HomeMy Public PortalAbout11 November 27, 2017 Western Riverside County Programs and ProjectsComments are welcomed by the Commission. If you wish to provide comments to the Commission,
please complete and submit a Speaker Card to the Clerk of the Board.
MEETING AGENDA
Western Riverside County Programs and
Projects Committee
Time: 1:30 p.m.
Date: November 27, 2017
Location: BOARD ROOM
County of Riverside Administration Center
4080 Lemon St, First Floor, Riverside CA 92501
COMMITTEE MEMBERS
Deborah Franklin, Chair/Art Welch, City of Banning
Adam Rush, Vice Chair/Clint Lorimore, City of Eastvale
Karen Spiegel/Randy Fox, City of Corona
Brian Berkson/Verne Lauritzen, City of Jurupa Valley
Neil Winter/John Denver, City of Menifee
Victoria Baca/To Be Appointed, City of Moreno Valley
Berwin Hanna/Ted Hoffman, City of Norco
Michael Vargas/Rita Rogers, City of Perris
Andrew Kotyuk/Scott Miller, City of San Jacinto
Ben Benoit/Timothy Walker, City of Wildomar
Kevin Jeffries, County of Riverside, District I
Marion Ashley, County of Riverside, District V
STAFF
Anne Mayer, Executive Director
John Standiford, Deputy Executive Director
AREAS OF RESPONSIBILITY
Air Quality, Capital Projects, Communications and
Outreach Programs, Intermodal Programs, Motorist
Services, New Corridors, Regional Agencies/Regional
Planning, Regional Transportation Improvement Program
(RTIP), Specific Transit Projects, State Transportation
Improvement Program (STIP)
Transportation Uniform Mitigation Fee (TUMF)
Program, and Provide Policy Direction on
Transportation Programs and Projects related to
Western Riverside County and other areas as
may be prescribed by the Commission.
COMM-WRC-00043
TO:
FROM:
DATE:
SUBJECT:
RIVERSIDE
COUNTY
TRANSPORTATION
COMMISSION
Riverside County Transportation Commission
Tara Byerly, Deputy Clerk of the Board
November 21, 2017
Possible Conflicts of Interest Issues -Western Riverside County Programs and
Projects Committee Agenda of November 27, 2017
The November 27 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. 7 -Amendment to the Agreement for RCTC 91 Express Lanes Traffic and
Revenue Study Services
Consultant(s): Stantec Consulting, Inc.
Sheldon Mar, Senior Associate
475 5th Avenue, 12th Floor
New York, NY 10017
Alexandra Rackerby
From:
Sent:
To:
Subject:
Attachments:
Alexandra Rackerby
Tuesday, November 21, 2017 1 :52 PM
Alexandra Rackerby
RCTC: Western Riverside County Programs and Projects Committee
Conflict of Interest Form.pdf; Conflict of Interest Memo.pdf
Good afternoon Members of the WRC Programs and Projects Committee:
The November WRC Programs and Projects Committee is posted on the website -
http://rctcdev.info/uploads/media items/western-riverside-county-programs-and-projects-committee-november-27-
2017.original.pdf
Also, attached is the Conflict of Interest Memo and Form for your information. Let me know if you have any questions
or concerns.
Thank you.
Respectfully,
Allie Rackerby
Records Technician
Riverside County Transportation Commission
951.787.7141 w
4080 Lemon St. 3rd Fl. I P.O. Box 12008 Riverside, CA 92502
rctc.org
f "# in e
1
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, November 27, 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
2. ROLL CALL
3. PLEDGE OF ALLEGIANCE
4. 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 distributed 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. Board members
may refer such matters to staff for factual information or to be placed on the subsequent
agenda for consideration.
5. APPROVAL OF MINUTES – OCTOBER 23, 2017
Western Riverside County Programs and Projects Committee
November 27, 2017
Page 2
6. 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.)
7. AMENDMENT TO THE AGREEMENT FOR RCTC 91 EXPRESS LANES TRAFFIC AND REVENUE
STUDY SERVICES
Page 1
Overview
This item is for the Committee to:
1) Approve Agreement No. 10‐31‐099‐07, Amendment No. 7 to Agreement No.
10‐31‐099‐00, with Stantec Consulting Services Inc. (Stantec) for investment grade
traffic and revenue study services for an additional amount of $635,000, for a total
amount not to exceed $2,050,877;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreement on behalf of the Commission;
3) Approve an increase to the FY 2017/18 budget of $635,000 for professional services
expenditures; and
4) Forward to the Commission for final action.
8. ADDITIONAL FUNDING FOR CONSTRUCTION ZONE ENHANCED ENFORCEMENT PROGRAM
INCLUDED IN THE STATE FURNISHED MATERIALS CATEGORY FOR THE STATE ROUTE 91
CORRIDOR IMPROVEMENT PROJECT
Page 10
Overview
This item is for the Committee 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
$400,000, for a total amount not to exceed $5.5 million; and
2) Forward to the Commission for final action.
Western Riverside County Programs and Projects Committee
November 27, 2017
Page 3
9. COOPERATIVE AGREEMENT WITH THE CITY OF CORONA FOR MAINTENANCE OF NEW CITY
STREETS PRIOR TO TRANSFER OF TITLE AS PART OF THE STATE ROUTE 91 CORRIDOR
IMPROVEMENT PROJECT
Page 12
Overview
This item is for the Committee to:
1) Approve Agreement No. 18‐31‐076‐00, with the city of Corona (City) for maintenance
of new city streets prior to transfer of title as part of the State Route 91 Corridor
Improvement Project (91 Project), in an amount not to exceed $25,000;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreement on behalf of the Commission; and
3) Forward to the Commission for final action.
10. CONSTRUCTION AGREEMENT WITH DALKE & SONS CONSTRUCTION INC. FOR THE PERRIS
VALLEY LINE PLATFORM CANOPIES
Page 24
Overview
This item is for the Committee to:
1) Award Agreement No. 18‐33‐051‐00 to Dalke & Sons Construction Inc. (Dalke), as the
lowest responsive, responsible bidder, for the construction of the Perris Valley Line
(PVL) Platform Canopy project (Project) in the amount of $2,078,391, plus a
contingency amount of $311,759, for a total amount not to exceed $2,390,150;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreement on behalf of the Commission;
3) Authorize the Executive Director, or designee, to approve contingency work pursuant
to the agreement terms up to the total amount;
4) Authorize the payment of pass‐through costs for flagging services in an amount not to
exceed $475,000;
5) Approve an increase to the FY 2017/18 budget of $434,000 for flagging expenditures;
and
6) Forward to the Commission for final action.
11. 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.
12. ADJOURNMENT
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS SIGN-IN SHEET
November 27, 2017
NAME AGENCY ,. -' E MAILADDRESS
\ f I &hvitL 1YJJ!.A-J f,;+u ~ M _w-U16 1/1/ h '~ l/i~ f;-,7)1 £., ~,,~ It /.
w ·t... /c3~...-ov',r--L~ v f 7 ,.,. :/ .;\)/A'\ . e7 ,<./ tN~L-./Jtl~~
A 11.\h....., R--r /' ~ t()/"I
v-
\\r 1r--, 1fJ4 r /4J1-e ~
-ii_~Aw--. I dJ #A--A/01?. UJ
/
!""'-?(
~·~/~d_.')k P..a.rhhP
, k --
f ;r1AJ ,'Td//216 Re-; t4->;-..L ,
/\It'll ~ I ;v.'[f3-!l-tl/~F~c
t.e"'~~,nt-:e Q~ Cvh~
aA£A.~/ u~ t!A?U..tt" ~·s
·~(')A o --fl A~On I? l vco 0
/
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS
COMMITTEE
ROLL CALL
NOVEMBER 27, 2017
County of Riverside, District I
County of Riverside, District V
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
Absent o o .. :T-• 1 ·:;~PM
D ~+ '·.'3»S P/Vl
,A!!'
D
D
D
D
D
D
D z
D
AGENDA ITEM 5
MINUTES
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE
Monday, October 23, 2017
MINUTES
1. CALL TO ORDER
The meeting of the Western Riverside County Programs and Projects Committee was
called to order by Chair Deborah Franklin at 1:31 p.m., in the Board Room at the
County of Riverside Administrative Center, 4080 Lemon Street, First Floor, Riverside,
California, 92501.
2. ROLL CALL
3. PLEDGE OF ALLEGIANCE
At this time, Commissioner Victoria Baca led the Western Riverside County Programs
and Projects Committee in a flag salute.
Members/Alternates Present Members Absent
Marion Ashley* Ben Benoit
Victoria Baca Kevin Jeffries
Brian Berkson Andrew Kotyuk
Deborah Franklin
Berwin Hanna
Adam Rush*
Karen Spiegel
Michael Vargas
Neil Winter
*arrived after the meeting started
4. PUBLIC COMMENTS
There were no requests to speak from the public.
5. APPROVAL OF MINUTES – SEPTEMBER 25, 2017
M/S/C (Spiegel/Baca) to approve the minutes as submitted.
RCTC WRC Programs and Projects Committee Minutes
October 23, 2017
Page 2
6. ADDITIONS/REVISIONS
There were no additions or revisions to the agenda.
At this time, Commissioner Marion Ashley arrived.
7. AMENDMENT TO AGREEMENT FOR ON‐CALL STRATEGIC PARTNERSHIP ADVISOR
SERVICES WITH WSP USA INC. FOR THE 15/91 EXPRESS LANES CONNECTOR PROJECT
Michael Blomquist, Toll Program Director, presented the scope of the amendment to
the agreement for on‐call strategic partnership advisor services with WSP USA Inc. for
the 15/91 Express Lanes Connector Project.
M/S/C (Vargas/Winter) to:
1) Approve Agreement No. 06‐66‐027‐23, Amendment No. 12 to
Agreement No. 06‐66‐027‐00, with WSP USA Inc., formerly Parsons
Brinckerhoff, Inc., to provide project management services for the
proposed 15/91 Express Lanes Connector (15/91 ELC) Project in the
amount of $1,282,366, plus a contingency amount of $128,237, for a
total amount not to exceed $1,410,603;
2) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreement on behalf of the Commission;
3) Authorize the Executive Director or designee to approve contingency
work up to the total not to exceed amount as required for the project;
and
4) Forward to the Commission for final action.
Recuse: Commissioner Spiegel
8. AGREEMENT FOR ARCHITECTURAL‐ENGINEERING AND CONSTRUCTION
MANAGEMENT SERVICES FOR THE INTERSTATE 15 EXPRESS LANES REGIONAL
OPERATIONS CENTER AND STORAGE AND MAINTENANCE FACILITY BUILDOUTS
John Tarascio, Bechtel Project Manager, presented the scope of the agreement for
architectural‐engineering and construction management services for the Interstate 15
Express Lanes regional operations center and storage and maintenance facility
buildouts.
In response to Commissioner Franklin’s question regarding an approximate timeline for
the project, John Tarascio stated the item is going to the November Commission
meeting for approval, design should be completed by the spring, and should have a
construction procurement by the summer, and the facilities are due to be turned over
to the toll systems provider in the summer of 2019.
RCTC WRC Programs and Projects Committee Minutes
October 23, 2017
Page 3
M/S/C (Baca/Vargas) to:
1) Award Agreement No. 18‐31‐006‐00 to Owen Group, Inc. (Owen Group)
to provide architectural‐engineering (A‐E) and construction
management (CM) services for the I‐15 Express Lanes Regional
Operations Center (ROC) and Storage and Maintenance Facility (SAM)
buildouts (Project) in the amount of $550,052, plus a contingency
amount of $55,005, for a total amount not to exceed $605,057;
2) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreement on behalf of the Commission;
3) Authorize the Executive Director, or designee, to approve contingency
work pursuant to the agreement terms up to the total amount; and
4) Forward to the Commission for final action.
9. AGREEMENT FOR PREPARATION OF THE FINAL ENVIRONMENTAL DOCUMENT,
PRELIMINARY ENGINEERING, AND PLANS, SPECIFICATIONS AND ESTIMATES FOR THE
CONSTRUCTION OF THE SANTA ANA RIVER TRAIL PROJECT THROUGH THE GREEN
RIVER GOLF COURSE
Alex Menor, Capital Projects Manager, presented the scope of the agreement for
preparation of the final environmental document, preliminary engineering, and plans,
specifications and estimates for the construction of the Santa Ana River Trail Project
through the Green River Golf Course.
In response to Commissioner Franklin’s question regarding the golf course owners’
opinions on the Santa Ana River Trail going through or near the golf course, Alex Menor
said the owners are very supportive of the project.
Anne Mayer noted this trail has been very important to Riverside and San Bernardino
Counties and has taken a long time to push through the channels to get this project on
its way.
Commissioner Berwin Hanna commented on the positive progress this project has
made.
M/S/C (Berkson/Ashley) to:
1) Award Agreement No. 17‐67‐027‐00 to Michael Baker International
(Michael Baker) to prepare a final environmental document; perform
preliminary engineering services; prepare plans, specifications, and
estimates (PS&E); and provide construction design support services for
the construction of the Santa Ana River Trail (SART) 2 project through
Green River Golf Course (Project) in the amount of $1,142,691, plus a
contingency amount of $114,269 for potential changes in scope, for a
total amount not to exceed $1,256,960;
RCTC WRC Programs and Projects Committee Minutes
October 23, 2017
Page 4
2) Authorize the Chair or Executive Director, pursuant to legal counsel
review and contingent upon Riverside County Regional Park and Open‐
Space District (Park District) execution of a Proposition 84 Grant funding
agreement, to execute the agreement on behalf of the Commission;
3) Authorize the Executive Director or designee to approve contingency
work as may be required for the Project;
4) Approve Agreement No. 18‐67‐064‐00 with BNSF Railway (BNSF) to
define the roles and responsibilities of each party regarding safety
related and design review services for the Project, in an amount not to
exceed $300,000;
5) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreements on behalf of the Commission; and
6) Forward to the Commission for final action.
10. AGREEMENTS FOR ON‐CALL CONSTRUCTION MANAGEMENT SERVICES, MATERIALS
TESTING, AND CONSTRUCTION SURVEYING SERVICES FOR THE CONSTRUCTION OF
COMMUTER RAIL STATION CAPITAL IMPROVEMENT PROJECTS
Patti Castillo, Capital Projects Manager, presented the scope of the agreements for on‐
call construction management services, materials testing, and construction surveying
services for the construction of commuter rail station capital improvement projects.
M/S/C (Spiegel/Baca) to:
1) Award the following agreements to provide on‐call construction
management services, materials testing, and construction surveying
services (collectively, CM services) for the construction of commuter rail
station capital improvement projects for a three‐year term, and one,
two‐year option to extend the agreements, in an amount not to exceed
an aggregate value of $7.5 million;
a) Agreement No. 17‐33‐099‐00 to HDR Construction Control
Corporation;
b) Agreement No. 17‐33‐121‐00 to Kleinfelder; and
c) Agreement No. 17‐33‐122‐00 to S2 Engineering, Inc.;
2) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreements, including option years, on behalf of
the Commission;
3) Authorize the Executive Director, or designee, to execute task orders
awarded to the consultants under the terms of the agreements; and
4) Forward to the Commission for final action.
At this time, Commissioner Adam Rush joined the meeting.
RCTC WRC Programs and Projects Committee Minutes
October 23, 2017
Page 5
11. CONSTRUCTION AGREEMENT WITH LOS ANGELES ENGINEERING, INC. FOR THE LA
SIERRA PARKING LOT EXPANSION
Patti Castillo, Capital Projects Manager, presented the scope of the agreement with LA
Engineering, Inc. for the La Sierra parking lot expansion.
In response to Commissioner Spiegel’s question regarding the current bus bay being
added to the six new ones or if it will stay in its current location, Patti Castillo replied the
current bus bay location will stay there and the express bus service is coming into the
new bays.
Commissioner Spiegel requested Patti Castillo to reconfirm with RTA all bus bays will be
together and not leave the current one out of the new area.
Patti Castillo clarified the current parking situation for Commissioner Neil Winter.
Patti Castillo clarified the apartment building parking layout for Commissioner Brian
Berkson.
Anne Mayer added there are gates and security at those locations and the Commission
is unaware of any complaints of the apartment using the station’s parking lots.
Commissioner Franklin asked what the impact will be during construction.
Patti responded some of the parking spaces will be removed during construction to
accommodate the use of an addition of a bus exit. The station is losing 23 permanent
parking spaces.
In response to Commissioner Rush’s question regarding a laydown yard and
construction employee parking, Patti Castillo said it will be addressed with the
contractor during the preconstruction meetings.
Anne Mayer pointed out the 15 percent contingency for the project since this is an
active transportation station and the Commission needs to make sure the public is
inconvenienced as little as possible.
Commissioner Brian Berkson suggested the Commission lease parking spots from the
bowling alley during construction.
M/S/C (Vargas/Baca) to:
1) Award Agreement No. 18‐33‐123‐00 to Los Angeles Engineering, Inc. (LA
Engineering), as the lowest responsible, responsive bidder, for the
construction of the La Sierra Parking Lot Expansion project (Project) in
RCTC WRC Programs and Projects Committee Minutes
October 23, 2017
Page 6
the amount of $4,095,100, plus a contingency amount of $614,265 for a
total amount not to exceed $4,709,365;
2) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreement on behalf of the Commission;
3) Authorize the Executive Director, or designee, to approve contingency
work pursuant to the agreement terms up to the total amount;
4) Authorize the Executive Director to enter into agreements, or
amendments to existing agreements, as determined appropriate, with
BNSF Railway (BNSF) and city of Riverside Public Utilities for flagging
and utility connection fees for an amount not to exceed $200,000; and
5) Forward to the Commission for final action.
12. AGREEMENT WITH THE CALIFORNIA DEPARTMENT OF TRANSPORTATION FOR THE
OPERATION OF THE FREEWAY SERVICE PATROL PROGRAM IN RIVERSIDE COUNTY
Brian Cunanan, Commuter and Motorist Assistance Manager, presented the scope of
the agreement with the California Department of Transportation for the operation of
the Freeway Service Patrol (FSP) program in Riverside County.
Brian Cunanan updated Commissioner Rush on the issue of lack of vendors. The
Commission will be doing outreach to garner more interest in the program and to clear
up any misconceptions regarding the FSP program.
Anne Mayer added the program is very strict and regimented and it is probably a
daunting thought to have to make such drastic changes to their company. She
suggestedthe outreach the Commission does will help with the preconceived notions of
the program.
M/S/C (Vargas/Winter) to:
1) Approve Agreement No. 18‐45‐047‐00 with the California Department
of Transportation (Caltrans) for the operation of the Riverside County
Freeway Service Patrol (FSP) program in the amount not to exceed
$1,613,144 in state funding for Fiscal Year 2017/18;
2) Authorize the Chair or Executive Director, pursuant to legal counsel
review, to execute the agreement on behalf of the Commission; and
3) Forward to the Commission for final action.
13. 2018 WESTERN RIVERSIDE COUNTY MEASURE A SPECIALIZED TRANSIT THREE‐YEAR
CALL FOR PROJECTS
Monica Morales, Management Analyst, presented the details of the 2018 Western
Riverside County Measure A Specialized Transit Three‐Year Call for Projects.
M/S/C (Baca/Vargas) to:
RCTC WRC Programs and Projects Committee Minutes
October 23, 2017
Page 7
1) Approve the release of the 2018 Western Riverside County Measure A
Specialized Transit Three‐Year Call for Projects (2018 Call for Projects)
for approximately $8.2 million covering Fiscal Years 2018/19 – 2020/21
for Western Riverside County (Western County);
2) Authorize staff to advertise the availability of funding and to solicit
project proposals from non‐profit agencies and other interested parties
or operators; and
3) Forward to the Commission for final action.
14. COMMISSIONERS / STAFF REPORT
14A. Commissioner Spiegel congratulated the Commission on the success of the 91
Project and requested additional support for the city of Corona due to the
impacts from the 91 Project.
15. ADJOURNMENT
There being no further business for consideration by the Western Riverside County
Programs and Projects Committee, the meeting was adjourned at 2:23 p.m.
Respectfully submitted,
Tara Byerly
Deputy Clerk of the Board
AGENDA ITEM 7
Agenda Item 7
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
DATE: November 27, 2017
TO: Western Riverside County Programs and Projects Committee
FROM: Jennifer Crosson, Toll Operations Manager
THROUGH: Michael Blomquist, Toll Program Director
SUBJECT: Amendment to the Agreement for RCTC 91 Express Lanes Traffic and Revenue
Study Services
STAFF RECOMMENDATION:
This item is for the Committee to:
1) Approve Agreement No. 10‐31‐099‐07, Amendment No. 7 to Agreement No.
10‐31‐099‐00, with Stantec Consulting Services Inc. (Stantec) for investment grade traffic
and revenue study services for an additional amount of $635,000, for a total amount not
to exceed $2,050,877;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreement on behalf of the Commission;
3) Approve an increase to the FY 2017/18 budget of $635,000 for professional services
expenditures; and
4) Forward to the Commission for final action.
BACKGROUND INFORMATION:
In September of 2010, the Commission entered into Agreement No. 10‐31‐099‐00 with Stantec
for the purpose of providing investment grade traffic and revenue study services for the State
Route 91 Corridor Improvement Project (91 Project). The traffic and revenue study services
performed by Stantec included assumptions regarding traffic volumes and toll revenues used to
successfully complete the financing of the 91 Project. The financing resulted in the issuance of
$176.7 million of toll revenue bonds and execution of a $421.1 million Transportation
Infrastructure Finance and Innovation Act loan to be repaid with net toll revenue generated from
the RCTC 91 Express Lanes (91 Express Lanes).
To ensure the toll rates on the 91 Express Lanes were consistent with the assumptions put forth
in the traffic and revenue study, Stantec assisted with the development of the 91 Express Lanes
toll policy adopted by the Commission on June 7, 2012. Stantec assisted with the development
of the opening day toll rates presented to the Commission in October 2016 in advance of the 91
Express Lanes opening.
On March 20, 2017, the 91 Express Lanes opened and commenced toll collection. The actual
traffic volumes have exceeded projected traffic volumes and the toll policy, as adopted in 2012,
1
Agenda Item 7
has required evaluation to adequately manage the unanticipated demand. Stantec’s services
have been critical to the evaluation of the toll policy and ongoing toll rate adjustments required
to manage the 91 Express Lanes traffic. Stantec has also performed the collection and analysis
of traffic data and traffic modeling to assist with the evaluation of physical improvements to the
91 Express Lanes to improve the flow of traffic.
In June 2017, the Commission approved the addition of $175,000 to the Stantec contract through
the annual recurring contracts process. At that time, the 91 Express Lanes had been operational
for about two months and the level of effort required by Stantec to perform regular reviews of
the toll rates, toll policy and traffic modeling was underestimated. At this time, an additional
$635,000 is requested for Stantec to assist with the continued evaluation of the 91 Express Lanes.
The additional $635,000 will allow Stantec to provide the following services:
Developing and evaluating solutions that will improve traffic flow by either geometric
roadway or toll policy changes;
Evaluation of the impact to any proposed changes on the 91 Express Lanes traffic and
revenue projections;
Reforecasting the 91 Express Lanes traffic and revenue study to include proposed changes
in roadway limits or geometry and toll policy changes;
Conducting travel time studies;
Collecting data at critical traffic management points through third party sources and
analyzing such data;
Analyzing the 91 Express Lanes traffic and revenue to assist with the establishment of
holiday and seasonal toll schedules; and
Assisting with ongoing toll rate adjustments.
The ongoing support of Stantec during the balance of FY 2017/18 is critical to the short and long‐
term success of the 91 Express Lanes. Stantec has the detailed knowledge for the basis of the
traffic and revenue projections which supported the financing of the 91 Express Lanes. It is
important that Stantec’s knowledge of the traffic and revenue study be applied to the evaluation
of future improvements to the 91 Express Lanes and the adjustment of toll rates. Without the
expertise of Stantec, changes could negatively impact the projected traffic and revenue.
Staff reviewed and negotiated Stantec’s cost proposal and determined it to be fair and
reasonable.
Recommendation
Staff recommends approval of Agreement No. 10‐31‐099‐07, Amendment No. 7 to Agreement
No. 10‐31‐099‐00, with Stantec for investment grade traffic and revenue study services for an
additional amount of $635,000, and a total amount not to exceed $2,050,877. Staff also
recommends authorization for the Chair or Executive Director, pursuant to legal counsel review,
to execute the agreement on behalf of the Commission.
2
Agenda Item 7
Additional budget authorization of $635,000 for FY 2017/18 is needed to cover the amount
requested in the amendment.
Financial Information
In Fiscal Year Budget: No Year: FY 2017/18 Amount: $635,000
Source of Funds:
Toll revenues, Sales Tax Revenue Bonds
proceeds for 91 Project completion,
and/or commercial paper proceeds
Budget Adjustment: Yes
GL/Project Accounting No.: 009199 65520 591 31 65520 $541,600
003028 65520 262 31 65520 $ 93,400
Fiscal Procedures Approved: Date: 11/15/2017
Attachment: Agreement No. 10‐31‐099‐07 for Investment Grade Traffic and Revenue Study
Services with Stantec Consulting Services, Inc.
3
17336.00009\29870183.1
Agreement No. 10-31-099-07
AMENDMENT NO. 7
TO
AGREEMENT FOR INVESTMENT GRADE TRAFFIC AND
REVENUE STUDY SERVICES
WITH STANTEC CONSULTING SERVICES, INC.
1. PARTIES AND DATE
This Amendment No. 7 to the Agreement for investment-grade traffic and revenue
study services is made and entered into as of _____________, by and between the
RIVERSIDE COUNTY TRANSPORTATION COMMISSION (“Commission”) and
STANTEC CONSULTING SERVICES, INC. ("Consultant").
2. RECITALS
2.1 The Commission and the Consultant have entered into an agreement dated
September 1, 2010 for the purpose of providing investment-grade traffic and
revenue study services (the "Master Agreement").
2.2 The Commission released contingency funds to the Consultant, for the
continued provision of Consultant’s services, on October 26, 2011, in the
amount of Eight Thousand Five Hundred Dollars ($8,500).
2.3 The Commission and the Consultant have entered into Amendment No. 1
to the Master Agreement, dated February 7, 2012, for the purpose of
extending the term for the continued provision of investment-grade traffic
and revenue study services.
2.4 The Commission and the Consultant have entered into Amendment No. 2
to the Master Agreement, dated March 13, 2013, for the purpose of
releasing additional contingency funds previously authorized by the
Commission Board and amending the rate provided under the Master
Agreement for the Project Manager, all to provide for the continued
provision of investment-grade traffic and revenue study services required
by the Commission.
2.5 The Commission and the Consultant have entered into Amendment No. 3
to the Master Agreement, dated April 3, 2013, for the purpose of providing
additional compensation for the continued provision of investment-grade
traffic and revenue study services.
4
17336.00009\29870183.1
2.6 The Commission and the Consultant have entered into Amendment No. 4
to the Master Agreement, dated February 10, 2014, for the purpose of
extending the term of the Master Agreement.
2.7 The Commission and the Consultant have entered into Amendment No. 5
to the Master Agreement, dated April 10, 2017, for the purpose of adding
compensation for continued investment-grade traffic and revenue study
services.
2.8 The Commission and the Consultant have entered into Amendment No. 6
to the Master Agreement, dated June 14, 2017, for the purpose of providing
additional compensation for continued investment-grade traffic and revenue
study services and to revise the Scope of Services included under
Amendment No. 5, as pertains to the data requirements.
2.9 The parties now desire to amend the Master Agreement in order to revise
the Services and to provide additional compensation for continued
investment-grade traffic and revenue study services.
3. TERMS
3.1 The Services defined in the Master Agreement, as previously amended,
shall be deleted in their entirety and replaced with the Services identified in
Exhibit “A” attached hereto and incorporated herein by reference. The
Services shall be performed expeditiously within the term of the Master
Agreement, as previously amended.
3.2 The maximum compensation for Services performed pursuant to this
Amendment No. 7 shall not exceed Six Hundred Thirty-Five Thousand
Dollars ($635,000).
3.3 The total contract value for the Master Agreement, as amended by
Amendment No.1 through this Amendment No. 7, is hereby increased from
One Million Four Hundred Fifteen Thousand Eight Hundred Seventy-Seven
Dollars ($1,415,877) to Two Million Fifty Thousand Eight Hundred Seventy-
Seven Dollars ($2,050,877).
3.4 Except as amended by this Amendment, all provisions of the Master
Agreement, as amended by Amendment Nos. 1 through 6 including without
limitation the indemnity and insurance provisions, shall remain in full force
and effect and shall govern the actions of the parties under this Amendment.
5
17336.00009\29870183.1
SIGNATURE PAGE
TO
AGREEMENT NO. 10-31-099-07
IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the
date first herein above written.
RIVERSIDE COUNTY STANTEC CONSULTING
TRANSPORTATION COMMISSION SERVICES, INC.
By:__________________________ _________________________
John F. Tavaglione, Chair Signature
__________________________
Name
__________________________
Title
APPROVED AS TO FORM: ATTEST:
By: _____________________________ By: _______________________
Best, Best & Krieger LLP
General Counsel Its: _______________________
* A corporation requires the signatures of two corporate officers.
One signature shall be that of the chairman of board, the president or any vice president and the second
signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer
or any assistant treasurer of such corporation.
If the above persons are not the intended signators, evidence of signature authority shall be provided to
RCTC.
6
17336.00009\29870183.1
EXHIBIT “A”
SCOPE OF SERVICES
The following covers additional Stantec effort from November 13, 2017 to June 30,
2018.
Task 1: Congestion Management
The Consultant will assist the Commission in managing congestion in the SR 91 Corridor.
Efforts would include developing solutions to improve traffic flow via geometric or toll
policy changes. These changes could be assessed via micro-simulation modeling, or
spreadsheet modeling. This additional budget would allow for the analysis of 5 additional
congestion management analyses.
Deliverable: A memo describing methodology and results of analyses.
Task 2: Traffic and Revenue Impacts
The Consultant will assist the Commission with assessing the impact of various congestion
management solutions to RCTC 91 Express Lanes traffic and revenue. This additional
budget would permit the Consultant to assess 4 additional scenarios.
Deliverable: Forecasts of traffic and revenue impact, and brief memo discussing
assumptions and results.
Task 3: Presentations
The Consultant will present results of traffic analyses to Commission staff in-person. The
additional budget would provide for 2 additional in-person presentations.
Task 4: Data Collection
The Consultant will assist the Commission in collecting and analyzing travel time data on
the SR 91 GP and Express Lanes in Riverside County, and reviewing traffic volumes. Travel
time data would be collected by Transportation Studies Inc., or other comparable sub-
consultants approved by the Commission. Travel time studies would be conducted
during the AM and PM peak periods with two to three drivers for a total of 24-hours per
study. GPS equipment would be used to collect the data, and in-vehicle video cameras
will be setup to record the traffic conditions during the drive. Traffic counts would be
obtained directly from the Commission. This additional budget would allow for 3
additional travel time studies and 3 additional volume studies.
Deliverables:
1) Tables in Excel format showing summarized travel times, travel speeds, and
volumes.
Additional Budget Requested for Tasks 1-4: $175,000
7
17336.00009\29870183.1
Task 5: RCTC 91 Express Lanes T&R Refresh
The consultant will forecast long term RCTC 91 EL traffic and revenue considering actual
performance to date, recent socioeconomic conditions, updated regional roadway
improvement plans, and proposed changes to the 91 Express Lanes configuration and
pricing policy. Since the publication of the original RCTC 91 Express Lanes T&R forecast,
actual performance has exceeded expectations, and several network and policy
changes have been proposed. The combination of these factors may result in a need to
re-baseline the T&R forecasts to actual performance and to account for the proposed
changes. Proposed changes include:
Funding of the 15/91 ELC (formerly known as the “North DC”). This project may
open by 2022.
An easterly extension of the express lanes toward Promenade Avenue.
A change to the 91 EL pricing policy to set prices based on each individual single-
lane segment’s utilization, as opposed to the dual-lane mainline flow.
A change to the 91 EL pricing policy to accommodate the revealed capacity of
the EL’s.
Changes to the westbound 91 mixing area at the Riverside/Orange County Line.
In addition to the proposed roadway and policy changes, the T&R forecasts would be
updated to reflect the actual utilization of the GP and express lanes, recent views on
future land use in Southern California, and changes to roadway improvements as
identified in SCAG’s 2016-2040 RTP.
Seven tasks would be included in this effort:
1) Traffic Data Collection and Review
2) Socio-economic forecasts
3) Model Development
4) Traffic and Revenue Forecasting
5) Meetings and Presentations
Traffic Data Collection and Review: Traffic data in and around the SR 91 corridor would
be collected and analyzed to inform the re-baselining of the T&R forecasts. We assume
the 91 Express Lanes TOC would be a principal source of data, and would be obtained
directly from the RCTC. This data would include Express Lanes traffic counts (toll paying
vs. HOV), general purpose lane traffic counts, weaving patterns between the OCTA EL’s,
RCTC EL’s, and TCA’s SR 241 toll road. In addition, supplemental traffic counts at various
on/off ramps would be collected via our sub-consultant Transportation Studies Inc., and
from PeMS loop detectors. Up to 50 tube counts would be conducted across a 1- 2 week
period during typical weekdays.
Socio-economic Forecasts: Forecasts of population, households, and employment by
traffic analysis zone (TAZ) will be updated for use in the travel demand model. The
forecasts will largely be derived from work previously completed by Stantec for the I-15
ELP T&R study (done in 2015), but may be revised following a review of the SCAG 2016
forecasts which were made available following the completion of the I-15 ELP work. The
socioeconomic forecast review and update would be performed by WSP (formerly PB),
who also completed the original RCTC 91 EL and I-15 ELP T&R forecasts.
8
17336.00009\29870183.1
Model Development: RCTC 91 EL T&R will primarily be developed from a combination of
a regional travel demand model (based on the SCAG and RivTAM models) and a VISSIM
micro-simulation model, both previously developed for the I-15 ELP T&R forecast. These
existing models will serve as a baseline for modeling the SR 91. Both the travel demand
model and simulation models would be re-calibrated to replicate existing RCTC 91 EL
usage. As part of the model development and re-calibration, Stantec will review the
planned roadway improvements listed in the SCAG 2016-2040 Regional Transportation
Plan (RTP) and incorporate changes to the model as needed. One key change to the
roadway network is the inclusion of the 15/91 ELC, a tolled direct-connector ramp
between the RCTC 91 EL’s, and the I-15 ELP north of SR 91.
Traffic and Revenue Forecast: Stantec will forecast annual T&R for the RCTC 91 EL’s
through FY 2068, matching the original T&R forecast’s term. The forecasts would
incorporate changes to the RCTC 91 EL roadway configuration as outlined by the RCTC,
as well as changes to the toll policy, as described earlier.
Meetings and Presentations: Stantec will participate in up to 6 conference calls with RCTC
staff throughout the duration of the task, and up to two in-person meetings at the RCTC
offices to present on the results of the updated T&R. A T&R report will also be prepared to
document assumptions, methodology, and results.
We expect this effort would be completed from 4 to 6 months following notice-to-
proceed, at a budget of $460,000.
Total Additional Budget Requested (Tasks 1-5): $635,000
9
Jennifer Crosson, Toll Operations ManagerSTANTEC CONSULTING INC. CONTRACTCommittee Meeting November 27, 2017
Responding to the Community•Listening to community and customer feedback•Daily monitoring of express lane performance•Weekly meetings and decision-making•Physical improvements have been made and will continue•Changes require thoughtful analysis and approval by others first
050,000100,000150,000200,000250,000300,000350,0003/25/2017 4/25/2017 5/25/2017 6/25/2017 7/25/2017 8/25/2017 9/25/2017Actual vs. Projected Weekly TripsActual TripsProjected Trips
Afternoon Congestion at Eastbound 91/15 SplitDay of Week Period of Backup*Length of BackupMonday/Tuesday < 15 MinutesUp to ½ mileWednesday/Thursday < 15 minutesUp to 1 mileFriday 1 to 3 hoursUp to 1 mile* Period of backup reflects the average length of time a backup is sustained if it occurs during the afternoon peak period.
" T e m p o r a r y C h a n g e a b l e M e s s a g e S i g n " O v e r h e a d S i g n C h a n g e s " A d d i t i o n a l O v e r h e a d S i g n " P a v e m e n t M a r k e r s 1 5 / 9 1 L a n e C o n f u s i o n " S i n g l e L a n e C a p a c i t y M o n i t o r i n g " S i n g l e L a n e T o l l R a t e I n c r e a s e s T o o M u c h D e m a n d " R e d u c e d C h a n n e l i z e r S p a c i n g b y h a l f L o n g V e h i c l e H e a d w a y
Need to get photo
j_
Morning Congestion at Westbound McKinley EntranceDay of Week Period of Backup*Length of BackupMonday through Thursday 3-4 hours Up to 1 mileFriday <1 hour Up to ½ mile* Period of backup reflects the average length of time a backup is sustained if it occurs during the morning peak period.
Congestion at WB Entrance to Express LanesSlowing at entrance to Express LanesCustomers cutting into line•Extended the buffer zone between the point where vehicle meet from the 91 and 15•Extended the entrance auxiliary lane by 1,500 ft•Extended the entrance point to the Express Lanes by 1,500 feet•Increased toll ratesSlowing at Entrance•CHP sitting in shoulder to deter lane cuttersMotorists Cutting in prior to Entrance
Lessons Learned So Far•SR 91 Traffic is Seasonal–Different patterns in the spring vs. summer vs. fall–Holidays greatly impact traffic•Single Lane Capacity is Critical to Congestion Management•Difficult to Determine Driver Response to Changes•Demand Elasticity Appears Minimal During Peak
SR 91 Joint Advisory Committee•March 2018 Meeting–Presentation of pre-construction data–Presentation of post-construction data
Proposed Amendment•Perform Microsimulation Modeling•Conduct Travel Time Studies•Continue to Collect Single Lane Data•Support Revision of Toll Policy and Toll Rate Adjustments•Evaluate Impact of Changes on Traffic and Revenue Report
Recommendation•Approve amendment 7 to Agreement No. 10-31-099 with Stantec;•Authorize the Chair or Executive Director to execute the amendment;•Approve an increase to the Fiscal Year 2017/18 budget in the amount of $635,000; and•Forward to the Commission for final action.
AGENDA ITEM 8
Agenda Item 8
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
DATE: November 20, 2017
TO: Western Riverside County Programs and Projects Committee
FROM: David Thomas, Toll Project Manager
THROUGH: Michael Blomquist, Toll Program Director
SUBJECT:
Additional Funding for Construction Zone Enhanced Enforcement Program
Included in the State Furnished Materials Category for the State Route 91
Corridor Improvement Project
STAFF RECOMMENDATION:
This item is for the Committee 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 $400,000, for
a total amount not to exceed $5.5 million; and
2) Forward to the Commission for final action.
BACKGROUND INFORMATION:
At its July 14, 2010 meeting, the Commission, as part of the authorization for issuance of toll
revenue bonds to finance the 91 Project costs related to the design‐build phase, approved the
form of the design‐build cooperative agreement (agreement) between the Commission and
Caltrans and authorized the Executive Director to approve and execute the final agreement.
The Agreement was executed on July 25, 2012.
Figure 1: SR‐91 Corridor Improvement Project Vicinity Map
10
Agenda Item 8
The agreement included terms for the Commission to pay Caltrans for State Furnished
Materials (SFM), which at the time contemplated primarily signal controller items estimated at
a cost of $79,902. Amendment No. 3, approved on February 11, 2014, amended the original
agreement to broaden the definition of SFM to include COZEEP. Through this amendment,
Caltrans agreed to allow the Commission to utilize its statewide COZEEP contract with the
California Highway Patrol (CHP), eliminating the need for a separate agreement between the
Commission and CHP. Although Amendment No. 3 was executed and broadened the scope of
SFM, no funding authority was requested at that time from the Commission.
At its June 8, 2016 meeting, the Commission ratified the scope of SFM and authorized the
expenditure of $4.3 million for COZEEP and other SFM, plus a contingency amount of $400,000,
for a total amount not to exceed $4.7 million. At its June 14, 2017 meeting, the Commission
authorized the expenditure of $800,000 for COZEEP and other SFM, using the remaining
contingency of $400,000 and authorizing an additional $400,000, for a total amount not to
exceed $5.1 million.
Additional COZEEP resources estimated at $400,000 are required to support the 91 Project
through final completion, including another 55‐hour partial weekend closure in January 2018.
Commission authorization is requested for an additional $400,000 to fund the expenditure of all
SFM for the 91 Project for a total amount not to exceed $5.5 million.
Financial Information
In Fiscal Year Budget: Yes Year: FY 2017/18 Amount: $400,000
Source of Funds: Sales tax bond or commercial paper
proceeds for 91 completion Budget Adjustment: No
GL/Project Accounting No.: 003028 81304 00104 0000 262 31 81301 (COZEEP) $400,000
Fiscal Procedures Approved: Date: 11/15/2017
11
AGENDA ITEM 9
Agenda Item 9
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
DATE: November 27, 2017
TO: Western Riverside County Programs and Projects Committee
FROM: David Thomas, Toll Project Manager
THROUGH: Michael Blomquist, Toll Program Director
SUBJECT:
Cooperative Agreement with the City of Corona for Maintenance of New City
Streets Prior to Transfer of Title as Part of the State Route 91 Corridor
Improvement Project
STAFF RECOMMENDATION:
This item is for the Committee to:
1) Approve Agreement No. 18‐31‐076‐00, with the city of Corona (City) for maintenance of
new city streets prior to transfer of title as part of the State Route 91 Corridor
Improvement Project (91 Project), in an amount not to exceed $25,000;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreement on behalf of the Commission; and
3) Forward to the Commission for final action.
BACKGROUND INFORMATION:
The 91 Project (shown in Figure 1) included the extension of the 91 Express Lanes in Riverside
County, capacity and interchange improvements along the existing SR‐91 corridor as well as
improvements to City facilities, including construction of new streets in the City.
Figure 1: SR‐91 Corridor Improvement Project Vicinity Map
12
Agenda Item 9
Approved by the Commission in November 2011, Cooperative Agreement No. 12‐31‐023‐00 for
the 91 Project between the City and the Commission, as subsequently amended, stipulates the
City agrees to assume responsibility of the 91 Project facilities completed within the City’s
jurisdiction upon the City’s acceptance of the work and Commission notification of project
completion to the 91 Project design‐build contractor (Contractor). In order to accept any portions
of new streets constructed within the jurisdiction of the City, the City requires transfer of title to
the City.
There are two instances where new portions of Second Street and Bollero Road in the City have
been completed by the Contractor but are subject to one or more continuing eminent domain
actions; therefore, transfer of title to the City may not happen for as much as a year.
Currently, the Contractor has been maintaining the streets; however, upon achievement of
project completion by the Contractor, the Commission must grant relief of maintenance for the
streets to the Contractor.
Because the City is better suited to maintain streets within the City, staff has had discussions with
the City to enter into a cooperative agreement for the City to accept maintenance of the streets,
prior to transfer of title to the City, subject to reimbursement by the Commission for the City’s
costs.
Since the streets are newly constructed, the anticipated maintenance costs should be minimal.
The proposed Cooperative Agreement No. 18‐31‐076‐00 includes an amount, not to exceed
$25,000, which is estimated to cover the costs for maintenance of these two streets for up to
one year.
Staff recommends approval of Agreement No. 18‐31‐076‐00 with the City for maintenance of
new city streets prior to transfer of title as part of the 91 Project, for a total amount not to exceed
$25,000. Staff also recommends authorization for the Chair or Executive Director, pursuant to
legal counsel review, to execute the amendment.
Financial Information
In Fiscal Year Budget: Yes Year: FY 2017/18 Amount: $25,000
Source of Funds:
2017 Sales Tax Revenue Bonds proceeds
for 91 Project completion or
commercial paper proceeds
Budget Adjustment: No
GL/Project Accounting No.: 003028 86105 00000 0000 262 31 86105 $25,000
Fiscal Procedures Approved: Date: 11/15/2017
Attachment: Draft Agreement No. 18‐31‐076‐00 with the city of Corona
13
17336.02100\30224563. 4 1
Agreement No. 18-31-076-00
COOPERATIVE AGREEMENT
BETWEEN
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
AND
THE CITY OF CORONA
FOR MAINTENANCE OF NEW STREETS PRIOR TO TRANSFER OF TITLE
This Cooperative Agreement (“Cooperative Agreement”) is made and entered into this
_____ day of _________, 2017 by and between the Riverside County Transportation Commission
(“RCTC”) and the City of Corona (the “City”). RCTC and the City are sometimes referred to
herein individually as (“Party”), and collectively as (“Parties”).
RECITALS
WHEREAS, RCTC is nearing completion of the SR-91 Corridor Improvement Project,
which included extension of the 91 Express Lanes in Riverside County, as well as capacity and
interchange improvements along the existing SR 91 Corridor (the “Project”).
WHEREAS, the Project included improvements to City facilities, including construction
of new streets in the City.
WHEREAS, pursuant to that certain Cooperative Agreement for State Route 91 Express
Lanes and Corridor Improvements entered into between the City and RCTC, dated November 9,
2011, as subsequently amended, the City agreed to assume responsibility of the Project facilities
completed within the City’s jurisdiction upon the City’s acceptance of the work and RCTC
notification of Project completion to the Project design-build contractor (the “Contractor”).
WHEREAS, in order to accept any portions of new streets constructed within the
jurisdiction of the City, the City requires transfer of title to the City.
WHEREAS, certain new portions of Second Street and Bollero Place, as identified in the
Exhibit “A” attached hereto and incorporated herein by reference, that have been completed by the
Contractor (i) are subject to one or more continuing eminent domain actions, (ii) are pending
transfer of title from Caltrans, or (iii) are pending transfer of title from RCTC (the “Streets”).
WHEREAS, the Contractor has been maintaining the Streets, however, upon achievement
of Project completion by the Contractor, RCTC must grant relief of maintenance for the Streets to
the Contractor.
WHEREAS, as the City is the Party better suited to maintain streets within the City, the
purpose of this Cooperative Agreement is for the City to accept maintenance of the Streets, prior
to transfer of title for each portion thereof to the City, subject to reimbursement by RCTC for the
City’s costs thereof.
14
17336.02100\30224563. 4 2
WHEREAS, the Parties recognize that, since the Streets are newly constructed, the
anticipated maintenance costs should be minimal.
WHEREAS, the Parties agree that upon transfer of title for any portion of the Streets,
RCTC’s obligations related to such portion shall terminate, and City shall accept full responsibility
for operation, maintenance, repair and liability for such transferred portion of the Streets.
NOW THEREFORE, for good and valuable consideration, the receipt of which is hereby
acknowledged, it is mutually understood and agreed by RCTC and the City as follows:
TERMS
1. Incorporation of Recitals. The recitals set forth above are true and correct and are
incorporated into this Cooperative Agreement by reference as though fully set forth herein.
2. Term.
2.1 This Cooperative Agreement shall be effective as of the date first set forth above,
and shall continue in effect until (i) title to all portions of the Streets, as identified in Exhibit “A”,
has been transferred to the City, (ii) the City has accepted title to all portions of the Streets, and
(iii) RCTC has paid all outstanding reimbursements under this Cooperative Agreement to the City.
2.2 Except as expressly set forth herein, the terms and conditions of this Cooperative
Agreement shall have no further force or effect as relates to any portion(s) of the Streets for which
title has been transferred to and accepted by the City. As of the date of such acceptance, the City
shall be fully liable and responsible, at its sole cost and expense, for such portion(s) of the Streets.
As of such date, the term “Streets”, as defined herein, shall refer only to the remaining portion(s)
of the Streets for which title has not been transferred to and accepted by the City.
3. Obligations of RCTC.
3.1 Except as otherwise specified herein, RCTC shall pay the City’s actual and
reasonable costs of maintenance and repair of the Streets. RCTC shall deposit the sum of Twenty
Five Thousand Dollars ($25,000) with the City for the work described in Section 4.1 below (the
“Deposit”). The total reimbursement to be provided by RCTC under this Cooperative Agreement
shall not exceed the Deposit, unless authorized in writing by RCTC’s Executive Director. The
City shall notify RCTC in advance of any anticipated costs that, cumulatively, will exceed the
Deposit. If RCTC agrees with the basis for the increased costs, the Parties shall execute an
amendment to this Cooperative Agreement to increase the amount of the Deposit.
15
17336.02100\30224563. 4 3
4. Obligations of the City
4.1 The City shall be responsible for maintenance and repair of the following portions
of the Streets: sidewalk, curb, gutter, streetlights, signs, water valve covers located in streets, pull
boxes, striping, pavement markings and asphalt concrete pavement (the “Maintenance
Components”). The Parties understand, acknowledge and agree that the Maintenance Components
expressly exclude any portion of the landscaping and irrigation system, which shall remain the
responsibility of RCTC and their contractor(s) for the contractually required three year plant
establishment period provided for in the following contract: State Route 91 Corridor Improvement
Project, Contact No. 12-31-113-00 with Atkinson/Walsh, a joint venture (“Contractor Landscape
Obligations”). The City shall conduct all usual and normal maintenance and repair activities on
the Maintenance Components in order to maintain the Streets in good and safe condition and repair.
The City shall comply with all applicable local, state and federal laws including, without limitation,
the California Labor Code, in conducting its work on the Maintenance Components.
4.2 The City shall complete its work on the Maintenance Components in a timely and
cost effective manner, so as to avoid adverse effects to the public and to minimize damage and
needed repair to the Streets. The City shall ensure that its work on the Maintenance Components
is of good quality, consistent with the work performed by or on behalf of the City on similar streets.
4.3 The City shall regularly provide invoices to RCTC as costs are incurred for the
Maintenance Components and paid for using the Deposit. The invoices shall indicate costs
incurred and the amount of the Deposit remaining. Invoices shall be in a form approved by RCTC,
and shall include such documentation as required by RCTC. The City shall notify RCTC in
advance of any anticipated costs that, cumulatively, will exceed the Deposit, and acknowledges
that RCTC will not pay such costs except as agreed upon pursuant to Section 3.1 above.
4.4 The City shall obtain RCTC’s prior written approval for any utility work proposed
to be conducted by the City or any third party on or within the Streets, or any portion(s) thereof,
which will require cutting or trenching of the Streets, or which may, in any way, compromise the
structural integrity of the Streets or any portion(s) thereof. If the City desires to permit such work,
the City shall accept full responsibility for operation, maintenance, repair and liability for such
portion(s) of the Streets.
4.5 The City shall be responsible, at its sole cost and expense, and without
reimbursement from RCTC, for costs incurred as a result of the City’s failure to comply with its
obligations under this Cooperative Agreement.
4.6 If the City engages contractor(s) to complete its work on the Maintenance
Components, the City shall include, in its contract with such contractor(s), a requirement that the
contractor(s) include RCTC, its members, officers, employees and agents as additional insureds
and as indemnified parties under said contract. Insurance and indemnification shall, as applicable,
be in the same amounts and with the same provisions as provided for the benefit of the City.
4.7 The City shall provide RCTC no less than seventy two (72) hours notice prior to
conducting any of its work on the Maintenance Components, and shall allow RCTC staff to
perform observation of such work. Notwithstanding the foregoing, in the case of an emergency,
16
17336.02100\30224563. 4 4
the City shall provide as much prior notice to RCTC as possible, unless immediate action is
necessary. In such case, the City shall notify RCTC of the work completed the first business day
after the incident.
4.8 In any case where the City may seek recovery of repair or maintenance costs from
third parties, unless otherwise agreed upon by the Parties, the City shall seek such recovery, and,
after reimbursing its own costs related to cost recovery, shall reimburse any and all funds received
from RCTC for the exact same repair and maintenance work.
4.9 Upon transfer of title to any portion(s) of the Streets and acceptance thereof by the
City, the City shall accept all liability, maintenance and repair obligations for such portion(s) of
the Streets, and, as further set forth above, the provisions of this Cooperative Agreement shall
terminate as relates to such portion(s). The City shall not unreasonably withhold or delay
acceptance of title to any portion of the Streets. Notwithstanding anything else to the contrary
herein, to the extent that any Contractor Landscape Obligations remain on any portion(s) of the
Streets, they shall remain the responsibility of RCTC and its contractor(s), and RCTC shall not
unreasonably reduce or terminate any such Contractor Landscape Obligations.
5. Dispute Resolution. Unless otherwise specified herein, the Parties shall submit any
unresolved dispute to RCTC’s Executive Director and the City Manager for negotiation. The
Executive Director and the City Manager agree to undertake good faith attempts to resolve said
dispute, claim, or controversy within ten (10) calendar days after the receipt of written notice from
the Party alleging that a dispute, claim or controversy exists. The Parties additionally agree to
cooperate with the other Party in scheduling negotiation sessions. However, if said matter is not
resolved within thirty (30) calendar days after conducting the first negotiating session, either Party
may, but is not required to, request that the matter be submitted to further dispute resolution
procedures, as may be agreed upon by the Parties.
6. Legal Action. If a matter is not resolved within thirty (30) calendar days after the first
negotiating session between the Executive Director and the City Manager, unless otherwise agreed
upon in writing by the Parties, either Party may proceed with any other remedy available in law or
in equity.
7. Indemnification.
7.1 RCTC shall indemnify, defend and hold the City, its directors, officials, officers,
employees, agents, consultants and contractors 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 negligent acts, omissions or breach of law, or willful misconduct of RCTC, its officials,
officers, employees, agents, consultants or contractors in the performance of RCTC’s obligations
under this Cooperative Agreement, including the payment of all reasonable attorneys fees.
7.2 The City shall indemnify, defend and hold RCTC, its directors, officials, officers,
employees, agents, consultants and contractors 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
17
17336.02100\30224563. 4 5
to any negligent acts, omissions or breach of law, or willful misconduct of the City, its officials,
officers, employees, agents, consultants or contractors in the performance of the City’s obligations
under this Cooperative Agreement, including the payment of all reasonable attorneys fees.
7.3 Notwithstanding any other provision of this Cooperative Agreement, the
indemnification provisions set forth in this Section 7 shall survive any expiration or termination
of this Cooperative Agreement including, but not limited to, any termination of this Cooperative
Agreement as relates to any portion(s) of the Streets for which title has been transferred to and
accepted by the City.
8. Notices. All notices, requests, demands and other communications required or permitted
to be given under this Cooperative Agreement shall be in writing and shall be personally delivered,
or shall be delivered in writing by certified or registered first class mail, postage prepaid, deposited
in the United States mail, and properly addressed to the Party at its address set forth below, or at
any other address that such Party may designate by written notice to the other Party:
RCTC:
Riverside County Transportation Commission
4080 Lemon Street, 3rd Floor
Riverside, CA 92501
Attn: _________________
CITY:
City of Corona
400 S. Vicentia Avenue
Corona, CA 92882
Attn: Nelson D. Nelson
9. Force majeure. The failure of performance by either Party (except for payment obligations)
hereunder shall not be deemed to be a default where delays or defaults are due to war; insurrection;
strikes; lock-outs; riots; floods; earthquakes; fires; casualties; acts of God; acts of the public
enemy; epidemics; quarantine restrictions; freight embargoes; lack of transportation;
governmental restrictions; unusually severe weather; inability to secure necessary labor, materials
or tools; delays of any contractor, subcontractor, railroad, or suppliers; acts of the other Party; acts
or failure to act of any other public or governmental agency or entity (other than that acts or failure
to act of the Parties); or any other causes beyond the control or without the fault of the Party
claiming an extension of time to perform or relief from default. An extension of time for any such
cause shall be for the period of the enforced delay and shall commence to run from the time of the
commencement of the cause, if notice by the Party claiming such extension is sent to the other
party within ten (10) days of the commencement of the cause. Times of performance under this
Cooperative Agreement may also be extended in writing by mutual agreement between the Parties.
10. Amendments. This Cooperative Agreement may be amended at any time by the mutual
consent of the Parties by an instrument in writing.
18
17336.02100\30224563. 4 6
11. Assignment of Cooperative Agreement. Neither Party may assign or transfer its respective
rights or obligations under this Cooperative Agreement without the express written consent of the
other Party. Any purported assignment or transfer by one Party without the express written consent
of the other Party shall be null and void and of no force or effect.
12. Waiver. No delay or omission in the exercise of any right or remedy of a non-defaulting
Party on any default shall impair such right or remedy or be construed as a waiver. No consent or
approval of either Party shall be deemed to waive or render unnecessary such Party’s consent to
or approval of any subsequent act of the other Party. Any waiver by either Party of any default
must be in writing and shall not be a waiver of any other default concerning the same or any other
provision of this Cooperative Agreement.
13. Severability. In the event that any one or more of the phrases, sentences, clauses,
paragraphs, or sections contained in this Cooperative Agreement shall be declared invalid or
unenforceable by valid judgment or decree of a court of competent jurisdiction, such invalidity or
unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or
sections of this Cooperative Agreement, which shall be interpreted to carry out the intent of the
parties hereunder.
14. Survival. All rights and obligations hereunder that by their nature are to continue after any
expiration or termination of this Cooperative Agreement, shall survive any such expiration or
termination.
15. Third Party Beneficiaries. There are no third-party beneficiaries to this Cooperative
Agreement.
16. Incorporation of Exhibits. The attached Exhibit “A” is incorporated into this Cooperative
Agreement.
17. Entire Agreement. This Cooperative Agreement contains the entire agreement of the
Parties relating to the subject matter hereof and supersedes all prior negotiations, agreements or
understandings.
[Signatures on following page]
19
17336.02100\30224563. 4 7
SIGNATURE PAGE
TO
COOPERATIVE AGREEMENT
BETWEEN
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
AND
THE CITY OF CORONA
FOR MAINTENANCE OF NEW STREETS PRIOR TO TRANSFER OF TITLE
IN WITNESS WHEREOF, the Parties hereto have executed this Cooperative Agreement
on the date first herein above written.
RIVERSIDE COUNTY CITY OF CORONA
TRANSPORTATION COMMISSION
By: By:_____________________________
Signature
Its: ___________________________
_____________________________
Name
_____________________________
Title
ATTEST:
By: ____________________________
City Clerk
Approved as to Form: Approved as to Form:
By: ____________________________ By: ______________________________
Best Best & Krieger LLP Dean Derleth
General Counsel City Attorney
20
CA\DD\16000.10201\10188427.3 Exhibit A
17336.02100\30224563.4
EXHIBIT “A”
DESCRIPTION AND DEPICTION OF STREETS
Exhibits “A-1” (one page) and “A-2” (one page) are attached behind this page and are further
described as follows:
Exhibit A-1
Exhibit A-1 depicts the newly constructed portion of Second Street. The areas of Second Street
which are subject to this Cooperative Agreement are identified in purple, blue and yellow.
The portions of Second Street identified in purple are subject to a pending eminent domain action.
The portions of Second Street identified in yellow are owned in fee by RCTC, and are currently
pending transfer of title to the City.
The portion of Second Street identified in blue is pending transfer of title by Caltrans.
Exhibit A-2
Exhibit A-2 depicts the newly constructed portion of Bollero Place. The areas of Bollero Place
which are subject to this Cooperative Agreement are identified in blue and yellow.
The portions of Bollero Place identified in yellow are owned in fee by RCTC, and are currently
pending transfer of title to the City.
The portion of Bollero Place identified in blue is pending transfer of title by Caltrans.
21
22
23
AGENDA ITEM 10
Agenda Item 10
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
DATE: November 27, 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 Dalke & Sons Construction Inc. for the Perris
Valley Line Platform Canopies
STAFF RECOMMENDATION:
This item is for the Committee to:
1) Award Agreement No. 18‐33‐051‐00 to Dalke & Sons Construction Inc. (Dalke), as the
lowest responsive, responsible bidder, for the construction of the Perris Valley Line (PVL)
Platform Canopy project (Project) in the amount of $2,078,391, plus a contingency
amount of $311,759, for a total amount not to exceed $2,390,150;
2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute
the agreement on behalf of the Commission;
3) Authorize the Executive Director, or designee, to approve contingency work pursuant to
the agreement terms up to the total amount;
4) Authorize the payment of pass‐through costs for flagging services in an amount not to
exceed $475,000;
5) Approve an increase to the FY 2017/18 budget of $434,000 for flagging expenditures; and
6) Forward to the Commission for final action.
BACKGROUND INFORMATION:
The PVL, a 24‐mile extension of the 91 Line Metrolink service commenced operations on June 6,
2016. The PVL project included four new stations – Riverside‐Hunter Park, Moreno Valley/March
Field, Perris‐Downtown and Perris‐South.
During the planning of the PVL, platform canopies and a second track were considered and
included in the 30 percent design plans. After multiple value engineering workshops, the decision
was made to delete the canopies due to cost constraints. However, the infrastructure for canopy
installation was provided. After the completion of the PVL project, grant funds were identified
and the PVL canopy plan sheets were repackaged as an independent project.
The Project will install seven canopy installations initially planned for the PVL project.
24
Agenda Item 10
Procurement Process
On October 5, 2017, the Commission advertised Invitation for Bids (IFB) No. 18‐33‐051‐00 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.
Forty‐six firms downloaded the IFB. Thirteen are located in Riverside County. A pre‐bid
conference was held at the Commission’s office on October 12, and on November 7, four 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 $1,930,542
1 Dalke $2,078,391
2 Braughton Construction $2,147,325
3 Metro Builders & Engineers, Ltd $2,268,238
4 Hal Hayes $2,359,000
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. The bid analysis attached
shows the bid amounts of the four bidders and shows the bid unit price, amount, and percent
variation from the engineer’s estimate for each bid item.
After analyzing the bids, staff and Bechtel Infrastructure, Inc., the Commission’s program
management firm, concluded that Dalke’s bid in the amount of $2,078,391, is the lowest
responsive and responsible bid received for the Project. Dalke is a business located in Riverside.
Although the lowest responsible bid is higher than the engineer’s estimate, the bids were
analyzed for any irregularities or omissions. It was determined the higher cost was spread
throughout most of the bid items and therefore is not likely due to any issues with the bid
documents, but simply reflective of the upward pressure that has been observed on bid prices in
general.
Typically, a rate of 10 percent is used to determine project contingency. Staff is recommending
a contingency amount of 15 percent of the total Project amount, or $311,759. Since a portion of
the construction will take place in a fully operational Metrolink station, safety, operational
continuity, and customer convenience is of utmost importance. Staff worked to minimize risks
of customer interference by clearly defining the scope and ensuring the plan set is complete and
thoroughly reviewed for constructability; however, if complications arise and the contingency is
25
Agenda Item 10
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. 18‐33‐051‐00 for the construction of the Project to
Dalke in the amount of $2,078,391, plus a contingency amount of $311,759 to fund potential
change orders and supplemental work, for a total amount not to exceed $2,390,150.
Approval of additional funds in the amount of $475,000 is needed for railroad flagging services
to be provided by Southern California Regional Rail Authority. Staff recommends that the cost
for these services be paid by the contractor and reimbursed by the Commission as a pass‐through
cost with no mark‐up of SCRRA costs allowed.
The funding for this Project is comprised of Federal Transit Administration (FTA) Section 5307
grant funds of approximately $2.5 million and 2009 Measure A Western County rail funds of
$365,150. Staff will use the federal grant funds to the maximum extent possible. The FY 2017/18
budget includes $2,272,000 for construction and $41,000 for flagging services. Staff recommends
that the Commission approve a budget adjustment of $434,000 to increase professional services
for flagging.
Financial Information
In Fiscal Year Budget:
Yes
No
N/A
Year:
FY 2017/18
FY 2017/18
FY 2018/19
Amount:
$2,313,000
$ 434,000
$ 118,150
Source of Funds: FTA Section 5307 Grant and 2009
Measure A Western County Rail funds Budget Adjustment:
No
Yes (flagging)
N/A
GL/Project Accounting No.: 004025 81301 265 33 81301 $2,390,150
004025 65520 265 33 65520 $475,000
Fiscal Procedures Approved: Date: 11/15/2017
Attachments:
1) Draft Agreement No. 18‐33‐051‐00
2) RCTC Bid Analysis
26
Contract-1
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
**************
CONTRACT
**************
PASSENGER AMENITIES – CONSTRUCTION OF COMMUTER RAIL
STATION CANOPIES AND WIND SCREENS
RCTC Agreement No. 18-33-051-00
October 5, 2017
BETWEEN
RIVERSIDE COUNTY TRANSPORTATION COMMISSION
AND
DALKE & SONS CONSTRUCTION, INC.
27
ATTACHMENT 1
Contract-2
PASSENGER AMENITIES – CONSTRUCTION OF COMMUTER RAIL
STATION CANOPIES AND WIND SCREENS
RCTC AGREEMENT NO. 18-33-051-00
1. PARTIES AND DATE.
This Contract is made and entered into this ____ day of ____________, 2017 by and
between the Riverside County Transportation Commission (hereinafter called the "Commission")
and Dalke & Sons Construction, Inc. (hereinafter called the "Contractor"). This Contract is for
that Work described in the Contract Documents entitled PASSENGER AMENITIES –
CONSTRUCTION OF COMMUTER RAIL STATION CANOPIES AND WIND
SCREENS
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
October 5, 2017, has submitted a bid proposal PASSENGER AMENITIES – CONSTRUCTION
OF COMMUTER RAIL STATION CANOPIES AND WIND SCREENS
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:
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
28
Contract-3
PART "B" – General Conditions
PART "C" – Special Provisions (under separate cover)
PART "D" - Contract Plans (under separate cover)
PART "E" - DBE Requirements
PART "F" - Federal Davis-Bacon Wage Determination
PART "G" - Federal Transit Administration Requirements for
Federal Aid Construction Contracts
h. ADDENDUM NO.(S) 1, 2 & 3
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 passenger amenities including canopies and wind screens the Riverside
Commuter Rail Stations. Notwithstanding anything else in the Contract Documents, the
Contractor shall complete the Work for a total of Two Million Seventy-Eight Thousand Three
Hundred Ninety-One Dollars ($2,078,391), 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 140 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 Special
Provisions, found in Part "B" of the Contract Appendix. The amount of liquidated damages shall
equal seven hundred dollars ($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 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.
29
Contract-4
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:
Dalke & Sons Construction, Inc. Riverside County Transportation Commission
4585 Allstate Drive P.O. Box 12008
Riverside, CA 92501 Riverside, California 92502-2208
Attn: Barry Dalke Attn: Executive Director
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.
CONTRACTOR 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
30
EXHIBIT “A”
CERTIFICATION
LABOR CODE - SECTION 1861
I, the undersigned Contractor, am aware of the provisions of Section 3700 et seq. of the
California 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 the Code. I
agree to and will comply with such provisions before commencing the Work governed by this
Contract.
CONTRACTOR:
Name of Contractor: Dalke & Sons Construction, Inc.
By: _______________________________
Signature
_______________________________
Name
_______________________________
Title
_______________________________
Date
31
17541
BIDDER'S NAME AND ADDRESS BID $ BID RANK
1.Dalke & Sons Construction, Inc.
4585 Allstate Drive
Riverside, CA 92501
2.Braughton Construction, Inc.
10722 Arrow Route STE 810
Rancho Cucamonga, CA 91738
3.Metro Builders & Engineers, Ltd.
2610 Avon St
Newport Beach, CA 92663
4.Hal Hays Construction, Inc.
4181 Latham St.
Riverside, CA 92501
$1,930,542.00
Subcontractors of Dalke & Sons Construction
Rose Constructing
Combs Plumbing
Bithell, Inc.
KCB Towers
McKernan, Inc.
Hydrotech Electric
RB Sheet Metal
Concrete
Plumbing
Painting
FOB Galzing (Structural Steel)
Glazing
Electrical
Sheet Metal & Metal Roof
Rancho Cucamonga
Mentone
Engineer's Estimate (EE):
COMMENTS
$2,359,000.00 4 13.5%> low bid
low bid
City Work
$2,078,391.00 1
> low bid3.3%
9.1%> low bid
2
3
$2,147,325.00
$2,268,238.00
RCTC Agreement No. 17-33-058-00
RIVERSIDE COUNTY TRANSPORTATION COMMISION
BID OPENING
2:00 PM, Tuesday, November 7, 2017
PERRIS VALLEY LINE PLATFORM CANOPIES PROJECT
Corona
Nuevo
Covina
Highland
Redlands
32
ATTACHMENT 2
Patti CastilloPERRIS VALLEY LINE CANOPIES
"
R I V E R S I D E H U N T E R P A R K S T A T I O N
1 0 , 1 i n T O V I A T
R I Y E R V I D E
R I V E R S I D E
J k b z r n 6 t 9 h i l "
,
t
c 1 I d
W
3 : z - r r . I r e
a O r r . '