFP information to the local Small Business Administration, the Minority Business Development Agency of the Department of Commerce, and relevant disadvantaged business enterprise and small business firms. A pre-bid conference was held on February 11, 2015 and attended by eight firms; two firms are local to Riverside County and one to San Bernardino County. Staff responded to all questions submitted by potential proposers prior to the February 19 clarification deadline date. Additional questions to staff were submitted after the clarification deadline, and staff responded to those questions as well. While not technically obligated to do so since the clarification date passed, staff felt by responding to the additional questions, there would be no ambiguity or lingering questions associated with the RFP documents or the scope of services. The following three firms submitted responsive and responsible statements of proposals prior to the 2:00 p.m. submittal deadline on March 12: " ITS (Riverside); " PB (San Bernardino); and " Steer Davies Gleave (Los Angeles). Utilizing the evaluation criteria set forth in the RFP, all firms were evaluated and scored by an evaluation committee comprised of staff from SANBAG's Air Quality and Mobility department and Transit department, Riverside Transit Authority (RTA), and the Commission's Multimodal Services department. The five-member evaluation committee convened on March 26, and scored the proposals. The panel reviewed and rated the technical proposal based on the establi~hed evaluation criteria as defined in the RFP including: qualifications of firm, qualifications of staff, understanding and approach, and cost. Based on the evaluation committee's assessment of the written proposals and pursuant to the terms of the RFP, the �evaluation committee shortlisted and invited all three firms to the interview phase of the evaluation and selection process. Interviews of the shortlisted firms were conducted on April 2. The evaluation committee conducted a subsequent evaluation of each firm. Each evaluator (one from RTA, two from SANBAG, and two from the Commission) submitted individual scores for each of the proposals. Below is the final ranking of the proposals: PB Steer Davies Gleave ITS 1st 2nd 3rd Accordingly, the evaluation committee recommends award of an agreement to PB fo~ CAP administration services for a two-year term, and two one-year options to extend the agreement, as this firm earned the highest total evaluation score. The Commission's standard form professional services agreement will be entered into with the contractor subject to any changes approved by the Executive Director and pursuant to legal counsel review . Agenda Item 12 170 Bid Protest On April 9, the Commission received a protest letter from ITS regarding the evaluation committee's recommendation to award the contract to another firm. The protest challenged the fairness of the procurement process and alleged the Commission participants in the selection process were biased against ITS. Pursuant to the Commission Procurement Manual, the Commission's Procurement Officer formed a protest evaluation team that included the Commission and SAN BAG evaluators, partnered with legal counsel, to gather additional facts to evaluate the protest. The protest evaluation team concluded there was no bias against ITS and there were no facts that showed or support any contention there was an unfair competitive advantage for any of the bidders. Based on this evidence provided by the protest evaluation team, the Commission's Executive Director denied the protest and ITS was notified of the decision on May 5. Funding • The CAP for the County is primarily funded by the 2009 Measure A Western County Public Transit-Commuter Services Program. Funds to support the contract period of July 1, 2015 through June 30, 2016 will be approved as part of the Commission's FY 2015/16 Budget. The scope of work also includes administration of SANBAG's program. SAN BAG contracted with the Commission to manage and implement its rideshare program for 20 years as part of the two • agencies' long standing efforts to deliver coordinated and consistent rideshare services to commuters and employers within the Inland Empire. SANBAG's share of the consultant agreement equates to approximately half and is reimbursed to the Commission on a quarterly basis. Staff recommends approval of Agreement No. 15-41-038-00 for a total amount not to exceed $8,461,489 over four fiscal years. Financial Information In Fiscal Year Budget: I Yes I Year: I FY 2016 Amount: I $2,053,000 N/A FY 2017+ $6,408,389 2009 Measure A Western County Public Source of Funds: Transit-Commuter Services; AQMD Mobile Budget Adjustment: No Source Air Pollution Reduction Review N/A Committee Grant; SANBAG Federal Funds ~ GL/Project Accounting No.: 263 4181001 Fiscal Procedures Approved: ~~ I Date: I 05/06/15 • Agenda Item 12 171