Loading...
HomeMy WebLinkAbout2012-03-27 City Council Agenda Item No. 15TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PAT KILROY INTERIM CITY MANAGER DATE: MARCH 27, 2012 SWBJECT: RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT FOR 1-15/RAILROAD CANYON ROAD INTERCHANGE IMPROVEMENT PROJECT, AMENDMENT NO. The 1-15/Railroad Canyon Road Interchange Improvement Project began the Caltrans approval process in early 2000. After many iterations and reviews, the project has moved into the Project Approval and Environmental Document (PA&ED) phase. At their regularly scheduled meeting on January 11, 2010, the City Council approved an agreement with Riverside County Transportation Commission (RCTC) to fund the PA&ED phase of this project in the amount of $1,000,000. Subsequently, at their regular meeting on May 24, 2011, the City Council directed staff to amend the original agreement to provide for reimbursement for RCTC staff for their assistance in completion of the environmental phase of the project. Since the RCTC approval of Amendment 1 to the TUMF Funding Agreement for I- 15/Railroad Canyon Road Interchange Improvement Agreement, the Project Design Team (PDT) has been diligently working through the Caltrans and the Federal Highway Administration (FHWA) approval process. After a meeting with Caltrans and FHWA earlier this year, requirements were imposed to provide additional studies for the project to be approved. RCTC provided staff with a $74,000 cost increase to accomplish the necessary studies and complete the PA&ED portion of the project. The following is a summary of the studies and updates being requested, a narrative with additional detail is included in the attachments: Additional modeling of vehicle miles traveled Supplemental CO2 analysis Revised Initial Study Supplemental Traffic Impact Analysis Supplement to the Life Cycle Cost Analysis Modification to the Storm Water Data Report Updated Draft Project Report Fiscal Impact Funding for Amendment 2 of the PA&ED agreement of the 1-15/Railroad Canyon Road Interchange Improvement Project will be re-allocated from the Design phase of the project. The amount shifted from the Design phase to the Project Approval & Environmental Document phase will not exceed $74,000. There is no direct cost to the City, however, the consequence is that the design allocation is reduced from $1,500,000 to $1,426,000. Recommendations Staff recommends that the City Council authorize the Mayor to execute Amendment No. 2 to the Agreement for the Funding of TUMF Regional Arterial Improvements (agreement No. 10-72-016-00) which allows RCTC to transfer $74,000 from TUMF PS&E (design) phase to the PA&ED (environmental clearance) phase of the project. Prepared by: Ken Seumalo 60 Director of Public Works Approved by: Pat Kilroy Interim City Manager Attachments: A) Vicinity Map B) Study Details C) Amendment No. 2 D) Amendment No. 1 E) Agreement No. 10-72-016-000 -Ilk i if N Page 3 of 38 Page 4 of 38 'TICINITY MAP INTERCHANGE IMPROVEMENTS AT INTERSTATE 1-15 AND RAILROAD CANYOU Wi • 0 i !l ♦ �► � ���� ''*'"III' '� - ������t����rrr rr1 ■ ■ ■ li ♦j ok no No ME on on lk III . • no No No ON no am ON an No Alk Jim 1 ar r, rM *. s All Page 5 of 38 �.ri • � i *a: I I tamitl 1 Page 7 of 38 Environmental Services 1. Supplemental Census Memorandum: As part of the Environmental Approval process, Caltrans requested that the current 2010 Census data be incorporated into the Environmental Document. Therefore, Caltrans has requested that a supplemental memorandum be prepared incorporating this 2010 Census data. This task includes the research and preparation of a supplemental census memorandum incorporating the 2010 census data, up to one round of review from Caltrans, finalization of the memorandum and approval by Caltrans. 2. Supplemental VMT/VHT Modeling: The Caltrans Headquarters Climate Change group has required capacity increasing projects to provide EMFAC (Emission Factors) modeling runs to satisfy climate change requirements enacted in 2010. In order to run the EMFAC modeling, VHT (vehicle hours traveled) and VIVIT (vehicle miles traveled) are required. At the time that the Traffic Impact Analysis was completed, VHT and VMT were not required and therefore not conducted for the proposed project as part of the original traffic modeling. Initially we thought that the traffic modeling data from the 1 -15 /Hi gh Occupancy Transit (HOT) Lane project could be utilized and modified to obtain the VHT and VIVIT in order to complete the CO2 modeling for the 1 -15 /Railroad Canyon Road project as quickly as possible. However, upon further investigation, because the 1 -15 /Railroad Canyon Road project would construct a new interchange on the 1-15 mainline, the use of the 1- 15/HOT lane project data would not be accurate. This is because the CO2 modeling will be conducted for existing, opening year, and horizon year conditions, and the 1 -15 /HOT lane project would not be constructed prior to 2015 when the 1 -15 /Railroad Canyon Road project is anticipated to be opened to traffic. In addition, the 1-15 HOT lane project is a regional project and is not likely to include the 1 -15 /Railroad Canyon Road project's roadway configurations. Based on the above considerations, LSA recommends that the RivTAM (Riverside County Transportation Model) model be used to obtain the VIVIT and VHT information for the 1 -15 /Railroad Canyon Road project area. This task includes the work effort needed to run the project-specific modeling in order to obtain VIVIT and VHT results for the existing year, opening year, and future year scenarios with and without the I- 15/Railroad Canyon Road project based on the phasing provided in the Supplemental Traffic Memorandum dated June 30, 2011. The VIVIT and VHT results would then be taken and applied to the EMFAC modeling needed to run the CO2 analysis for the 1 -15 /Railroad Canyon Road project. 3. Supplemental CO2 Modeling Analysis: An Air Quality Report (AQR) was prepared in December 2009 with Caltrans approving the AQR in April 2010. At the time that the AQR was prepared and approved, the inclusion of regional emission calculations using EMFAC modeling was not required. Between the approval of the AQR (April 2010) and the submittal of the 1 st Administrative Draft IS/EA (August 2011), the Caltrans Headquarters Climate Change group has required capacity increasing projects to provide EMFAC modeling runs to satisfy climate change requirements enacted in 2010. Caltrans has requested that a supplemental CO2 modeling analysis utilizing the EMFAC modeling be prepared. Therefore, this task includes the research and preparation of a supplemental CO2 Modeling Analysis, up to one round of review from Caltrans, finalization of the analysis by LSA, and approval by Caltrans. 4. Revise Draft IS/EA Climate Change Section: As part of preparing the CO2 Modeling Analysis, the climate change section of the Draft IS/EA (Initial Study/Environmental Assessment) consistent will have to be updated with the results of the Supplemental CO2 Modeling Analysis in Task 2. This task anticipates that the revisions of the climate change section of the Draft IS/EA would occur concurrently with revisions to the rest of the Draft IS/EA in order to minimize schedule delay., Engineering Services 1. New Connection Report (NCR) Conceptual Signage Plans (Alternative 2 and 3): As part of the NCR submittal Caltrans and the Federal Highway Administration (FHWA) required Conceptual Signage Plans as part of the NCR approval process. Incorporation of Supplemental Traffic Impact Analysis (STIA) for Phase 1 Project Failure Year: As part of the Federal Highway Administration (FHWA) NCR review, FHWA requested that a STIA be prepared to determine the Phase 1 Project Failure Year, the results of the STIA will have to be incorporated into the NCR prior to submittal to FHWA Headquarters. 2. Supplemental Traffic Impact Analysis (STIA) — Phase I Project Failure Year: As part of FHWA NCR review, FHWA requested that a STIA be prepared to determine the level of service (LOS) failure year for the Phase 1 Project. The STIA will include Volume Development and LOS for intersections, merge-weave, ramp merge-diverge, freeway mainline. 3. Life Cycle Cost Analysis (LCCA) — Justification Memorandum to Exempt Auxiliary Lanes: As part of the LCCA process, Caltrans requested that a Justification Memorandum be prepared to Exempt Auxiliary Lanes, Acceleration Lanes, -and deceleration lanes from the LCCA. 4. Storm Water Data Report (SWDR) — PA/ED — Elimination/Reduction of Water Quality Basin: As part of the re-approval of the SWDR-PA/ED, Caltrans requested the elimination/reduction of the number of Water Quality Basins, thereby, requiring major revisions to the previously approved SWDR-PA/ED including recalculation of the water quality volume and revisions to the Best Management Practice Maps. 5. Draft Project Report (DPR) — Update Traffic Accident Data and Analysis and Phase I Project Failure Year: As part of the DPR process, Caltrans requested that the existing accident data in the DPR be updated to the most current 3-year period. In addition, as part of the NCR review process, FHWA requested a failure year for Phase 1 Project improvements which must be included in the DPR. *NVI ]I i i 1 91 AMENDMENT NO. 2 TO AGREEMENT FOR THE FUNDING OF TUMF REGIONAL ARTERIAL IMPROVEMENTS WITH THE CITY OF LAKE ELSINORE FOR THE RAILROAD CANYON ROAD • 1-15 IMPROVEMENTS This Amendment No. 2 to Agreement No. 10-72-016-00 is made and entered into as of this 27th day of March, 2012, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("Commission") and the CITY OF LAKE ELSINORE ( "City" ) 2.1 The Commission and the City have entered into an agreement entitled "Agreement for the Funding of TUMF Regional Arterial Improvements with the City of Lake Elsinore" dated February 4, 2010 (the "Master Agreement") The Master Agreement provides the terms and conditions, scope of work, schedule and funding amount for the Project Approval and Environmental Document ("PA&ED") phase related to the Railroad Canyon Road @ 1-15 Improvement Project (hereinafter the "Project"). The Project is more specifically described in Exhibit "B" of the Master Agreement. 2.2 The Commission and the City entered into Amendment No. 1 to the Master Agreement, dated June 6, 2011. to increase the Funding Amount, as set forth in the Master Agreement, to identify work to be completed by the Commission to complete the PA&ED work for the Project, and to allow the Commission to reimburse itself for all incurred costs associated with the project. 2.3 The parties now desire to amend the Master Agreement in order to increase the Funding Amount, set forth in Section 3.2 of the Master Agreement and as amended by Amendment No . 1, in response to higher than anticipated costs to complete the PA&ED Phase of work for the project E I 2.4 Pursuant to Section 3.2.3 of the Master Agreement, the Executive Director of the Commission has the authority to approve this increase in the Funding Amount. 3. TERMS 3.1 The Recitals set forth above are true and correct and are incorporated into this Amendment by this reference, as though fully set forth herein. 3.2 The Funding Amount, as set forth in Section 3.2 of the Master Agreement and as amended by Amendment No. 1, shall be increased from One Million Two Hundred and Six Thousand Dollars{ $1,206,000) to One Million Two Hundred and Eighty Thousand Dollars ($1,280,000) to reflect the addition of funding for the PA&ED phase of work for the project. The not to exceed amount for the Commission to reimburse itself for eligible Work expenses is hereby increased from Two Hundred Fifty Eight Thousand Dollars ($258,000) to Three Hundred Thirty Two Thousand Dollars ($332,000). The City acknowledges and agrees that the Funding Amount may be less than the actual cost of the Work, and that the Commission shall not contribute TUMF Regional Funds in excess of the Maximum TUMF share for the phase/project identified in the most recently approved Nexus Study. This increase in funding will be deducted from funds identified in a future year for PS&E (design) work in the Commission's approved TUMF Regional Arterial Program. 3.3 The Project shall be completed by February 2013. 3.4 Except as amended by this Amendment No. 2, all provisions of the Master Agreement and all previous Amendments, including without limitation the indemnity and insurance provisions, shall remain in full force and effect and shall govern the actions of the parties under this Amendment. 11 q� qiiiiq� 11, 11 1 2 I 0" � W* SIGNATURE PAGE TO IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first herein above written. RIVERSIDE COUNTY CITY OF LAKE ELSINORE F ?4NSPORTATION COMMISSION Anne Mayer Executive Director Best, Best & Krieger LLP General Counsel 3 Brian Tisdale Mayor Barbara Liebold City Attorney Page 13 of 38 1041 of I I IsO V NUAN SCOPE OF WORK: The PA&ED Phase of work (Preliminary Engineering and Environmental Clearance) for the reconstruction of the Railroad Canyon Rd @ I -15 Interchange. 118010310 PHASE UIIF LOCAL TOTAL PA&ED $1,280,000 $0 $152801000 TOTAL $11280,000 N/A $15280,000 TIMETABLE: PA&ED Start January, 2009 Complete February, 2013 CI wro M— • arllsl� i I)m Page 15 of 38 Agree Ment No. 10.w72-016=01 ME 1 DMENT NO, 1 TO AGREEMENT FOR THE FUNDING OF TUMF REGIONAL ARTERIAL _MPROVEMENTS WITH THE CITY. OF LAKE O . E FOR THE RAILROAIX_ r . CANYON ROAD @ 11*15 IMPROVEMENTS PARTIES AND DATE This Amendment No. I to Agreement No. 10-72-016-00. is made and entered into -as. - of this day of 2011,. by and between the RIVER -IQF COUNTY TRANSPORTATION COMMISSION ("Commission") and the CITY OF LAKE ELSINORE r• 2. RECITALS 2.1 The Commission and the City have entered into an agreement entitled "Agreement for the Funding of TUFF Regional Arterial Improvements with the City of Lake Elsinore".dated February 4, 2010 (the "Master Agreement"). The Master Agreement provides the terms and conditions, scope of workV schedule and funding amount for the Project Approval and Environmental Document ( "PA ED") phase related to the Railroad Canyon Road @ 1-15 Improvement' Project (hereinafter the "Project'). The Project is more specifically described in Exhibit "B" of the Master Agreement. 2.2 The parties now desire to amend the Master Agreement in order to increase the Funding Amount, as set forth in Section 3.2 of the Master Agreement, from One Million Dollars ($1,000,000) to One Million Two Hundred and Six Thousand Dollars ($1,206,000) in response to higher than anticipated costs to complete the PA&ED Phase of work for the Project. 2.3 The parties have determined that it would be in their .best interest for the Commission to assume the City's existing profes sional services agreement with SC Engineering for the PA ED services * for the Project (the "Professional Services Agreement"). Concurrent with the adoption of this Amendment No. 1, the parties are entering into an assignment and assumption agreement to effectuate the transfer of responsibility for the Professional Services Agreement to the Commission.' 17336.01200\5950807.1 FONT-MM. FTM i 2.4 In oftler for the Commission to assist the City with cornpletio n- of the PA&ED for the Project, including, but not limited to, the remainina- PA&ED services to, be completed- under the Professional Services Agreement, the parties fudher desire to amend the Master Agreement in order to permit the Commission to reimburse itself for all costs associated with the PA&ED for the Project and incurred by the Commission, as further described here'in.' 2.5 The Commission is sometimes referred to in the Master Agreement as "RCTC O-" 94 Z4 3.1 The Recitals set forth above are true and correct and are incorporated into this Amdndment by this reference, as though fully- set forth herein. 12 Section 3.2 of the Master Agreement shall be deleted in its entirety and replaced with the following: 3,2 RCTC Funding Amount. The total TUMF Regional Funds to be provided, under this Agreement for the Project shall not exceed One Million Two Hundred and Six Thousand Dollars ($1,206,000) ("Funding Amount"). RCTC hereby -agrees to-- distribute to the City, from the Funding Amount, and on the,"- terms and -conditions set forth herein, a sum not to exceed Nine Hundred Forty Eight Thousand Dollars ($948,000), to be used exclusively for reimbursing the City for eligible Work expenses. - RCTC shall be entitled to retain, from the Funding Amount, a sum not to exceed Two Hundred Fifty Eight Thousand Dollars ($258,000) for RCTC to reimburse itself for eligible Work expenses as described herein. The City acknowledg6s and agrees that th4 Funding Amount may be less than the actual cost of the Work, and that RCTC shall not contribute TUMF Regional Funds in excess of the Ma'ximum TUMF share for the phase/project identified ' in the most recently approved Nexus Study, 1.3 Exhibit "A" of the Master 'Agreement shall be deleted in its entirety and replaced with Exhibit "A" attached hereto and incorporated by reference.- 17336.01200\5950807.1 M Page 17 of 38 3.4 The City agrees that RCTC, shall be entitled: to reimburse itself and/or to deduct from the Funding Amount- all costs as described in Section 3.5 of thi's Amendment No 3.5 Section 3.2.1 of the Master Agreement shall be amended to include the following additional language,-,, The Total Work Cost shall also include the following items: all of ROTC's -costs associated with managing the consultant, SC Engineering ("Consultant") under the Pirofs'sional Services Agreement, coordination. with Caltrans, FHWA and other s agencies as required for the Project, and reimbursement by ROTC of. the Consultant for ' services performed by the Consultant as directed by RCTC under the Professional Service's Agreement., 3.6 The Project shall be completed expeditiously, within the term of the Master Agreement. 3.7 Except ''as amended by this Amendment No. 1 1 all provisions of the Master, Agreement, including without limitation the indemnity and insurance. provisions, shall remain in full force- and effect and shall govern the actions-of the parties under this Amendment. 17336.01200\5950807.1 3 Page 18 • 38 SIGNATUREPAGE TO AGREEMENT NO. 19;-7ZO16*01 IN WITNESS WHEREOF, the parties .her eto- have executed the Agreement No. 10- 7Z-01 6-01 on the date. first herein above written. RIVERSIDE COUNTY CITY OF LAKE ELSINORE TRANSPORTATION COMMISSION By: By: Gregory S. Pettis Amy Bhufta Chair Mayor APPROVED AS T APPROVED AS TO FORM: B Y: Bill Genil 17336.01200\5950807.1 V El V: • Barbara Lieboli City Attorney Page 19 of 38 M EXHIBIT "All SCOPE OF WORK FUNDING AND TIMETABLE SCOPE. OF WORK: The PA&E.13 Phrase of work (Preliminary Engineering and Environmental Clearance) for the reconstruction of the Railroad Canyon Rd @ 1-15 Interchange,, Pill PN ► 1 1206,000 1 j 20• 1 000 1 9206-1 000 $1,206,000 TIMETABLE: PA&ED Start January, 2009 Complete January, 2012 EX, 17336.01200\5950807.1 HIBIT A U Page 20 of 38 - � 4-- --A- -Zi I -M:]-" a a Agreement No. 10-72-016-00 AGREEMENT FOR THE NDING OF TUMFRIEGIONALARTERL4L. 114PROVEMIENTS TH THE CITY OF EILSINORE FOR THE Ju RAELROAD . CANY ON ROAD @ 1-15 1WROVEMENTS RCTC PROJECT 5104- 1. Parties -and Date. Zk- A010 1.1 This Agreement is 'executed and entered into this da of � by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ( and the City of Lake Elsinore ("City"). ROTC and City are sometimes collectively referred to herein as the "Parties". 2. Recitals. 4 2.1 RCTC is a county transportation commission created and existing pursuant to California Public Utilities Code Sections 130053 and 130053-5. 2.2 On November 5, 2002 the voters of Riverside County approved Measure A authoriz' Ing the collection of a one-half percent (1/2%) retail transactions and use tax - too f transportation programs and hnprovements within the County of Riverside, and adopting the Riverside County Transportation Improvement flan (the -"Plan'),_ 23 The Plan requires clues and the County in western Riverside County to participate in a Transportation' Uniform Mitigation Fee (TUMF) Program to be eligible to receive Local Streets and- Roads funds generated by Measure* A. 2.4 The Plan fin-ther requires that the first . $400 million am revenues from TUMF be made available to RC rC to - fund - equally the Regional Arterial System and - development - of New. Transportation Corridors identified through the Community and. Environmental Transportation' Acceptability Process - (CETAP). To receive TUMF funding, - CETAP corridors must also be designated on the Regional System of Highways - and Arterials - -as established iii the October 2002 TUMF Nexus Study, amended in March 2004, and as may be amended in the future. 2*5 The Western -Riverside Council of GoVeT =ents -(WRCOG) hay been selected to inister the overall TUNT-Program pursuant to applicable state laws including Government Code Sections 66000 et seq. a-ad has entered into a Memorandum of Understanding (MOLT) with RCTC dated July 10, 2003 * regarding the allocation of the $400 million in TUMF Regional Funds to be made available to RCTC for-program, mig'_ 2.6 RCTC. issued to the cities and the County a all for Projects" to be funded VVI TUNF Re onal funds, and in response to the P 'ect Nomination Forms took action -on September gi r0i V., 2004 to adopt a five year TUM[F Regional Arterial Program which identifies the ects and the Proi I RV1?UB\PM01\7669%-2 Page 22 of 38 M. ding commitments awarded for specific phases of work. RCTC's TUMEF Regional Arterial Program -may be updated from time to time. 2.7 RCTC intends, by this Agreement,, to distribute TUNF Regional Funds, subject to- the conditions provided here and to participate "in the joint development of the Project, as defined intended to distribute TUMF Regional 3.1 Description of ]York.. This- Agreement is. intended Funds. to the City for ftHroad Canyon Rd. @ 1-15 Improve nren.t Project PA&ED phase of work, -C the Work"). The Work, including a timetable. and a detailed scope of work, is more fiffly described M* Exhibit "X' attached hereto and, pursuant to'Section 3.15 below, is subject to -mocation as requested by the City and approved by RCTC. The Work shall be consistent with one or more of the defined ROTC .Cali for Projects phases detailed herein as follows. 41) PA&ED — Project Approvals & Environmental Document 2) PS&E — Plans, Specifications and �s ates 3). R/W — Right of Way Acquisition and Utility Relocation 4) CONS — Construction The Work phase(s) funded pursuant to this Agreement shall be consistent with the City's Call for Projects Nomination Form submitted to the RCTC C"the Project") and as approved by the RCTC on September 8, 2004. The Project is more fully described *in Exhibit 'S"- attached hereto. It is �nderstood and agreed that the City shall expend TU Regional Fund's only as set forth in. this Agreement and only 'for the Work. 'To this end, any use of funds provided pursuant to this Agreement shall be subject to the review and approval of RCTC. 3.2 RCTC Funding Amounl. RCTC hereby agrees to distribute to the. City, on the terms and conditions set forth herein, a stun not to exceed One Mlfion Dollars to be used exclusively for reimbursing the City for eligible Work expenses as described herein C ". undi ng Amount"). The City acknowledges and agrees that the-Funding Amount may be less than the actual cost of the Work, and that RCTC s not contribute TLJW Regional Funds in excess of the maxnnum TUMF share for the phase /project identified in Appendix F of the TUMF Nexus Study. 3.2.1 E1ig1*bleWork Costs. The total Work costs C Total. Work Cost") may include the following items, provided 'that such items are included M* the scope of work attached as Exhibit "A (1) City and/or consultant costs associated with direct Work'coorlinatioh and support;*, (2) Winds emended i p reparation ofprelmary studies; (3) funds eiqnpnded for preparation of environmental review documentation for the Work; (4) all costs associated with right-of-way acquisition, including right -oaf -way engineering, appraisal, acquisition, legal costs for condemnation procedures if authorized by the City, and costs of reviewing * appraisals ajid offers for 'property - (6) cosh incurred in -the acquisition; (5) cost's reasonably Mcurred ff proceeds; -preparation of plans,* specifications, and estimates by City or consultants; (7) City costs associated with -bidding, adverusmg -and- awarding of the Work contracts; (8) -construction costs, including 2 RVPUB\PCH0A7669%.2 Page 23 of 38 change orders to construction contract approved by the City; and (9) construction anag *,-meat, field inspection and material testing costs. 3.2.1.1 N-At-of Way, Acquisition. The Parties acknowledge that in order to v -protect the City's ability to aw a iver the Project -in a time IV cost effective r, the City may vurch"e, parce Is property in advance of the final. of the Project's design, (PS&E). The of Parties acknowledge that acquired-parcels or remnants purchased in advance of final design may not A ultimately be required for the Project. Upon completion of the Project's final design, the City shall 01 provide- RCTC with a detailed list of all parcels purchased by the City for which it received ved TUMF Regidnal Fu As pursuant to. Agreement. The shall identify any parcels. els . or remnants thereof "which were acquired us TUMF Regional Funds and are not required for- construction of the Project. A preliminary . list shall be submitted to the RCTC 30 days. before the issuance of bid documents for construction of the Project and a final list shall be submitted to the RCTC no later than 30 days follo wing the r of the Certificated of Completion for the Project. 3.2.1.2 Valuation and Rea =,e._nt_afAuRr_o Remnants. Upon receipt of the City's final list, RCTC shall meet with the City for the. purpose of ideadng any parcel 'or reasonably usable re int .of a parcel for which TUW Regional Funds were expended that may reasonably be developed for other use by the City and/or sold. The Parties shall confer in good faith to agree upon the disposition of such parcels and remnant parcels and their-fair market value as of a date -agreed to by the parties, but in no event later than the date- of completion of the Project. "Fair'. Market Value" shall have the deftition set forth in Code of Civil Procedure Section 1263.320 and "remnant." shad have the demotion set forth in Code of Civil Procedure Section 1240.410. Not herein, shall preclude the City and RCTC from beginning the meetings earlier in the event both parties agree that the parcel or remnant will not be used for the Project. 3.2.1.3 Rei bursement for Unused Parcels. Following recordation of the Certificate of Completion for the Project, the City shall be responsible for promptly reimbursing RC_ TC_ for -any TUMF Regignal Funds which were used to acquire parcels which are. completely unused in the Project.- If City funds other than TUMF were used to purchase the-Parcel, those local funds shall be considered in determining the reimbursement amount. 3.21.4 Appeal to Commission.- In the event of a disagreement between the - Parties regarding the reimbursement of TUMF Regionat Funds under this section 3.2.1, either party may appeal, in writing, to the RCTC Board. The RCTC Board's determination regarding excess right -of -way and value- pursuant to this section shall be final. 3.2.2 nelaig ie Work Costs, The Total Work Cost shall not include the following items which shall be borne solely by the City without reimbursement: (1) City administrative costs; .(2) City costs attributed to the preparation of 'invoices,- billings and payments; (3) any' City fees attributed to the process I 0 - n of the Work; and (4) expenses for items of work not included w the g ,scope of work in Exhibit 0 RWUB\W xOr\7669%.2 Page 24 of 38 In work Fund . -The Funding Amount may, in RCTC's sole 3.2.3 Increases jA& discretion, be -augmented with additional TUMIF Regional Fund's if the TUMIF Nexus Study is *14 V amended to increase the a imum eligible TUW share for -the Work. Any such *increase in the Funding Amount must be approved in writing by RCTC's Executive Director. In no case shall the amount of TUMIF Regional Funds allocated to the City exceed. the then-current max eligible TUMF share for the Work. No such increased funding shall be expended to pay for any Work already completed. - For purposes of this Agreement, the Work or any portion thereof shall be deemed complete upon its acceptance by- RCFC's Executive Director. 3.2.4 kLo Fundiniz for 1pMporM Improvements. Only segments or components of the Work � that are intended to form part of or be integrated -into the Work may be ended ,by TUMF Regional Funds.. No improvement which is temporary in nature, *including but not limited to temporary roads, curbs, or dr facilities, shO be funded with TUMF Regional Funds except as needed for staged construction of the Work. 3.3 fit y S. Fungi Obli gation- to the Wo rk. ..CqIn fete In the event that the TUMF --VL.-- , Regional Funds allocated to the Work represent less than -the total 'cost. of the Work, the City shall provide such additional funds as may be required to complete the Work as described in Exhibit "W'.. old -1010 32.4 Work Respgnswilities of the C The City shall be responsible for the follo • WM9 aspects of the Work, m compliance with state and federal law provided that such items are included I in the Project scope of work attached as Exhibit ".A". . (i) development and approval of plans, specifications and engineer's estimate (PS&E), envu'onmental clearance, right of way acquisition,, and ob g all permits required by impacted agencies prior to co: 11, 11 c emeiit of the Work; (ii:) all aspects of bidding, awarding., and administration -of th6 contracts for the Work; -(iii) all construction of any construction activities undertaken in connection with the Work, including survey and material test and (hr) development of a budget for the Work prior to award of any contract for the Work, taking into consideration available funding, including TUMF Regional Funds* 3.5 - Ter ,MLNotice of pietion. The term of this Agreement shall be from the date first herem' above written until: (i) the date RCT C formally accepts the Work as complete,. pursuant to Section 3.2.3; (iii) termination of this Agreement pursuaint, to Section 3.9; or (iii} the City has fully satin d its obligations under this Agreement, (Note: If this Agreement is for Phase 1, work do not include the following text) 4"including full repayment of TUMF Regional Funds to ROTC as provided hereW'. All applicable in le niTication provisions of this Agreement shaft re in effect following the termination of this Agreement. 3.6 Revreseiatatives of the _P ies. RCTCIs Executive Director, or his or her designee, shall serve as RCTCs 'representative and shall hav-e the. authority to act on behalf of ROTC for all purposes under this Agreement. The City hereby designates Robert A. Brady, City Manager, or his "Or her designee, as the City's representative to ROTC.. The City's -representative shall have the authority to Act on behalf of the City for all purposes under this Agreement and shall coordinate- all activities of- the Work under the City's responsibility. The City shall work closely and cooperate 4 RWU3TMOA7669%.2 Page 25 of 38 fully with RCTC's representative and any other agencies which may have jurisdiction over or an interest- "in the Work. 3.7, nditure of Funds by Cijy P nor to In no Execution. of ent. Nothing this Agreement- shall be construed to prevent or preclude the, City from expending funds on the or prior to the execution of the Agreement, or from being reimbursed by RCTC for such expenditures. However, the City understands and acknowledizes that any expenditure of funds on the Work prior to the execution of the Agreement is made at the 'City's sole risk, and� that some expenditures by-the City may not be eligible for reimbursement under this Agreement. 3.8 Review- of Services. The City. shall affow - RCTCs Representative to inspect or review the progress of the- Work at any reasonable time in order to deter - min whether the terms of this Agreement are being met. 3.9' Termination. This Agreement may be terminated for cause or convenience as fin-ther specified below. 3.9.1 Termination for Convenience. 3.9.1.1.Notice. Either RCTC or the City may, by written notice to the other party, terminate this Agreement, in whole or in part, for convenience bv 9IVM9 * * thirty (30) days written notice to the -other party of such termination and specit jz -the effective date thereof. yMg 0 3.9,1.2 Effect of Te " __ 4' n for Convenience. In the event that the City terminates this Agreement for convenience, the City shall, within 180 days, repay to RCTC in all TUMF Regional Funds- provided. to the City under this Agreement. . In the event that RCTC terminates this Agreement for convenience,, RCTC shall, within 90 days, distribute to the City T Regional Funds in an amount equal to the aggregate total of all unpaid invoices which have - been received from the City regarding the Work at the time -of the notice of termination; provided, however, that RCTC shall be entitled to. exercm its rights under Section 3.14.2, including but not limited. to conducting a review of the invoices and requesting additional information. This Agreement -shall term 'mate upon receipt by the non-terminating party of the amounts due it under this Section "3.9.1..2. 3.9.2 Termination for Cause. 3.9.2.1 Either RCTC or the City may, by written notice to the other party, terminate this Agreement, n whole or in part, in response to a material rareach hereof by the other party, by giving written notice to 'the other party of such termination and specifying the effective date - thereof. The Witten notice shall provide a'30- day period to cure any alleged breach. During the 30 day cure period, the Parties shall di in good faith, the manner in which the breach can be cured. 3.9.2.2 Effect of- ennui ton for In the -event that the. City terminates this Agreement "in. response to RCTC's uncured material breach- hereof, RCTC shall, waif 90 days, - distribute - to the City T Regional Funds in an amount equal to. the aggregate total of all unpaid R Page 26 of 38 invoices. which have- been received from the City regarding th6 Work at the time of the notice of to anon. In the event that RCTC t+er at this Agreement -in response to the City's uncured material breach hereof, the City shall, within 180 days, repay to RCTC in full All TUMF Regional. Funds provided to the City under this Ageement. Notwithstanding termination of this Agreement by --RCTC pursuant to this. Section 3.9.2.2, RCTC shall be entitled to exercise its rights under Section 3.14.2, including but not limitdd to conducting -a review of-the invoices and requesting additional information. TI Agreement shall terminate upon receipt by the non-terminating party of the amounts due it under this Section 3.9.2.2. 3.9.3 Cumulative Remedies. The rights and remedies of the Parties provided in this Section are in -addition to any other rights -and remedies provided by- law or under this Agreement. 3.10 Prevail* Wafts—, The City and any other. person. or entity hired to perform services on the Work are alerted to the requirements of California Labor Code Sections 1770 et sea,., which would require the payment of prevailing-. wages were the services or any portion thereof determined to be a public work, as defined therein. The City shall ensure compliance with these ' p revaiIing wage requirements by -a ny person or entity hired to perform. the Work. The City shall defend-, indemnify, . ... and hold harmless RCTC, its-officers, employees,, consultants.. and Agents from any claimor liability, including without limitation attorneys, fees, arismg from its failure or alleged failure to comply with California labor Code Sections 1770 et. 3.11 Pro=§s Reports. RCTC may request the City to provide RCTC with.progress . reports concerning the .status of the Work., %..r 3.12 Inde mification. Is a &" , 'a 0 3.12.1 City Responsibilities.' In addition 'to the - D tion required under Section 3.10, the City agrees to indemnify and-hold harmless RCTC, its, officers, agents, consultants, and employees from any and. all claims, demands, costs or liability 04*1 or connected with all acavities governed by this Agreement including all. design and construction activities, due to negligent acts, errors or omissions or willful misconduct of the City or its subcontractors. The city will reimburse RCTC for any expenditures including re'asonable attorneys' fees, incurred b'- RCTC 2 - y in defending against claims ultimitely determined to be due to negligent acts, errors or omissions, or 40 misconduct of 'the City. 3.12,2 RCTC R�.wponsibilities. , RCTC agrees to indemnify and hold harmless the City, its officers, agents, consultants, and* employees* from any and all claims, demands, costs or liability arising from or connected with all activities governed by this Agreement including all- design 41 and construction activities, due to negligent acts. errors or omissions or willM misconduct of R-C`17C or its sub-consultants. RCTC will reimburse the City for any expenditures, incliadig. reasonable gains a- d to be due, to attorneys" fees, incurred by the City, in defending W. imsultimAtelydetermine. negligent ate, errors or onu*ssions"or wMU- misconduct of RCTC. 3.12.3 Effect, of The City shall be responsible for the professional quality, technical accuracy and th6 coordination of any services provided to complete the Work. 711 RVI?UWCH01\7669%.2 W,.•- NOW.O., i s review, acceptance or funding of any services performed by the City or any other person • entity under a reem ent shall not be construed'to ope e g rat as a waiver of any rihts RCFC m g a y hold under this Agreement or of any cause of action ansing out of. this Agreement. Further, the -City -shall be and remain liable to RCTC, in accordance with applicable law, for all damages to RCTC caused by the City"s negligent performance of -this Agreement or supervision, of any services provided -to complete the Work. 3.13 Insurance. The. City shall. require, at a all arsons or entities hired to perform the Work to obtain, And require their subcontractors to obtain,- insurance of the types and in the amounts described below and satisfactory to the City and RCC, . Such insurance shall be maintained throjighout the term of this Agreement, or until completion of the Work., -whichever -occurs last. 1.13.1 Commercial General jjk1fliV,..Insurance. Occurrence version commercial general liability insurance or equivalent form. with a combined single limit of not- less. thin $1,000,000.00 per ' occurrence. If such insurance contains a geneial aggregate limit, it shall apply separately to the Work or be no less- than two times the occurrence limit. Such insurance shaft, . Name RCTC and City, and their 3.13.1,1 eir respective officials, officers, employees, agents, 'and consultants as insured with respect to performance of the services on the Work and shall contain no special. limitations on the scope of coverage or the protection afforded to these insured; 3.13.1.2 Be primary with respect to any insurance or self *insurance programs covering RCTC and City,, and/or their-respective officials, officers, employees, agents,, and consultants-, and 3,13.1.3 Contain standard separation of insured provisions. 3.13.2 Business . .r U Insurance. Business automobile liability insurance or equivalent f6im with -a combined single limit of not less than $1,000,000.00 per occurrence. Such "insurance shall. include coverage for owned, hired and non-owned automobiles. 3.13.3 Frig essional Uabft isurance. Errors and omissions liability insurance with a limit of not less than $ 1,000,0.00.00 Professional liability insurance shall only be required pf design or engineering professionals. 3.13.4 Workers' QgmMnntion.jm Workers' compensation with u in Urance 1MI -each statutory limits and employers' liability insurance with limits of not less than $1,0M,M0-00 accident. 3.14 Procedures for Distribution of TLWF Re Tonal Funds to 013L. 3.14.1 Initial Payment by the The City shall be responsible for fintial payment of all the Work costs as they are incurred. Following payment- of such Work costs, the City shall 7 RVI?UB\PCH0I\766996.2 Page 28 of 38 submit mvoices to RCTC requesting reimbursement of eligible Work costs. Each mvoice shall be accompanied- by detailed contractor invoices, or other demands for payment addressed to the City, and documents evidencing the City"s payment of the invoices or demands for #• ii; The City shall submit invoices not more often than monthly and not less often than quarterly. 3.14.2 'Review md Reimbursement -by-ROV.; Upon receipt of an invoice :from the City, RCTC may request additional documentation or explanation of the Work costs- for which reimbursement is sought. Undisputed amounts shall be paid by RCTC. to the City wit thirty (30) days. In the event that RCTC disputes the eligibility of the City for reimbursement of all, or a portion of an invoiced amount, the Parties shall, meet and confer in an attempt to resolve the d pate. If the isp meet and confer process is unsuccessful in resolving the dispute, the City may appeal RCTC's decision as to the eligibility of one or more invoices to RCTC's Executive Directorf. The City may appeal the decisiQ1ft of the Executive Director to the full RCTC Board, the decision of which shall be final. Additional. details conce M9 in the procedure for the City's submittal of invoices to RCTC and M RCTC's consideration and payment of submitted invoices are set forth 'in Exhibit "C ", .attached hereto. 3.14.3 Fun - oun -diustment., If a post Work audit or review indicates that &9 AM -1-A RCTC has provided reimbursement- to the City in an amount in excess of the eligible. TUMF share of the Work, as determined -by the TUMF Nexus Study, or has * provided reimbursement of ineligible Work costs, :the City shall reimburse. RCTC for the excess orineligible payments within 30 days of notification by RCTC. 3.15 Work, Amendments. Changes to the -characteristics of the Work, including the deadline for, Work. completion, and any responsibilities of the City or RCTC may be requested in writing by the City and are subject to the approval of RCTC's Representative, which approval. will not be unreasonably withheld, provided that extensions of time for completion of the Work shall be approved M* the sole discretion of RCTC's Representative, Nothing in this Agreement shall be construed to requ ire or allow completion of the Work without fall compliance with the- California Environmental * Quality Act (POlic Resoure-es Code Section 21000 et seq.; "CEOX) -and the National Environmental Policy Act of 1969 (42 USC 4231 et seq.), but the necessity of c6pipliance with CEQA and NEPA shall not justify, excuse, or permit a delay in completion of the Work. Conf lie, F 3.16 or the term of this Agreement, no member, officer AptInteres or en of the City or RCTC, during the term of his or- her service with the City or RCTC, as the case may be, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit an"sin therefrom. Mg 3.17 limited Scale of Duties. RCTC's and the City's duties and obligations under this Agreement are limited to those described herein. RCTC has no obligation with respect to the safety of any Work performed at a j ob site: In addition, RCIFC shall not be liable for any action of City or its contractors relating to the conde ation of property undertaken by- City or construction related to the Work. 1.1611 RVI?UB\PMOT\766"6.2 Page 29 • 3.18 Booms Reco Each party shall maintain complete, accurate, and clearly identifiable records with respect topostsi. incurred for the Work under this Agreement. They shall make available for examination by the other party, its authorized agents, officers or employees any and all ledgers and books of account, invoices, vouchers, canceled checks, and other records or documents ovid6ncing or rel aced � to, the expenditures and di bursements charged to the .other -arty pursuant to this disbursements charged, to the other party pursuant to this Agreement.. Further, each party shall famish to the other party, # off s agents-or employees such er evidence or information as they may require with respect to any such expense or. -disbursement charged by them. All such information shall beretained by the Parties for at least three O) years following termination of Agreeme:ftt, a4id they shau have. access to such information during the three-year period for the. purposes of examination or audit. 3.19 Fain _r .a t 1t ame at. The Parties represent that they are equal opportunity employers and they shall not discriminate against any employee or applicant of reemployment because of. race,. religion, color, national on gin, ancestry, sex o 0 a .r age. Such non-dis shall include, but not be liMiited to all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination,, 3.20 Governing U_w ; This Agreement shall be governed by and construed with the laws of the State of Califo 3.21 Attome sees. If either vartv comm nces an action e other vartv arising ev against -out of or m` connection with this Agreement, the prevailing party -in such litigation shall be entitled to have- and recover from the losing party reasonable attorneys' fees and. costs of suit. 3.22 Time of 'Essence. Time is of the essence for each and every ' ' *0 * i of -this every ' 3.23 Head ,jW. Article and Section Headings, paragraph captions or marginal headings 0 contained in this Agreement are for convenience only and shall have no effect in the construction or interpretation of any provision herein. 3.24 Notification.. All notices hereunder and com. nications regarding interpretation of IL the terms of the-Agreement or changes thereto shall be provided* b* the mailing thereof by registered Y or certified mail, return receipt requested, postage prepaid and addressed as follows: City of Lake Elsinore 130 South Main St. Lake Elsinore, CA 92530 ATTN: City Manager RV.)?UWCH0Y\766"6.2 RCTC Riverside County Transportation Co f # t l 011 4080 I&mon, 3rd Floor Mailing address: P.O. Box 12008 Riverside,, CA 92501 ATTN: ftecutive Director 9 Page 30 of 38 Any notice so. given shall be considered served on the other party three (3) -days -after deposill in the U.S. mail, first class postage. aid re- turn receipt requested and addressed- to the partyat its prep ,appl icable address. Actual notice shall be deemed adequate notice on the date actual notice occurred regardless -of the method Of service. 3.25 Conft i bn Provisions. In the event that provisions of any attached appendices or exhibits conflict in any way wit u. the provisions set forth in this Agreement , the language, -terms and conditions contained in this Agreement shall control the actions and obligations of the Parties and the interpretation of the- Parties' understanding concerning the performance of the Services., 3.26 Contract Am In the event that the Parties d 6termine that the provisions of this Agreement -should be altered, the Parties may execute a contract amendment to add any provision to Agireement, or- delete or amend any provision of this Agreement. Ali such contract amendments must be in the form of. a written *instrument signed by the on 'al signatories to this Agreement, or their successors or designees. 327 Entire Aereement. This Agreement constitutes the entire agreement between- the Parties relating to* the subject matter hereof and supersedes -any previous agreements or undersgs 3.28 Validi1y af nt. The invalidity *in whole or in part of any prov.1sion of this Agreement shall not void or affect the validity of any other provision .of this Agreement. 3.29 Inder.pendent Contractors. Any person or entities retained by the City or anycontractor shall be - retained on' an' independent contractor basis and shy n m riot be en of RCTC. Any personnel perfong services on the Work shall at all times. be under the exclusive direction and control of the City. applicable. The City _or contractor- shall pay all- wages, salaries and other amounts due such personnel *in connection with their performance of semces on the Work and as required by law. 17he'City or consultant shall be responsible for all reports and obligations respecting such personnel, including, but not limited to: social security taxes, Income tax withholding,,, unemployment m*surance and workers' compensation insurance. [Signatures on following page] so I .11-MA411 Page 31 of 38 SIGNATURE 'AGE T AGREEMENT OR TBE FUNDINIG OF 1 NT REGIONAL ARTERIAL IMPROVEME NTS NT NO. 10-72-44-!040 11D.E COUNTY Cm- OF ]�ISINORE TRt&.N PORT O CONMUSSIO 1 mort age'4. �i i f Anne Hayed - Eutvre Director APPROVED AS TO FQRM v _a +. +� • �efissa A. Melen ez Maygr APPROVED AS. TO FORS: Waibam L` OW City ,A.ttomey ! 11I # 9 SCOPE OF WORK: The PA &EIS Phase of work (Preln*nm*ary Engineering and Environmental Clearance) -for the reconstruction of the Railroad Canyon Rd @ 1­ 15 Interchange, construction of a new interchange at Franklin. St. @ i -15? ramp -improvements and auxiliary lane construction on 115. I al izi!1 PHASE TUMF LOCAL TOTAL PA ED $11,0002000 $ 0 $13000,000 .PS E N/A, N/A N /A. RIGHT OF WAY /A NIA N/A CONSTRUCTION N/A N/A N /A. TOTAL $1,000,1000 N/A $110N.1000 TBWTABLE: PA&ED Start January, 2009 Complete June, 20 1 Page 33 of 38 WHIT GUIDANCE for COWLIMON OF ITA The following list of items generally identified as eligible or ineligible for TUM F Regional Funding reimbursement are consistent With those used to develop the costs for improvements in the first NEXUS Study prepared by wRCO . In general, all improvements, with the exception of sideways, must be wig the curbs of the roadway and extend no further than the curb returns at intersections. In addition, all improvements on or connecting to i I PROJECT DESCRIPTION: The Project to be constructed is the reconstruction/widening of the Railroad Canyon Road Undercrossing from 2 lanes to 4 lanes: construction of a new full Interchange at Franklin St. @ I- 15, ramp reconfiguration: and construction of a auxiliary lanes on 1 -15 between Railroad Canyon Road and Franklin St. gar Complete-, it w Y a ♦ fY ti $1 June, 2011 FY 4) $1500000 III 1 a {i RIGHT OF WAY i $570000,000 CONSTRUCTION $7,0200,000 $44,1800,000 ( $13,50%000 41j. Of off t M LESTON — provide a list of Phases and milestones for completion of the improvements and estirnated dates when each is expected to be accomplished. PA&ED Start: January, 2009 Complete-, June, 2010 P S E Start: March, 2010 Complete: September, 2011 R/W Start: March, 2010 Complete: June, 2011 Construction Start: January, 2012 Complete: January 2014 Page of i EXHIBIT "Cl PROCEDURES FOR SUBMITTAL, CONSIDERATION AND PAYMENT OF INVOICES 1. RCTC recommends that the City incorporate Exhibit "C -1" into its contracts with any Y subcontractors to establish a standard method for preparation of invoices by contractors tors to the City and ultimately to ROTC for reimbursement of City contractor casts. 2. Each month the City shall submit an invoice for eligible Work costs. incurred during the preceding month. The original invoice shall be. submitted to RCTC's . Executive Director- with a spy to RCTC's Prod ect`oordinatox. each invoice shall be accm sued bv a cover letter a format substantially similar to that of Exhibit "C -2' 30 Each invoice .shall include documentation from.. each contractor used by the City for the Work, listing labor costs, subc6ntractor casts, .a and other expenses. Each invoice shall also include a monthly progress report and spreadsheets showing the hours-or amounts expended by each contractor or consultant for the month and for the entire work to. date. Samples of acceptable task level documentation and progress reports are attached as Exhibits "C-4" and "C -5 ". All documentation from the City's contractors should be accompanied by a cover letter in a format substantially sax to that, of Exhibit "C- -3 ". 41D If the City is seeking reimbursement for direct expenses incurred by City staff for eligible -work .costs, the City shall detail the same level of information for its labor and any expenses in the same level of deter as required of contractors pursuant to it "C" and its - attachments. 50 Charges for each task and mile tone listed in Exhibit "A." shall be listed separately y in the invoice. 6, Each invoice shall include a certification signed by the City Representative or his or her designee which reads as follows: 'q hereby cent that the hours and sal rates submitted for reimbursement in � mvoice are the actual hours and rates worked and paid to the consultants or contractors listed. Signed Title ]date Invoice loo. IT T) RVPU'CH0117066.2 Page 36 of 38 ' . = RC C will ► the -City Zvi 30 days. after receipt by the, Commission of an invoice. If ROTC disputes any portion of An.-invoice, payment for that portion will be withheld without interest, pending resolution of the- dispute, but the unco.ntested� balance will be, paid. .80 The final payment under this Agreement will be made, only of ter :(i) the City has obtained a Release and Certificate of Final Payment from each contractor or consultant used- on thdWo�r i the City has executed a Release and Certificate of Final Payment; and (iii). the City has provided copies of each such Release to ROTC. W * M R UMPM01\76V996.2 Page 37 of 38 CITY OF LAKE i,SII`IC3R�E, DREAM EXTREME January 20, 201.0 Riverside County Transportation Commission Aftn: Shirley Gooding Adr m."nistra-fivue Assistant PO. Box 12008 0 -5 Riverside, CA 9-2,02 Subject.- Cunt r.act.A A reeM- -e nt Dear Ms. Gooding, The City Council -of the. City of Lae Elsinore approved the Transmittal of Agreement No. 1G-72-036,00 for Railroad'. Cm-y-G.n. Road @ 1-15 Interchange Improvements; between the City of Lake E-1.8in. -ow-bi-A nd. R. CTC at their rn. eaefing on January 12, 2010. I have enclosed- four on-i-gin-al., Con-tr -act Agreements f u-1-ty executed please return one onginat to my afte-nfion with. the Cart-ificate of Insur.ah.ce. Should you have any qu&. stions, Please c. afl Me. at (9-5. 1) .677-4-3424, ext. 269. Enclosure 951.674-3124 130 S. MAIN STREET LAKE E B-I NORE. CA 92530 WWW. LAKE- ELSINOKE.ORG Page 38 of 38