Loading...
HomeMy Public PortalAbout06 June 26, 2017 Western Riverside County Programs and ProjectsCOMM-WRC-00039 Alexandra Rackerby From: Alexandra Rackerby Sent: Wednesday, June 21, 2017 7:55 AM To: Alexandra Rackerby Subject: RCTC Western Riverside County Programs and Projects Committee - 'pad compatible users Attachments: Conflict of Interest Form.pdf; Conflict of Interest Memo.pdf Good morning Commissioners, The Western Riverside County Programs and Projects Committee agenda for Monday, June 26, 2017 is posted on our Website at http://www.rctcdev.info/uploads/media items/western-riverside-county-programs-and-projects- committee-June-26-2017.original.pdf Let me know if you have any questions or concerns. Thank you. Respectfully, k iers de(v. ity Tromp!lotion Commission All ie Rackerby Records Techrmian Riverside County Transportation Commission PO Box 12008, Riverside, CA 92502-2 08 408C Lemon Street, 3'd Floor, Riverside, CA 92501 (951) 787.7141 1 retc_org 1 Riverside County Transportation Commission TO: Riverside County Transportation Commission FROM: Jennifer Harmon, Clerk of the Board DATE: June 21, 2017 SUBJECT: Possible Conflicts of Interest Issues — Western Riverside County Programs and Projects Committee Agenda of June 26, 2017 The June 26 agenda of the WRC Programs and Projects Committee includes items which may raise possible conflicts of interest. A RCTC member may not participate in any discussion or action concerning a contract or amendment if a campaign contribution of more than $250 is received in the past 12 months or 3 months following the conclusion from any entity or individual listed. Agenda Item No. 10 — Agreement for Freeway Service Patrol Tow Truck Service Consultant(s): Pepe`s Towing Service, Inc. Manny Acosta, Treasurer loon W. Key Street Colton, CA 92324 RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE www.rctc.org AGENDA* *Actions may be taken on any item listed on the agenda 1:30 p.m. Monday, June 26, 2017 BOARD ROOM County Administrative Center 4080 Lemon Street, First Floor Riverside, California 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 / ROLL CALL 2. PLEDGE OF ALLEGIANCE 3. PUBLIC COMMENTS – Each individual speaker is limited to speak three (3) continuous minutes or less. The Committee may, either at the direction of the Chair or by majority vote of the Committee, 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. Also, the Committee may terminate public comments if such comments become repetitious. In addition, the maximum time for public comment for any individual item or topic is thirty (30) minutes. Speakers may not yield their time to others without the consent of the Chair. Any written documents to be distribute d or presented to the Committee 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 Board should not take action on or discuss matters raised during public comment portion of the agenda which are not listed on the agenda. Bo ard members may refer such matters to staff for factual information or to be placed on the subsequent agenda for consideration. 4. APPROVAL OF MINUTES – MAY 22, 2017 Western Riverside County Programs and Projects Committee June 26, 2017 Page 2 5. ADDITIONS/REVISIONS (The Committee 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 Committee subsequent to the posting of the agenda. An action adding an item to the agenda requires 2/3 vote of the Committee. If there are less than 2/3 of the Committee members present, adding an item to the agenda requires a unanimous vote. Added items will be placed for discussion at the end of the agenda.) 6. COUNTY OF RIVERSIDE REQUEST FOR RIGHT OF WAY FUNDING FOR TEMESCAL CANYON ROAD WIDENING PROJECT Page 1 Overview This item is for the Committee to: 1) Approve programming $5 million of Measure A Regional Arterial (MARA) funds for the county of Riverside’s Temescal Canyon Road widening project; 2) Approve Agreement No. 17-72-109-00 between the Commission and the county of Riverside programming $5 million of MARA for the right of way phase for the Temescal Canyon Road widening project; 3) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement; and 4) Forward to the Commission for final action. 7. STATE ROUTES 71/91 INTERCHANGE – CITY OF CORONA UTILITY AGREEMENT Page 6 Overview This item is for the Committee to: 1) Approve Agreement No. 17-31-108-00 with the city of Corona (Corona) for utility relocation related to the State Routes 71/91 interchange in the revised amount of $855,961, plus a revised contingency amount of $102,939, for a revised total amount not to exceed $958,900; 2) Authorize the Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; 3) Authorize the Executive Director, or designee, to approve the use of the contingency amount as may be required for these services; 4) Approve an increase of $428,900 in FY 2017/18 budgeted federal revenues and right of way expenditures for utility relocation costs; and 5) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee June 26, 2017 Page 3 8. CONSTRUCTION AGREEMENT WITH HAL HAYS CONSTRUCTION, INC. FOR RIVERSIDE- DOWNTOWN COMMUTER RAIL STATION IMPROVEMENTS Page 14 Overview This item is for the Committee to: 1) Award Agreement No. 17-33-073-00 to Hal Hays Construction, Inc. (Hal Hays), as the lowest responsible, responsive bidder, for the construction of the Riverside - Downtown Commuter Rail Station improvements project (Project) in the amount of $1,063,230, plus a contingency amount of $212,646, for a total amount not to exceed $1,275,876; 2) Find the Braughton Construction, Inc. (Braughton) bid non -responsive for failure to meet the Disadvantaged Business Enterprises (DBE) goal or Good Faith Efforts (GFE) requirements related to the federal funding on the Project; 3) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; 4) Authorize the Executive Director, or designee, to approve the use of the contingency amount as may be required by the project; and 5) Forward to the Commission for final action. 9. VIDEO SURVEILLANCE STORAGE AND CLOSED CIRCUIT TELEVISION EQUIPMENT Page 22 Overview This item is for the Committee to: 1) Authorize the procurement of video surveillance storage equipment and related closed circuit television (CCTV) equipment through the use of the California Multiple Award Schedules (CMAS) pursuant to the Public Contract Code Section 10299(a) and the Commission’s Procurement Policy Manual in the amount of $1.2 million; 2) Authorize the Executive Director, or designee, to execute purchase orders awarded under the terms of the agreements; and 3) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee June 26, 2017 Page 4 10. AGREEMENT FOR FREEWAY SERVICE PATROL TOW TRUCK SERVICE Page 24 Overview This item is for the Committee to: 1) Award Agreement No. 17-45-061-00 to Pepe’s Towing Service, Inc. for Freeway Service Patrol (FSP) tow truck services on Interstate 215 Beat Nos. 18 and 19 for a three-year term, and two one-year options to extend the agreement, in the amount of $3,302,812, plus a contingency amount of $165,141, for a total amount not to exceed $3,467,953; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement, including option years, on behalf of the Commission; 3) Authorize the Executive Director, or designee, to approve the use of the contingency amount as may be required for these services; and 4) Forward to the Commission for final action. 11. FISCAL YEAR 2017/18 MEASURE A COMMUTER ASSISTANCE BUSPOOL SUBSIDY FUNDING CONTINUATION REQUESTS Page 54 Overview This item is for the Committee to: 1) Authorize payment of $1,645/month maximum subsidy per buspool for the period July 1, 2017 to June 30, 2018, to the existing Riverside and Riverside II buspools; 2) Require subsidy recipients to meet monthly buspool reporting requirements as supporting documentation to receive payments; and 3) Forward to the Commission for final action. 12. COMMISSIONERS / STAFF REPORT Overview This item provides the opportunity for the Commissioners and staff to report on attended and upcoming meeting/conferences and issues related to Commission activities. 13. ADJOURNMENT The next Western Riverside County Programs and Projects Committee meeting is scheduled to be held at 1:30 p.m., Monday, July 24, 2017, Board Chambers, First Floor, County Administrative Center, 4080 Lemon Street, Riverside. RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE ROLL CALL DUNE 26, 2017 County of Riverside, District I Present O Absent 0 County of Riverside, District V ❑ 0 City of Banning City of Corona City of Eastvale City of Jurupa Valley City of Menifee City of Moreno Valley City of Norco City of Perris City of San Jacinto City of Wildomar AGENDA ITEM 4 MINUTES RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE Monday, May 22, 2017 MINUTES 1. CALL TO ORDER/ ROLL CALL The meeting of the Western Riverside County Programs and Projects Committee was called to order by Chair Deborah Franklin at 1:37 p.m., in the Board Room at the County of Riverside Administrative Center, 4080 Lemon Street, First Floor, Riverside, California, 92501. 2. PLEDGE OF ALLEGIANCE At this time, Commissioner Adam Rush led the Western Riverside County Programs and Projects Committee in a flag salute. Members/Alternates Present Members Absent Marion Ashley Brian Berkson Victoria Baca Andrew Kotyuk Ben Benoit Neil Winter Deborah Franklin Berwin Hanna Kevin Jeffries Adam Rush Karen Spiegel Michael Vargas 3. PUBLIC COMMENTS There were no requests to speak from the public. 4. APPROVAL OF MINUTES – MARCH 27, 2017 M/S/C (Baca/Benoit) to approve the minutes as submitted. 5. ADDITIONS/REVISIONS There were no additions or revisions at this time. RCTC WRC Programs and Projects Committee Minutes May 22, 2017 Page 2 6. AMENDMENT TO AGREEMENT WITH BNSF RAILWAY FOR THE STATE ROUTE 91 CORRIDOR IMPROVEMENT PROJECT AT THE WEST PORPHYRY OVERHEAD David Thomas, Toll Project Manager, presented the scope of the amendment to the agreement with BNSF Railway for the State Route 91 Corridor Improvement Project (91 Project) at the West Porphyry Overhead. M/S/C (Jeffries/Baca) to: 1) Approve Agreement No. 14-31-114-02, Amendment No. 2 to Agreement No. 14-31-114-00, with Burlington Northern Santa Fe Railway (BNSF) for extended flagging services related to the State Route 91 Corridor Improvement Project (91 Project) for an additional amount of $500,000, using the remaining contingency of $276,240 related to the BNSF construction and maintenance (C&M) agreements and authorize an additional $223,760, for a total amount not to exceed $7,421,234; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement; and 3) Forward to the Commission for final action. 7. ADDITIONAL FUNDING FOR CONSTRUCTION ZONE ENHANCED ENFORCEMENT PROGRAM INCLUDED IN THE STATE FURNISHED MATERIALS CATEGORY FOR THE STATE ROUTE 91 CORRIDOR IMPROVEMENT PROJECT David Thomas presented the details of the additional funding for Construction Zone Enhanced Enforcement Program for the 91 Project. M/S/C (Vargas/Baca) to: 1) Authorize an increase in the expenditures for the Construction Zone Enhanced Enforcement Program (COZEEP) under Agreement No. 12-31-070-00 for the State Route 91 Corridor Improvement Project (91 Project) for an additional amount of $800,000, using the remaining contingency of $400,000 and authorizing an additional $400,000, for a total not to exceed $5.1 million; and 2) Forward to the Commission for final action. 8. AGREEMENT FOR SAFETY-RELATED SERVICES WITH SOUTHERN CALIFORNIA REGIONAL RAIL AUTHORITY Mark Lancaster, Right of Way Manager, presented the scope of the agreement for safety-related services with Southern California Regional Rail Authority. At the request of Commissioner Rush, Mark Lancaster explained the funding sources. RCTC WRC Programs and Projects Committee Minutes May 22, 2017 Page 3 M/S/C (Baca/Benoit) to: 1) Approve Agreement No. 17-33-094-00 to Southern California Regional Rail Authority (SCRRA) to define the roles and responsibilities of each party regarding safety-related services on the San Jacinto Branch Line (SJBL) for a five-year term, in an amount not to exceed $500,000; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; 3) Authorize the Executive Director, pursuant to legal counsel review, to execute future non-funding related amendments to this agreement; and 4) Forward to the Commission for final action. 9. PROPOSED METROLINK BUDGET FOR FISCAL YEAR 2017/18 Brenda Ramirez, Management Analyst, presented the details of the proposed Metrolink budget for Fiscal Year 2017/18. In response to Commissioner Kevin Jeffries’ question regarding passenger fares, Brenda Ramirez explained there will not be a fare increase; however, the member agencies’ subsidy will increase. Anne Mayer, Executive Director, added this is a transitional period for Metrolink and it is trying to stay consistent with its fares. She then discussed the issues facing Metrolink. In response to Commissioner Karen Spiegel’s questions regarding Perris Valley Line (PVL) ridership, Brenda Ramirez responded start-up has been slow and staff does not have an estimate as to when the service will achieve the projected ridership. The projections were completed 10 years ago, which included significant growth in the area that has not seen. Anne Mayer responded there is at least a two-year ramp-up period and discussed the factors that impact ridership. In response to Commissioner Michael Vargas’ question regarding ridership on the PVL, Brenda Ramirez stated the initial ridership was approximately 100-150 passengers per day. Currently, the ridership is approximately 400 passengers per day. Anne Mayer stated there is significant congestion on Interstate 215 daily. The goal is to find out where the majority of these commuters are headed so the Commission can make the train a more viable option. The Commission will continue to work on increasing ridership. RCTC WRC Programs and Projects Committee Minutes May 22, 2017 Page 4 Commissioner Rush stated service delays and reliability are the most common issues for Metrolink riders, based on social media information, and a topic of discussion at the Metrolink workshop. Chair Franklin stated reliability and affordability are very important to the success of the service. M/S/C (Vargas/Hanna) to: 1) Receive and file a report on the Commission’s portion of the FY 2017/18 Southern California Regional Rail Authority (SCRRA) operating and capital budget; 2) Approve the FY 2017/18 SCRRA operating and capital budget, which results in a total operating and capital subsidy of $21,318,000 from the Commission; 3) Authorize the Executive Director to enter into Memorandum of Understanding No. 17-25-100-00 with SCRRA regarding annual funding; and 4) Forward to the Commission for final action. 10. COMMISSIONERS / STAFF REPORT There were no reports from Commissioners or the Executive Director. 11. ADJOURNMENT There being no further business for consideration by the Western Riverside County Programs and Projects Committee, the meeting was adjourned at 2:03 p.m. Respectfully submitted, Jennifer Harmon Clerk of the Board AGENDA ITEM 6 Agenda Item 6  RIVERSIDE COUNTY TRANSPORTATION COMMISSION  DATE: June 26, 2017  TO: Western Riverside County Programs and Projects Committee   FROM: Shirley Medina, Planning and Programming Director  THROUGH: John Standiford, Deputy Executive Director  SUBJECT: County of Riverside Request for Right of Way Funding for Temescal Canyon  Road Widening Project    STAFF RECOMMENDATION:    This item is for the Committee to:    1) Approve programming $5 million of Measure A Regional Arterial (MARA) funds for the  county of Riverside’s Temescal Canyon Road widening project;   2) Approve Agreement No. 17‐72‐109‐00 between the Commission and the county of  Riverside programming $5 million of MARA for the right of way phase for the Temescal  Canyon Road widening project;  3) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute  the agreement; and  4) Forward to the Commission for final action.    BACKGROUND INFORMATION:    The county of Riverside (County) is requesting $5 million for right of way acquisition for the  Temescal Canyon Road widening project.  Temescal Canyon Road serves as the only north‐south  arterial that runs parallel to Interstate 15 and is used as an alternate route to avoid congestion  on I‐15.  To address the congestion and safety on Temescal Canyon Road, the County is widening  the road from two to four lanes from Dawson Canyon Road to Dos Lagos Drive.  The project will  also include realigning the road for safety purposes.      An environmental document is being prepared under the California Environmental Quality Act  (CEQA) and is expected to be complete Summer 2017.  Upon CEQA approval, the County may  begin its right of way acquisition allowing the project to move forward with construction in 2018.        The Commission’s I‐15 Express Lanes project between State Route 60 and Cajalco Road will begin  construction in 2018 and is expected to be complete in 2020.  The next expansion of I‐15 south  of Cajalco Road is not expected to occur for the next several years.  Part of the Commission’s  plans for improving the I‐15 corridor includes the widening of Temescal Canyon Road.  Given the  congestion occurring today, staff understands the need to address this concern as soon as  1 Agenda Item 6  possible to provide a safe and viable alternative for travelers, which will also assist in providing  relief when the Commission’s I‐15 Express Lanes project is under construction.      Staff reviewed different funding options and, since the project is not federalized or is listed as a  Transportation Uniform Mitigation Fee Regional Arterial program project, the only other funding  source it qualifies for is MARA.  MARA funds have been included in past calls for projects and can  also be programmed at the Commission’s discretion.      Staff recommends approving the County’s request and allocating $5 million of MARA funds for  the right of way phase.      Financial Information  In Fiscal Year Budget: No Year: FY 2017/18 Amount: $5,000,000  Source of Funds: 2009 Measure A Western County  Regional Arterial Budget Adjustment: Yes  GL/Project Accounting No.: 005207 81401 266 72 81401   Fiscal Procedures Approved: Date: 06/19/2017    Attachment: Letter from the County of Riverside Dated May 12, 2017   2 3 4 5 AGENDA ITEM 7 Agenda Item 7  RIVERSIDE COUNTY TRANSPORTATION COMMISSION  DATE: June 26, 2017  TO: Western Riverside County Programs and Projects Committee  FROM: Mark Lancaster, Right of Way Manager  THROUGH: Marlin Feenstra, Project Delivery Director  SUBJECT: State Routes 71/91 Interchange – City of Corona Utility Agreement     STAFF RECOMMENDATION:    This item is for the Committee to:    1) Approve Agreement No. 17‐31‐108‐00 with the city of Corona (Corona) for utility  relocation related to the State Routes 71/91 interchange in the revised amount of  $855,961, plus a revised contingency amount of $102,939, for a revised total amount not  to exceed $958,900;  2) Authorize the Executive Director, pursuant to legal counsel review, to execute the  agreement on behalf of the Commission;   3) Authorize the Executive Director, or designee, to approve the use of the contingency  amount as may be required for these services;  4) Approve an increase of $428,900 in FY 2017/18 budgeted federal revenues and right of  way expenditures for utility relocation costs; and  5) Forward to the Commission for final action.     BACKGROUND INFORMATION:    The Commission completed the final design on the 71/ 91 interchange in Corona.  The project  includes constructing a new direct freeway connector ramp from eastbound SR‐91 to northbound  SR‐71 and reconfiguring the eastbound SR‐91 entrance ramp between Green River Road and the  71/91 interchange.     The project will require the Commission to enter into final engineering and construction utility  agreements with the various utility owners to relocate underground and overhead  telecommunication facilities, underground and overhead electrical facilities, and underground  water pipelines.  The utility facilities will be relocated both prior to and concurrent with project  construction activities.    At its April 2016 meeting, the Commission approved utility agreements with AT&T, Corona,  Southern California Edison, and Sprint, as well as a preliminary engineering utility agreement with  Southern California Gas Company for the final design of the underground natural gas  transmission pipeline relocation.  The approved agreement with Corona was to relocate an  6 Agenda Item 7  underground water pipeline within the BNSF Railway (BNSF) right of way in the amount of  $170,175, plus a contingency of $42,544 for a total amount not to exceed $212,719.  When  Corona applied for a permit from BNSF in late April 2016, BNSF stated the new water line was  subject to its current licensing fee, which resulted in an increase in the cost by $300,000.  The  license allows the pipeline to remain in the BNSF right of way in perpetuity.  In addition, Corona  updated its estimate to include additional costs for design and design oversight, flagging, material  inspection, construction inspection, and additional staff time.  In June 2016, the Commission  approved a revised utility agreement in the amount not to exceed $736,032.     Corona went out to bid for the project on April 17, 2017.  A letter of final estimated construction  costs was received from Corona dated May 3.  That letter indicated Trautwein Construction Inc.’s  bid of $411,550 was the lowest responsible bid received by Corona.  Corona also detailed other  project costs, such as construction support, BNSF license fees, and other BNSF costs and  contingency, which totaled up to $855,961.  The attached utility agreement allows Corona to  exceed estimated construction costs by 125 percent, resulting in a revised contingency of  $102,939.  Therefore, staff recommends an increase in the the utility agreement of $222,868  over the June 2016 amount for a total not to exceed amount of $958,900.    Staff recommends the Commission authorize a revised Agreement No. 17‐31‐108‐00 amount  with Corona of $855,961 plus a revised contingency of $102,939, for a revised total amount not  to exceed $958,900.  The increased cost for this utility relocation will be funded by federal  earmark funds; however, only $530,000 for acquisition support is currently included in the   FY 2017/18 budget.  Accordingly, staff requests an adjustment of $428,900 to increase the federal  revenues and acquisition support costs in the FY 2017/18 budget.     Staff also recommends the Commission authorize the Executive Director to execute the utility  agreement on behalf of the Commission and authorize the Executive Director, or designee, to  approve the use of contingency as may be required.    Financial Information  In Fiscal Year Budget: Yes  No Year: FY 2017/18 Amount: $530,000  $428,900  Source of Funds: Federal earmarks Budget Adjustment: No  Yes  GL/Project Accounting No.: 003021 81402 00068 0000 262 31 81402 $428,900   Fiscal Procedures Approved: Date: 06/19/2017    Attachment:  Utility Agreement 17‐31‐108‐00 (Draft)  7 8 9 10 11 12 13 AGENDA ITEM 8 Agenda Item 8  RIVERSIDE COUNTY TRANSPORTATION COMMISSION  DATE: June 26, 2017  TO: Western Riverside County Programs and Projects Committee  FROM: Patricia Castillo, Capital Projects Manager  THROUGH: Marlin Feenstra, Project Delivery Director  SUBJECT: Construction Agreement with Hal Hays Construction, Inc. for Riverside‐ Downtown Commuter Rail Station Improvements    STAFF RECOMMENDATION:    This item is for the Committee to:    1) Award Agreement No. 17‐33‐073‐00 to Hal Hays Construction, Inc. (Hal Hays), as the  lowest responsible, responsive bidder, for the construction of the Riverside‐Downtown  Commuter Rail Station improvements project (Project) in the amount of $1,063,230, plus  a contingency amount of $212,646, for a total amount not to exceed $1,275,876;   2) Find the Braughton Construction, Inc. (Braughton) bid non‐responsive for failure to meet  the Disadvantaged Business Enterprises (DBE) goal or Good Faith Efforts (GFE)  requirements related to the federal funding on the Project;  3) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute  the agreement on behalf of the Commission;  4) Authorize the Executive Director, or designee, to approve the use of the contingency  amount as may be required by the project; and  5) Forward to the Commission for final action.    BACKGROUND INFORMATION:    The Riverside‐Downtown Station was originally built in 1993 and increasingly serves as a hub for  intermodal connections.  Amenities are needed to accommodate increased pedestrian and  bicycle patronage and increased transit services.  The Project includes the relocation of ticket  vending machines to accommodate the increased number of passengers accessing the machines;  the installation of shade canopies to protect the new machines as well as patrons; a storage  building; an access aisle for passenger loading and unloading zone; reconstruction of parking  access curb ramps in accordance with the latest Americans with Disabilities Act standards; and  the addition of three bus bays.     The Project is funded with federal Surface Transportation Program funding.        14 Agenda Item 8  Procurement Process    On April 7, 2017, the Commission advertised Invitation for Bids (IFB) No. 17‐33‐073‐00 for  construction of the Project.  A public notice was advertised in the Press Enterprise, and the  complete IFB, including all contract documents, was posted on the Commission’s PlanetBids  website, which is accessible through the Commission’s website.  Electronic mail messages were  sent to vendors registered in the Commission’s PlanetBids database that fit the IFB qualifications.   Fifty‐three firms downloaded the IFB.  Fourteen are located in Riverside County.  A pre‐bid  conference was held at the Commission’s office on April 18, and on May 9, three bids were  received and publicly opened.  A summary of the bids received is shown in Table A.    Table A  Construction of Riverside Downtown Commuter Rail Station Improvements  Bid Summary   Firm  (In order from low bid to high bid) Bid Amount   Engineer’s Estimate $979,947  1 Braughton Construction, Inc. (Rancho Cucamonga)  $968,705  2 Hal Hays Construction, Inc. (Riverside) $1,063,230  3 Dalke & Sons Construction, Inc. (Riverside) $1,546,901    The basis for award for a public works contract is the lowest responsive and responsible bidder  as defined by the Commission’s procurement policy and state law.      Federally‐funded contracts administered by the Commission are subject to the requirements of  the Code of Federal Regulations, Part 26, Title 49 entitled Participation by Disadvantaged  Business Enterprises (DBE) in Department of Transportation Financial Assistance Programs.  This  project is to be funded by the Federal Highway Administration (FHWA) with funding to be  provided through Caltrans.  Thus, the Project must also comply with the Caltrans DBE Program.   Pursuant to the relevant federal DBE provisions and the Caltrans DBE Program requirements, the  Commission established a 13.2 percent DBE participation goal in the construction bid  advertisement for this project.  Only a bidder complying with the DBE requirements for this  project can be considered fully responsive to the bid.  To meet the DBE requirements, bidders  must either achieve the DBE goal, or, alternatively, meet the GFE requirement set forth in the  invitation for bid.  The low bidder, Braughton, did not meet the 13.2 percent DBE goal, and its  GFE did not demonstrate adequate efforts made to subcontract with DBE firms.    A review of Braughton’s GFE was conducted, and staff, in consultation with legal counsel and its  DBE compliance consultant, determined Braughton failed to provide evidence of an adequate  GFE to utilize DBE firms in compliance with federal funding requirements.  As a result, Braughton  was informed of the determination, and, in accordance with 49 CFR 26.53, Braughton was  provided an opportunity for administrative reconsideration, including an opportunity to provide  written documentation or argument concerning the question of whether it made an adequate  15 Agenda Item 8  GFE.  At Braughton’s request, a meeting to discuss the issues with a staff member who was not  involved in the GFE determination was scheduled.  As a courtesy, prior to the meeting, staff  provided Braughton with its analysis of Braughton’s DBE GFE compliance review.  Subsequently,  the meeting was canceled at Braughton’s request.  Thus Braughton was provided due process  related to the GFE finding and chose not to take advantage of the opportunity to contest the  Commission’s GFE determination.    In light of Braughton’s failure to meet the GFE, and in order to ensure federal funding eligibility  for the Project, staff recommends the Committee and the Commission find the bid  nonresponsive.    Therefore, after analyzing the three bids per the FHWA/Caltrans analysis process, staff has  concluded the bid from Hal Hays’ in the amount of $1,063,230, although approximately 8 percent  higher than the engineer’s estimate for construction, is the lowest responsible and responsive  bid received for the Project.     Hal Hays exceeded the DBE requirement of 13.2 percent and has committed 16 percent of the  total bid price to DBEs.     Typically, a rate of 10 percent is used to determine project contingency.  Staff is recommending  a contingency amount of 20 percent of the total Project amount, or $212,646.  Since construction  will take place in a fully operational Metrolink station, safety, operational continuity, and  customer convenience is of utmost importance.  Staff has worked to minimize risks by clearly  defining scope and ensuring the plan set is complete and thoroughly reviewed for  constructability; however, if complications arise and the contingency is not adequate, such  contractual budget issues may delay the project and prevent work from being completed in a  timely manner.  Furthermore, smaller construction contracts such as this one often require a  contingency greater than 10 percent because of changes common to many projects, such as  maintaining traffic or overhead charges.    Staff recommends award of Agreement No. 17‐33‐073‐00 for the construction of the Project to  Hal Hays in the amount of $1,063,230, plus a contingency amount of $212,646 to fund potential  change orders and supplemental work, for a total amount not to exceed $1,275,876.    Financial Information  In Fiscal Year Budget: Yes Year: FY 2017/2018 Amount: $1,275,876  Source of Funds: STPL Budget Adjustment: No  GL/Project Accounting No.: 004023 81301 265 33 81301  Fiscal Procedures Approved: Date: 06/20/2017    16 Contract-1 17336.0601K\29695231.1 RIVERSIDE COUNTY TRANSPORTATION COMMISSION ************** CONTRACT ************** FOR CONSTRUCTION OF RIVERSIDE DOWNTOWN COMMUTER RAIL STATION IMPROVEMENTS RCTC Agreement No. 17-33-073-00 FEDERAL AID PROJECT NO. STPL-6054 (074) April 7, 2017 BETWEEN RIVERSIDE COUNTY TRANSPORTATION COMMISSION AND HAL HAYS CONSTRUCTION INC.   17 17336.0601K\29695231.1     CONSTRUCTION OF RIVERSIDE DOWNTOWN COMMUTER RAIL STATION IMPROVEMENTS RCTC AGREEMENT NO. 17-33-073-00 1. PARTIES AND DATE. This Contract is made and entered into this ____ day of ____________, 201__ by and between the Riverside County Transportation Commission (hereinafter called the "Commission") and Hal Hays Construction Inc. (hereinafter called the "Contractor"). This Contract is for that Work described in the Contract Documents entitled CONSTRUCTION OF RIVERSIDE DOWNTOWN COMMUTER RAIL STATION IMPROVEMENTS 2. RECITALS. 2.1 The Commission is a County Transportation Commission organized under the provisions of Sections 130000, et seq. of the Public Utilities Code of the State of California, with power to contract for services necessary to achieving its purpose; 2.2 Contractor, in response to a Notice Inviting Bids issued by Commission on April 7, 2017, has submitted a bid proposal for CONSTRUCTION OF RIVERSIDE DOWNTOWN COMMUTER RAIL STATION IMPROVEMENTS TICKET VENDING EXPANSION AND CART BARN 2.3 Commission has duly opened and considered the Contractor's bid proposal and duly awarded the bid to Contractor in accordance with the Notice Inviting Bids and other Bid Documents. 2.4 Contractor has obtained, and delivers concurrently herewith, Performance and Payment Bonds and evidences of insurance coverage as required by the Contract Documents. 3. TERMS. 3.1 Incorporation of Documents. This Contract includes and hereby incorporates in full by reference this Contract and the following Contract Documents provided with the above referenced Notice Inviting Bids, including all exhibits, drawings, specifications and documents therein, and attachments thereto, all of which, including all addendum thereto, are by this reference incorporated herein and made a part of this Contract: 18 17336.0601K\29695231.1     a. NOTICE INVITING BIDS b. INSTRUCTIONS TO BIDDERS c. CONTRACT BID FORMS d. FORM OF CONTRACT e. PAYMENT AND PERFORMANCE BOND FORMS f. ESCROW AGREEMENT FOR SECURITY DEPOSITS g. CONTRACT APPENDIX PART "A" - Regulatory Requirements and Permits PART "B" – General Conditions PART "C" – Special Provisions (under separate cover) PART "D" - Contract Plans (under separate cover) PART "E" - Contract Compliance Provisions/DBE Requirements PART "F" - Federal Minimum Wage Requirements PART "G" - Federal and Caltrans Requirements for Federal Aid Construction Contracts h. ADDENDUM NO.(S) (N/A or Add Addendum Numbers) 3.2 Contractor's Basic Obligation. Contractor promises and agrees, at his own cost and expense, to furnish to the Commission all labor, materials, tools, equipment, services, and incidental and customary work for the construction of the Riverside Downtown Commuter Rail Station improvements, including TVM relocation, pedestrian shelters, cart barn, and ADA and parking lot upgrades. Notwithstanding anything else in the Contract Documents, the Contractor shall complete the Work for a total of _______________________ ($______________), as specified in the bid proposal and pricing schedules submitted by the Contractor in response to the above referenced Notice Inviting Bids. Such amount shall be subject to adjustment in accordance with the applicable terms of this Contract. All Work shall be subject to, and performed in accordance with the above referenced Contract Documents. 3.3 Period of Performance. Contractor shall perform and complete all Work under this Contract (excluding plant establishment work) within 90 working days of the effective date of the Notice to Proceed, and in accordance with any completion schedule developed pursuant to provisions of the Contract Documents. Contractor agrees that if such Work is not completed within the aforementioned periods, liquidated damages will apply as provided by the applicable provisions of the General Conditions, found in Part "B" of the Contract Appendix. The amount of liquidated damages shall equal one thousand seven hundred dollars ($1,700.00) for each day or fraction thereof, it takes to complete the Work, or specified portion(s) of the Work, over and above the number of days 19 17336.0601K\29695231.1     specified herein or beyond the Project Milestones established by approved Construction Schedules. 3.4 Commission's Basic Obligation. Commission agrees to engage and does hereby engage Contractor as an independent contractor to furnish all materials and to perform all Work according to the terms and conditions herein contained for the sum set forth above. Except as otherwise provided in the Contract Documents, the Commission shall pay to Contractor, as full consideration for the satisfactory performance by the Contractor of services and obligation required by this Contract, the above referenced compensation in accordance with Compensation Provisions set forth in the Contract Documents. 3.5 Contractor's Labor Certification. (1) Contractor maintains that he is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Work. A certification form for this purpose is attached to this Contract as Exhibit “A” and incorporated herein by reference, and shall be executed simultaneously with this Contract. 3.6 Successors. The parties do for themselves, their heirs, executors, administrators, successors, and assigns agree to the full performance of all of the provisions contained in this Contract. Contractor may not either voluntarily or by action of law, assign any obligation assumed by Contractor hereunder without the prior written consent of Commission. 3.7 Notices. All notices hereunder and communications regarding interpretation of the terms of the Contract or changes thereto shall be provided by the mailing thereof by registered or certified mail, return receipt requested, postage prepaid and addressed as follows: Contractor: Commission: Hal Hays Construction Inc. Riverside County Transportation Commission 4181 Latham St. P.O. Box 12008 Riverside, CA 92501 Riverside, California 92502-2208 Attn: Kirby Hays Attn: Executive Director 20 17336.0601K\29695231.1     Any notice so given shall be considered received by the other party three (3) days after deposit in the U.S. Mail, first class postage prepaid, addressed to the party at the above address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. HAL HAYS CONSTRUCTION INC. RIVERSIDE COUNTY (Contractor Name) TRANSPORTATION COMMISSION By: ______________________ By: _________________________ Name Anne Mayer Riverside County Transportation Commission ______________________ Title Tax I.D. Number: APPROVED AS TO FORM: By: _________________________ Best Best & Krieger LLP Counsel, RCTC 21 AGENDA ITEM 9 Agenda Item 9  RIVERSIDE COUNTY TRANSPORTATION COMMISSION  DATE: June 26, 2017  TO: Western Riverside County Programs and Projects Committee  FROM: Gary Ratliff, Facilities Administrator  THROUGH: Marlin Feenstra, Project Delivery Director  SUBJECT: Video Surveillance Storage and Closed Circuit Television Equipment    STAFF RECOMMENDATION:    This item is for the Committee to:    1) Authorize the procurement of video surveillance storage equipment and related closed  circuit television (CCTV) equipment through the use of the California Multiple Award  Schedules (CMAS) pursuant to the Public Contract Code Section 10299(a) and the  Commission’s Procurement Policy Manual in the amount of $1.2 million;   2) Authorize the Executive Director, or designee, to execute purchase orders awarded under  the terms of the agreements; and  3) Forward to the Commission for final action.    BACKGROUND INFORMATION:    The Commission continues to modernize its CCTV security system.  In January 2017, staff brought  an item to the Commission to upgrade the CCTV cameras and hardware to an all‐digital system  since the analog system was significantly lower in video quality and support for the older analog  system is being phased out. The action also provided for additional cameras along the Perris  Valley Line (PVL) and at the new PVL stations.    The improvements are now well underway; the Jurupa Valley Station, La Sierra Station, and Perris  Downtown Station camera and system upgrades have been completed.  Cameras have been  installed at the Hunter Park Station and along the PVL rail line crossings at Mt. Vernon and Linden,  Spruce and Watkins, Blaine and Watkins, and Big Springs Road.      CCTV‐stored recordings provide law enforcement the ability to view historic data that assists to  identify criminal patterns, identify fault, investigate accidents, and incarcerate offenders.  They  also assist Commission operations of the stations while providing a sense of security and safety  for the customers and protecting both the Commission and customers’ assets.  Current  requirements of Government Code 34090.6 include the storage of video monitoring recordings  for at least one year. In order to meet this requirement and assure competitive pricing, staff is  recommending authorization of $1.2 million of Proposition 1B grant funds for procurement of  video surveillance storage equipment and related CCTV equipment through a CMAS agreement  22 Agenda Item 9  pursuant to Public Contract Code Section 10299(a) and the Commission’s Procurement Policy  Manual.  All costs for these capital improvements will be funded by Proposition 1B grant funds.     The CMAS contract will allow the review of multiple storage system choices to determine the  most cost‐effective solution while still maintaining compatibility with current equipment.  Utilizing the CMAS contract will allow staff to competitively bid a selected storage system that  addresses the current and future retention needs. The competitive bidding price will include  installation, setup, and training. At a minimum, three or more price quotes from the CMAS  vendor list, including Riverside County CMAS vendors, will be petitioned for the optimal video  surveillance storage equipment.        Financial Information  In Fiscal Year Budget: Yes  N/A Year: FY 2017/18  FY 2018/19 Amount: $925,000  $275,000  Source of Funds: Proposition 1B Security Funds Budget Adjustment: No  N/A  GL/Project Accounting No.: 004012 90701 XXXXX XXXX 103 24 90701  004011 90701 XXXXX XXXX 103 24 90701  Fiscal Procedures Approved: Date: 06/20/2017    23 AGENDA ITEM 10 Agenda Item 10  RIVERSIDE COUNTY TRANSPORTATION COMMISSION  DATE: June 26, 2017  TO: Western Riverside County Programs and Projects Committee  FROM: Brian Cunanan, Commuter and Motorist Assistance Manager  THROUGH: Robert Yates, Multimodal Services Director  SUBJECT: Agreement for Freeway Service Patrol Tow Truck Service  STAFF RECOMMENDATION:    This item is for the Committee to:    1) Award Agreement No. 17‐45‐061‐00 to Pepe’s Towing Service, Inc. for Freeway Service  Patrol (FSP) tow truck services on Interstate 215 Beat Nos. 18 and 19 for a three‐year  term, and two one‐year options to extend the agreement, in the amount of $3,302,812,  plus a contingency amount of $165,141, for a total amount not to exceed $3,467,953;  2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute  the agreement, including option years, on behalf of the Commission;   3) Authorize the Executive Director, or designee, to approve the use of the contingency  amount as may be required for these services; and  4) Forward to the Commission for final action.     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.    24 Agenda Item 10  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 three 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 2015/16, FSP  performed nearly 37,000 assists.    DISCUSSION:    Staff sought a competitive solution to award tow service contracts to qualified firms for four of  the nine total beats administered by the Commission.     Beat No. Beat No. Description Number of Tow Trucks  1 SR‐91 Orange County line to Lincoln Avenue 2 (+1 backup truck)  2 SR‐91 Lincoln Avenue to Magnolia Avenue 2 (+1 backup truck)  18 I‐215 Riverside County line to Alessandro Blvd. 3 (+1 backup truck)  19 I‐215 Alessandro Blvd. to SR‐74/4th Street 2 (+1 backup truck)    Procurement Process    Staff determined the weighted factor method of source selection to be the most appropriate for  this procurement, as it allows the Commission to identify the most advantageous proposal with  price and other factors considered.  Non‐price factors include elements such as qualifications of  firm, personnel, and the ability to respond to the Commission’s needs for FSP tow truck services  on State Route 91 Beat Nos. 1 and 2 and Interstate 215 Beat Nos. 18 and 19, as set forth under  the terms of the request for proposals (RFP) No. 17‐45‐061‐00.      RFP No. 17‐45‐061‐00 was released on January 19, 2017.  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 21 firms,  11 of which are located in Riverside County.  Additionally, the Commission sent out 122 postcards  to firms who have previously expressed interest in tow truck services and/or are on the current  CHP rotational tow list.  Of the 122 firms, 35 are located in Riverside County.  Through the  PlanetBids site, nine firms downloaded the RFP; two of these firms are located in Riverside  County.  One firm – Pepe’s Towing Service, Inc. (Colton) – submitted proposals for all four beats  prior to the 2:00 p.m. submittal deadline on February 23.  The proposals submitted for the four  beats were responsive and responsible proposals.      Since staff received one proposal for each of the four beats, it reviewed the solicitation  specifications for undue restrictiveness and surveyed potential sources that chose not to submit  25 Agenda Item 10  a proposal.  Reasons for not submitting a proposal included increased costs in workers’  compensation, insurance, minimum wage, and fleet maintenance.  Staff concluded 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 all four beats.    An evaluation committee comprised of the CHP Inland Division, San Bernardino County  Transportation Authority, and Commission staff evaluated each proposal in accordance with the  evaluation criteria set forth in the RFP.  On March 16, the evaluation committee interviewed  Pepe’s Towing Service, Inc.  Accordingly, the evaluation committee provided final scoring based  on a comprehensive evaluation of each written proposal and interview.  Based on the evaluation  committee’s assessment, the evaluation committee determined Pepe’s Towing Service, Inc. to  be qualified to perform the work outline in the scope of services for all four beats.    Negotiation of Contract Terms, Scope, Schedule, and Cost    After the evaluation committee determined Pepe’s Towing Service, Inc. to be the most qualified  firm to perform the work outlined in the scope of services, staff received a request from Pepe’s  Towing Service, Inc. to increase the hourly rate that Pepe’s Towing Service, Inc. submitted in its  proposals for each of the four beats to perform the FSP tow truck services.  The justification for  the hourly rate increase requested by Pepe’s Towing Service, Inc. was due to the recent state  legislation.  On April 28, Governor Brown signed Senate Bill No. 1, which enacts increases in gas  and diesel taxes that will go into effect on November 1.       Staff then began negotiations to finalize the hourly rate for each of the four beats to establish a  fair and reasonable price.  During negotiations, Pepe’s Towing Service, Inc. informed Commission  staff that it was withdrawing its proposals for Beat Nos. 1 and 2.  Staff continued negotiations for  Beat Nos. 18 and 19 and agreed with Pepe’s Towing Service, Inc. on a fair and reasonable price  for the hourly rates on those two beats.  Due to Pepe’s Towing Service, Inc. withdrawing its  proposals from Beat Nos. 1 and 2, staff will issue a new RFP for FSP tow truck services on those  beats.    Staff Recommendation    As a result of the evaluation committee’s assessment of the written proposals and interview, the  evaluation committee recommends contract award for FSP tow truck services on Beat Nos. 18  and 19 to Pepe’s Towing Service, Inc. for a three‐year term, and two one‐year options in the  amount of $3,302,812, plus a contingency of $165,141, for a total amount not to exceed  $3,467,953.              26 Agenda Item 10  The total hourly rates for the two beats are presented in the following table:    Firm Hourly Rate Beat No.  Pepe’s Towing Service, Inc. $67.75 18  Pepe’s Towing Service, Inc. $67.75 19    The Commission’s standard form FSP services agreement will be entered into with Pepe’s Towing  Service, Inc. subject to any changes approved by the Executive Director, pursuant to legal counsel  review.  Staff also requests authorization for the Executive Director, or designee, to approve the  use of the contingency amount as may be required.    Financial Information  In Fiscal Year Budget: Yes  N/A Year: FY 2017/18  FY 2018/19+ Amount: $    495,422  $2,972,531  Source of Funds: State of California, SAFE Budget Adjustment: No  N/A  GL/Project Accounting No.: 002173 81014 00000 0110  201 45 81002  Fiscal Procedures Approved: Date: 06/19/2017    Attachment:  Standard Form FSP Services Agreement  27 1 SAMPLE CONTRACT FORM Agreement No. _____________ RIVERSIDE COUNTY TRANSPORTATION COMMISSION, ACTING AS THE RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES, FOR FREEWAY SERVICE PATROL FOR BEAT # X WITHIN RIVERSIDE COUNTY WITH [___CONTRACTOR___] 1. PARTIES AND DATE. 1.1 This Agreement is made and entered into as of _____day of _________, 2017, 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 WHEREAS, COMMISSION is a California County Transportation Commission existing under the authority of Section 130050 et seq. of the California Public Utilities Code; 2.2 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; 2.3 WHEREAS, SAFE requires the services of a CONTRACTOR to provide the freeway service patrol professional services as described in the Scope of Services; 2.4 WHEREAS, SAFE has determined that CONTRACTOR is best qualified to perform the required services; 2.5 WHEREAS, the CONTRACTOR is able and willing to perform the required services under the terms and conditions of this Contract; 28 2 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 federal 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 will 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. 29 3 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 ______________________ 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 must provide 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: 30 4 SCHEDULE OF HOURLY RATES Classification Option Year 1 Hourly Rate Option Year 2 Hourly Rate Contract $_X per hour $_ X 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 [INSERT 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 shall 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”. 31 5 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. 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 shall 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. 32 6 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 CONTRACTOR participates in an employee alcohol/drug-testing program and the DMV 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 without giving 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 twenty-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 representative to inspect the vehicle and complete an incident report within forty-eight (48) hours after receiving the damage complaint. If the investigation shows that damage to the vehicle could have been caused by the CONTRACTOR, the CONTRACTOR shall negotiate in good faith to try and resolve the issue and shall report to the CHP the result of the negotiations. All complaints shall be resolved within a reasonable period of time after being received. 3.14.1 Complaint Review Committee. The FSP Technical Advisory Committee (“FSP TAC”) is composed of voting members from CHP, 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 33 7 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 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. 34 8 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”. 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 CONTRACTOR will be notified of such schedule, no later than three (3) working days 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 CONTRACTOR on a Time and Materials basis a ceiling price NOT TO EXCEED _______________ DOLLARS ($__________). 3.17.2 Maximum Payment is the Ceiling Price. SAFE shall not be obligated to 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; Break and Meal Periods. For its performance of the Services, the CONTRACTOR shall be paid for labor expended directly in the performance of the Services at the rates specified below. Payments shall be made monthly in arrears based on Services provided and allowable incurred expenses. 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). A) CONTRACTOR is responsible for compliance with all California labor laws related to break periods and meal periods including, but not limited 35 9 to, compliance with Labor Code section 512. CONTRACTOR shall be solely responsible for any additional pay to which its drivers may be entitled for CONTRACTOR’s failure to comply with the California labor law requirements. B) During shifts that require drivers to be provided a 30- minute meal period break pursuant to Labor Code section 512, CONTRACTOR shall either make arrangements for another certified driver to provide Services during those breaks or not be compensated for each 30-minute meal period break during which Services are not provided. In no case shall CONTRACTOR be entitled to bill RCTC for time during which a driver is taking a meal period break. 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 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 breaks than authorized; or being ordered out of service by a CHP, SAFE Representative or Caltrans supervisor for Contract infractions shall be deducted from the CONTRACTOR’s monthly invoice at five (5) times the hourly rate, plus the loss of revenue for the down time. Fines may be further described in the attached Exhibit “A” or 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 36 10 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. Invoices shall be mailed to SAFE’s Contract Administrator at the following address: Riverside County Service Authority for Freeway Emergencies FSP Program P.O. Box 12008 Riverside, CA 92502-2208 Attn: Brian Cunanan 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. 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. If 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, CONTRACTOR and its subcontractors shall each maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the 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 37 11 through the Department of Transportation or its duly authorized representative, the California State Auditor, or the United States Department of Transportation shall each have access 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 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 it is not authorized 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 38 12 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 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. 39 13 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, agent or representative of 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. 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, 40 14 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 Contract, 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 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 Indemnification. 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, 41 15 award, or decree that may be rendered against SAFE, COMMISSION, CHP, Caltrans or their directors, officials, officers, agents, consultants, employees, and volunteers, in any such suit, action, or other legal proceeding. 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: (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. (B) Minimum Limits of Insurance. CONTRACTOR shall maintain limits no less than: (i) General Liability: Per occurrence: $2,000,000 Project Specific Aggregate: $4,000,000 Products/Completed Operations: $1,000,000 Personal Injury Limit: $1,000,000 (ii) Automobile Liability: $1,000,000 per accident for bodily injury and property damage; and 42 16 (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. (iii) The policy shall 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, 43 17 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 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 cancelled or expires during the term of this Agreement, the CONTRACTOR shall deliver renewal certificate(s) including the General Liability Additional Insured Endorsement to SAFE at least 44 18 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 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, at the option of SAFE, either: (1) the insurer shall reduce or eliminate such deductibles or self-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 A.M. Best’s rating no less than A:VIII, licensed to do business in California, and satisfactory to SAFE. 45 19 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 or 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 out its Services, the CONTRACTOR shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment, and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper 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. 46 20 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 of 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 caused 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 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 and 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 47 21 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 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 48 22 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. 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 obligations of the Parties and the interpretation of the Parties’ understanding concerning the performance of the Services. In the event the standards set forth in this Agreement conflict with the standards set forth in any exhibit hereto, the higher standard shall govern. 3.43 Attorneys' Fees and Costs. If any legal action is instituted to enforce or declare any Party's rights hereunder, each Party, including the prevailing Party, must bear its own costs and attorneys' fees. This paragraph shall not apply to those costs and attorneys' fees directly arising from any third party legal action against a Party hereto and payable under Section 3.21, Indemnification. 49 23 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 on following page] 50 24 SIGNATURE PAGE TO AGREEMENT _____________ IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first herein written above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION [LEGAL STATUS OF CONTRACTOR] ACTING AS THE RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES By: ____________________________ By: _____________________________ John F. Tavaglione, Chairman _____________________________ Name _____________________________ Title APPROVED AS TO FORM: Attest: By: ____________________________ By: ____________________________ Best Best & Krieger LLP, Counsel to the Riverside County Its: Secretary Service Authority for Freeway Emergencies 51 25 EXHIBIT “A” Scope of Services 52 26 EXHIBIT “B” Compensation and Payment [INSERT FINAL PRICE PROPOSALS FROM CONTRACTOR’S PROPOSAL] 53 AGENDA ITEM 11 Agenda Item 11  RIVERSIDE COUNTY TRANSPORTATION COMMISSION  DATE: June 26, 2017  TO: Western Riverside County Programs and Projects Committee  FROM: Michelle McCamish, Management Analyst  Brian Cunanan, Commuter and Motorist Assistance Manager  THROUGH: Robert Yates, Multimodal Services Director  SUBJECT: Fiscal Year 2017/18 Measure A Commuter Assistance Buspool Subsidy  Funding Continuation Requests    STAFF RECOMMENDATION:    This item is for the Committee to:    1) Authorize payment of $1,645/month maximum subsidy per buspool for the period   July 1, 2017 to June 30, 2018, to the existing Riverside and Riverside II buspools;  2) Require subsidy recipients to meet monthly buspool reporting requirements as  supporting documentation to receive payments; and  3) Forward to the Commission for final action.    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/seat/month  ($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  of 80 percent.  While the monthly cost of each buspool varies according to the number of route  54 Agenda Item 11  miles and the resulting negotiated service price, the Commission’s monthly subsidy reflects a  subsidy rate of 11 percent.    Average Monthly Buspool   Fare Per Rider  RCTC Subsidy   Per Seat  Subsidy Rate  $318 $35 11%    Unlike some of the other Commission‐approved ridesharing incentives that have a limited term,  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; and    Submit monthly ridership reports throughout the year.      The two existing buspools have completed all the requirements for funding as set forth by the  Commission, including the submittal of monthly ridership reports and annual funding  continuation requests.  They have consistently met the minimum ridership level of 25 riders per  month and have collectively averaged 30 riders/month/buspool.  The traffic and environmental  benefits realized in Fiscal Year 2016/17 by offering this subsidy are illustrated below:    Buspools Average   Riders/Month  Roundtrip  Distance Annual Miles Saved Annual One‐Way   Trips Reduced  Riverside 31 ~144 mi 1,143,648 15,884  Riverside II 29 ~200 mi 1,496,000 14,960        Estimated Pounds of Emissions Reduced  24,761  Miles Saved  2,639,648  Trips Reduced  30,844    In reducing the number of vehicles on SR‐91 during peak periods, the buspool program saved  more than 2.6 million miles and 24,761 pounds of vehicle emissions in FY 2016/17.      The buspool subsidy is funded by Congestion Mitigation and Air Quality (CMAQ) funds and a  budget of $80,000 is proposed for FY 2017/18.  Based on the established monthly  $1,645/month per buspool subsidy policy, the funds will support the continuation of the two  existing buspools plus up to two new buspools through FY 2017/18.       55 Agenda Item 11  Financial Information  In Fiscal Year Budget: Yes Year: FY 2017/18 Amount: $80,000  Source of Funds: CMAQ Budget Adjustment: No  GL/Project Accounting No.: 002109 81030 263 41 81002  Fiscal Procedures Approved: Date: 06/19/2017    Attachments:   1) Riverside Renewal Request  2) Riverside II Renewal Request    56 CATALINA FUENTES Send correspondences to: Raytheon Company 2000 E. El Segundo Blvd. PO Box 902 Bldg. R1 Rm. 9Z24 MS. B500 El Segundo, CA 90245-4501 May 15, 2017 Attn.: Michelle McCamish, Management Analyst Commuter & Motorist Assistance Riverside County Transportation Commission P.O. Box 12008 Riverside, CA 92502-2208 Dear Ms. McCamish, 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, 2017 to June 30, 2018 for the “Riverside” to El Segundo Commuter Buspool. I am the buspool coordinator and I coordinate this buspool independently from any employer. The monthly cost to operate this bus pool from Cee People Tours, LLC is $285. RCTC provides a $35 monthly subsidy per seat and the remaining $250 is paid for by the riders and their employers. The following is the Riverside to El Segundo Bus pool schedule: AM Departure Galleria at Tyler, Riverside 4:10 a.m. AM Departure AM/PM Mini Market Lot (Corner of Lincoln & Pomona Rd.) 4:22 a.m. AM Arrival Raytheon, El Segundo 5:12 a.m. PM Departure Raytheon, El Segundo 3:00 p.m. PM Arrival Corona Park & Ride Lot 4:30 p.m. PM Arrival Galleria at Tyler, Riverside 4:45 p.m. Information on this buspool is available with rideshare programs at Raytheon Aerospace Corporation, Boeing 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 E. Fuentes Catalina Fuentes Riverside Bus pool Coordinator 57 58