Loading...
HomeMy WebLinkAbout22-Development Services ~. ORiGINAL CITY OF SAN BERNARDINO-REQUEST FOR COUNCIL ACTION From: Dept: Valerie C. Ross, Director Development Services Subject: Resolution approving a Professional Services Agreement with IB1 Group for preparation of the 1-210 Corridor Enhancement Plan. Date: October 23, 2006 MCC Date: November 6, 2006 Synopsis of Previous Council Action: 10/11104 Mayor and Council adopted Resolution 2004-325, authorizing application for Community- Based Transportation Planning funds from Caltrans for the 1-210 Corridor Enhancement Plan, and authorizing execution of a Caltrans Fund Transfer Agreement by the Mayor. Recommended Motion: Adopt Resolution _~o,~ Valerie C. Ross Contact person: Terri Rahhal. Citv Planner Phone: 384-5057 Supporting data attached: StaffReoort Ward(s): 6,7.4 FUNDING REQUIREMENTS: Amount: $249.375.00 Source: Acc!. No. 001-190-5502: $11.875.00 (Professional/Contractual Services) FTA74A0207: $237.500 (Caltrans Fund Transfer Agreement) Finance: Council Notes: KGS'O c:ioCJ~ - 390 Agenda Item No. ~ II}" JDCo e .e e CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT: Resolution approving a Professional Services Agreement with IBI Group for preparation of the 1-210 Corridor Enhancement Plan. BACKGROUND: On October II. 2004 the Mayor and Common Council adopted Resolution 2004 - 325, authorizing staff to apply for Community-Based Transportation Planning grant funding from Caltrans for a proposal to prepare the 1-210 Corridor Enhancement Plan. Resolution 2004 - 325 also authorized the Mayor to execute a Fund Transfer Agreement with Caltrans, should the grant funding be awarded. Caltrans funded the 1-210 Corridor Enhancement Plan with an Environmental Justice Planning Grant in the amount of$237,500.00. A 10% local match is required, Yz of which may be contributed as in- kind services. The remaining 5% of the grant total, $11,875.00 is required as a cash contribution from the City. The Mayor executed Caltrans Fund Transfer Agreement No. 74A0207 on June I, 2006 for the work program approved by Caltrans, which includes preparation of strategies for economic development, neighborhood revitalization, freeway screening, noise attenuation and multi- modal mobility in the 1-210 Corridor. The purpose of the plan is to capitalize on opportunities and minimize negative impacts of the new freeway construction, as well as its connection to the existing' Cross-town Freeway (State Rte. 30). On August II. 2006 staff distributed a Request for.Proposals (RFP) for consultant services to prepare the 1-2 I 0 Corridor Enhancement Plan. IBI Group submitted the only responsive and complete proposal. Arroyo Valley Economic Development Corporation (Arroyo Valley) also submitted a proposal which was incomplete. Although incornplete, the Arroyo Valley proposal offered local knowledge and insights vital to the public outreach component ofthe planning process. Fortunately, IBI and Arroyo Valley have agreed to collaborate, with Arroyo Valley working as a subcontractor under the proposed Agreement with IBL The Agreement (Attachment A tq the Resolution) provides for all services required under the Scope of Services approved by Caltrans for the use of Environmental Justice planning grant funds to prepare the 1-210 Corridor Enhancement Plan. Under the terms of the Agreement with Caltrans, all project activities must be completed by February 28,2007. The IBI scope of work and schedule, detailed in Attachment A-I to the Agreement conforms to the required timeframe with an aggressive implementation plan and schedule of deliverables. A Purchase Order in the amount of$246,585.00 is proposed to fund the Agreement with IBI Group. As a subcontractor on the project, Arroyo Valley Economic Development Corporation will have a significant role in public outreach and community involvement in the planning process. Arroyo Valley's portion of the project budget, attached to the Agreement as Attachment A-I, is $34,045.00; which is approximately 14% of the totaL . . e FINANCIAL IMPACT The City will be responsible for paying IB) for services rendered, and will bill Caltrans for reimbursement up to the total grant amount of$237,500.00. The cash portion of the required local match, $11,875.00, is available in the Development Services Department budget for professional contractual services. The total funding requirement is $249,375.00, which includes the grant funding and the local match required to for the City to receive the full amount of the grant. This funding total will cover the Purchase Order for the ill) Group Agreement in the amount of$246,585.00, with a remainder of$2,790.00 that will be used to cover direct expenses paid by the City, such as advertising and printing/copy costs. RECOMMENDATION Staff recommends that the Mayor and Common Council adopt the resolution approving a Professional Services Agreement between the City of San Bernardino and ill) Group to prepare the 1-210 Corridor Enhancement Plan. EXHIBITS: Resolution Exhibit "A" Agreement for Services Exhibit "B" Caltrans Fund Transfer Agreement No. 74A0207 . "~~~!II!=ililn I::IUliIliI G18~ !!!ll:! l/ N_ ** ** . . .. . . . . ptt!lUlDlD....NRi~R~ ..~W*~ " N"" . " N " ." .. ........... ~ ~..L.OI I....ClClClC)~'Ri'~$': iDV~3'" ,~ "" .~" """"'001<'."'0 "'.............. ~ l!!~ ~ ~!! "lili "." !I!! N < """"" ---.", .. . W . . " . " ." .. !Ii!! ~ ...... . ~ .IiIl8jyO.,.l ., ~ """'--a 1""DGt:!'t!'~' "-fill- " " ClRit! l!l~ W ....... ."'0 ;; I- "'............. W * C!I ~ ~~ l!!~ ~ ~ .. "lili "IO~. IS!! a N . :;) I,,,,,,,,,,, ID -........,0. l- . . ." " N " ." .. ill:: 0 w ..........0.,.. . ~ ~ . 1I. ...........~ IlD~~~CD:;'Ui':~~~' ClRi~~N " gl~ ~i ~r !Ii . """'"'-., II '" ......10.... .lili "" ~i N_ ........." ~ to........ ,.",.". (o..u.......... RiClGCHD .N ."" N" . " N" "" "- 0........ :::D ~l,t)e..L., ~ ..~.1. A . tl.l.JnO/-l ~~lliIiIl"'''I~i~i "'!~~i ~~! "Iil!! t H li!!IIIIIII! II!! ~.ljlai~llllil illll Ii II I!~ ~I -U I . Iii tl !I- W! 11 iilnuJh . Y1 0- ~1- !f/~/()y e 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 e e RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUl'iCIL OF THE CITY OF SA:-J BER,'\'ARDINO APPROVING AN AGREEMENT FOR SERVICES WITH IBI GROUP FOR THE PROVISION OF PROFESSIONAL CONSULTING SERVICES FOR PRE PARA nON OF THE 1-210 CORRIDOR ENHANCEMENT PLAN. WHEREAS, the City of San Bernardino has entered into a Fund Transfer Agreement (FT A No. 74A0207) with the State of California Department of Transportation to receive an Environmental Justice Planning Grant for preparation of the 1-21 0 Corridor Enhancement Plan; and WHEREAS, the City of San Bernardino issued a Request for Proposals (RFP) for professional consulting services to prepare the 1-210 Corridor Enhancement Plan; and WHEREAS, the City of San Bernardino evaluated proposals submitted in response to the RFP and found the proposal submitted by IBI group to be complete and responsive to the requirements stated in the RFP; NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERJ.'\'ARDINO AS FOLLOWS: SECTION I. IBI Group is competent, experienced, and qualified to perform said services, based upon the Statement of Qualifications submitted to the City, and upon previous consulting experience with the City. Pursuant to this determination, the Purchasing Manager is hereby authorized and directed to issue a Purchase Order to IBI Group in the amount of $246,585.00 for professional services required to prepare the 1-210 Corridor Enhancement Plan. The Mayor of the City of San Bernardino is hereby authorized and directed to execute on behalf of the City an Agreement for professional consulting services; a copy of which is attached hereto, marked Exhibit "A" and incorporated herein by reference as though fully set forth at length. 'V)7).J.~ I/!~ ItJ6 e e 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 e' 1 2 3 4 RESOLl'TION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO APPROVING AN AGREEMENT FOR SERVICES WITH IBI GROUP FOR THE PROVISION OF PROFESSIONAL CONSULTING SERVICES FOR PREPARATION OF THE 1-210 CORRIDOR ENHANCEMENT PLAN. SECTION 2. The authorization to execute the above referenced Purchase Order and 5 Agreement is rescinded if they are not signed and issued within sixty (60) days of the passage of this resolution. III III III III III III III III III III III III III IIIIII III III III III . e 1 2 3 4 5 6 7 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO APPROVING AN AGREEME],;T FOR SERVICES WITH IBI GROUP FOR THE PROVISION OF PROFESSIONAL CONSULTING SERVICES FOR PREPAR-\TION OF THE 1-2]0 CORRIDOR ENHANCEMENT PLAN. I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bemardino at a meeting thereof, held on the _ day of , 2006, by the following vote, to wit: 8 Council Members: ABSTAIN ABSENT AYES NAYS 9 10 11 12 13 14 KELLEY ESTRADA BAXTER VACANT DERRY 15 JOHNSON 16 . 17 18 19 20 21 22 23 24 25 26 27 28 "IC CAMMACK City Clerk The foregoing resolution is hereby approved this day of '..' 2006. Patrick J. Morris, Mayor City of San Bernardino Approved as to Form: JAMES F. PENMAN, ~::At)1r;/~ " e e . Exhibit A AGREEMEl'IT FOR CO,,"SUL T1l'1G SERVICES THIS AGREE"vIENT is made and entered into this sixth day ofl\'ovember, 2006 ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("City"), and IBI Group ("Consultant"). WITNESSETH: A. WHEREAS, City proposes to have Consultant perfonn the consulting services described herem below; and B. WHEREAS, Consultant represents that it has that degree of specialized expertise stated in the Scope of Services, and holds all necessary licenses to practice and perfOlm the services herein contemplated; and C. WHEREAS, City and Consultant desire to contract for specific services in connection with the project described below (the "Project") and desire to set forth their rights, duties and liabilities in connection with the services to be performed; and D. \VHEREAS, no official or employee of City has a financial interest, within the provisions of Califol11ia Gov'el11ment Code, Sections 1090-1092, in the subject matter of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: 1.0, SERVICES PROVIDED BY CONSULTANT 1.1. Scone of Services. Contractor shall fUl11ish consulting services to City regarding preparation of the 1-21 0 Corridor Enhancement Plan in accordance with Attachment A-I, Scope of Services, attached and incorporated herein, 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional consultants in similar fields and circumstances in accordance with sound professional practices. Consultant also warrants that it is familiar with all laws that may affect its performance of this Agreement and shall advise City of any changes in any laws that may affect Consultant's perfonnance of this Agreement. e e e 1.3. Warrantv. Consultant warrants that it shall perform the services required by this Agreement in compliance \\ ith all applicable Federal and California employment I~i\\ s incluJlIlg. but not limited to. those laws related to minimum hours and wages: occupational health and safety; fair employment and employment practices; workers' cumpensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. Consultant shall indemnify and hold harmless City from and against all claims, demands, payments, suits, actions, proceedings, and Judgments of every nature and description mcluding attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above-mentioned laws, which may be incurred by reason of Consultant's performance under this Agreement. 1.4. Non-discrimination. [n performing this Agreement, Consultant shall not engage in. nor pennit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition. marital status, sexual gender or sexual orientation, or any other category protected by law, except as permitted pursuant to Section 12940 of the Government Code. Violation of this provision may result in the imposition of penalties referred to in Labor Code. Section 1735. 1.5 Non-Exclusive Agreement. Consultant acknowledges that City may enter into agreements with other consultants for services similar to the services that are subject to tillS Agreement or may have its own employees perform services similar to those sen'ices contemplated by this Agreement. 1.6. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written consent of City. ConsultaIit may engage a subcontractor(s) as permitted by law and may employ other personnel to perform services contemplated by this Agreement at Consultant's sole cost and expense. 1.7. Business License: The Consultant shall obtain and maintain a valid City Business Registration Certificate during the term of this Agreement. 1.8. No Conflict of Interest: During the term of this Agreement, neither Consultant nor its officers, employees, associates and subcontractors shall, without the prior written approval of the City, perform work for another person or entity for whom Consultant is not currently performing work that would require Consultant or one of its ufficers, employees, associates or sLlbcontractors to abstain from a decision under this Agreement pursuant to a conflict of interest statute. 2.0, CO:\lPE~SATlON AND BILLING 2.1. Compensation. Over the term of this Agreement, Contractor shall be paid for such sen'lces an amount not to exceed 5246,585.00, in accordance with Attachment A-I. 2 e e e 1 1 Additional Services. Consultant shall not receive compensation for any senices provided outside the scope of services specified in the Response unless the City or the Project Manager for this Project, prior to Consultant performing the additional services, approves such additional senices in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and arc unenforceable. 2.3. Method of Billing. Consultant may submit IIlvoices to City's Project Manager for approval on a progress basis, but no more often than monthly. Said invoice shall be based on the total of all Consultant's services which have been completed to City's sole satisfaction. City shall pay Consultant's invoice within thirty (30) days from the date City receives said invoice. Each invoicc shall describe in detail, the services performed and the associated time for completion. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and shall identify the number of the authorized change order, where applicable, on all InVOices. 2.4. Records and Audits. Records of Consultant's services relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to City or its Project Manager for inspection and/or audit at mutually convenient times for a period of three (3) years from the EfTective Date. 3.0. TI!\1E OF PERFOR\lA]\'CE 3.1. Commencement and Completion of Work. The professional services to be performed pursuant to this Agreement shall commence within five (5) days from the Effective Date of this Agreement. Said services shall be performed in strict compliance with the Project Schedule approved by City as set forth in Attachment A-I. The Project Schedule may be amended by mutual agreement of the parties. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or anv other conditions beyond . .. the reasonable control of a party. 4.0. TER.:'\'l AND TERMINATION 4.1. Term. This Agreement shall commence on the Effective Date and continue for a period of one (1) year, ending one year after the Effective Date, unless previously terminated as provided herein or as otherwise agreed to in writing by the parties. 3 e e e 4.2. Notice ofTennination. A. 'vVithout Cause: The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement. II ithout cause, at any time, by providing written notice to Consultant. The termination of this Agreement shall be deemed effective upon receipt of the notice of termination without cause. B. With Cause: The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement with cause. In the event of temlination with cause, City shall provide Consultant with thirty (30) days written notice of the cause for termination. If Consultant fails to cure within the thirty (30) days thereof, tennination shall become effective upon expiration of the thrity (30) days. C. With or Without Cause: In the event of temlination for any reason, Consultant shall immediately stop rendering services under this Agreement unless directed otherwise by the City. 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the date of City's written notice of termination. Compensation for work in progress shall be prorated as to the percentage of work completed as of the effective date of tennination 111 accordance wllh the fees set forth herein. In ascertaining the professional services actually rendered hereunder up to the effective date of termination of this Agreement, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, and to other documents pertaining to the services contemplated herein whether delivered to the City or in the possession of the Consultant. 4.4 Documents. In the event of tennination of this Agreement, all documents prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maps and reports, shall be delivered to the City no later than ten (10) days of termination of this Agreement, at no additional cost to City. Any use of uncompleted documents without specific written authorization from Consultant shall be at City's sole risk and without liability or legal expense to Consultant. 5.0. INSURANCE 5.1. Minimum Scope and Limits of Insurance. Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive general liability, including premises-operations, . products/completed operations, broad form property damage, blanket contractual liability, independent contractors, personal 4 e e e' inJ ury with a policy limit of not less than One Million Dollars ($ I,OOU,OOO.OO), combined single limJts, per occurrence and aggregate. (b) Automobile liability for owned \.ehicles, hired, and non-owned vehicles, with a policy limit of not less than One Million Dollars (51.000.000.00), combined single limits, per occurrence and aggregate, (c) Workers' compensation insurance as required by the State of California. (d) Professional errors and omissions ("E&O") liability insurance with policy limits of not less than One Million Dollars (51,000,000.00), combined single limits, per occurrence and aggregate. Consultant shall obtain and maintain, said E&O liability insurance during the life of this Agreement and for three years after completion of the work hereunder. 5.2. Endorsements. The comprehensive general liability insurance policy shall contain or be endorsed to contain the following provisions: (a) Additional insureds: "The City of San Bernardino and its elected and appointed boards, officers, agents, and employees are addition- al insureds with respect to this subject project and contract with City." (b) Notice: "Said policy shall not terminate, nor shall it be cancelled, nor the coverage reduced, until thirty (30) days after written notice is given to City." (c) Other insurance: "Any other insurance maintained by the City of San Bernardino shall be excess and not contributing with the insurance provided by this policy." 5.3. Certificates of Insurance. Consultant shall provide tei City certificates of msurance showing the insurance coverages and required endorsements described above, in a forn1 and content approved by City, prior to perforn1ing any services under this Agreement. 5.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, the indemnification provision contained in this Agreement, or the extent to which Consultant may be held responsible for payments of damages to persons or property. 5 e e e 6.0. GENERAL PROYISIOl'\S 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations This Agreement may be modified only in \\Titing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appul1enant hereto. including exhibits to this Ai,'Teement. 6.2. Representatives. The Director of Development Services or her designee shall be the reprcsentativc of City for purposes of this Agreement and may issue all consents. approvals. dircctives and agreements on behalf of the City, callcd for by this Agreemcnt. exccpt as otherwisc expressly provided in this Agreement. Consultant shall designate a representative for purposes of this Agreement who shall be authorizcd to issue all consents, approvals, directives and agreements on behalf of Consultant callcd for by this Agreement, except as otherwise expressly provided in this Agreement. 63. Proiect Managers. City shall designate a Project Manager to work directly \\ith Consultant in the perfornlance of this Agreement. Consultant shall designate a Project Manager who shall represent it and be its agent in all consultations with City during the term of this Agreement. Consultant or its Project Manager shall attend and assist in all coordination meetings called by City. 6.4. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery. facsimile or mail and shall be addressed as set forth bclow. Such communication shall be deemed served or delivered: a) at the time of deliverv if such communication is sent by personal delivery; b) at the time of transmission if such . communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as . reflected by the official U.S. postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: IF TO CITY: David Chow. PE, AIC? 181 Group 18401 Von Karman Ave. Ste. 110 Irvine, CA 92612 Fax: 949-833-5511 Tel: 949-833-5588 Valerie C. Ross Director of Development Services 300 North "D" Street San Bernardino, CA 92418 Fax: 909-384-5080 Tel: 909-384-5057 6 e e e 6.5. Attomevs' Fees. In the event that litigation is brought by any party in connection with this Agreement. the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attomcys' fees, incuned by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Allomey and members of his office in enforcing this contract on hehalf of the City shall be considered as "attorneys' fees" for the purposes of this paragraph. 6.6. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bemardino County, Califomia. 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sllblet or encumber all or any part of Consultant's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of Consultant's obligation to perform all other oblIgations to be performed by Consultant hereunder for the term of this Agreement. 6.8 Indemnification and Hold Harmless. Consultant shall protect, defend, indemnify and hold harmless City and its elected and appointed officials, officers, and employees from any and all claims, liabilities, expenses, including attomey fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not by way of limitation, all civil claims or workers' compensation claims, to the extent caused by negligent or intentional acts, enors or omissions of Consultant, its employees, agents or subcontractors in the performance of this Agreement. 6.9. Independent Contractor. Consultant is and shall be acting at all times as an independent contractor and not as an employee of City. Consultant shall secure, at his expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be perfonned hereunder. 6.10 Ownership of Documents. All findings, reports, documents, information and data including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Consultant or any of its subcontractors in the course of performance of this Agreement, shall be and remain the sole property of City. Consultant agrees that any such documents or infol1l1ation shall not be made available to any individual or organization without the prior consent of City. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall 7 e e e indemnify and hold hannless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such documents for other projects not cOl1lempl,lled by this Agreement or use of incomplete documents furnished by Consultant. Consultant shall deliver to City any findings, rep0l1s, documents, infornlation, data, in any fornl, including but not limited to, computer tapes, discs, files audio tapes or any other Project related items as requested by City or its authorized representative, at no additional cost to the City. 6.11 Public Records Act Disclosure. Consultant has been advised and is av. are that all reports, documents, infonnation and data including, but not limited to, computer tapes, discs or tiles fumished or prepared by Consultant, or any of its subcontractors, and provided to City may be subject to public disclosure as required by the Califomia Public Records Act (California Government Code Section 6250 et. seq.). Exceptions to public disclosure may be those documents or infonnation that qualify as trade secrets, as that tenn is defmed in the California Government Code Section 6254.7, and of which Consultant infornls City of such trade secret. The City will endeavor to maintain as confidential all infonnation obtained by it that is designated as a trade secret. The City shall not. in any way, be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclostire is deemed to be required by law or by order of the Court. 6.] 2. Responsibilitv for Errors. Consultant shall be responsible for its work and results under this Agreement. Consultant, when requested, shall furnish clarification and/or explanation as may be required by the City's representative, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Consultant occurs, then Consultant shall, at no cost to City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 6.13. Prohibited Emplovment. Consultant will not employ any regular cmployee of City while this Agreement is in effect. 6.14. Order of Precedence. In the event of an inconsistency or conflict in this Agreement and any of the attached Exhibits or Attachments, the tenns set forth in this Agreement shall prevail. 6.15. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in theperfonnance of its obligations hereunder except as expressly provided herein. 6.16. No Third Partv Beneficiarv Rights. This Agreement is entered into for the sole benefit of City and Consultant and no other parties are intended to be direct or incidental benetlciaries of this Agreement and no third party shall have any right in, under or to this Agreement. 8 e 6.17. HeaJin!.!s. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.18. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as ifdraftedjointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 6.19 Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.20. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a Wal\'er is sought. The waiver of any right or remedy in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other e occurrence or event, nor shall any waiver constitute a continuing waiver. 6.21. Severabilitv. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining tem1S and provisions hereof or of the offending provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement, based upon the substantial benefit of the bargain for any party is materially impaired, which determination as made by the presiding court or arbitrator of competent jurisdiction shall be binding, then both parties agree to substitute such provision(s) through good faith negotiations. 6.22. Counterparts. This Agreement may be executed in one or more counterpalts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. 6.23. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so, the parties hereto are formally bound to the provisions of this Agreement. i/I e /// 9 . e e AGREEl\'IE:-;T FOR CONSt;L T/:\G SER\'ICES 1:'1/ WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF SAN BER'\ARDI:\O, A Municipal Corporation. 181 GROUP By Patrick J. Morris. :vlayor Signature Name and Title By Signature Name and Title Approved as to fom1: James F. Penman, City Attomey By V~II~ 10 A IT ACHMENT A-I . _ CITY OF SAN BERNARDINO . t' '1:Tl<!".;...J. ~1.!IIl'1!~ 1.210 CORRIDOR ENHANCEMENT PLAN IMPLtMENT A TION PLAN IBI Group Team believes the 1-210 COrridor Enhancement Plan project represents an exciting opportunity to provide technical assistance to the City of San Bernardino and its residents as the community seeks to develop a vision for the future enhancement of the 1-210 Freeway COrridor. In this section. we layout our team's Project Approach, as well as raise some factors for consideration as the project moves fonward. Following that, we provide our proposed Project Implementation Plan and ItS associated tasks and deliverables. PROJECT ApPROACH I OVERALL FACTORS FOR CONSIDERATION We p'opose the formation of a Technical Advisory Committee (TAC), to be composed of representallves from a number of key agencies and organizations, as well as Community-Based Organlzaltons (CBOs) and other stakeholders (as directed by the City's Project Manager). Suggested members could include representatives from: . City of San Bernardino Development Services, . City of San Bernardino Redevelopment Agency, . San Bernardino Council of Governments (SAN BAG), o Caltrans Distnct 8, o Omnitrans, and o CBOs . The primary purpose of the T AC would be to facilitate the development of key components of the plan cntlcal to the project's schedule, as well as review and comment on project deliverables. The T AC would further assist in keeping all parties involved well-informed throughout the project. We have significant positive experience in working with TACs on projects, and believe that thiS Iterative process generally results in a better overall product, one which features the early- and continuing "buy-in" of participating agencies and organizations. Scheduling the initial TAC meeting as soon as pOSSible and ensuring that all relevant members are available to review the project, its goals and objectives will be very important. This will be an opportunity for the TAC and project team to refine the Scope of Work, project priorities, and tlmeline if necessary. The initial TAC meeting will also provide for establishing a calendar for future meeltngs and deliverables, as well as for scheduling important events, such as the charrettes and presentations The compressed time periodS for some tasks may require discussion with City staff and Technical AdVISOry Committee members on the need to prOVide all materials to the project team expeditiously. We recognize that the schedule for completion of the work will be challenging, but we believe with the necessary coordination and communication, is very much achievable. The project team will aggressively move to begin the project upon receipt of Notice to Proceed. The broad range of technical specialties and level of expenence in the IBI Group Team provides that simultaneous consultations with key organizations such as the City of San Bernardino, San Bernardino Council of Governments (SANBAG), Caltrans, and Omnitrans can be conducted. The benefit of our approach is that it allows for the results and findings of these consultations to be brought back to the TAC for review and discussion, and maintains a high-level of coordination and communlcalton between all concerned parties. It will be criticallhat TAC members are active participants, particularly during the Background Analysis task, and can ensure that all needed reports, data, and related materials are conveyed to the project team quickly. e September 1, 2006 I!m] . "'-~ ..) , , Z~~~;;, CITY Of SAN BERNARDINO 1.2'0 CORRIDOR ENHANCEMENT PLAN PROJECT IMPLEMENTATiON PLAN The IBI Group Team accepts the Scope of Work as provided in the RFP, and offer the following observations and considerations regarding it that we believe could assist In the study process. Backuround AnalYSIS There IS a concern regarding the statement that "the timeframe for background analysis continues beyond the Initial public outreach and first charrettes meetings, since background data will be put to use as it becomes available, and the concerns of the public voiced in initial contacts may affect the scope or content of the background analysis." This issue should be discussed amongst T AC members at the initial meeting. Given the short time available for completion of the project, establishing boundaries over the potential to expand the scope beyond that outlined in the Request for Proposals (RFP) Will be an important conSideration, and setting clear priorities at the outset of the project Will be key. Also an option for consideration is rather than a complete market analysis as called out in the RFP, revieWing and updating trends and data from recently completed or on-going similar studies which include the project study area could provide a means by which economic development strategies could be created in a more timely fashion. An example is the use of the City of San Bernardino's Comprehensive General Plan Update, completed in November 2005. To help with the overall aggressive schedule, we suggest that the period for Background Analysis be six weeks tit Initial Outreach and Presentations IBI proposes that the Initial outreach meetings begin immediately upon the Notice to Proceed, and be conducted concurrently With the Background Analysis work. The IBI Group Team includes Arellano and ASSOCiates. who have been Involved in previous phases of the Route 3011- 210 construction effort as the prime consultant for the Public Information Program. Given this experience and familiarity With many of the potential Community-Based Organizations, a preliminary list of groups could be established and contacted quickly to advise them of the project's Initiation, and to solicit their participation. This early contact will assist in encouraging engagement in the study and in the charrettes, which may need to be scheduled during the winter holiday period. By necessity, this would mean compressing the period for this effort from the eight weeks as . noted in the Scope of Work down to approximately six weeks. Charrettes We propose that the City Project Manager and TAC work with the Project Team to focus and refine the charrette process, including the dates. times and locations for these workshops, This is in order to ensure that they can be completed in time to provide meaningful input to the development of the Draft Strategy Elements and to the resulting 1-210 Corridor Enhancement Plan. e There may be opportunities to combine diSCUSSion of several strategy topics into a single charrette event. Participants would Join with others in a small group atmosphere and discuss a strategy topic for a shorter period of time 30-45 minutes, and then join another small group to discuss a different strategy topic in another part of the room. Such an arrangement could facilitate maximum results in a shorter period of time than the three month process outlined in the RFP. September 1, 2006 I~ml . '--"---' - ~~ WI"'II'1,,,,_ CITY Of SAN BERNARDINO 1.210 CORRIDOR ENHANCEMENT PLAN A significant consideration IS that the schedule for the two rounds of charettes will likely involve holding them during November and December which tend to be difficult times te get people to participate. The active involvement and participation of one or more CBOs, as well as individuals and organizations contacted early through the Initial Outreach and Presentations can assist in the achievement of this effort. We believe that given careful attention to these factors, it may be possible to hold the two rounds of charrettes over two months. Preparation of Draft Strateoy Elements The RFP provides a three and one-half month period for thiS task. Recognizing the limited Irmeframe of the proJect, we believe that the time for this task may be compressed, with the active participation of 'the City of San Bernardino staff and TAC members as required. The project team will develop the Draft Strategy Elements following the first round of charrettes and present them to the T AC as soon as possible thereafter. An expedited review and approval of the preliminary draft elements by the City and TAC will allow the revision and refinement of matenals to be presented at the second round of charrettes. Final Plan Preparation e The Scope of Work contained In the RFP suggests that this task would be accomplished by the end of 2006. Given the difficulty with the holiday period, we believe a Draft Final 1-210 Corridor Enhancement Plan could be completed In early to mid-January 2007. We anticipate a two-week perrod for the TAC's review and comment, leaving time for the Final version of the document to be prepared by the first or second week of February 2007. As discussed, we accept the scope of work as described in the RFP with the following refinements in task des'Cnptions and dellverables. Task 1 - Technical Advisory Committee meeting #1 Deliverables: . Meeting minutes . Final Scope of Work and Project Schedule Task 2 - Initial Outreach and Presentations The Project Team would initiate contact with the community through organizations and individuals starting with the Notice to Proceed, and based on existing contact information from other phases of the 1-210 construction effort Deliverables: . Contact list, schedule and venues for charreltes . Memo to City Staff identifying results of mitlal community outreach e September 1, 2006 IIBI I ..~,,'" e c-c-~ CITY OF SAN BERNARDINO -:~,.:..i 1,1I1.,...".t, 1-210 CORRIDOR ENHANCEMENT PLAN Task 3 - Background Analysis Task 3.1 - Field Review In this task, members of the PrOject Team would conduct a field review of the Project Study Area, Ideally with members of the T AC. This field review would add additional input and information beyond that provided as part of the data request. Task 3.2 - Analysis of Opportunities and Constraints/Development of Draft Strategy Alternatives This task would analyze and Identify existing conditions, opportunities and constraints for each of the five Strategy Elements (which have a total of eight components as laid out In the RFP). The proposed products will be developed as a collaborative effort with the City and T AC at a level that IS consistent With the expectations and budget. Task 3.2.1 - Freeway Screening The overall methodology for developing screening strategies along the 1-210 will be to identify up to seven typical conditions which will exist once the new freeway is constructed. These conditions may include views to interchanges, views to the back of sound walls, and direct views onto the freeway. The conditions will be identified in collaboration with the City and the TAC. e Task 3.2.2 - Acoustical Analysis The Acoustical Analysis subtask would have three main components. These are: . Assessment of eXisting noise impacts . Assessment of future noise Impacts . Identification of potential solutions . Potential funding sources for solutions Task 3.2.3 - Multi-modal Mobility This would include a review of existing and planned transit services and routes, an assessment of Sidewalks and bicycle routes, and consultation With Omnltrans, Caltrans, and others. SpeCial attention will be given to maintaining connectivity In the City and unmet transit needs. Task 3.2.4 State Street Corridor Improvement The Project Team will assess what might be required as part of a draft State Street Corndor Improvement Strategy. It is anticipated that the interchange at State Street will serve as a major ingress and egress gateway for economic development in the region. Input would be soliCited from the City and other stakeholders for improvement ideas. These ideas along would be incorporated into alternative concepts (maximum of 2) for presentation at the initial round of charrettes, These concepts could exhibit features including decorative walls, special pavement, themed lighting, site amenities, plant materials and other features. This task will be coordinated closely with Task 3.2.6 Economic Development. Task 32.5 - Vehicle Trip Reduction In this subtask, potential opportunities for Vehicle Trip Reduction would be assessed, The work Will be coordinated With Task 3.2.3 Multi-modal Mobility strategy as appropriate. e Task 3.2.6 - Economic Development This subtask would review existing appropriate reports and documents and would update this Information, identifying both existing economy activity within the. project study area, as well as potential economic development opportunities resulting from the completion of the 1-210 freeway. This subtask will focus on IdentifYing a strategy to maximize the @ill September 1, 2006 e '--~ CITY OF SAN BERNARDiNO ,~ l ~~!!,~~, 1-210 CORRIDOR ENHANCEMENT PLAN economic development potential that can be expected. We will work with the City and appropriate members of the TAC to identify the areas of influence, define priorities, and objectives for commercial and other land uses. Task 3.2.7 - Neighborhood Revitalization The IBI Team will work closely With City staff and utilize existing information and field review to develop concepts and strategies. Public involvement will playa key role in thiS effort Task 3 2 8 - Transit-Oriented Design Special attention Will be focused on identifying the principles of Transit Oriented Development that make sense for the City. As appropriate, this task may be combined and Incorporated in other strategy elements including Task 3.2.7 Neighborhood Revitalization and Task 3.2.6 Economic Development Deliverables Five Strategy Elements background reports Task 3.3 - Preparation of Outlines, Materials for Charrettes Based on the results of the Background Analysis for each strategy area, outlines will be prepared shOWing how these strategies would be presented to the public for its input and comment at the first round of charrettes. The underlying philosophy for the charrettes will be the presentation of alternative solutions to the Issues Identified by the project team. e Deliverables . Five scripts for the first round of charrettes . Draft materials for presentation at charrettes Task 4 - Technical Advisory Committee meeting #2 At this meeting, the TAC will review and comment on the background reports and other materials prepared in Task 2, as well as on the draft outlines and other materials for the charettes. As a result of comments and feedback received from the TAC, reports and charrette materials will be reVised as necessary. Deliverables . Meeting notes . Revised background reports . Revised materials for first round of charrettes Task 5 - Charrettes Round #1 A series of five charettes will be held in this task. Ideally, the charettes would have the opportunity to address a number of different strategies at each one. Their dates, times and locations will be based on input from the TAC and from participating Community-Based Organizations (CBOs). Ideally, the selected CBOs will be members of the TAC, so as to provide their maximum involvement throughout the project e In addition to presentation boards which would highlight key issues and major findings from the background analysis, each charette would feature a series of small group activities that discussed and addressed a particular issue, such as Multi-modal mobility. Within this group, a series of issues might be raised, and then a number of options to address those concerns presented. Comparative factors such as relative cost and ease of maintenance might be provided. Each !In'l September 1, 2006 . ~ f~ CITY OF SAN BERNARDINO o,...:..l i ....f~rlil.....~ 1.210 CORRIDOR ENHANCEMENT PLAN group would then discuss the options, and would provide feedback in the form of written comments and preferences. After a period of time, say 15-20 minutes per group, the participants would move to the next station to discuss another strategy topic. Facilitators at each stalion would ensure that the process provided an opportunity for all participants to be heard, and would assist In the discussion 10 the extent necessary In order to provide participants with: . Basic charrette ground rules . The strategy to be discussed . The information and tools with which to discuss it . The means by which their input would be collected (survey cards, game pieces, etc.) The goal of this round of charrettes would be to solicit the sense of the community regarding each of the strategy areas and how they might be addressed in the future through the 1-210 Corridor Enhancement Plan. Deliverables: . First round of charrettes . Meeting summaries from each charrette held Task 6 - Preparation of Draft Strategy Elements . Based on Input and preferences expressed by the public during the first round of charettes, the Project Team will prepare draft versions of each of the strategies to be included in the 1-210 COrridor Enhancement Plan, as well as materials for use at the second round of charrettes. Deliverables: . Preliminary draft strategy outlines for the five Strategy Elements . Materials for use at the second round of charrettes Task 7 - Technical Advisory Committee meeting #3 The T AC Will review and comment on the Draft Strategy Elements and materials to be presented at the second round of charettes. The Draft Strategy Elements and materials for the second round of charrettes will be revised as necessary. Deliverables: . Meeting notes . Revised draft Strategy Elements . Revised materials for second round of charrettes Task 8 - Charrettes Round #2 The Draft Strategy Elements, formulated through the background analysis and the community's Input at the first round of charrettes, will be presented for final comment and input.. Ideally, the goal of this round of charrettes would be to reach consensus on the preferences and pnorities in each Strategy area to be reflected in the 1-210 Corridor Enhancement Plan. . Deliverables: . Second round of charrettes . Meeting summaries from each charrette held II.n!1 September 1, 2006 e p~ :...~ '~~~'~II.'':. CITY OF SAN BERNARDINO 1.210 CORRIDOR ENHANCEMENT PLAN Task 9 - Preparation of Draft Corridor Enhancement Plan Based on the results of the second round of charrettes. the draft Strategy Elements would be combined With data from the background repons in a Draft 1-210 Corridor Enhancement Plan. Deliverable: Draft 1-210 Corndor Enhancement Plan Task 10 - Technical Advisory Committee meeting #4 At this final T AC meeting, the Draft 1-210 Corridor Enhancement Plan would be reviewed, and T AC members would provlge direction to the Project Team on revisions necessary to finalize the document. The document would be revised accordingly. The PowerPoint presentation to be given to the Mayor and Common Council would also be reviewed. Deliverables: . Meeting minutes . Comments on Draft 1-210 Corridor Enhancement Plan . Draft PowerPoint presentation for Mayor and Common Council Task 11 - Preparation of Final Corridor Enhancement Plan e The Final 1-210 Corndor Enhancement Plan would be revised to reflect the comments and feedback of the TAC. Following this revision, the 1-210 Corridor Enhancement Plan would be printed and provided to the City in hard copy form. as well as on CD-Rom for reproduction and electronic dlssemlOation. Presentation on the project and the resulting plan would be made to the Mayor and Common Council. Deliverables: . 1-210 Corridor Enhancement Plan (10 bound hard copies, and an electronic copy on CD-Rom, suitable for reproduction of additional hard copies or for uploading to the Internet. . PowerPoint presentation to Mayor and Common Council - September 1, 2006 e -- ~-- . .-------- -- -- """" ~~~__ 'dJJ~.( --_._-,~~~ . Ble& A"uno - - -,--..~~14Bf8A' "- ." 01"",,, 9:luel/eU3 ~Ojl-llelJs3JO """""".,. . .~" e ~~a;~:l~~S~2~2 ~~r:l~2 ~~~ 1IO:8&~ :i;~~ I .. __N ~ ~ N N .. ~~~~~:cl~:'6162g::l ~~tl~~ 1D$~ !E~~ ............oB.............tot." .............. ~~~ ........... ~~iiia)iD...N~~~~ -.~~~~ ~ f'II~OI) ~ ~~ ~ ~ ~ ~~ N ~ ~ ~~ :<' ~ 'l'l ~ . ~ :El~ ~g- ~ ~ ~~ ~ N ~ ~~ ; ~ ~i o . ~ ~~ ~ ~ o .- -;;; ~ ~ . r . ~" ' no: ~ h i ~<- :! ~~ ~r n~~~~ ~ ~~i~!.x!.,~.. .!~~ ~.Jliiiil!iijl.jljJ~ " 'E:!!! t i ~i &. 60-< 't ,,~! .. -~t: tIt! e . i ~n ~I"i" :hH ~r 60 ~!~:~...i ~~ j'~~ < ~ll. n~- ~~t'~ 8' illlt l! . III . ~ <~. ...l<c;(!). ....0 m ~ ~ .. NOD m.. - ~ N .. .. . I!! a '" u" - r: I ~ .. 8 ~ .. ~ ~ 11 e e ~ .g. ~ ~ . . u ~ . !!~ ~ so ~ ~.~i .'" .. .;. . 00 i . . " ~ t i. a f.l 0 i i ! I 0 t > . Jl oR 0 ~ . u t I ~~ '~ 1! t i ., I ~ , !! " . :fi] I .. ! . ! < . i'i :; fwh e e e e EXHIBIT B Agreement No. 74A0207 The City of San Bernardino Page 1 of 11 FUND TRANSFER AGREEMENT THIS FUND TRANSFER AGREEMENT (FTA), ENTERED INTO ON May 01,2006, is between the State of California, acting by and through its Department of Transportation, referred to herein as DEPARTMENT, and the City of San Bernardino, hereinafter referred to as AGENCY. RECITALS 1. DEPARTMENT and AGENCY, pursuant to Streets and Highways Code section 114 (b), are authorized to enter in this FT A pertaining to State funding committed for Transportation studies and planning under the jurisdiction of AGENCY. 2. AGENCY has agreed to implement 1-210 Corridor Enhancement Plan, hereinafter the Project, subject to the terms and conditions of this FTA. The Project Description (Scope of Work and Cost Estimate) is attached hereto as Attachment III. 3. The resolution adopting the Project described above, is attached hereto as Attachment II. This resolution authorizes AGENCY to execute contracts and agreements. 4. All services performed by AGENCY pursuant to this'FTA are intended to be performed in accordance with all applicable Federal, State, and AGENCY laws, ordinances, regulations, and DEPARTMENT encroachment permits, published manuals, policies, and procedures. 5. Project funding is as follows: FUND TITLE FUND SOURCE SHA STATE DOLLAR AMOUNT $237,500.00 6. This FT A is exempt from legal review and approval by the Department of General Services, pursuant to PCC section 10295. . SECTION I AGENCY AGREES: To satisfactorily complete all Project Work described in Attachment III. SECTION II DEPARTMENT AGREES: DEPARTMENT agrees that when conducting an audit of the costs claimed by AGENCY under the provisions of this FTA, DEPARTMENT will rely to the maximum extent possible on any prior audit of AGENCY pursuant to the provisions of State and applicable Federal laws. In the absence of such an audit, work of other auditors will be relied upon to the extent that such work is acceptable to DEPARTMENT when planning and conducting additional audits. e e e Agreement No. 74A0207 The City of San Bernardino Page 2 of 11 SECTION III IT IS MUTUALLY AGREED: In consideration of the foregoing and the mutual promises of the parties hereto, AGENCY and DEPARTMENT agree as follows: 1. Notification of Parties a. AGENCY's Project Manager is Terri Rahhal (909) 384-5057 b. DEPARTMENT's Contract Manager is Lorna Foster (909) 383-4473 c. All notices herein provided to be given, or which may be given, by either party to the other, shall be deemed to have been fully given when made in writing and received by the parties at their respective addresses: The City of San Bernardino Attention:Terri Rahhal Principal Planner 300 No. D Street City of San Bernardino CA 92418-0001 California Department of Transportation District 08 Planning Attention: Lorna Foster 864 W Fourth Street 6'h Floor San Bernardino, CA, 92401 2. Period of Performance Work under this FTA shall begin on MAY 01,2006, contingent upon approval of this FTA by DEPARTMENT, and will terminate on February 28, 2007, unless extended by amendment. 3. Chanaes in Terms/Amendment This FTA may only be amended or modified by mutual written agreement of the parties. 4. Termination This FTA may be terminated by either party for any reason by giving written notice to the other party at least thirty (30) days in advance of the effective date of such termination. In the event of termination by said notice, funds reimbursed to AGENCY will include all authorized non-cancelable obligations and prior costs incurred 5. Cost Limitation a. The total amount payable to AGENCY pursuant to this FTA by DEPARTMENT shall not exceed $237,500.00. b. It is agreed and understood that this FT A fund limit is an estimate and that DEPARTMENT will only reimburse the cost of services actually rendered as e e e Agreement No. 74A0207 The City of San Bernardino Page30f11 authorized by the DEPARTMENT Contract Manager at or below that fund limitation established hereinabove. 6. Allowable Costs a. The method of payment for this FT A will be based on actual allowable costs. DEPARTMENT will reimburse AGENCY for expended actual allowable direct and indirect costs, including, but not limited to labor costs, employee benefits, and travel (overhead is reimbursable only if the AGENCY has an approved indirect cost allocation plan) and contracted consultant services costs incurred by AGENCY in performance of the Project work, not to exceed the cost reimbursement limitation set forth in 5,a, above. Actual costs shall not exceed the estimated wage rates, labor costs, travel and other estimated costs and fees set forth in Attachment III without prior written agreement between DEPARTMENT and AGENCY. b. Reimbursement of AGENCY expenditures will be authorized only for those allowable costs actually incurred by AGENCY in the performance of the Project work, AGENCY must not only have incurred the expenditures on or after the Effective Date of this FTA and before the Termination Date, but must have also paid for those costs to claim any reimbursement. Travel expenses and per diem rates are not to exceed the rate specified by the State of California Department of Personnel Administration for similar employees (I.e. non-represented employees) unless written verification is supplied that government hotel rates are not commercially available to AGENCY, or its contractors, its subcontractors, and/or its subrecipients, at the time and location required as specified in the California Department of Transportation's Travel Guide Exception Process, d. DEPARTMENT will reimburse AGENCY for all allowable Project costs no more frequently than monthly in arrears as promptly as DEPARTMENT fiscal procedures permit upon receipt of itemized signed invoices in triplicate. 'lnvoices shall reference this FT A Number and shall be signed and submitted to the Contract Manager at the fOllowing address: c. California Department of Transportation District 08 Planning Attention: Lorna Foster 864 W Fourth Street 6th Floor San Bernardino, CA, 92401 e. Invoices shall include the following information: 1. Names of the AGENCY Personnel performing work 2. Dates of Service 3, Locations of Service (AGENCY - address) 7. ReDorts a. AGENCY shall submit written progress reports with each set of invoices to allow the DEPARTMENT's Contract Manager to determine if AGENCY is performing to expectations, is on schedule, is within funding cost limitations, to communicate interim findings, and to afford occasions for airing difficulties respecting special problems encountered so that remedies can be developed. e e e Agreement No. 74A0207 The City of San Bernardino Page 4 of 11 b Any document or written report prepared as a requirement of this FT A shall contain. in a separate section preceding the main body of the document. the number and dollar amounts of all contracts and subcontracts relating to the preparation of those documents or reports. c. AGENCY will provide five (5) copies and one (1) electronic version of the final written report to the DEPARTMENT's Contract Manager. 8. Local Match Funds a. Except where expressly allowed in writing herein, reimbursement of credits for local matching funds will be made or allowed only for work performed on and after the start date and prior to the termination date of this FTA, unless expressly permitted as local match expenditures made prior to the effective date of this FT A pursuant to Government Code section 14529.17 or by prior executed SB 2800 FTA for Local Match Fund Credit. b. AGENCY agrees to contribute at least the statutorily or other required local contribution of matching funds (other than state or federal funds), if any IS specified within this FT A or in any Attachment hereto, toward the actual cost of the services described in Attachment III or the amount, if any described in an executed SB 2800 (Streets and Highways Code section 164.53) agreement for local match fund credit, whichever is greater. AGENCY shall contribute not less than its required match amount toward the services described herein on a proportional monthly or quarterly basis coinciding with its usual invoicing frequency. 9. Cost Principles a. AGENCY agrees to comply with Office of Management and Budget Circular A- 87, Cost Principles for State and Local Government, and 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. b. AGENCY agrees, and will assure that its contractors and subcontractors will be obligated to agree, that (a) Contract Cost Principles and Procedures, 48 CFR. Federal Acquisition Regulations System, Chapter 1, Part 31, et seq., shall be used to determine the allowability of individual Project cost items and (b) all parties shall comply with Federal administrative procedures in accordance with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. Every sub-recipient receiving Project funds as a contractor or sub-contractor under this FT A shall comply with Federal administrative procedures in accordance with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. c. Any Project costs for which AGENCY has received payment or credit that are determined by subsequent audit to be unallowable under Office of Management and Budget Circular A-87, 48 CFR, Chapter 1, Part 31 or 49 CFR, Part 18, are subject to repayment by AGENCY to DEPARTMENT. Should AGENCY fail to reimburse moneys due DEPARTMENT within thirty (30) days of discovery or demand, or within such other period as may be agreed in writing between the Parties hereto, DEPARTMENT is authorized to intercept and withhold future payments due AGENCY from DEPARTMENT or any third-party source, e e e Agreement No. 74A0207 The City of San Bernardino Page 5 of 11 including, but not limited to, the State Treasurer, the State Controller or any other fund source. d. AGENCY agrees to include Project in the schedule of projects to be examined in AGENCY's annual audit and in the schedule of projects to be examined under its single audit prepared in accordance with Office of Management and Budget Circular A-133. e. Prior to AGENCY seeking reimbursement of indirect costs, AGENCY must prepare and submit annually to the DEPARTMENT an indirect cost rate proposal and a central service costs allocation plan (if any) in accordance with Office of Management and Budget Circular A-87 and Local Program Procedures Manual (LLP 04-10). 10. Americans with Disabilities Act By signing this FT A AGENCY assures DEPARTMENT that it complies with the applicable provisions of the Americans with Disabilities Act (ADA) of 1990, which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA. (42 U.S.C. 12101 et seq.) 11. Indemnification a. Nothin9 in the provisions of the Agreement is intended to create duties or obligations to or rights in third parties to this Agreement or affect the legal liability of either party to the agreement by imposing any standard of care with respect to the operation, maintenance and repair of State highways different from the standard of care imposed by law. b. Neither DEPARTMENT nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by AGENCY under or.in connection with any work, authority or jurisdiction delegated to AGENCY under this FT A. It is understood and agreed that, pursuant to Government Code section 895.4, AGENCY shall fully defend, indemnify and save harmless DEPARTMENT, its officers and employees from all' claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code section 810.8) occurring by reason of anything done or omitted to be done by AGENCY under or in connection with any work, authority or jurisdiction delegated to AGENCY under. this FTA. 12. Non-Discrimination a. During the performance of this FTA, AGENCY and all of its subcontractors, if any, shall not unlawfully discriminate, harass or allow harassment, against any employee or applicant for employment because of sex, race, calor, ancestry, religious creed, national origin, disability (including HIV and AIDS), mental disability, medical condition (cancer), age (over 40), marital status, denial of family and medical care leave, and denial of pregnancy disability leave. AGENCY and its subcontractors shall ensure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. AGENCY and its sub-contractors shall comply with the provisions of the Fair Empioyment and Housing Act (Government Code section 12900 et seq.) and the applicable regulations promulgated thereunder e e e Agreement No. 74A0207 The City of San Bernardino Page 6 of 11 (California Code of Regulations, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code section 12990 (a-f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this FT A by this reference and are made a part hereof as if set forth in full. AGENCY and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. b. AGENCY shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under this FT A. 13. FundinQ ReQuirements a. It is mutually understood between the parties that this FTA may have been written for the mutual benefit of both parties in order to avoid program and fiscal delays that would occur if the FTA was executed only after ascertaining the availability of a congressional or legislative appropriation of funds. b. This FT A is valid and enforceable only if sufficient funds are made available to DEPARTMENT by the United States Government and/or the California State Legislature for the purpose of this Project. In addition, this FTA is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress or the State Legislature that may affect the provisions, terms or funding of this FTA in any manner. c. It is mutually agreed that if the Congress or the State Legislature does not appropriate sufficient funds for the program and Project, this FT A shall be amended to reflect any reduction in funds. d. DEPARJ'MENT has the option to void this FTA under the thirty (30) day termination ciause or to amend this FT A to reflect any reduction of funds. In the event of an unscheduled termination, the DEPARTMENT Contract Manager may reimburse AGENCY is accordance with the provisions of Article 4 of this Section , III. 14. Records Retention a. AGENCY, its contractors and subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate incurred Project costs and matching funds by line item for the Project. The accounting system of AGENCY, its contractors and all subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. All accounting records and other supporting papers of AGENCY, its contractors and subcontractors connected with Project performance under this FTA shall be maintained for a minimum of three years from the date of final payment to AGENCY and shall be held open to inspection, copying, and audit by representatives of DEPARTMENT, the California State Auditor, and auditors representing the federal government. Copies thereof will be furnished by AGENCY, its contractors, and its subcontractors upon receipt of any request made by DEPARTMENT or its agents. In conducting an audit of the costs and match credits claimed under this FTA, DEPARTMENT will rely to the maximum extent possible on any prior audit e e e Agreement No. 74A0207 The City of San Bernardino Page 7 of 11 of AGENCY pursuant to the provisions of federal and State law. In the absence of such an audit, any acceptable audit work performed by AGENCY's external and internal auditors may be relied upon and used by DEPARTMENT when planning and conducting additional audits. b. For the purpose of determining compliance with Title 21, California Code of Regulations, Section 2500 et seq., when applicable. and other matters connected with the performance of AGENCY's contracts with third parties pursuant to Government Code section 8546.7, AGENCY. AGENCY's contractors and subcontractors and DEPARTMENT shall each maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of such contracts, including, but not limited to, the costs of administering those various contracts. All of the above referenced parties shall make such materials available atlheir respective offices at all reasonable times during the entire Project period and for three years from the date of fmal payment to AGENCY under this FTA. DEPARTMENT. the California State Auditor, or any duly authorized representative of DEP ARTM ENT or the United States Department of Transportation, shall each have access to any books, records, and documents that are pertinent to a Project for audits. examinations, excerpts. and transactions, and AGENCY shall furnish copies thereof if requested. c. AGENCY. its contractors and subcontractors will permit access to all records of employment. employment advertisements. employment application forms, and other pertinent data and records by the State Fair Employment Practices and Housing Commission, or any other agency of the State of California designated by DEPARTMENT, for the purpose of any investigation to ascertain compliance with this FT A. 15. Disputes a. Any dispute concerning a question of fact arising under this FT A that is not disposed of by agreement shall be decided by the DEPARTMENT Contract Officer, who may consider any written or verbal evidence submitted by AGENCY. b. Neither the pendency of a dispute nor its consideration by the Contract Officer will excuse AGENCY from full and timely performance in accordance with the terms of the FT A. 16. Subcontractors AGENCY shall perform the work contemplated with resources available within its own organization and no portion of the work shall be subcontracted without written authorization by DEPARTMENT's Contract Manager, unless expressly included (subcontractor identified) in Attachment III. Any subcontraclin excess of $25,000 entered into as a result of this FTA shall contain all the provisions stipulated in this FTA to be applicable to AGENCY's subcontractors. 17. Third Party Contractinll a. AGENCY shall not award a construction contract over $10.000 or other contracts over $25.000 [excluding professional service contracts of the type which are required to be procured in accordance with Government Code Sections 4525 (d). (e) and (f)] on the basis of a noncompetitive negoliation for work to be performed under this FTA without the prior written approval of . . . Agreement No. 74A0207 The City of San Bernardino Page 8 of 11 DEPARTMENT. Contracts awarded by AGENCY, if intended as local match credit, must meet the requirements set forth in this FT A regarding local match funds. b. Any subcontract entered into by AGENCY as a result of this FT A shall mandate that travel and per diem reimbursements and third-party contract reimbursements to subcontractors will be allowable as Project costs only after those costs are incurred and paid for by the subcontractors. c. If local match is a requirement of these funds, AGENCY must ensure that local match funds used for the Project meet the requirements outlined in this FT A in the same manner as is required of all other Project expenditures. d. In addition to the above, the preaward requirements of third party contractor/consultants with local agencies must be consistent with Local F'rogram Policy (LPP 00-05). 18. labor Code ComDliance AGENCY shall include in all subcontracts funded by this FTA which contemplates the actual construction of a public works project paid for by funds allocated under this FT A. a clause that requires each subcontractor to comply with California Labor Code requirements that all workers employed on public works projects (as defined in California Labor Code 1720-1815) will be paid not less than the general prevailing wage rates predetermined by the Director of the State Department of Industrial Relations. 19. Disabled Veterans Business EnterDrise a Should Military and Veterans Code sections 999 et seq. be applicable to AGENCY, AGENCY will meet, or make good faith efforts to meet, the 3% Disabled Veterans Business Enterprises goals (or AGENCY's applicable higher goals) in the award of every contract for Project work to be performed under this FTA. b. AGENCY shall have the sole duty and authority under this FTA and each amendment to determine whether these referenced code sections are applicable to AGENCY and, if so, whether good faith efforts asserted by those contractors of AGENCY were sufficient as outlined in Military and Veterans Code sections 999 et seq. 20. Drull-Free WorkDlace Certification By signing this FT A, AGENCY hereby certifies under penalty of perjury under the laws of the . State of California that AGENCY will comply with the requirements of the Drug-Free WorKplace Act of 1990 (Government Code section 8350 et seq.) and will provide a drug-free workplace by doing all of the following: a. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation. possession. or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code section 8355(a). b. Establish a Drug-Free Awareness Program as required by Government Code section 8355(b) to inform employees about all of the following: . . e 22. Agreement No. 74A0207 The City of San Bernardino Page 9 of 11 1. the dangers of drug abuse in the workplace, 2. the person's or organization's policy of maintaining a drug-free workplace, 3. any available counseling, rehabilitation, and employee assistance programs, and 4. penalties that may be imposed upon employees for drug abuse violations c. Provide as required by Government Code section 8355(c), that every employee who works on the proposed contract or grant: 1. will receive a copy of the company's drug-free policy statement, and 2. will agree to abide by the terms of the company's statement as a condition of employment on the contract or grant. Failure to comply with these requirements may result in suspension of payments under this FTA or termination of this FTA or both, and AGENCY may be ineligible for the award of any future state contracts if DEPARTMENT determines that any of the following has occurred: (1) AGENCY has made a false certification or, (2) AGENCY violates the certification by failing to carry out the requirements as noted above. 21. Relationship of Parties It is expressly understood that this is an agreement is executed by and between two independent governmental entities and that this is not intended to, and shall not be construed to, create the relationship of agent. servant, employee, partnership, joint venture or association, or any other relationship whatsoever other than that of an independent party. . EQuipment Purchase (Bv AGENCY) a. Prior authorization in writing by the DEPARTMENT Contract Manager shall be required before AGENCY enters into any non-budgeted purchase order or subagreement exceeding $500 for supplies, equipment, or consultant services. AGENCY shall provide an evaluation of the necessity or desirability of incurring such costs. b. For the purchase of any item, service or consulting work not covered In the attached Project Description (Attachment III) and exceeding $500, three competitive quotations must be submitted with the request or the absence of bidding must be adequately justified, and prior authorization must be obtained from the DEPARTMENT's Contract Manager. c. Any equipment purchased as a result of this FTA is subject to the following: AGENCY shall maintain an inventory record for each piece of non-expendable equipment purchased or built with funds provided under the terms of this FT A. The inventory record of each piece of such equipment shall include the date acquired, total cost, serial number, model identification (on sale, in accordance with established DEPARTMENT procedures, purchased equipment), and any other information or description necessary to identify said equipment. Non- expendable equipment so inventoried are those items of equipment that have a normal life expectancy of one year or more and an approximate unit price of . . .' 25. Agreement No. 74A0207 The City of San Bernardino Page 10 of 11 $5,000 or more. In addition, theft-sensitive items of equipment costing less than $5,000 shall be inventoried. A copy of the inventory record must be submitted to DEPARTMENT upon request by DEPARTMENT. d. At the conclusion of the FTA, or if the FTA is terminated, AGENCY may either keep the equipment and credit DEPARTMENT in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established DEPARTMENT procedures and credit DEPARTMENT in an amount equal to the sales price. If AGENCY elects to keep the equipment, fair market value shall be determined, at AGENCY expense, on the basis of a competent, independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to DEPARTMENT and AGENCY. If iI AGENCY is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by DEPARTMENT. e. CFR 49, Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is cred~ed to the Project. f. 23. Any subagreement entered into as a result of this FT A shall contain all of the provisions of this Article. Disabled Access Review Disabled access review by the Department of General Services (Office of State Architect) is required for the construction of all publicly funded buildings, structures, sidewalks, curbs and related facilities. No construction contract will be awarded by AGENCY unless AGENCY plans and specifications for such facilities conform to the provisions of sections 4450 and 4454 of the California Government Code, if applicable. Further requirements and guidance are provided in Title 24 of the California Administrative Code and the Americans with Disabilities Act (42 USC '12101, et. seq.). 24. Fire Marshal Review The State Fire Marshal adopts building standards for fire safety and panic prevention. Such regulations pertain to fire protection design and construction, means of egress and adequacy of exits, installation of fire alarms, and fire extinguishment systems for any DEPARTMENT owned or DEPARTMENT occupied buildings per Section 13108 of the Health and Safety Code. When applicable, AGENCY must assure that any relevant Project plans meet the standards of the State Fire Marshal to ensure consistency with DEPARTMENT fire protection standards. Environmental Clearance Environmental clearance of Project by AGENCY and/or DEPARTMENT is required prior to requesting funds for right of way purchase or construction. No department or agency shall request funds nor shall any department/agency board or commission authorize expenditures of funds for any project, except feasibility or planning studies, which may have a significant effect on the environment unless such a request is accompanied by an environmental impact report per California Public Resources Code section 21102. The California Environmental Quality Act (CEQA), in California Public Resources Code section 21080(b)(10), does provide an exemption for rail projects which institute or increase passenger or commuter services on rail or highway rights-of-way already in use. . e e Agreement No. 74A0207 The City of San Beman:lino pege 11 of 11 26. Public Work If this Project will result in the construction, alteration, modification Dr meintenance of" .public Work," as that term is denned in the LaDor Code, then AGI!NCY must oonfol1Tl to the provisions of the Labor Code applicaole to PubliC Works as SI:1 forth in seid sections 1720 through 1815. all applicable regulations of the Department of Industrial Relations, and determinations of coverage as issued by the Director of Industr1al RI:'ations. 27. Proiect Close Out The FTA Expiration Date refers to the last datI: for AGENCY to incur valid Project costs or credits and is me date the FTA expires. AGI!NCY has sixty (60) dllYS eller that Expiration Date to make final allowable payments to Project contractors or vendors, prepare the Project Closeout Report, and submit the final invoice to DEPARTMENT for reimbursement for allowable Project costs. Any unexpended Project funds not invoiced by thai slXtll:th (~Oth) day will be reverted end will no long..r b.. accessibl.. to reimbursQ late Project invoices. ATTACHMENTS: The following attachments are incorporated into and are made a part of this FTA by this reference and ..ttachmcnl. I. Accounting & Audit Guidelin.... II. AGENCY Resolution III. Scope of Work. Schedule. and COSIS IN WITNESS WHEREOF, the panles herelo have execuled this FTA on the day and year first herein above written; STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION B~~~~ Title: Contract er - Dale: l.\\.~\~ , " THE CITY OF SAN BERNARDINO B~. - Ti~J:MOrriS~ DatI:: June 1. 2006 Contract No. 74A0207 Attachment I Page 1 of 5 . ATTACHMENT I ACCOUNTING & AUDIT GUIDELINES FOR AGREEMENTS WITH DEPARTMENT INTRODUCTION The purpose of this information is to outline for you, a potential contractor with the California State Department of Transportation (DEPARTMENT), the basic elements of an adequate accounting system, and the types and objectives of audits that will be performed in relation to your contract. In order to successfully compete for a contract and meet the audit requirements. a contractor (whether a prime or subcontractor) must have a system of record keeping and internal control. Although a specific cost accounting system is not required, a contractor needs a system which will assure compliance with the terms of the agreement. A preaward audit will be performed to assure you meet these requirements prior to contract execution. If your system is deficient, the contract will not be executed. DEPARTMENT reimburses, through your overhead rate, the costs attributable to establishing and maintaining a cost accounting system. e Staff time and other costs related to an audit performed of your contract are also normally reimbursed through your overhead rate. ACCOUNTING SYSTEM , Contractors (whether a prime or subcontractor) planning to contract with DEPARTMENT must have an accounting system which meets the following objectives: . The ability to record and report financial data in accordance with generally accepted accounting principles. . A system of record keeping to ensure that costs billed to DEPARTMENT are: a. Supported by adequate documentation. b. In compliance with the terms of the contract and applicable Federal and State regulations specified in the contract. . A system of record keeping which ideally includes the following: a. A General Ledger b. Job cost ledger c. Labor distributions d. Time records e e. Subsidiary journals e e e Contract No. 74A0207 Attachment I Page 2 of 5 f. Chart of accounts g. Financial statements . The ability to accumulate and segregate reasonable, allocable (incurred solely for a project) and allowable (per terms of the contract) costs through the use of a cost accounting system. The following are some of the attributes which would ideally be found in such a system: a. A chart of accounts which includes indirect and direct general ledger accounts. Indirect costs are not specifically identified to a project, for example, rent and/or utilities. Direct costs are specifically identified with a project, for example, drafting hours and/or design hours. b. Segregation of costs by contract, category of cost and milestones (if applicable). c. Proper recording of direct and indirect costs. For example, recording of labor costs should provide that non-project indirect hours be recorded on a timesheel . and in the accounting records to an administration, vacation, sick leave or other indirect cost accounVcode. Direct project hours should be recorded on a timesheet and in the accounting records to a direct project cost accounVcode. d. Consistent accounting treatment of costs in recording and reporting. For example, if travel expense is charged directly to a project, all travel expense incurred on any project should be considered a direct cost. As a result, project related travel, whether reimbursable per the contract terms or not, should not be included as an indirect cost. e. Ability to trace from invoices submitted to DEPARTMENT to job cost records and original, approved source documents, for example, time sheets, vendor invoices, canceled checks. f. Ability to reconcile job cost records to the accounting records. . Compliance with cost principles described in the Code of Federal Regulations 48, Federal Acquisition Regulations System (FAR), Chapter 1, Part 31. Information on how to obtain this regulation is described under "Audit Criteria" in this brochure. . Procedures to monitor and adjust projected overhead rates to actual rates. . Controls to ensure that written approval is obtained prior to any changes to the contract. . Procedures to retain accounting records and source documentation as required by the terms of the contract. . A system of internal control which provides reasonable assurance that assets are protected; financial data, records and statements are reliable; and errors and irregularities are promptly discovered, reported, and corrected. The elements of a system of internal control should include, but not be limited to, the following: a. Separation of duties for proper protection of assets. Incompatible duties are lhose that place any person in a position to both perpetrate and conceal errors or irregularities in the normal course of business. For example, the person who writes checks should be different from the person who reconciles bank statements and the person who purchases goods should be different from the person who receives goods. e .. e e Contract No. 74A0207 Attachment I Page 3 of 5 b. Limiting access to assets to only authorized personnel who require these assets in the performance of their assigned duties. For example, blank check stock should be locked in a safe when not in use. c. Authorization and record keeping procedures which provide effective accounting control over assets, liabilities, revenues, and expenditures. d. A system of practices to be followed in the performance of duties and functions. Such a system normally includes policies and procedures which establish the purpose and requirements of the accounting system. For example, timekeeping practices should ideally provide for the following: Timesheets be prepared, signed, and dated by all employees. Timesheets be completed in non-erasable ink. Timesheet corrections be crossed-out and initialed by the employee. Timesheets be signed by a supervisor as reviewed and retained on file as required by the contract. e. Personnel with skills and training commensurate with their responsibilities. f. A system of internal review. For example, bank reconciliations and travel expense claims should be reviewed approved and signed by a supervisor. AUDITS Contractors, whether a prime or subcontractor, performing under a negotiated contract with DEPARTMENT are subject to the following audits:. PREAWARD AUDITS Prior to the award of a contract, the DEPARTMENT Audits and Investigations will conduct a preaward audit to determine if the contractor's accounting system is adequate to accumulate and segregate costs as detailed in the previous section and to determine if the proposed costs are reasonable. The audit alerts both the contractor and DEPARTMENT management to problems relative to the contractor's cost proposal and cost accounting system. Due to time constraints in the award process, your cooperation in scheduling the pre award audit with short notice will expedite the execution of your contract. . . INTERIM AUDITS Interim audits are performed on an as needed basis. During the preaward audit, if it is determined that the contractor's accounting system is new or minor deficiencies are noted, an interim audit is scheduled to determine that the system is functioning adequately to ensure that billed costs are supported and that any deficiencies were corrected. An interim audit may be requested by the contract administrator or by DEPARTMENT management to address concerns during the course of the contract. Also, an audit manager may initiate an interim audit of a long duration contract to ensure that costs reimbursed to date are allowable. e e e Contract No. 74A0207 Attachment I Page 4 of5 POST AUDITS Post audits of contracts are performed routinely after project completion. Post audits are performed 10 determine whether the costs claimed are allowable. allocable. reasonable, and in compliance with the Federal and State laws and regulations as well as the fiscal provisions stipulated in the contract. The examination includes reviews of applicable laws and regulations, the contract requirements and the contractor's internal controls systems. Audit tests of the contractor's accounting records and other auditing procedures considered necessary will also be performed. Applications of all audit procedures would also be governed by the individual contract under audit. Unsupported or unallowable costs are normally the result of weaknesses in the accounting system and will be reimbursed to DEPARTMENT. To provide contractors with a procedure for obtaining prompt and equitable resolution to a dispute arising from a post-audit of a non-highway construction cost reimbursement contract, DEPARTMENT has established an Audit Review Committee (ARC). Information explaining the ARC should be found in your contract and/or as an attachment to the post-audit report. AUDIT CRITERIA For specific information regarding basic cost accounting systems and applicable State and Federal regulations, please see the following: Code of Federal ReQulations 48, Federal ACQuisition ReQulations SYstem, Chapter 1. Part 31 This regulation contains cost principles and procedures for the pricing of contracts/subcontracts and the determination, negotiation, or allowance of costs. Contact: Superintendent of Documents Government Printing Office Washington, DC 20402 Washington D.C. San Francisco Los Angeles (202) 783-3238 (415) 512.2770 (213) 239-9844 California State Administrative Manual A reference source for statewide policies. procedures, regulations, and information. Contact: Office of State Publishing Department of General Services (916) 445-2295 For review of the above references, contact your local library or the California State Library. California State Library/Library and Courts Building 914 Capitol Mall P. O. Box 942837 Sacramento. CA 94237-0001 Information: (916) 654-0261 e e . Contract No. 74A0207 Attachment I Page 5 of 5 For assistance in establishing an accounting system which will meet the objectives outlined in this brochure, you should contact an accountant and/or bookkeeper who is familiar with cost accounting systems. DEPARTMENT is an affirmative action employer. Equal opportunity is offered to all regardless of race, color, creed, national origin, ancestry, sex, marital status, disability, religious or political affiliation, age or sexual orientation. Contractors that contract with DEPARTMENT are responsible for taking necessary and reasonable steps to achieve these same goals. . Contract No. 74A0207 Attachment II Page' of 2 ATTACHMENT II 1 2 3 ~ 5 6 7 8 '''''LUTION NO. ",,-m OR I GIN Ii L RESOLUTION OF THE MA YOR AND COMMON COUNClL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE DEVELOPMENT SERVICES DEPARTMENT TO APPLY FOR AND ADMINISTER A .COMMUNITY-BASED TRANSPORTATION PLANNING GRANT FROl)f CALTRANS IN THE A!."OUNT OF 5250,000 TO PREPARE THE 1-210 CORRIDOR ENHANCEMENT PLAN. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 9 SECTION I. The Mayor and Common Council of the City of San Bernardino hereby 10 authorize the Development Se/Vices Department to apply for and administer a California 11 12 Department of TransporlBtion (Caltrans) Community-Based Transportation Planning Granl in the amount of 5250,000. The grant funding shall be used to prepare the [.210 Corridor Enhancement 13 It 14. Plan. Upon award of the grant, the Mayor shall be authorized to execule a Fund Transfer 15 Agreement with Caltrans. Expendiluressh.all be made in accordance with the budget as approved 16 in the CBTP Grant application. 17 III 18 III 19 20 21 22 23 24 25 26 . 27 28 -I- 10 LONGVILLE Il MC GTNNIS 12 DERRY 13 e 14 KELLEY 15 JOHNSON 16 MC CAMMACK 17 18 e 19 20 21 22 2J 24 25 26 . 27 28 Contract No. 74A0207 Attachmenlll Paoe 2 of 2 2004-325 1 2 3 . 5 RESOLUTION...AUTHORIZING THE DEVELOPMENT SERVICES DEPARTMENT TO APPLY FOR AND ADMINISTER A COMMUNITY-BASED TRANSPORTATION PLANNING GRANT FROM CAL TRANS IN THE AMOUNT OF 5250,000 TO PREP ARE THE 1-210 CORRIDOR ENHANCEMENT PLAN. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and 6 Common Council of the City of San Bernardino at a joint regular meeting thereof, held 7 on the 11 th day of Ot tober , 2004, by the following vote, to wit: 8 Council Members: AYES ~ ABSTA~ ABSENT 9 ESTRADA x -L- ---L- x x x x a~ h CLv../:. Ci terk The foregoing resolution is hereby approved this 12th day of October ,2004. .,/" Approved as to form and legal content: ith Valles, Mayor ity of San Bemardino JAMES F. PENMAN, City Attorney .2- e .e e Contract No. 74A0207 Attachmenllll Page 1 of 12 ATTACHMENT III 1-210 CORRIDOR ENHANCEMENT PLAN ENVIRONMENTAL JUSTICE PROJECT SUMMARY The purpose of the 1-210 Corridor Enhancement Plan will be to identify and prepare a strategy to capitalize on opportunities for economic development and improved mobility associated with the new regional transportation corridor, while avoiding its potential adverse impacts. The Plan will address the need for urban renewal and neighborhood revitalization to set the scene for investment in new development. With extensive public involvement, the Plan will set priorities for land uses and transportation improvements that will best serve local residents and the community at large. Finally, and equally important, the Plan will identify deficiencies in the existing freeway improvements and recommend solutions that should be addressed before problems worsen. The City will enlist the support and participation of community-based organizations to achieve broad- based community outreach and public involvement in the planning process. The 1-210 Corridor Enhancement Plan will help ensure that the new freeway will have a positive effect, overall, on the City of San Bernardino. REVISED PLAN SUMMARY The 1-2l 0 Corridor Enhancement Plan will be a strategic plan for addressing land use and transportation issues in the 1-210 Corridor. The focus of the Plan will be to sustain and improve the quality of life in existing neighborhoods, while taking advantage of economic development opportunities that will come with completion of the 1-210. freeway. The 1-210 Corridor Enhancement Plan will be prepared with extensive community involvement, and will contain the following strategy elements: ? Freewav Screenina Strateav: This element will identify needs and contain strategies for providing additional landscaping or other screening methods to improve the appearance of"the freeway structure and sound walls, as seen from the surrounding neighborhoods. As 1-210 construction progresses from west to east, it may become apparent that additional screening may be required to improve compatibility with adjacent neighborhoods. The Freeway Screening Strategy will identify planned sound wall locations and freeway support structures that may require additional screening, and it will contain concept plans to improve screening with landscaping, development of adjacent structures, or use of public art. Noise Attenuation Strateav: This element will identify deficiencies in noise attenuation needed to protect residential areas adjacent to existing segments of e e e Contract No. 74A0207 Attachment III Page 2 of 12 SR-210, and recommend a strategy to alleviate the existing problem, hopefully before it worsens. Although construction of sound walls would not be an eligible expense under the EJ program, an assessment of existing and future noise impacts, determination of potential solutions and a strategy for achieving noise reduction are all necessary steps consistent with the EJ program. The 1-210 Corridor Enhancement Plan Noise Attenuation Strategy will involve the community in identifying problem areas, review potential alternatives (if any) to typical sound walls, and set priorities and identify potential funding sources for implementation. ~ Multi-Modal Mobility Strateay: The purpose of this element is two-fold: prevent construction of the freeway from dividing established neighborhoods on opposite sides of the freeway corridor, and enhance non-motorized mobility throughout the project area. Beginning with a review of the existing City of San Bernardino Bikeway Master Plan and the surface street modifications associated with the freeway project, an assessment of pedestrian and bicycle access needs will be prepared. This strategy element will present recommendations to maintain connectivity between existing neighborhoods on both sides of the freeway, including plans to maintain bicycle and pedestrian access where street connections are discontinued (ie: Macy Street). The Multi-Modal Mobility Strategy will also address unmet transit needs in the Westside. Extensive coordination with Omnitrans will be required to explore the potential for new or expanded transit service in the project area. ~ State Street Corridor Improvement Strateay: The State Street Corridor is vitally important to various strategy elements of the 1-210 Corridor Enhancement Plan. As a new interchange on 1-210, the State Street ramp facilities will be addressed in the Freeway Screening Strategy, and the Multi-- Modal Mobility Strategy will address the need for transit and pedestrian improvements. Since the primary purpose of the State Street Corridor Improvement Strategy is to enhance opportunities for economic development related to the new interchange, this task will be combined with the Economic Development Strategy. A concept plan and identification of potential funding sources for streetscape improvements, including decorative walls, transit amenities, shade trees and other features needed to improve the appearance and function of State Street will be part of the Economic Development Strategy. Vehicle Trip Reduction Strateay: Although initially proposed as a separate strategy element of the Final Plan, the Vehicle Trip Reduction Strategy will be presented within the Multi-Modal Mobility Strategy, addressing alternatives to the "drive alone" mode of travel to work and peak-hour trip reduction. The Vehicle Trip Reduction Strategy will assess the potential for a park & ride facility and/or a transit stop for peak-hour commuter bus service. The transit stop may serve a e e e Contract No. 74A0207 Attachment I" Page 3 of 12 park & ride lot to facilitate carpooling, or it may be a stop for a future commuter bus route on the 1-210 corridor. These alternatives will be considered in a joint review with Omnitrans of short and long-range transit service plans. In conjunction with the land use analysis for the Economic Development Strategy, some acreage near a freeway interchange (possibly State Street) that is not suitable for commercial development may be identified as a potential park & ride facility and/or a transit stop. A park & ride concept plan will be included in the Multi-Modal Mobility Strategy, if appropriate. Economic Develooment Strateav: This element will identify economic development opportunities that can be expected to result from completion of the 1-210 freeway, which will introduce thousands of new daily vehicle trips through the planning area. The State Street interchange and surrounding neighborhood will be a new gateway entry to the City of San Bernardino, providing a first impression of the City for eastbound motorists on 1-210. The success of the Economic Development Strategy will be highly dependent on other elements of the Plan that address the aesthetic issues of streetscape improvements and neighborhood revitalization that will make the area more attractive to investment. This strategy element will include a conceptual land use plan for areas adjacent to the State Street on and off-ramps and possibly other interchanges suitable for new development, to define priorities and objectives for commercial or other land uses. The purpose of involving the community in this exercise is to encourage development that will be welcome within the planning area. >- Neiohborhood Revitalization Strateoy: This element will identify strategies to beautify and revitalize Westside neighborhoods, in order to encourage high- quality infill development and new commercial development opportunities and, of course, to improve the living conditions of Westside residents. The initial task associated with this effort will be to assess existing conditions and set priorities for property rehabilitation and improvements needed to turn the Westside into a gateway of opportunities and urban renewal. The next step will be to identify existing resources for neighborhood improvements and housing rehabilitation that may not be utilized to their fullest potential in the area, and to make people aware of them. One of the benefits of an inclusive public involvement program is the opportunity to educate people about help that is already available, and to bring groups together that can help each other and work together to solve problems in the future. With a network of motivated stakeholders willing to work for each other's benefit, the final step in the revitalization strategy will be to identify resources for continued improvement of Wests ide neighborhoods. Transit-Oriented Desion Strateov: This strategy will focus on applying "smart growth" principles and creating opportunities for land development that will complement and support transit usage. Increasing the number of people who live within walking distance of transit service will increase the number of riders, making the service more efficient. The more ridership increases, the more the e e e' Contract No. 74A0207 Attachment III Page 4 of 12 transit service can be expanded with more extensive routing and more frequent service. A good strategy to maximize infill residential development and encourage addition of residential uses with commercial development is needed throughout the project area, and there may be potential for a transportation village concept adjacent to the "E" Street Rapid Transit Corridor. Rather than existing as a separate element of the Final Plan, the Transit-Oriented Design Strategy may be incorporated in other strategy elements, including the Neighborhood Revitalization Strategy and Economic Development Strategy. PUBLIC PARTICIPATION METHODS Community stakeholder involvement and grass-roots public participation witl'be essential to developing the various land use and transportation strategies of the I-2l 0 Corridor Enhancement Plan. Each strategy element of the Plan will be prepared through a collaborative process involving area residents, businesses and community organizations. The Public Par1icipation Strategy includes creation of a network of community organizations willing to continue to work together to implement strategies contained in the Plan. Public participation will occur throughout the program, by the following methods: " Public Outreach: Initial outreach to the public, announcing and inviting the public to participate in the 1-210 Corridor Enhancement Plan will include advertisement in the local newspaper, as well as targeted outreach to community-based organizations. The planning program will also encourage and rely somewhat on word of mouth to bring affected stakeholders to the table. Beginning at the initial public meeting, sign-in sheets will be used to maintain mailing lists of all parties interested in the plan, and those interested in particular strategy elements and the charrette program. Web-based information will also be made available, either through the City's web site, or possibly as a dedicated project web page. " Community-Based Oraanizations: Through public outreach, assisted by word of mouth, the '-210 Corridor Enhancement Plan project management team will solicit participation' by local non-profit service providers, faith-based organizations, schools and other public agencies that serve the community. Including CBO participants' on the City's project team will help to ensure effective outreach to key stakeholders and community leaders. The City's goal will be to establish a network of community-based organizations (CBO's) that will carry on and implement the strategies of the 1-210 Corridor Enhancement Plan through their own organizational and group activities in the future. " Charrettes: Community charrettes (round-table discussion workshops) will be the method and forum for collaboration with community stakeholders on the 1- 210 Corridor Enhancement Plan. At least one charrette will be held for each strategy element of the Plan. Follow-up charrettes may be scheduled as Contract No. 74A0207 Attachment III Page 5 of 12 e needed on individual topics, or perhaps combining two or more related topics. Each charette will consist of facilitated group discussion of planning issues related to the charrette topic, including background data to frame the discussion and keep the group informed of reasonable parameters for their planning efforts. For example, a charrette discussion of economic development strategies will begin with an overview of estimated market demand for a variety of potential land uses and a few examples of approaches used in comparable corridor areas. The ensuing discussion by charrette participants will be recorded and facilitated by the consultant. Charrette group conclusions and recommendations will be incorporated in the 1-210 Corridor Enhancement Plan as strategies and/or concept plans. e . ~ Presentations: The initial public outreach will announce a kick-off meeting, where interested individuals and ceo representatives will hear an overview presentation of the goals and objectives of the EJ program and the 1-210 Corridor Enhancement Plan. At this initial meeting, the format and method of the planning process will be explained, including the charrette concept. Upon completion of the individual strategy elements, a final public meeting will be held to present the 1-210 Corridor Enhancement Plan to a gathering of all charrette participants, as well as the general public. At this final meeting, the 1-210 Corridor Enhancement Plan will be presented to the community as their plan. Charrette participants, particularly the CSO's, will be encouraged to keep the Plan alive by incorporating its concepts and implementing its strategies in all their future endeavors. CONSULTANT SERVICES e In keeping with the stated purpose and expenditure eligibility criteria of the Environmental Justice grant program, the emphasis of the 1-210 Corridor' Enhancement Plan will be development of conceptual plans and land use and. transportation improvement strategies with extensive grass-roots public involvement. Consultant services will be contracted to guide and facilitate community-based planning efforts, and to prepare concept plans, renderings and/or reports as finished products for each strategy element of the Plan. Primary consultant services for preparation of the various program strategies will be provided by professional planning consultants and/or subcontractors with expertise in specialty services required to complete the scope of work. The City intends to seek ceo involvement to serve in a consulting capacity on this project as well. The RFP will be structured to allow one or more community-based organizations to propose to provide services required to complete the plan, according to their service capabilities. All consultant services will be solicited through an open, competitive Request for Proposals (RFP) process. It is anticipated that CSO consulting services would be focused on assistance with public involvement. However, the RFP will be structured to allow CSO's to propose to provide any services they may be qualified to perform. Contract No. 74A0207 Altachmentlll Page 6 of 12 e The RFP for consultant services will be an inclusive solicitation. It will be advertised locally and posted on the City web site. The City will mail the RFP to several consulting firms known to the City to be capable of providing the required planning services. In addition, the City will mail the RFP to several community- based organizations known to be familiar with the planning area and capable of assisting with public outreach, networking of CSO's and faith-based organizations, and community relations. The following is a preliminary list of community-based organizations to receive the RFP and to be invited to become involved in the 1-210 Corridor Enhancement Plan. Other agencies identified prior to release of the RFP may be added. These and other agencies as may be identified will be invited to submit proposals or at least to participate in the planning process: " Arroyo Valley Community Economic Development Corporation " The Hispanic Roundtable " Home of Neighborly Services " Central City Lutheran Mission e " Community Homes, Inc. The City staff will oversee consultant services and will consult and involve other public agencies as needed, including Omnitrans. Any consultant service contract(s) associated with preparation of the 1-210 Corridor Enhancement Plan will comply fully with the Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments, and Disadvantaged Business Enterprises (DBE) participation. program requiremenfs. DETAILED TASK DESCRIPTIONS AND SCHEDULE 74A0207 Consultant Selection and Start-Up May 1, 2006 - June 5, 2006 e This task includes release of Requests for Proposals (RFP's) for consultant/CBO services, proposal review, evaluation, interviews and the contracting process. The RFP's will describe the required services, budget and schedule, relying primarily on this scope document. The schedule assumes a start date of May I, 2006 with 2 weeks advance preparation by the City staff to release the RFP as the first project activity on May 1. Two weeks will be provided for consultants to prepare proposals, followed by 3 weeks for proposal evaluation, selection and presentation of consultant contracts for approval by the Mayor and Council. . e e Contract No. 74A0207 Attachment III Page 7 of 12 The City will solicit consultant services for preparation of the I-2l 0 Corridor Enhancement Plan. With the assistance of Caltrans District 8, the City will select a professional planning consultant for technical background analysis, meeting facilitation and development of the strategies and recommendations described in the scope of work. In addition to these technical services, the City will seek to contract with one or more community based organizations to assist with public outreach, plan for and help interpret public input through the charrette process. Deliverables: . Two Requests for Proposals - Ito Planning Consultants, lto CBO's . Two or more service contracts Responsible Party: City Backl!round Analvsis May 1, 2006 - June 30, 2006 The schedule for this task overlaps contracting and start-up of consultant services, as City staff will be assembling background materials that may be available for immediate start- up upon approval of consultant service contracts. Once consultant services begin, extensive background analysis will be required to thoroughly assess existing conditions in the project area, as well as the feasibility of basic strategy alternatives prior to initiating community involvement. For instance, a market analysis will be conducted to identify feasible options for economic development prior to holding any public meeting for the purpose of discussing economic development strategies. In this way, discussion of the community's desires and priorities for economic development can be focused on feasible alternatives. The timeframe for background analysis continues beyond the initial public outreach and first charrette meetings, since background data will be put to use as it becomes available, and concerns of the public voiced in initial contacts may affect the scope or content of background analysis. Prior to engaging the public in discussion of issues and strategies for enhancement of the corridor, the planning consultant will conduct background research for each strategy element. This research will include field review and orientation, consultation with Caltrans and SANBAG to become familiar with the status and scope of the 1-210 construction project, a review of City land use plans and improvement programs, as well.as technical research, including economic and acoustical analyses. With the background analysis, the consultant will prepare draft background reports, initial options for enhancement strategies and outlines for presentation of background data and discussion of strategy options at the first round of charrettes. The background reports may be refined after discussion with the community through the public participation process. Deliverables: . Five draft background reports . Five outlines for the first round of charrettes . Summary data and schedule information for CBO outreach Responsible Party: Planning Consultant Contract No. 74A0207 Altachmentlll Page 8 of 12 . Initial Outreach and Presentations May I, 2006 - May 31, 2006 This task includes identifying conununity groups that should be contacted, invited to participate or asked to assist in some way with the project charrettes or agency coordination. The initial outreach process should identify a small network of community- based organizations (CBO's) and individuals that will work with the project team to get stakeholders involved in the planning process. The network will grow as the project moves forward and participants are tracked on sign-in sheets, interest cards, etc. for further contact. Initial outreach will also include contacts with agencies, such as Omnitrans, to inform them of the project objectives and to arrange meeting times to gather background data and discuss strategy alternatives to be addressed in the Plan. Finally, this task includes preparation of presentation materials to introduce and explain the project in initial meetings with agencies, CBO's or the public. The 2-month schedule includes outreach, limited meetings with small groups, and probably an initial all-hands public meeting to kick off the planning process and identify participants' areas of interest for future participation in one or more charrettes. The planning process will rely heavily on the CBO contractor(s) to reach out to community organizations to form a network for the planning process, to find hosts for community charrettes, and to conununicate community issues and concerns to the planning consultant and the City. This will entail outreach and explanation of the . program to various community contacts. Deliverables: . Contact list, schedule and venues for charrettes . Memo to City staff, identifying initial community concerns and issues Responsible Party: C80(s), in coordination with Planning Consultant Cbarrettes June 1, 2006 - August 31, 2006 The Initial Outreach task will establish a schedule of charrette meetings, as well as a list of organizations or individuals interested in participating in charrettes on particular topics. The number and organization of the charrettes may be modified somewhat after consultation between City staff and the consultants coordinating public outreach and Plan content. At this point, a total of ten charrettes are planned; two per strategy element topic. For each of the five strategy topics (freeway screening, noise attenuation, multi-modal mobiliiy, economic development and neighborhood revitalization) two charrettes will be held as follows: e . Charrettes 1-5: For those who were not involved in the Initial Outreach activities, the first charrette will begin with a brief overview of the 1-210 Corridor Plan, its purpose and the planning process. It will be important to explain the intended final product, outcome and anticipated next steps, so that participants will not develop false expectations, or try to steer the plan in a different direction to achieve another end. The first charrette will present . e e Contract No. 74A0207 Attachment III Page 9 of 12 relevant background information and provide guided, facilitated discussion to outline the desires, priorities and apprehensions of the community regarding the charrette topic. · Charrettes 2-10: The public input from the first charrette may bring up questions or concerns requiring further analysis, and may present conflicting views and controversy. The consultant team will work with the background analysis, considering a consensus of participants' views and input, to outline a strategy or develop alternative strategies for the topic at hand. The purpose of. the second charrette will be to discuss the strategy outline for the given topic and reach a consensus for the content of the Draft Strategy for the given topic. The purpose of the charrettes will be to involve the community in the interpretation of background data, consideration of the issues and formulation of strategies for enhancement of the quality of life in the 1-210 corridor. The planning consultant will facilitate the charrettes and record/document the input of the participants. The CBO contractor(s) and City staff will attend and assist with the meetings. The CBO contractor(s) will assist in the maintenance of contact lists and the interpretation of public input for the meeting summaries. The planning consultant will be responsible for presenting relevant information for charrette participants to consider in the planning process, and for preparing a plan that reflects the desires and priorities of the community, as expressed during the charrettes. Deliverables: . Ten facilitated community charrettes . Ten charrette meeting sununaries Responsible Party: Planning Consultant, with consultation of CBO(s) Preparation of Draft Stratel!V Elements August I, 2006 - November IS, 2006 This task entails synthesizing the background data and priorities identified by the community in the Charrettes to prepare the Draft Strategy Elements of the 1-210 Corridor Enhancement Plan. Some of the strategies described in the original project proposal may be combined, as described under REVISED PLAN SUMMARY.. TtIts is an organizational revision, only. All content described in the original proposal will be included in the Plan. However, the organization and content of the plan components !MY change as a result of the planning process. Tentatively, the 1-210 Corridor Enhancement Plan will be comprised of the following elements: · Freeway Screening Strategy . Noise Attenuation Strategy · Multi-Modal Mobility Strategy · Economic Development Strategy · Neighborhood Revitalization Strategy . e e' Contract No. 74A0207 Attachment III Page 10 of 12 After the first round of charrettes, the planning consultant will prepare preliminary strategies for each of the five subject areas: freeway screening, noise attenuation, multi- modal mobility, economic development and neighborhood revitalization. These strategies will be discussed in the second round of charrettes, and then the draft strategy elements will be completed. The key content of each strategy will be recommendations for next steps to be pursued by the City and the community network established through the planning and outreach process. Ideally, the recommendations for future action should be achievable with no new funding requirements, utilizing existing programs and resources as much as possible. Deliverables: . Five preliminary draft strategy outlines (after I Sl round of chaiTettes) . Five draft strategy elements (after 2nd round of charrettes) Responsible Party: Planning Consultant, with consultation ofCBO(s) Final Plan Preparation November 15,2006 - December 29, 2006 The Draft Strategy Elements will be compiled to comprise the Final 1-210 Corridor Enhancement Plan. This task includes a final review of the complete plan with groups and individuals who participated in its development, to allow for final refinements and to verify concurrence of the community prior to presentation to the Mayor and Common Council. This final step in the project will complete the Final 1-210 Corridor Enhancement Plan, including all background reports, acknowledgement of participants, summaries of public input, and final recommendations of each strategy element. Deliverable: Final 1-210 Corridor Enhancement Plan Responsible Party: Planning Consultant, for approval by City Final Plan Presentation January 2, 2007 - February 28, 2007 This is the final task of presenting the completed plan with the Mayor and Common Council. Upon completion of the presentation, and assuming acceptance and endorsement by the City, the final plan will be disseminated to groups that participated in the planning process. This will serve as a guide for all participants of the "next steps" to be carried out to implement the strategies of the 1-210 Corridor Enhancement Plan. Ideally, this plan will be a starling point for several groups within the community to take up the strategies and concepts presented in the plan and bring them to fruition. Endorsement by the Mayor and Common Council will ensure a common purpose and coordinated strategy for future improvements and development of the 1-210 Corridor in the City of San Bernardino. . e e BUDGET Contract No. 74A0207 Attachment III Page 11 of 12 In accordance with the Environmental Justice grant program, 10% of the grant funding amount will be added to the project budget from local funds, and 50% of the local match will be in the fonn of in-kind services of the City. The budget may be summarized as follows: EJ Grant award from Caltrans: City match from General Fund: Total Available for Contract Services: In-Kind Service match by City or CBD's: . Total Project Budget: $237,500 11.875 $249,375 11.875 $261,250 Attacbment: 1-210 Corridor Enbancement Plan Project Scbedule and Funding Summary Cbart . e e .- 0:: ~ :t: U >- 0:: ~ :E :E Z:;:) <ten ..JCl c..z '-0 Zz w:;:) :Eu. We Uz Z<t <tw :t:..J Z:;:) We O::w O:t: Cu g:en 0:.- !:lOU NOW 00" <tor-O ..,NO:: ,......l.c.. In Q) " .~ Q) CIl In W Q) .J ~ III ~ C ~ a: 0 W 0 ~ ~ .J>- W . Q In 0. In u.- a: e 0- ~ " ... 8 III W U. Z C .., (.) W Q i~ i::g Q, W CI) CJ ::l C .J ::l .., .Jill c.... u'" 0'" .J !zg c~ a: 0> CJ'" .., W ~ "5 -- :::'" lO:3oCl CIl '" c C c ... 0 .~ u '0 - " uN '" o .U ~ 5 oe . Oocv.r:: a.~_C.J Q) _ co co ... U) "C CD ~ ~ 'C;,;: ~ s 5 CD co 0 ~=Eo Ol~E!ll ,,:,::O:1(J al';cn.... .0 Q) . 0 "..- ==ml>> co-:=:- ... ~ CD ::s t:lot:u G) Q) ru ~ > > u::u::-lig 8 o N fit o o o o .. fit ." c ::l '" o .- ... '" OIl>> .><- u co '" C ~< ~ .g In _ Q)"" E~~ G) II) .- >~S "'iJE j! 0 E ::1-0 al 0 u iii .cEii~ u Q).", " en ~ E'~ ui .'- ~ :.: ~ ~cn u:=~E '".~.- Q) CftScg O.c:: II 0 ()u:tJu 8 N fit 8 0> fit o g to ~ fit oCl .c U In '" C ~ .2 :; ~ 0;: " ] e .2 Q.. - '" .. " := ". ~ OJ .c U .?:- .c ::I E. E 8 ~ j c ~ >- >- co 15'- 0> _ 0 7ao~"C '='005 ~ c::: 0 :::::s ns.... taO...."C ......'Cc: 'OC;;Q)N ~- >... ca...~Q) cO> '" .-::: . as . Eco--- =-~cnrg !;=Es: ~~~~~ >;:coCDca ._::I.c_.c LLOulDU 8 M ... 8 M ... g ri ... o g o <D fit o g o <D fit '" " - g co .c U v '" ~ c: '" " ... E o " ~w 0...... " 00 ct ~ co ... Lr', V) Contract No. 74A0207 Attachment III Page 12 of 12 E " E "'. Q) .t::= " -" Co" CG -_:3 .c ,,0 " coO UJ -a c: (; "C 0 t:l '" E 'E G) E o 0.0 o EO o 0 " ~ u" CIl - '" ..!. C... cac~g. .5.!! l!! ~ u.o.o.~ III .... ~ ~ ... 8 ~ ~ ... ~ ~ ... 8 o ~ o o o o l.1t c " 0: .. c tE: ~ 0. J: -0 c c '" 0 en 0: ."" ,.J "';i s-< c fi... it en e... r-Q.. III .... ~ ~ ~ ... III .... ~ ~ ~ ... o o III ,..: M CIl fit