HomeMy WebLinkAboutA4317 - CVAG INDIAN I-10 INTERCHANGE REIMBURSEMENT COntract No. 01-0/-69//A?
Riverside Co. Transportation
AMENDMENT NUMBER EIGHT
CITY OF PALM SPRINGS-COUNTY OF RIVERSDIE -CVAG
REIMBURSEMENT AGREEMENT
INDIAN AVENUE/INTERSTATE 10 INTERCHANGE PROJECT
THIS AMENDMENT NUMBER EIGHT is made and entered into this J ONE day of
Lp , 2011, by and between the Coachella Valley Association of
Governments, a California joint powers agency, (CVAG), the City of Palm Springs (Lead
Agency) and the County of Riverside (Agency), and is made with reference to the following
background facts and circumstances. All other provisions in the existing Reimbursement
Agreement, and Amendments One through Seven, inclusive, for the Indian Avenue/ Interstate
10 Interchange Project, remain in force.
This Amendment Number Eight revises the proportionate share of responsibility for the
25% local share of project costs. No additional funds are obligated by this Amendment Eight.
The current estimated cost for the Indian Avenue/ Interstate 10 Interchange Project is
presently$26,476,137.
This Amendment Number Eight confirms that all submitted payment requests must be
eligible for reimbursement by CVAG as outlined in the CVAG Policies and Procedures Manual
for the Regional Arterial Program in effect at the time CVAG is invoiced by the lead agency for
reimbursement.
This Amendment Number Eight shall establish the following proportionate share
of responsibility for the 25% Local Share of qualified costs for the Indian Avenue/
Interstate 10 Interchange Project.
Desert Hot Springs 33.90%
Palm Springs 37.90%
Cathedral City 6.70%
Rancho Mirage 1.50%
Riverside County 20.00%
The cities of Desert Hot Springs, Cathedral City and Rancho Mirage are not
obligated by this Amendment Number Eight. These cities will be presented a Sub-
Reimbursement Agreement to confirm their individual responsibility for the 26% Local
Share of qualified costs for the Indian Avenue/ Interstate 10 Interchange Project.
Funding Summary
Previously obligated and authorized for expenditure (Original Agreement) $ 943,843
Amendment Number One $ 9,000
Amendment Number Two $ 15,300,000
Amendment Number Three $ 50,000
Amendment Number Four $ 50,000
Amendment Number Five $ 340,720
Amendment Number Six $ 385,000
Amendment Number Seven $ 1,364,272
Amendment Number Eight $ 0
AUG 1 62011 Sao
IN WITNESS WHEREOF, the parties hereto have caused this Amendment Number Eight to be
executed by their duly authorized representatives on this date:
w -n
O
j
D y
ATTEST: COUNTY OF RIVERSIDE J
y
D
r M
B — By: L
Bob Buster 0
Clerk of t e Board Chairman M z
Ga
4
c
z
ATTEST: CITY OF PALM SPRINGS
By: By:
Stephen Pougnet
City Clerk Mayor
ATTEST: CVAG
By: By:
Tom Kirk, onne Parks
Executive Director CVAG Chair
AUG 1 62011 3. q0
IN WITNESS WHEREOF, the parties hereto have caused this Amendment Number Eight to be
executed by their duly authorized representatives on this date:
ATTEST: COUNTY OF RIVERSIDE
By: By:
Bob Buster
Clerk of the Board Chairman
APPROVED BY CITY COUNCIL
I -aO • Nt 3S Ron
ATTEST: CITY OF PALM SPRINGS
By:
a�/rrZol (APPROVED AS TO FORM Step�eR-PeraQrret
City Clerk .Mayer CITY MAk!,Cr--
P, City Attorney
-)ate
ATTEST: CVAG
By: _ By:
Tom kKV Yvonne Parks
Executive Director CVAG Chair
RETURN TO:
CITY CLERK
CITY OF PALM SPRINGS
BOX 2743
PALM SPRINGS,CA M63
COACHELLA VALLEY ASSOCIATION of GOVERNMENTS
AMENDMENT NUMBER SEVEN
CITY OF PALM SPRINGS—COUNTY OF RIVERSDIE - CVAG
REIMBURSEMENT AGREEMENT
INDIAN AVENUE/ INTERSTATE 10 INTERCHANGE PROJECT
THIS AMENDMENT NUMBER SEVEN is made and entered into this day of
2010, by and between the Coachella Valley Association of
Governm nts, a California joint powers agency, (CVAG), the City of Palm Springs (Lead
Agency) and the County of Riverside, and is made with reference to the following background
facts and circumstances. All other provisions in the existing Reimbursement Agreement, and
Amendments One through Six, inclusive, for the Indian Avenue/ Interstate 10 Interchange
Project, remain in force.
This Amendment Number Seven obligates the estimated funds necessary to eliminate
the anticipated funding shortfall to construct the Indian Avenue/ Interstate 10 Interchange
Project.
The revised estimated cost for the Indian Avenue/ Interstate 10 Interchange Project is
presently $28,800,000.
This Amendment Number Seven confirms that all submitted payment requests must be
eligible for reimbursement by CVAG as outlined in the CVAG Policies and Procedures Manual
for the Regional Arterial Program, as adopted March 29, 2010.
This Amendment Number Seven shall obligate additional funds in the amount of
$1,364,272 to eliminate the estimated shortfall to construct the Indian Avenue/ Interstate
10 Interchange Project.
Summary
Previously obligated and authorized for expenditure (Original Agreement) $ 943,843
Amendment Number One $ 9,000
Amendment Number Two $ 15,300,000
Amendment Number Three $ 50,000
Amendment Number Four $ 50,000
Amendment Number Five $ 340,720
Amendment Number Six $ 385,000
Amendment Number Seven $ 1,364,272
JUN 292010 �.��
IN WITNESS WHEREOF, the parties hereto have caused this Amendment Number Seven to
be executed by their duly authorized representatives on this date:
ATTEST: CITY OF PALM SPRINGS
iks
City Clerk TO #-Oftj MY MAIMGE-I'l
APPROVED BY CITY COUNCIL
aty attorney ,
ATTEST: COUNTY OF RIVERSIDE
By: By:
Clerk of the Board
ATTEST: CVAG
By: By: .�
Too Ki , Stephen Pougnet
Exec"Ufive Director CVAG Chair
}¢}gdy:wVl:'x:/WfYrtY'a.'pP..::.rpxaWw.•..:... yr.
COACHELLA VALLEY ASSOCIATION of GOVERNMENTS
IN WITNESS WHEREOF, the parties hereto have caused this Amendment Number Seven to be
executed by their duly authorized representatives on this date:
ATTEST: CITY OF PALM SPRINGS
By: By:
City Clerk
J.
ATTEST: COUNTY OF RIVERSIDE a
i
By' D EPUTY B.
KECIA H PER-THEM
Clerk of a Board -MA1v�;.:�y:�> A
CHAIRMAK, ROAR`"' SUPERVISORS
rh
ATTEST: CVAG
By: By; '69��Z/1)
Tom Kirk, St phen Pougn
Executive Director CVAG Chair
Al IN 9 9 Mtn 2 (0(,P
v
Riverside Co. ;ry:. 7eriat➢Ora
AMENDMENT NUMBER SIX �4
to the r
CITY OF PALM SPRINGS-COUNTY OF RIVERSIDE-CVAG REIMBURSEMENT
AGREEMENT
INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING, ENVIRONMENTAL AND CONSTRUCTION
THIS AMENDMENT NUMBER SIX is made and entered into this(o Day of
2008, by and between the City of Palm Springs (Lead Agency), the
Courky of Riverside (Agency), and the Coachella Valley Association of Governments, a
California joint powers agency, (CVAG), and is made with reference to the following background
facts and circumstances:
This Amendment Number Six obligates and authorizes for expenditure,funds not previously
authorized under the terms of the existing Reimbursement Agreement for the " Indian Avenue
Interstate 10 Interchange Design Engineering and Environmental" (the Project), dated December
6, 2000; Amendment Number One, dated November 14, 2001; Amendment Number Two, dated
May 1, 2002; Amendment Number Three, dated December 8, 2003; Amendment Number Four,
dated May 21,2003; and Amendment Number Five. All other provisions are considered to remain
in force.
This Amendment Number Six shall authorize additional design engineering funds in the
amount not to exceed $385,000. The Lead Agency is requesting additional funds for the Design
Consultant due to the revised environmental document standards,final Project Report extra work,,
and additional right of way work.
Summary:
Previously obligated and authorized for expenditure (Original Agreement) $ 943,843
Previously obligated under Amendment#1 $ 9,000
Previously obligated under Amendment#2 $15,300,000
Previously obligated under Amendment#3 $ 50,000
Previously obligated under Amendment#4 $ 50,000
Previously obligated under Amendment#5 $ 340,720
New obligations under this Amendment#6 $ 385,000
Total amount, after Amendment#6 is authorized for expenditure $17,078,563
Indian Avenue 1-10 Interchange/Amendment number six PS/County of Riverside/CVAG January 2008 Pagel
dAy 2 0 2008
IN WITNESS WHEREOF,the parties hereto have caused this Amendment Number Six agreement
to be executed by their duly authorized representatives on this date:
ATTEST: CITY OF fPALM SPRINGS ,, \
By: By:
City Clerk
w
r
Z COUNTY OF RIVERSIDE
ATTEST:
B> �
By,
z Clerk of the DEPUTY C airman of the
Board of Supervisors card_of Supervisor
p �7
7`��
d CQ
CVAG
\, A S
rr
LL O m By By
John Wohimuth CVAG Chair
Executive Director
Indian Avenue I-10 Interchanbe/Amendment number six PS/County of Riverside/CVAG January 2008 Pagc2
I\AAY � 0 Z�QB 3
IN WITNESS WHEREOF, the parties hereto have caused this Amendment Number Six agreement
to be executed by their duly authorized representatives on this date.
ATTEST: CITY OF PALM SPRINGS
/ City Clerk City Man
APPROVED BY CITY COUNCIL
COUNTY OF RIVERSIDE
ATTEST:
By; By-
Clerk of the / Chairman of th
Board of Supervis•rs Board of Sup rwsors
CVAG
ATTEST:
By: By.
J#n Wohlmuth C AG Chair
E ecutive Director
Indian Avenue i-10 Interchange/Amendment number six PS/County of Rrvcrsidc/CVAG January 2008 Page?
Riverside Co. Tra9sportation
CITY OF PALM SPRINGS-COUNTY OF RIVE RSIDE-CVAG REIMBURSEMENT
m AGREEMENT
u� �
N
a r "INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING,ENVIRONMENTAL AND CONSTRUCTION"
L—W
AMENDMENT NUMBER FIVE /ADDITIONAL ENGINEERING DESIGN FUNDS
c_
CU
THIS AMENDMENT NUMBER FIVE is made and entered into this 9 Day of
14 V, 2007, by and between the City of Palm Springs ("Lead Agency"), the County of
Riverside('Agency'),and the Coachella Valley Association of Governments,a California
jointpowers agency,("CVAG"),and is made withreferenceto the followingbackground facts and
circumstances:
This amendment obligates and authorizes for expenditure,funds not previously authorized
under the terms of the existing reimbursement agreement for the"Indian Avenue Interstate 10
Interchange Design Engineering andEnvironmental"("the Project"),dated December 6,2000,
amendment number one,datedNovember 14,2001,amendmentnumbertwo,datedlvlay 1,2002,
amendment number three, dated December 8,2003, and amendment number four. All other
provisions are considered in force.
This amendment number five shall authorize additional design engineering funds inthe
amountnottoexceedS340,720. The Lead Agency is requesting additional funds forthe Design
Consultant due to the PANED(Project ApprovalJEnvironrnmtal Document)Phase ofthe picjeet that
has been extended from the anticipated two years to more than five years.
Summary:
Previously obligated and authorized for expenditure (Original Agreement) $ 943,843
Previously obligated under Amendment#1 $ 9,000
Previously obligated under.Amendment#2 $15,300,000
Previously obligated under Amendment 9.3 $ 50,000
Previously obligated under Amendment#4 $ 50,000
New obligations under this Amendment 45 $ 340,720
Total amount, after Amendment 45 is authorized for expenditure $16,693,563
Indian Avenue I-10 Interchange/Amendment number five PS/County of Riverside/CVAG September 2006 Pagel
Sp 18 Z007 74 y'
IN WITNESS WHEREOF,the parties hereto have causedtbis amendment numberfive agreement
to be executed by their duly authorized representatives on this date:
ATTEST CITY OF PALM SPRINGS
City Clerk II/2e[zoo-1 City Manager.
C', APPROVED BY CITY COUNCIL
COUN Y OF RIVER"TAVAGL-
By: [ pU BClerk of to Bo of Supervisors ervisors
NANCY ROMERO --
CVAG
By: ��' — `� By:
o Woblri t
ecutive Director Chainnan
RETURN TO:
m n�•qn pni ��P^�
FORM AP�PR
__O
//V� E
__R����COUNTY COUNSEL
BY:__. >0Y16 a ) ---o y�7-'Q C:TV OF PALM SPRINGS
MP,RSHA L VICTOR DATE SO/2%43
PEA_VI SPRINGS,CA 022E3
T' Indian Avenue I-10 Interchange/Amendment number five PS/County of Riverside/CVAG September 2006 Paget I
SEP 18 2007 .�y
GqWact NO
0 031 31 03
CITY OF PALM SPRINGS-COUNTY OF RIVERSIDE-CVAG REIMBURSEMENT
AGREEMENT
CVAG
Indian/ 1-10 Interchange
"INDIAN AVENUE INTERSTATE 10 INTER( AGREEMENT #4317 Amend 4
DESIGN ENGINEERING , ENVIRONMENTAL AND C M07303, 5-21-03
AMENDMENT NUMBER FOUR/ADDITIONAL DESIGN ENGINEERING FUNDS
THIS AMENDMENT NUMBER FOUR is made and entered into thisa'Ky of JlUg
2003, by and between the City of Palm Springs ("Lead Agency"), the County of Riv4side
("Agency"),and the Coachella Valley Association of Governments,a California jointpowers agency,
("CVAG"), and is made with reference to the following background facts and circumstances:
This amendment obligates and authorizes for expenditure,funds not previously authorized under
the terms of the existing reimbursement agreement for the"Indian Avenue Interstate 10 Interchange Design
Engineering and Environmental"("the Project"),dated December 6,2000,amendment number one,dated
November 14,2001,amendment number two,dated May 1,2002,and amendment number three. All
other provisions are considered in force.
This amendment number four shall authorize additional design engineering funds inthe amount not
to exceed$50,000. The Lead Agency is requesting additional funds for the Design Consultant due to a
change in the scope of work and the revisions required by Caltrans and FHWA related to the project
alternatives. For further detail please see Amendment Number Four -Exhibits "B" .
Summary:
Previously obligated and authorized for expenditure (Original Agreement) $ 943,843
Previously obligated under Amendment#1 $ 9,000
Previously obligated under Amendment 42 $ 15,300,000
Previously obligated under Amendment 43 $ 50,000
New obligations under this Amendment#4 $ 50,000
Total amount, after Amendment#4 obligated and authorized for expenditure $ 16,352,843
3"Indian Avenue 1-10 Interchange/Amendment number four PS/County of Riverside/CVAG April 2003 Page 1
IN WITNESS WHEREOF,the parties hereto have caused this amendment number four agreement to
be executed by their duly authorized representatives on this date:
ATTEST: CITY OF PALM SPRINGS
ByBy.
City Clerk (p16/0 City Manager
COUNTY OF RIVERSIDE
r
cl
SON
Cle o e Boar of Supervisors 4(at-.7,'Chainnan of the Board-of Supervisors
CVAG
By: %f By: 7
ecutive Director Chairman
%PPROVED AS TO FORM
Clty Ll �i3 ,
Date :4;��
V7D
2SEJ.
r
m.
Indian Avenue I-10 Interchange/Amendment number four PS/County of Riverside/CVAG April 2003 Page 2
EXHIBIT B - AMENDMENT NUMBER FOUR
ESTIMATE OF COST
"INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING , ENVIRONMENTAL AND CONSTRUCTION"
AMENDMENT NUMBER FOUR/LEAD AGENCY STAFF ADMINISTRATION TIME
Existing Agreement
Phase I: Project Report/Environmental $333,667.71
Phase II: Final Plans, Specs & Estimates $565,683
Phase III: Bid/Award Support $ 10,098.87
Phase IV: Construction Support $ 34,392.99
Total Design $943,842.57
Amendments # 1, 2,3 & 4
Lead Agency Staff Time (Amendment#1) $ 9,000
Construction (Amendment#2) $ 15,300,000
Administration (Amendment#3) $ 50,000
Consultant, Design Engineering (Amendment#4)$ 50,000
Total Cost $ 16,352,843
f:\home\aazzu\agree\stip\amend\psindi 10303
-.-Indian Avenue I tl Interchange/Amendment number four PS/County of Riverside/CVAG April 2003 Page 3
Contract No.
Riverside Co. Transportation
CVAG
CITY OF PALM SPRINGS-COUNTY OF RIVERSIDE-CVAI Indian Avenue/I-10 I nterchang
AGREEMENT AGREEMENT #4317 Amend 3
M07234, 1-2-03
"INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING , ENVIRONMENTAL AND CONSTRUCTION"
AMENDMENT NUMBER THREE/LEAD AGENCY STAFF ADMINISTRATION TIME
THIS AMENDMENT NUMBER THREE is made and entered into this 0441_6,__ciayof ,
2003, by and between the City of Palm Springs ("Lead Agency"), the County of Riverside
("Agency"),and the Coachella Valley Association of Governments,a California joint powers agency,
("CVAG"), and is made with reference to the following background facts and circurnstances:
This amendment obligates and authorizes for expenditure,funds not previously authorized under
the terms ofthe existing reimbursement agreement for the"Indian Avenue Interstate 10Interchange Design
Engineering and Environmental'("the Project"),dated December 6,2000,amendment number one,dated
November 14, 2001, and amendment number two, dated May 1, 2002. All other provisions are
considered in force.
This amendment numberthree shall authorize additional funds in the amount not to exceed$50,000
for project administration and to allow the Lead Agency to recover an amount representing the time of its
employed staff in working on this Project. For further detail please see Amendment Number Three-
Exhibits "B" .
Summary
Previously obligated and authorized for expenditure (Original Agreement) $ 943,843
Previously obligated under Amendment#1 $ 9,000
Previously obligated under Amendment#2 $ 15,300,000
New obligations under this Amendment 43 $ 50,000
Total amount, after Amendment 43 obligated and authorized for expenditure $ 16,302,843
Indian Avenue 1-10 Interchange/Amendment number three PS/County of Riverside/CVAG November 2002 Page I
IN WITNESS WHEREOF,the parties hereto have caused this amendment number three agreement to
be executed by their duty authorized representatives on this date:
ATTEST: CITY OF PALM SPRINGS
B By:
Ci rk City Manager
w �
i�u'4
COUNTY OF RIVERSIDE A 1F 3 Y
ByA_-Cler
By ':iuy/
r ;�i2N..SC75'7
ie Boar�ervisors lei -Chairman of the Board of Supervisors
CVAG
By: �llV�� By:
xecutive Director Chairman
00Uv§TV C.C'CT4SE-L
NOV _ou
Indian Avenue I-10 Interchange/Amendment number three PS/County of Riverside/CVAG November 2002 Page 2
EXHIBIT B - AMENDMENT NUMBER THREE
ESTIMATE OF COST
"INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING , ENVIRONMENTAL AND CONSTRUCTION"
AMENDMENT NUMBER THREE /LEAD AGENCY STAFF ADMINISTRATION TIME
Existing Agreement
Phase I: Project Report/Environmental $333,667.71
Phase II: Final Plans, Specs & Estimates $565,683
Phase 1II: Bid/Award Support $ 10,098.87
Phase IV: Construction Support $ 34,392.99
Total Design $943,842.57
Amendments # 1,2 & 3
Lead Agency Staff Time (Amendment#1) $ 9,000
Construction (Amendment#2) $ 15,300,000
Administration (Amendment#3) $ 50,000
Total Cost $ 16,302,843
f.\home\aazzu\agree\stip\amend\psindi 101102
Indian Avenue 1-10 Interchange/Amendment number three PS/County of Riverside/CVAG November 2002 Page 3
AMENDMENT NUMBER TWO
CITY OF PALM SPRINGS - COUNTY OF RIVERSIDE - CVAG REIMBURSEMENTS._,"_,_1_1
AGREEMENT
CVAG - Ps
"INDIAN AVENUE INTERSTATE 10 INTERCH Indian Ave/I-10 interchange
AGREEMENT #4317 Amend 2
DESIGN ENGINEERING,ENVIRONMENTAL AND COP M07062, 5-1-02
THIS AMENDMENT NUMBER TWO is made and entered into this/4` day of
200A by and between the City of Palm Springs ("Lead Agency"), the County of Riverside
("Agency"), and the Coachella Valley Association of Governments, a California joint powers
agency, ("CVAG"), and is made with reference to the following background facts and
circumstances:
The ROTC- CVAG agreement for distribution of federal transportation funds provides that
CVAG is allocated over $26 Million of 2002 STIP funds. The Indian Avenue Interstate 10
Interchange project was identified on the list of projects to receive the STIP formula funds,
The CVAG Executive Committee, on October 29, 2001, approved the allocation of Coachella
Valley 2002 STIP formula funds to the Indian Avenue Interstate 10 Interchange Project in the
arnourit of$15,300,000.
This amendment allocates 2002 STIP funds in the amount of $15,300,000 for construction
(section 4 of existing agreement). All other provisions in the existing reimbursement agreement,
dated December 6, 2000,and amendment number one,dated November 14,2001 are considered in
force.
Lead Agency and Cooperating Agencies will be responsible for following the SB-45
requirements and the Caltrans Procedures Manual that describes the processes, procedures,
documents, authorizations, approvals and certifications which are required in order to receive
Federal-aid and/or State fiords for this project.
The Lead Agency will follow the Federal/State procedures and requirements to get reimbursed
for the $15,300,000 by Caltrans. Lead Agency will deal directly with Caltrans in requesting the
funds. CVAG will not be responsible for the loss of funds should the Lead Agency fail to follow
the Federal/State procedures.
Summary:
Previously obligated and authorized for expenditure (Original Agreement) $ 943,843
Previously obligated under Amendment#1 $ 9,000
New obligations under this Amendment#2 $ 15,300,000
Total amount, after Amendment#2 obligated and authorized for expenditure $ 16,252,843
Amendment#2 CVAG-City of Palm Springs-County of Riverside/Indian Avenue I-10 Interchange/October 2001 Page I
OF?IGNAL Bill c19 3
ANDJOR AGREMM Pollo 2 53-5,
AMENDMENT NUMBER TWO
CITY OF PALM SPRINGS - COUNTY OF RIVERSIDE - CVAG REIMBURSEMENT
AGREEMENT
"INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING, ENVIRONMENTAL AND CONSTRUCTION"
IN WITNESS WHEREOF,the parties hereto have caused this amendment number two agreement
to be executed by their duly authorized representatives on this date:
ATTEST.. CITY OF PALM SPRINGS
By:
City Clerk
_Mayor r'PROVED AS TO FOR1w
L.
Atto►ntb
COUNTY OF RIVERSIDE gate -
r
#0 yy�
By: *Ctqof1the
l1a ..� .. R ?Yy el.Lt
FORM APPROVED
oard of Supervisors Chairman of the Board of SupervMgTy COUNSEL
L19 z
/ N CL ti y
- - CVAG
f� .
By: By:
Patricia A. Larson, Chai an
Executive Director
f\home\aazzu\wp\agree\stip\amend\indiani l Oamnd2 )
r/ • Y GGG ��/
Amendment N2 CVAG-City of Palm Springs-County of Riverside/Indian Avenue I-10 Interchange/October 2001 Page 2
yC:.__D�__- !�c2l
r `w°"`'C'T Y OF PALM SPRINGS - COUNTY OF RIVERSIDE - CVAG
REIMBURSEMENT AGREEMENT
"INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING AND ENVIRONMENTAL"
AMENDMENT NUMBER ONE/LEAD AGENCY STAFF ADMINISTRATION TIME
t,
THIS AMENDMENT NUMBER ONE is made and entered into this �eday of
2001, by and between the Coachella Valley Association of
Govern nments, a California joint powers agency, ("CVAG"), City of Palm Springs ("Lead
Agency"), the County of Riverside ("Agency").
This amendment obligates and authorizes for expenditure, funds not previously authorized Linder the
terms of the existing Reimbursement Agreement for the "Indian Avenue Interstate 10 Interchange
Design Engineering and Environmental' ("the Project"), executed December 6, 2000, Exhibit "B"-
"Estimate of Cost". All other provisions are considered in force.
This amendment number one shall authorize additional funds in the amount not to exceed $9,000
to allow the Lead Agency to recover an amount representing the time of its employed staff in
working on this Project. For further detail please see Amendment One - Exhibits "B" .
Summary:
Previously obligated and authorized for expenditure (Original Agreement) $ 943,843
New obligations under this Amendment#1 $ 9.000
Total amount, after Amendment#1 obligated and authorized for expenditure $ 952,843
CVAG
Indian/I-10 Reimbursement
AGREEMM #4317 +`
M06961, 11-14-01
Indian Avenue I-10 Interchange/Amendment Number One PS/County of Riverside/CVAG August 2001 Page I
IN WITNESS WHEREOF,the parties hereto have caused this amendment number one agreement
to be executed by their duly authorized representatives on this date:
ATTEST: CITY OF PALM SPRINGS
By:
s
City Clerk City Manager
c3 FORVv
Cit tomes
COUNTY OF RIVERSIDE
By: rZ ".(^ f j� /;= By. � I.t y�
SEA ROBERT A. BUST I3
Clerk bf the Board of Supervisors Chairman of the Board of Supervisors
CVAG f
BY: Ge. G.0 a ��
._�,J �f ��
� � o By: �
Patricia A. Larson, 4-'hawi an
Executive Director
�'T V C�C'..hG9i,,I(ML
FORM APPRC.WED
COUNTY COMISEL
Indian Avenue I-10 Interchange/Amendment Number One PS/County of Riverside/CVAG August 2001 Page 2
EXHIBIT B - AMENDMENT NUMBER ONE
ESTIMATE OF COST
"INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING AND ENVIRONMENTAL"
AMENDMENT NUMBER ONE /LEAD AGENCY STAFF ADMINISTRATION TIME
Existing Agreement
Phase I: Project Report/Environmental $333,667.71
Phase II: Final Plans, Specs &Estimates $565,683
Phase III: Bid/Award Support $ 10,098.87
Phase IV: Construction Support $ 34.392.99
Total Design $943,842.57
Amendment Number One
Lead Agency Staff Time $ 9,000.00
Total Cost 952,842.57
f.-\home\aazzu\agree\stip\amend\psindi 10701
Indian Avenue I-10 Interchange/Amendment Number One PS/County of Riverside/CVAG August 2001 Page 3
3f fry rar_% No
• , , 1. r �'Ii�Y O�EUGC YN6Yn �/.~.�✓ � C.!//f
1+;14i°�C't°laLUU S,iu,t2;h`CC'� -
L:U; 1KJ
CVAG
CITY OF PALM SPRINGS - COUNTY OF RIVER Reimbursement Agr Indian/I10
REIMBURSEMENT AGREEMENT AGREEMENT #4317
M06760, 12-6-00
"INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING AND ENVIRONMENTA "
QQL
THIS AGREEMENT is made and entered into this day of t crvi� _,2000, by and
between the Coachella Valley Association of Governments, a California joint powers agency,
("CVAG"), City of Palm Springs ("Lead Agency"), the County of Riverside("Agency"), and
is made with reference to the following background facts and circumstances:
RECITALS
Whereas,the "Coachella Valley Area Transportation Study",a valley-wide study prepared under
the auspices of CVAG, has identified various transportation and highway projects throughout the
Coachella Valley to be projects of regional importance; and
Whereas, approval of a highway financing measure ("Measure `A"')by the voters of Riverside
County in November of 1988 has created a source of funds with which to construct such projects;
and
Whereas, CVAG by agreement with its member agencies and with the Riverside County
Transportation Commission("RCTC"),has been designated as the agency through which such funds
are to be conveyed and disbursed for the purpose of completing said regional transportation projects;
and
Whereas, historically CVAG has administered funds by advancing, or reimbursing after
expenditure, some portion of the cost associated with qualifying projects. There now exists a
compelling need to fund and construct various eligible projects notwithstanding that some or all of
CVAG's member jurisdictions do not now have adequate funding in place.
Whereas, CVAG also expects to receive monies pursuant to the State Transportation
Improvement Program which may be used to fund twenty-five percent of eligible project cost(the
"STIP-Quarter").
Whereas, on December 7, 1998,the CVAG Executive Committee adopted a policy to fund the
named Measure"A"projects as follows; 50%from CVAG TUMF/Measure"A" resources,25%from
CVAG controlled STIP or STP resources, and the remaining 25% continue to be provided by the
affected jurisdiction.
Whereas, Indian Avenue Interstate 10 Interchange is qualified to receive 50% from CVAG
TUMF/Measure"A" resources, 25% from CVAG controlled STIP or STP resources.
CVAG-City of Palm Springs/County of Riverside/[ndian Av I-10 Design Engineering&Environmental September 2000 Page I
n '"d
Whereas, should the 25% STIP or STP funds become available for this project, then the Lead
Agency and the Agency will be responsible for following the SB-45 requirements and the Caltrans
Procedures Manual that describes the processes,procedures, documents, authorizations, approvals
and certifications which are required in order to receive Federal-aid and/or State funds (25% STIP
or STP funds) for this project. CVAG shall reconcile the funding sources in the future, when the
STIP or STP funds become available.
Whereas, CVAG is willing to advance some or all of the entire cost of certain eligible projects
with the understanding and agreement,embodied herein,that twenty-five percent of the total project
cost shall thereafter be reimbursed to CVAG (the "Jurisdictions-Quarter"). Each agency's
respective portion of the Jurisdictions-Quarter shall be determined prior to construction.
Whereas,this agreement shall provide for such an advance from CVAG for the Project generally
described as and consisting of the following: "Indian Avenue Interstate 10 Interchange". These
services will hereinafter be referred to as the "Project". This Project will provide the Design
Engineering, Right-of-Way and Environmental for Indian Avenue Interstate 10 Interchange.
Whereas, Lead Agency and Agency desire to proceed with the Project"Design Engineering and
Environmental for Indian Avenue Interstate 10 Interchange". The estimated cost of the Project is
94� 3,842. Lead Agency and Agency desire to receive advances from CVAG of all or a portion of
its Jurisdiction Quarter relating to the Project. CVAG is, under the circumstances provided herein,
willing to advance some or all of the Jurisdiction Quarter of Lead Agency with reference to the
Project.
Whereas, it is the intent of Lead Agency, Agency and CVAG that this agreement will be
amended, for the bid process, Right-of-Way acquisition and construction phases, to include a scope
of work, cost estimate and if necessary, schedule modifications, for each respective phase.
Whereas, Lead Agency, Agency agree to submit only those costs which are eligible under
CVAG's policies as outlined in the, "Cost Determination/Expense Eligibility" of CVAG's Policies
and Procedures Manual.
AGREEMENT
NOW, THEREFORE, in consideration of the mutual covenants and subject to the conditions
contained herein,the parties do agree as follows:
1. The program embodied in this Agreement for the reimbursement of funds by CVAG shall
apply only to those Regional Arterial Projects that have heretofore been identified in CVAG's 1999
updated list of Regional Arterial Projects. The Project is one of those identified projects and is
therefore eligible.
CVAG-City of Palm Springs/County of Riverside/Indian Av 1-10 Design Engineering&Environmental September 2000 Page 2
I
2. The Project is generally described as and consists of the following: "Design Engineering
and Environmental for Indian Avenue Interstate 10 Interchange" These services will
hereinafter be referred to as the "Project".
3. The scope of work of the Project is more particularly described in Exhibit "A", entitled
"Scope of Services" - "Indian Avenue Interstate 10 Interchange Design Engineering and
Environmental" attached hereto and made a part hereof. The cost estimate for the Project is more
particularly described in Exhibit "B" - "Estimate of Cost", attached hereto and made a part
hereof. The cost estimates include a calculation intended to allow Lead Agency to recover an
amount representing the time of its employed staff in working on the Project as well as amount Lead
Agency shall pay to outside contractors in connection with the Project. The amount of the agency's
respective portion of the Jurisdictions-Quarter, the STIP-Quarter, and the remaining portion to be
paid by CVAG(the "CVAG-Half') shall be calculated by reference to the cost estimates as shown
on Exhibit "B" unless amended pursuant to the provisions of Paragraph 5. Exhibit "C" is the
"Project Schedule".
4. It is the agreement between CVAG, Lead Agency and Agency that the total cost of the
Project shall not exceed 94$ 3,842. Lead Agency and Agency shall reimburse CVAG the
Jurisdictional share of eligible costs in accordance with the attached Jurisdictional Reimbursement
Schedule(percentages will be determined prior to construction). Each of the involved agencies shall
have a funding policy acceptable to CVAG in place prior to CVAG's obligation of construction
funds for this Project.
4.1 It is intended that,in order to expedite this Project, CVAG will advance funds for this
Project, up to the amounts approved by CVAG's Executive Committee. If the Project is not
completed within a reasonable time, as approved by CVAG's Executive Committee, or if all work
on the Project has stopped or is not proceeding in a diligent manner,Lead Agency and Agency agree
to repay CVAG their respective jurisdictional shares, up to the amount advanced by CVAG.
4.2 Funds advanced by CVAG for this Project shall be used to pay all services related
to the Design and Environmental of the Project.
4.3 Payments to Lead Agency shall be made upon presentation to CVAG of statements
from Lead Agency, certifying by Project its costs, and enclosing therewith copies of contractor's
invoices, evidence of payment, and such other information and records as may be required by
CVAG to verify costs, provided however, that such payments shall be made to Lead Agency no
more frequently than monthly.
4.4 Eligible costs are defined as those outlined in Section IV, "Cost
Determination/Expense Eligibility" of CVAG's Policies and Procedures Manual (Attachment 1).
5. The parties agree that should unforeseen circumstances arise which result in new work
not covered in Exhibit "A" or an increase of any costs over those shown in Exhibit "B", CVAG
will in good faith consider an amendment to this agreement to include any such costs under this
agreement so as to provide thereby for further reimbursement to be made on account thereof. The
Scope of Work shall be subject to changes, for the purpose of CVAG payment, by additions,
CVAG-City of Palm Springs/County of Riverside/Indian Av I-10 Design Engineering&Environmental September 2000 Page 3
deletions,or revisions by agreement between Lead Agency,Agency and CVAG if such changes are
in accordance with the policies, procedures, and cost determination/expense eligibility criteria
adopted by CVAG. This contract may be amended or modified only by mutual written agreement
of the parties. No alteration or variation of the terms of this contract will be valid unless made in
writing and signed by the parties hereto and no oral understanding or agreement not incorporated
herein, will be binding on any of the parties hereto.
6. Lead Agency agrees to keep all Project contracts and records for a period of not less than
three years from the date a notice of completion is filed by the Lead Agency on such Project, or if
the Project is not one as to which a notice of completion would normally be recorded,for three years
from the date of completion. Lead Agency further agrees that all such files and records will be made
available to CVAG upon its reasonable request.
7. It is the intent of the Lead Agency and CVAG that the Project be represented as being
funded by Measure "A"/TUMF funds. All project public notices, news releases, and documents
should indicate the Project is being cooperatively developed by the Lead Agency, ROTC, and
CVAG using Measure "A"/TUMF funds.
8. This agreement is for funding purposes only and nothing herein shall be construed
so as to constitute CVAG as a party to the construction or ownership of the Project or to make
it as a partner or joint venturer with Lead Agency as to the Project.
9. The City of Palm Springs shall assume the defense of,indemnify and hold harmless
CVAG, the County of Riverside and their respective officers and employees, and each and
every one of them,from and against all actions, damages,claims,losses and expenses of every
type and description to which they may be subjected or put, by reason of, or resulting from,
the actions or inactions of the City of Palm Springs taken in the performance of the Agreement
or any agreement entered into by City of Palm Springs with reference to this Project.
9.1 The County of Riverside shall assume the defense of, indemnify and hold
harmless CVAG, the City of Palm Springs and their respective officers and employees, and
each and every one of them,from and against all actions,damages,claims,losses and expenses
of every type and description to which they may be subjected or put, by reason of,or resulting
from, the actions or inactions of the County of Riverside taken in the performance of the
Agreement or any agreement entered into by County of Riverside with reference to this
Project.
9.2 CVAG shall assume the defense of, indemnify and hold harmless the County
of Riverside,the City of Palm Springs and their respective officers,employees,and agents,and
each of them,from and against all actions,damages,claims,losses, and expenses of every type
and descriptions to which they may be subjected or put, by reason of, or resulting from, the
actions of CVAG taken in the performance of the Agreement or any agreement entered into
by CVAG with reference to this Project.
CVAG-City of Palm Springs/County of Riverside/Indian Av 1-10 Design Engineering&Environmental September 2000 Page 4
10. Lead Agency agrees to include in its contract specifications and bid documents a
requirement that all prime contractors shall name CVAG,Lead Agency,Agency as "additional
insureds" on all liability insurance coverage required by Lead Agency on each contract. Lead
Agency will provide a copy of the Insurance Certificate to CVAG, showing CVAG, Agency, as
"additional insureds" , within 30 days of signing a contract with the prime contractor.
11. Any dispute concerning a question of fact arising under this contract that is not disposed
of by agreement shall first be decided by the CVAG Executive Director or designee, who may
consider written or verbal evidence submitted by Lead Agency. This decision shall be issued in
writing. However, no action in accordance with this Section shall in any way limit either party's
rights and remedies through actions in a Court of Law with appropriate jurisdiction. Neither the
pendency of dispute nor its consideration by CVAG will excuse Lead Agency from full and timely
performance in accordance with the terms of this contract.
12. Any Agency receiving federal funds must have an approved Disadvantaged Business
Enterprise program. All recipients of Federal Highway Administration(FHWA) funds must carry
out the provisions of Part 26,title 49 of the Code of Federal Regulations (CPR) which established
the Federal Department of Transportation's policy supporting the fullest possible participation of
firms owned and controlled by minorities and women in the Department of Transportation programs.
13. All notices or other communications required or permitted hereunder shall be in writing
and shall be either personally delivered (which shall include delivery by means of professional
overnight courier service which confirms receipt in writing(such as Federal Express or UPS)), sent
by telecopier or telefacsimile("FAX")machine capable of confirming transmission and receipt, or
sent by certified or registered mail,return receipt requested,postage prepaid to the following parties
at the following addresses or numbers:
If to Lead Agency: City of Palm Springs
P.O. Box 2743
Palm Springs, CA 92263-2743
Attn: City Manager
Telephone: (760) 323-8299
FAX No.: (760) 323-8207
If to Agency: County of Riverside
4080 Lemon Street, 8th Floor
Riverside, California 92501
Attn: Transportation Director
Telephone: (909) 955-6740
FAX No.: (909) 955-6721
CVAG-City of Palm Springs/County of Riverside/Indian Av 1-10 Design Engineering&Environmental September 2000 Page 5
If to CVAG: CVAG
73-710 Fred Waring Drive
Palm Desert, CA 92260
Attn: Associate Director/Transportation
Telephone: (760) 346-1127
FAX No.: (760) 340-5949
Notices sent in accordance with this paragraph shall be deemed delivered upon the next business
day following the: (I) date of delivery as indicated on the written confirmation of delivery (if sent
by overnight courier service); (ii)the date of actual receipt(if personally delivered by other means);
(iii) date of transmission(if sent by telecopier or facsimile machine), or; (iv)the date of delivery
as indicated on the return receipt if sent by certified or registered mail, return receipt requested.
Notice of change of address shall be given by written notice in the manner detailed in this paragraph.
14. This agreement and the exhibits herein contain the entire agreement between the parties,
and is intended by the parties to completely state the agreement in full. Any agreement or
representation respecting the matters dealt with herein or the duties of any party in relation thereto,
not expressly set forth in this agreement, is null and void.
15. If any tern, provision, condition, or covenant of this agreement, or the application
thereof to any party or circumstance, shall to any extent be held invalid or unenforceable, the
remainder of the instrument, or the application of such term, provision, condition or covenant to
persons or circumstances other than those as to whom or which it is held invalid or unenforceable,
shall not be affected thereby and each term and provision of this agreement shall be valid and
enforceable to the fullest extent permitted by law.
16. In the event either party hereto brings an action or proceeding for a declaration of the
rights of the parties, for injunctive relief, for an alleged breach or default, or any other actions
arising out of this agreement, or the transactions contemplated hereby, the prevailing party in any
such action shall be entitled to an award of actual attorneys' fees and costs incurred in such action
or proceeding,without regard to any rule of court or schedule of such fees maintained by the court,
in addition to any other damages or relief awarded, regardless of whether such action proceeds to
final judgment.
17. This agreement may be executed in one or more counterparts and when a counterpart
shall have been signed by each party hereto, each shall be deemed an original, but all of which
constitute one and the same instrument.
CVAG-City of Palm Springs/County of Riverside/Indian Av I-10 Design Engineering&Environmental September 2000 Page 6
i
IN WITNESS WHEREOF,the parties hereto have caused this agreement to be executed by their
duly authorized representatives on this date:
ATTEST: AGENCY:
CITY OF PALM SPRINGS
ByClaja
City Manager My, mart APPROVED 4 TO FORIVi
tort
COUNTY OF RIVERSIDE GiiL r air
date A �
James A. klenaule
Clerk of the Board of Supervisors Chairman of the Board of Supervisors
CVAG
By: e . � By:
Patricia A. Larson, Gary G,t , C air
Executive Director �—(I d`
A,PIPROVEV BY THE �'Qy 1 oailtlwm
FORM APPROVED
OOUN OUNSEL -�Q
FE2 2001 rR1=YI
o�V.;a=�n
SY bl�
Q
CVAG-City of Palm Springs/County of Riverside/Indian Av I-10 Design Engineering&Environmental September 2000 Page 7
EXHIBIT A
SCOPE OF SERVICES
"INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING AND ENVIRONMENTAL"
Provide all technical and professional services including labor, material, equipment, transportation,
supervision, administration, review and expertise to prepare and process an Environmental
Document, Project Report, Right-of-way engineering documents and Plans, Specifications, &
Estimates for the project.
Environmental:
Environmental services shall include the following: Preparation of technical studies, reports and all
other documents necessary to obtain environmental clearance for this project. Processing of all
environmental documents for approval.
The Environmental Document will meet the requirement of CEQA and NEPA.
Project Report:
Preparation of a Project Report in accordance with the current Caltrans Guidelines as described in
the Caltrans Project Development Procedures Manual.
Right-of-Way engineering documents:
Prepare all documents including plats,maps and legal descriptions to acquire necessary real property
for the project.
Plans, Specifications and Estimates:
Prepare Plans, Specifications and Estimates for the project in accordance with relevant Caltrans,
County and City standards. Process Plans, Specifications and Estimates for approval by the
appropriate agencies.
CVAG-City of Paint Springs/County of Riverside/Indian Av I-10 Design Engineering&Environmental September 2000 Page 8
EXHIBIT B
ESTIMATE OF COST
"INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING AND ENVIRONMENTAL"
Phase I: Project Report/Environmental $333,667.71
Phase II: Final Plans, Specs & Estimates $565,683
Phase III: Bid/Award Support $ 10,098.87
Phase IV: Construction Support $ 34_ 392.99
Total Design $943,482.57
CVAG-City of Palm Springs/County of Riverside/Indian Av 1-10 Design Engineering&Environmental September 2000 Page 9
EX3IBIT "CII
PROJECT SCHEDULE
"INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING AND ENVIRONMENTAL"
Project starting November 2000
Final Design November 2002
CVAG-City of Palm Springs/County of Riverside/Indian Av 1-10 Design Engineering&Environmental September 2000 Page 10
JURISDICTIONAL REIMBURSEMENT SCHEDULE
"INDIAN AVENUE INTERSTATE 10 INTERCHANGE
DESIGN ENGINEERING AND ENVIRONMENTAL"
(AGENCY SHALL HAVE A FUNDING POLICY ACCEPTABLE TO CVAG IN PLACE
PRIOR TO CONSTRUCTION)
(JURISDICTIONS' SHARE IARE TO BE DETERMINED PRIOR TO CONSTRUCTION
CVAG-City of Palm Springs/County of Riverside/[ndian Av I-10 Design Engineering&Environmental September 2000 Page I I
ATTACHMENT
COACHELLA VALLEY"ASSOCIATION OF GOVERNMENTS
REGIONAL ARTERIAL PROGRAM
PROJECT COST DETERMINATION
AND
EXPENSE ELIGIBILITY
CVAG-City of Palm Springs/County of Riverside/Indian Av 1-10 Design Engineering&Environmental September 2000 Page 12
PROJECT COST DETERMINATION
AND
EXPENSE ELIGIBILITY
TABLE OF CONTENTS
SECTION DESCRIPTION
1.0 INTRODUCTION
2.0 COST ESTIMATE DEFINITIONS
3.0 PROJECT IDENTIFICATION
4.0 RIGHT-OF-WAY ACQUISITION
5.0 PROJECT LIMITS
6.0 PROJECT FUNDING SOURCES
7.0 PROJECT SCOPE OF WORK
8.0 PROJECT DESIGN (CIVIL)
9.0 PROJECT DESIGN (LANDSCAPING)
10.0 PROJECT CONSTRUCTION FUNDING
11.0 PROJECT CONSTRUCTION SURVEY
12.0 PROJECT CONSTRUCTION MANAGEMENT
13.0 PROJECT OVERSIGHT-AGENCY TIME
14.0 PROJECT CONTINGENCY FUNDS
15.0 REFERENCE DOCUMENTS
Page 13
1.0 INTRODUCTION
This section of the procedures manual outlines the process which shall be followed in determining
project costs and project expense eligibility which has been approved to be constructed as part of the
Coachella Valley Regional Transportation Program.
This section was developed by the Coachella Valley Association of Governments (CVAG)
Transportation Technical Advisory Sub-Committee (TTAS). The primary purpose of this section
is to provide a guideline for agencies to make application for a project for both Measure A and
Transportation Uniform Mitigation Fee (TUMF) funding.
The project development process starts with an agency-initiated study after a highway improvement
need has been identified.
The estimates for projects identified as part of the Regional Transportation Plan are addressed in the
Regional Arterial Cost Estimate(RACE), dated June, 1999 and shall be updated biannually as part
of the TUMF review process.
2.0 COST ESTIMATE DEFINITIONS
0 Construction An updated cost estimate for the costs to build the improvement per
the approved plans and specifications.
0 Engineering Engineering costs will usually be estimated on the basis of a
percentage of the estimated construction costs.
Right-of-Way Expenditures for right-of-way are to be prepared with an accuracy
comparable to standards in the industry. Overhead charges need not
be included.
0 Scheduling Indicate status of project, giving a tentative schedule for engineering,
right-of-way acquisition and construction. Discuss project phasing,
if planned.
3.0 PROJECT IDENTIFICATION
Any project which is to be submitted for review and funding shall meet or provide all of the
following:
0 The proposed project shall appear on the approved June 1999 Transportation Project
Prioritization Study updated list of projects.
0 The project shall be clearly identified showing, as a minimum, the limits of the project, scope
of work, anticipated start and completion dates, estimated project cost and funding sources.
0 A general statement of the project. Why it is needed, etc.
0 A preliminary design estimate for all design services.
0 A preliminary construction cost estimate,to be updated once design is completed.
0 A preliminary construction management and Agency project management cost estimate.
Page 14
4.0 RIGHT-OF-WAY ACQUISITION AND OTHER ASSOCIATED COSTS
All right-of-way acquisition and other associated costs, including appraisals and any other costs
allowed by state and federal law, are eligible for regional funding.
The agency will further submit a detailed list of costs associated with the right-of-way acquisition
to CVAG for review and comment. CVAG will assess each cost and determine its eligibility for
regional funding. All protests shall be sent to the Transportation Technical Advisory Sub-
Committee for further review. All protests must be in writing and the grounds for protest clearly
identified.
Where the likelihood of extensive right-of-way acquisition exists or the need for extensive relocation
of homes and businesses, or in the case of new roadway extensions or openings or other extenuating
physically or economical restraints so warrant,preliminary engineering,alignment and traffic studies
shall be eligible for reimbursement or funding from regional funds.
Any excess property purchased to secure the necessary right-of-way will be deemed to belong to the
Regional Arterial Program. Excess property will be disposed of in the best interests of the Regional
Arterial Program, in order to recapture funds expended. Any recaptured funds will reduce the
overall cost of the project.
5.0 PROJECT LIMITS
The lead agency submitting a proposed project for review and funding shall clearly identify the
project limits. The limits of the project shall be defined as the beginning and the end of the
construction. If more than one beginning and/or ending is necessary, clearly indicate that on the
statement of the project limits.
A vicinity map shall be included with the project submittal package identifying where the project
is located.
6.0 PROJECT FUNDING SOURCE
Project funding will come from both regional Measure A revenues and TUMF collected by CVAG
member agencies. Other sources of funding may include local funds from the agency proposing the
project, local gas tax funds, ISTEA funds,redevelopment funds, etc.
All funding sources should be considered by the agency prior to project submittal to CVAG for
funding from the Regional system funds. CVAG will advance fund, for TUMF jurisdictions, a
project up to 100%of the total approved, eligible, estimated project cost. Project contingency funds
will not be funded. However, any additional costs incurred due to any change in scope of work may
be submitted to CVAG for funding eligibility, and will be processed through CVAG's committee
structure for approval.
Page 15
7.0 PROJECT SCOPE OF WORK
A project scope of work narrative shall be submitted to CVAG with the submittal for expense
eligibility and regional funding. The narrative shall include,but not be limited to, discussion of the
following:
0 Right-of-Way Acquisition and Relocation
0 Project limits
Typical roadway improvement section
0 Vicinity map for project location identification
0 Anticipated starting date - Engineering, R-O-W Acquisition and Construction
0 Anticipated completion date - Engineering, R-O-W Acquisition and Construction
0 Anticipated funding amount
8.0 PROJECT DESIGN (CIVIL)
The project design is the sole responsibility of the agency and/or agencies which are proposing and
constructing the project. However,the design and construction standards as outlined in the Regional
Arterial Cost Estimate (RACE), 1999 Update, shall be a guideline to be used by the designer for
project design and construction standards. Any deviations should be identified, along with the
rationale for such deviations.
The total project design services shall not exceed in cost 10% of the estimated construction
costs, or as determined by CVAG.
9.0 PROJECT DESIGN (LANDSCAPING)
The following is a narrative of the landscape improvements which shall or shall not be eligible for
regional funding:
0 All new landscaping, electrical and irrigation work shall NOT be eligible for regional funding.
0 Only new utility sleeves which are to be placed below the roadway surface for future use shall
be eligible for regional funding.
Additionally, any existing landscaping, electrical and irrigation which is directly affected by the
project shall be eligible for funding providing it is replaced "in kind".
10.0 PROJECT CONSTRUCTION FUNDING
All regionally funded agency project construction will consist of furnishing all materials,equipment,
labor,tools and incidentals as required to construct the improvements as required by the approved
plans, specifications and contract documents.
"Curb-to-curb" improvements are eligible for fand ng, with the exception of landscaping. (See
section 9.0 for further detail on landscaping.) "Curb-to-curb" improvements include asphalt paving,
striping, curb, etc. Sidewalks, bus-turnouts, bikelanes, etc. are not eligible for Regional Arterial
funding.
Page 16
Exception: One sidewalk and/or one bikelane will be eligible for Regional Arterial funding
if it crosses a(n):
1. Regional Arterial Bridge
2. Interstate 10 Interchange
3. Interstate 86 Interchange
All regionally funded agency projects will comply with the prevailing rates of wages and
apprenticeship employment standards established by the State Director of Industrial Relations.
Any agency receiving federal funds must have an approved Disadvantaged Business Enterprise
program. All recipients of Federal Highway Administration (FHWA) funds must carry out the
provisions of Part 26, title 49 of the Code of Federal Regulations (CFR) which established the
Federal Department of Transportation's policy supporting the fullest possible participation of firms
owned and controlled by minorities and women in the Department of Transportation programs.
All regionally funded project bids shall be prepared on the approved agency proposal forms in
conformance with the instructions to bidders.
All approved regional construction projects will be funded to 100% of the lesser of the following:
0 CVAG approved project construction cost estimate.
0 The lowest responsible bidder's award.
11.0 PROTECT CONSTRUCTION SURVEY
Construction survey is defined as all surveying and construction staking necessary for the
construction of the project as determined by the engineer.
The cost of any additional surveying and/or construction staking primarily for the convenience of
the contractor,not in conformance with usual and customary practices and for replacement of stakes
lost as a result of the contractor's or agency's negligence, shall be the responsibility of the contractor
and/or agency.
The agency shall be responsible for all resetting of monumentation within public and/or private
right-of-way that is destroyed by the construction operations unless it is itemized in the approved
construction survey estimate.
Page 17
12.0 PROJECT CONSTRUCTION MANAGEMENT
Project construction management costs shall be eligible for regional funding only if it is to fund one
or more of the following:
Q Construction inspection
Q Materials testing
Q Project management
Q Construction Survey
Q Geotechnical studies and reports
Q Contract administration
The activities set forth above shall be eligible for regional funding based upon actual costs
provided the total sum does not exceed 15% of the approved estimated construction costs.
13.0 PROJECT OVERSIGHT -AGENCY TIME
Project cost estimates should include an amount intended to allow Agency to recover an amount
representing the costs incurred for the time of its employed staff in working on the project. These
amounts shall be eligible for regional funding based upon actual costs provided the total sum
does not exceed 5% of the approved estimated project costs.
14.0 PROJECT CONTINGENCY FUNDS
Project contingency funds shall not be granted at the beginning of a project. If a change in scope or
design creates a need for a change order which may require additional funds,the agency shall make
application with CVAG for expense eligibility from regional funds. Actual cost incurred shall only
be eligible for funding.
15.0 REFERENCE DOCUMENTS
Transportation Project Prioritization Study, June 1999
Regional Arterial Cost Estimate, June 1999
Regional Arterial Financial Plan and Expenditure Program,November 1994
Coachella Valley Area Transportation Study, 1987
Coachella Valley Area Transportation Study, 1984
c:\wp\agree\advance\palmil01.098\aa
Page 18