Loading...
HomeMy Public PortalAbout04 April 26, 2010 Western Riverside County Programs and ProjectsRECORDS 89027 RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE MEETING AGENDA TIME: 1:30 p.m. DATE: Monday, April 26, 2010 LOCATION: BOARD ROOM County of Riverside Administrative Center 4080 Lemon Street, First Floor, Riverside i V- COMMITTEE MEMBERS Karen Spiegel, Chair / Steve Nolan, City of Corona Bonnie Flickinger, Vice Chair / Jesse Molina, City of Moreno Valley Bob Botts, / Don Robinson, City of Banning Wallace Edgerton / Darcy Kuenzi, City of Menifee Malcolm Miller / Kathy Azevedo, City of Norco Daryl Busch / Al Landers, City of Perris Steve Di Memmo / Vacant, City of San Jacinto Scott Farnam / Bridgette Moore, City of Wildomar Bob Buster, County of Riverside, District I Marion Ashley, County of Riverside, District V W. STAFF .‘o Anne Mayer, Executive Director John Standiford, Deputy Executive Director 40. AREAS OF RESPONSIBILITY .q? Air Quality, Capital Projects, Communications and Outreach Programs, Congestion Management Program (CMP), Intermodal Programs, Motorist Services (ie. SAFE/Freeway Service Patrol), New Corridors, Regional Agencies/Regional Planning, Regional Transportation Improvement Program (RTIP), State Transportation Improvement Program (STIP), and Transportation Uniform Mitigation Fee (TUMF) Program related to Western Riverside County and other areas as may be prescribed by the Commission. Comments are welcomed by the Committee. If you wish to provide comments to the Committee, please complete and submit a Speaker Card to the Clerk of the Board. 11.36.54 " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE www.rctc.org AGENDA * *Actions may be taken on any item listed on the agenda 1:30 p.m. Monday, April26, 2010 BOARD ROOM County of Riverside Administrative Center 4080 Lemon Street, First Floor, Riverside In compliance with the Brown Act and Government Code Section 54957.5, agenda materials distributed 72 hours prior to the meeting, which are public records relating to open session agenda items, will be available for inspection by members of the public prior to the meeting at the Commission office, 4080 Lemon Street, Third Floor, Riverside, CA, and on the Commission's website, www.rctc.orq. In compliance with the Americans with Disabilities Act and Government Code Section 54954.2, if you need special assistance to participate in a Committee meeting, please contact the Clerk of the Board at (951) 787-7141. Notification of at /east 48 hours prior to meeting time will assist staff in assuring that reasonable arrangements can be made to provide accessibility at the meeting. 1. CALL TO ORDER 2. PLEDGE OF ALLEGIANCE 3. ROLL CALL 4. PUBLIC COMMENTS - Each individual speaker is limited to speak three (3) continuous minutes or less. The Committee may, either at the direction of the Chair or by majority vote of the Committee, waive this three (3) minute time limitation. Depending on the number of items on the Agenda and the number of speakers, the Chair may, at his/her discretion, reduce the time of each speaker to two (2) continuous minutes. Also, the Committee may terminate public comments if such comments become repetitious. Speakers may not yield their time to others without the consent of the Chair. Any written documents to be distributed or presented to the Committee shall be submitted to the Clerk of the Board. This policy applies to Public Comments and comments on Agenda Items. Western Riverside County Programs and Projects Committee Agenda April 26, 2010 Page 2 Under the Brown Act, the Board should not take. action on or discuss matters raised during public comment portion of the agenda which are not listed on the agenda. Board members may refer such matters to staff for factual information or to be placed on the subsequent agenda for consideration. 5. APPROVAL OF MINUTES - FEBRUARY 22 AND MARCH 22, 2010 6. ADDITIONS/REVISIONS (The Committee may add an item to the Agenda after making a finding that there is a need to take immediate action on the item and that the item came to the attention of the Committee subsequent to the posting of the agenda. An action adding an item to the agenda requires 2/3 vote of the Committee. If there are less than 2/3 of the Committee members present, adding an item to the agenda requires a unanimous vote. Added items will be placed for discussion at the end of the agenda.) 7. TRANSPORTATION UNIFORM MITIGATION FEE PROGRAM FUNDING AGREEMENT WITH WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS FOR STATE ROUTE 74/INTERSTATE 215 INTERCHANGE IMPROVEMENT PROJECT FOR CONSTRUCTION AND RIGHT OF WAY Page 1 Overview This item is for the Committee to: 1) Approve Agreement No. 10-31-090-00 with Western Riverside Council of Governments (WRCOG) for $8.8 million in Transportation Uniform Mitigation Fee (TUMF) Central Zone funding for the construction phase of the 74/215 interchange improvement project; 2) Approve Amendment No. 05-31-566-02, Amendment No. 2 to Agreement No. 05-31-566-00, with WRCOG to increase the right of way phase by $1.8 million to be funded with $900,000 of TUMF Central Zone funds and $900,000 of Measure A funds to address a cost increase; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; and 4) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee Agenda April 26, 2010 Page 3 • 8. AGREEMENT FOR CONSTRUCTION OF THE STATE ROUTE 74/INTERSTATE 215 INTERCHANGE IMPROVEMENT PROJECT IN THE CITY OF PERRIS, AND CONSTRUCTION DESIGN SUPPORT • • Page 4 Overview This item is for the Committee to: 1) Award Agreement No. 10-31-030-00 for the construction of the 74/215 interchange improvement project in the city of Perris (Perris) to Skanska USA Civil West (Skanska) for the amount of $13,439,004 plus a contingency amount of $1,343,996 for potential change orders during construction, for a total not to exceed contract authorization of $14,783,000; 2) Approve Agreement No. 07-31-122-04, Amendment No. 4 to Agreement No. 07-31-122-00, with David Evans and Associates, Inc. (DEA) to perform additional design support during the construction of the 74/215 interchange improvement project in the city of Perris for the additional amount of $204,087 resulting in a revised not to exceed amount of $3,303,749; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; and 4) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee Agenda April 26, 2010 Page 4 9. AGREEMENTS WITH QUALIFIED CONTRACTORS TO PROVIDE ON -CALL • RIGHT OF WAY APPRAISAL SERVICES FOR RESIDENTIAL, COMMERCIAL, INDUSTRIAL, AND AGRICULTURAL PROPERTIES Page 30 Overview This item is for the Committee to: 1) Award the following agreements to provide on -call right of way appraisal services for a three-year term, and two one-year options to extend the agreements, in an amount not to exceed an aggregate value of $950,000; a) Agreement No. 10-51-048-00 with Lidgard and Associates; b) Agreement No. 10-51-064-00 with Mason & Mason Real Estate Appraisers & Consultants; c) Agreement No. 10-51-065-00 with Donahue Hawran & Malm LLC; d) Agreement No. 10-51-066-00 with R.P. Laurain & Associates; e) Agreement No. 10-51-067-00 with Riggs & Riggs, Inc.; f) Agreement No. 10-51-068-00 with Hennessey & Hennessey LLC; and g) Agreement No. 10-51-069-00 with Robert Shea Perdue Real Estate Appraisal; 2) Authorize the Executive Director, or designee, to execute task orders awarded to contractors under the terms of the agreements; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements, including option years, on behalf of the Commission; and 4) Forward to the Commission for final action. • • " " " Western Riverside County Programs and Projects Committee Agenda April 26, 2010 Page 5 10. AGREEMENTS WITH QUALIFIED CONTRACTORS TO PROVIDE ON -CALL RIGHT OF WAY APPRAISAL REVIEW SERVICES FOR RESIDENTIAL, COMMERCIAL, INDUSTRIAL, AND AGRICULTURAL PROPERTIES Overview This item is for the Committee to: Page 34 1) Award the following agreements to provide on -call right of way appraisal review services for a three-year term, and two one-year options to extend the agreements, in an amount not to exceed an aggregate value of $500,000; a) Agreement No. 10-51-051-00 with Donahue Hawran & Malm LLC; b) Agreement No. 10-51-070-00 with R.P. Laurain & Associates; c) Agreement No. 10-51-071-00 with Mason & Mason Real Estate Appraisers and Consultants; d) Agreement No. 10-51-072-00 with Hennessey & Hennessey LLC; and e) Agreement No. 10-51-073-00 with Overland Pacific & Cutler Inc.; 2) Authorize the Executive Director, or designee, to execute task orders awarded to contractors under the terms of the agreements; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements, including option years, on behalf of the Commission; and 4) Forward to the Commission for final action. 11. AGREEMENT FOR UTILITY RELOCATION FOR THE STATE ROUTE 60/INTERSTATE 215 EAST JUNCTION HIGH OCCUPANCY VEHICLE LANES CONNECTOR Page 37 Overview This item is for the Committee to: 1) Authorize the Executive Director, or designee, to execute an agreement, pursuant to legal counsel review, for utility relocation for the State Route 60/interstate 215 East Junction high occupancy vehicle lanes connector project (Project) once the design and replacement location are finalized; and 2) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee Agenda April 26, 2010 Page 6 12. AGREEMENT WITH RIVERSIDE TRANSIT AGENCY TO REPAINT THE NORTH • MAIN CORONA PEDESTRIAN BRIDGE Page 39 Overview This item is for the Committee to: 1) Approve Agreement No. 10-25-091-00 for a right of entry and reimbursement agreement with Riverside Transit Agency (RTA) to allow for the painting of the North Main Corona pedestrian bridge for a total contract amount not to exceed $175,000; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. 13. AGREEMENTS FOR FREEWAY SERVICE PATROL TOW TRUCK SERVICE Page 56 Overview This item is for the Committee to: 1) Award Agreement No. 10-45-059-00 to Pepe's Towing Service for tow truck service on Beat No. 1 of the Freeway Service Patrol (FSP) program for a three-year term, and two one-year options to extend the agreement, for a total contract amount not to exceed $1,453,000; 2) Award Agreement No. 10-45-060-00 to Pepe's Towing Service for tow truck service on Beat No. 26 of the FSP program for a three-year term, and two one-year options to extend the agreement, for a total contract amount not to exceed $969,000; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements, including options years, on behalf of the Commission; and 4) Forward to the Commission for final action. • " " Western Riverside County Programs and Projects Committee Agenda April 26, 2010 Page 7 14. COOPERATIVE AGREEMENT WITH THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION FOR THE REIMBURSEMENT OF CONSTRUCTION FREEWAY SERVICE PATROL COSTS Page 59 Overview This item is for the Committee to: 1) Approve Agreement No. 10-45-085-00 with the State of California Department of Transportation (Caltrans) for Freeway Service Patrol (FSP) in various construction areas in the County; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. 15. FUNDING AGREEMENT WITH THE DEPARTMENT OF CALIFORNIA HIGHWAY PATROL FOR FREEWAY SERVICE PATROL SUPERVISION Page 70 Overview This item is for the Committee to: 1) Approve Agreement No. 10-45-084-00 with the Department of California Highway Patrol (CHP) to provide overtime supervision and operation of a Freeway Service Patrol (FSP) program in Riverside County; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee Agenda April 26, 2010 Page 8 16. CITIZENS' ADVISORY COMMITTEE/SOCIAL SERVICES TRANSPORTATION • ADVISORY COMMITTEE Page 77 Overview This item is for the Committee to: 1) Renew the memberships of Michelle Anglin, Peter Benavidez, Jim Collins, Fortunato Penilla, and Eunice Lovi; 2) Appoint Lorelle Moe -Luna as the new Consolidated Transportation Service Agency representative from Riverside Transit Agency(RTA); 3) Approve the memberships for the Citizens' Advisory Committee/Social Services Transportation Advisory Committee (CAC/SSTAC) effective January 1, 2010; and. 4) Forward to the Commission for final action. 17. CITY OF CORONA JUMP START FUNDING FOR GRADE CROSSINGS Overview This item is for the Committee to: Page 80 1) Reallocate $500,000 in funding from the Smith Avenue and Railroad Street to the McKinley Avenue grade separation project; 2) Approve Agreement No. 08-33-014-01, Amendment No. 1 to Agreement No. 08-33-014-00, with the city of Corona (Corona) deleting Smith Avenue and Railroad Street from the project list; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 4) Forward to the Commission for final action. 18. COMMISSIONERS / STAFF REPORT Overview This item provides the opportunity for the Commissioners and staff to report on attended and upcoming meetings/conferences and issues related to Commission activities. 19. ADJOURNMENT • The next Western Riverside County Programs and Projects Committee • meeting is scheduled to be held at 1:30 p.m., Monday, May 24, 2010, Board Chambers, First Floor, County Administrative Center, 4080 Lemon Street, Riverside. AGENDA ITEM 5 MINUTES • " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE Monday, February 22, 2010 MINUTES 1. CALL TO ORDER The meeting of the Western Riverside County Programs and Projects Committee was called to order by Chair Karen Spiegel at 1:32 p.m., in the Board Room at the County of Riverside Administrative Center, 4080 Lemon Street, First Floor, Riverside, California, 92501. 2. PLEDGE OF ALLEGIANCE At this time, Commissioner Bob Botts led the Western Riverside County Programs and Projects Committee in a flag salute. 3. ROLL CALL Members/Alternates Present Members Absent Marion Ashley Bob Botts Daryl Busch Bob Buster Steve Di Memmo Scott Farnam Bonnie Flickinger Robin Lowe Malcolm Miller Karen Spiegel 4. PUBLIC COMMENTS There were no requests to speak from the public. 5. ADDITIONS / REVISIONS Anne Mayer, Executive Director, noted an addition to Agenda Item 9, "Agreement with Epic Land Solutions, Inc. to Provide Property Management Support Services". RCTC WRC Programs and Projects Committee Minutes February 22, 2010 Page 2 6. ELECTION OF OFFICERS At this time, Chair Pro Tenn Botts opened nominations for the slate of officers. Commissioner Robin Lowe, seconded by Commissioner Daryl Busch, nominated Commissioner Karen Spiegel for the Chair position. No other nominations were received. Chair Pro Tenn Botts closed the nominations. Commissioner Spiegel was unanimously elected as the Western Riverside County Programs and Projects Committee's Chair. At this time, Commissioner Spiegel assumed the Chair. Chair Spiegel, seconded by Commissioner Marion Ashley, nominated Commissioner Botts for the Vice Chair position. No other nominations were received. Chair Spiegel closed the nominations. Commissioner Botts was unanimously elected as the Western Riverside County Programs and Projects Committee's Vice Chair. 7. AMENDMENT TO AGREEMENT FOR ON -CALL STRATEGIC PARTNERSHIP ADVISOR SERVICES WITH PB AMERICAS, INC. Khalid Bazmi, Toll Project Manager, presented an overview of the terms of the amendment to the agreement for on -call strategic partnership advisor services with PB Americas, Inc. Commissioner Busch expressed concern that rate information was not included in the agenda item. He suggested for this agenda item as well as Agenda Items 9, 10, and 11, and based on the economic climate, staff renegotiate with the contractors to reduce the cost of the contract if that has not already been done. Anne Mayer replied that related to this agenda item, the hours and labor rates for this work are included in the agenda item. For contracts that are being extended, there are controls within the contract for an allowable annual increase. She noted the rates for professional services have not experienced the same decreases seen in construction. Additionally, the lower bids in construction are attributable to reduction in overhead, not hourly rates for employees. She believes the focus should be on the overhead rate and what those reductions can be, noting that those are audited rates. " " " RCTC WRC Programs and Projects Committee Minutes February 22, 2010 Page 3 Commissioner Ashley concurred with Commissioner Busch's comments and recommended staff seek a reduction of the cost of these contracts, and suggested a 5% to 10% reduction for contract renewals. Commissioner Lowe concurred with Commissioner Ashley's comments and stated that any contracts that were originally negotiated more than two to three years ago should be renegotiated to seek a cost reduction. M/S/C (Ashley/Farnam) to: 1) Approve Agreement No. 06-66-027-20, Amendment No. 9 to Agreement No. 06-66-027-00, with PB Americas, Inc. (PB) for on -call strategic partnership advisor services to continue providing services for the proposed State Route 91 and Interstate 15 corridor improvement projects in the amount of $671,667, contingent upon staff returning to the contractor and renegotiating for a reduction in the overall cost of the contract; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. 8. CONFLICT OF INTEREST POLICY FOR THE STATE ROUTE 91 CORRIDOR IMPROVEMENT PROJECT Khalid Bazmi presented an overview of the conflict of interest policy for the SR-91 Corridor Improvement Project (SR-91 CIP). At Vice Chair Botts' request for clarification, Anne Mayer stated that the conflict of interest policy only applies to the SR-91 CIP and its purpose is to establish a level playing field. M/S/C (Lowe/Ashley) to: 1) Approve the Conflict of Interest policy for the SR-91 CIP; and 2) Forward to the Commission for final action. RCTC WRC Programs and Projects Committee Minutes February 22, 2010 Page 4 9. AGREEMENT WITH EPIC LAND SOLUTIONS, INC. TO PROVIDE PROPERTY MANAGEMENT SUPPORT SERVICES Min Saysay, Right of Way Manager, presented an overview of the agreement with Epic Land Solutions, Inc. to provide Phase 3 property management support services. At Commissioner Lowe's request, Min Saysay described the responsibilities of the relationship manager. Commissioner Lowe expressed concern regarding the hourly rate of the relationship manager based on its responsibilities and requested staff seek a reduction of the cost of this contract. Anne Mayer stated staff will follow the committee's direction from the previous agenda item, as well as the following agenda items, to return to the contractor and renegotiate for a reduction in the overall cost of the contract. Commissioner Buster stated the importance and complexity of the property management support services and asked if staff is satisfied with Epic's performance. Min Saysay confirmed. Based on his review, Commissioner Buster stated his belief that the level of service being provided is worth the proposed contract value. Additionally, he believes that when a contract is renegotiated, these factors need to be taken into account. M/S/C (Buster/Ashley) to: 1) Approve Agreement No. 10-51-074-00, with Epic Land Solutions, Inc.(Epic), for property management support services for Commission -owned parcels for two years at a not to exceed amount of $1 million and one option year for an additional $500,000, contingent upon staff returning to the contractor and renegotiating for a reduction in the overall cost of the contract; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement, including the option year, on behalf of the Commission; and 3) Forward to the Commission for final action. • • " " " RCTC WRC Programs and Projects Committee Minutes February 22, 2010 Page 5 10. AGREEMENTS WITH QUALIFIED CONTRACTORS TO PROVIDE ON -CALL RIGHT OF WAY APPRAISAL SERVICES FOR RESIDENTIAL, COMMERCIAL, INDUSTRIAL, AND AGRICULTURAL PROPERTIES Min Saysay presented Agenda Items 10 and 11 concurrently. He provided a brief summary of the scope to work for the agreements with qualified contractors to provide on -call right of way appraisal services and review appraisal services for residential, commercial, industrial, and agricultural properties. At Anne Mayer's request, Min Saysay clarified the appraisal process, including how the value of an appraisal is determined. MIS/C (Lowe/Busch) to: 1) Award the following agreements to provide on -call right of way appraisal services for a three-year period, and two one-year options to extend the agreements, in an amount not to exceed an aggregate value of $950,000, contingent upon staff returning to the contractor and renegotiating for a reduction in the overall cost of the contract; a) Agreement No. 10-51-048-00 with Lidgard and Associates; b) Agreement No. 10-51-064-00 with Mason & Mason Real Estate Appraisers & Consultants; c) Agreement No. 10-51-065-00 with Donahue Hawran & Malm LLC; d) Agreement No. 10-51-066-00 with R.P. Laurain & Associates; e) Agreement No. 10-51-067-00 with Riggs & Riggs, Inc.; and f) Agreement No. 10-51-068-00 with Hennessey & Hennessey LLC; 2) Authorize the Executive Director, or designee, to execute task orders awarded to contractors under the terms of the agreements; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements, including option years, on behalf of the Commission; and 4) Forward to the Commission to final action. RCTC WRC Programs and Projects Committee Minutes February 22, 2010 Page 6 11. AGREEMENTS WITH QUALIFIED CONTRACTORS TO PROVIDE ON -CALL RIGHT OF WAY APPRAISAL REVIEW SERVICES FOR RESIDENTIAL, COMMERCIAL, INDUSTRIAL, AND AGRICULTURAL PROPERTIES MIS/C (Lowe/Busch) to: 11 Award the following agreements to provide on -call right of way appraisal review services for a three-year period, and two one- year options to extend the agreements, in an amount not to exceed an aggregate value of $500,000, contingent upon staff returning to the contractor and renegotiating for a reduction in the overall cost of the contract; a) Agreement No. 10-51-051-00 with Donahue Hawran & Malm LLC; b) Agreement No. 10-51-070-00 with R.P. Laurain & Associates; c) Agreement No. 10-51-071-00 with Mason & Mason Real Estate Appraisers and Consultants; d) Agreement No. 10-51-072-00 with Hennessey & Hennessey LLC; and e) Agreement No. 10-51-073-00 with Overland Pacific & Cutler Inc.; 2) Authorize the Executive Director, or designee, to execute task orders awarded to contractors under the terms of the agreements; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements, including option years, on behalf of the Commission; and 4) Forward to the Commission for final action. 12. COMMISSIONERS / STAFF REPORT 12A. Commissioner Lowe briefed the Committee on the Surface Transportation Reauthorization Outreach meeting held on February 19. 12B. Anne Mayer announced the I-10/Bob Hope Drive/Ramon Road and 1-10/Palm Drive/ Gene Autry Trail interchanges ground breaking event will be held on February 26 at 10:00 a.m. • • • RCTC WRC Programs and Projects Committee Minutes February 22, 2010 Page 7 13. ADJOURNMENT There being no further business for consideration by the Western Riverside County Programs and Projects Committee, the meeting was adjourned at 2:16 p.m. Respectfully submitted, k0. Jennifer Harmon Clerk of the Board • • " " " RIVERS/DE COUNTY TRANSPORTATION COMM/SS/ON WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE Monday, March 22, 2010 MINUTES 1. CALL TO ORDER The meeting of the Western Riverside County Programs and Projects Committee was called to order by Chair Karen Spiegel at 1:32 p.m., in the Board Room at the County of Riverside Administrative Center, 4080 Lemon Street, First Floor, Riverside, California, 92501. 2. PLEDGE OF ALLEGIANCE At this time, Commissioner Bob Botts led the Western Riverside County Programs and Projects Committee in a flag salute. 3. ROLL CALL Members/Alternates Present Members Absent Marion Ashley Bob Botts Daryl Busch Bob Buster Steve Di Memmo Wallace Edgerton Scott Farnam Bonnie Flickinger Malcolm Miller Karen Spiegel 4. PUBLIC COMMENTS There were no requests to speak from the public. 5. ADDITIONS / REVISIONS John Standiford, Deputy Executive Director, noted a revision to Agenda Item 7, "Agreement for Environmental Document Preparation, Preliminary RCTC WRC Programs and Projects Committee Minutes March 22, 2010 Page 2 and Final Engineering Design, and Construction Support Services for the Riverside Downtown Metrolink Layover Facility Project". 6. ELECTION OF THE VICE CHAIR FOR 2010 At this time, Chair Spiegel opened nominations for the Vice Chair position. Commissioner Marion Ashley, seconded by Commissioner Daryl Busch, nominated Commissioner Bonnie Flickinger for the Vice Chair position. No other nominations were received. Chair Spiegel closed the nominations. Commissioner Flickinger was unanimously elected as the Western Riverside County Programs and Projects Committee's Vice Chair. 7. AGREEMENT FOR ENVIRONMENTAL DOCUMENT PREPARATION, PRELIMINARY AND FINAL ENGINEERING DESIGN, AND CONSTRUCTION SUPPORT SERVICES FOR THE RIVERSIDE DOWNTOWN METROLINK LAYOVER FACILITY PROJECT Edda Rosso, Capital Projects Manager, presented an overview of the terms of the agreement for environmental document preparation, preliminary and final engineering design, and construction support services for the Riverside Downtown Metrolink layover facility project. M/S/C (Famam/Botts) to: 1) Approve the consultant selection process and award Agreement No. 10-33-031-00 to HDR Engineering Inc. (HDR), to provide environmental document preparation, preliminary engineering, final engineering design, and construction support services for the Riverside Downtown Metrolink layover facility project in the amount of $2,140,325 plus a contingency amount of $259,675 to cover potential changes for a total not to exceed amount of $2.4 million; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; 3) Authorize the Executive Director to approve contingency work up to the total not to exceed amount as requested for the project; 4) Authorize the Executive Director, pursuant to legal counsel review, to execute non -funding related agreements necessary for the design and construction of the project; and 5) Forward to the Commission for final action. • • • " " " RCTC WRC Programs and Projects Committee Minutes March 22, 2010 Page 3 8. AMENDMENT TO AGREEMENT WITH OWEN DESIGN GROUP, INC. TO PROVIDE CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH MAIN CORONA PARKING STRUCTURE AND THE PERRIS MULTIMODAL FACILITY Edda Rosso, presented an overview of the amendment to the agreement with Owen Design Group, Inc. to provide construction management services for the North Main Corona parking structure and the Perris Multimodal facility. M/S/C (Famam/Botts) to: 1) Approve Agreement No. 08-33-011-02, Amendment No. 2 to Agreement No. 08-33-011-00, with Owen Design Group, Inc. (Owen Group) for construction management services for the North Main Corona (NMC) parking structure and the Perris Multimodal (PMM) facility in a not -to -exceed amount of $490,000; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; 3) Approve an expenditure transfer of $490,000 from the Riverside Downtown layover facility right of way acquisition to the PMM facility construction management; and 4) Forward to the Commission for final action. RCTC WRC Programs and Projects Committee Minutes March 22, 2010 Page 4 9. AMENDMENT TO AGREEMENT WITH LA ENGINEERING TO INCREASE THE CONTRACT EXPENDITURE AUTHORIZATION FOR THE PERRIS MULTIMODAL FACILITY Edda Rosso, presented a brief summary of the amendment to agreement with LA Engineering to increase the contract expenditure authorization for the Perris Multimodal Facility. At Commissioner Busch's request, Edda Rosso explained the Commission will invoice the city of Perris for the actual construction costs for the platform design modifications requested by OERM. M/S/C (Ashley/Edgerton) to: 1) Approve Agreement No. 09-33-046-01, Amendment No. 1 to Agreement No. 09-33-046-00, with LA Engineering to increase the expenditure authorization for the Perris Multimodal (PMM) facility by $262,000, increasing the total not to exceed contract amount to $5,662,000; 2) Approve addition of four external extra work requests: two by the city of Perris, one by Southern California Regional Rail Authority (SCRRA), and one by Riverside Transit Agency (RTA); 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; 4) Authorize Executive Director to execute necessary contract change orders to implement these requests; and 5) Approve an increase to budgeted revenues of $140,000 and an expenditure transfer of $262,000 from the Riverside Downtown layover facility right of way acquisition to PMM facility construction; and 6) Forward to the Commission for final action. • " " RCTC WRC Programs and Projects Committee Minutes March 22, 2010 Page 5 10. AGREEMENT WITH SUNESYS LLC FOR THE NO COST PROVISION OF FIBER OPTIC SERVICES IN EXCHANGE FOR A NO COST LICENSE AGREEMENT Robert Yates, Multimodal Services Director, provides an overview of the agreement with Sunesys LLC for the no cost provision of fiber optic services in exchange for a no cost license agreement. M/S/C (Farnam/DiMemmo) to: 1) Approve Agreement No. 10-25-086-00 with Sunesys LLC for the provision of no cost fiber optic services in exchange for a no cost license agreement; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; and 3) Forward to the Commission to final action. 11. AGREEMENT WITH EPIC LAND SOLUTIONS, INC. TO PROVIDE PROPERTY MANAGEMENT SUPPORT SERVICES Min Saysay, Right of Way Manager, provided an overview of the agreement with Epic Land Solutions, Inc. to provide property management support services. John Standiford, Deputy Executive Director, states that all the information that Epic has collected and provided has been and will be very valuable as we expand rail services. M/S/C (Busch/Farnam) to: 1) Approve Agreement No. 10-51-074-00 with Epic Land Solutions, Inc. (Epic), for property management support services for Commission -owned parcels for two years at a not to exceed amount of $970,000 and one option year for an additional $485,000; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement, including the option year, on behalf of the Commission; and 3) Forward to the Commission for final action. 12. COMMISSIONERS / STAFF REPORT 12A. John Standiford announced the CTC will be deciding on Prop 113 funding on Thursday, March 25. RCTC WRC Programs and Projects Committee Minutes March 22, 2010 Page 6 12B. Commissioner Marion Ashley announced the passing of Barry Nestande, Chief of Staff to Supervisor John Benoit. 13. ADJOURNMENT There being no further business for consideration by the Western Riverside County Programs and Projects Committee, the meeting was adjourned at 1:56 p.m. Respectfully submitted, H--- Jennifer Harmon Clerk of the Board • RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE ROLL CALL April 26, 2010 Present Absent County of Riverside, District I % O County of Riverside, District V 0 City of Banning O City of Corona O' City of Menifee ,� O City of Moreno Valley ,0'� 0 City of Norco City of Perris City of San Jacinto City of Wildornar RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS SIGN -IN SHEET APRIL 26, 2010 NAME AGENCY E_MAIL ADDRESS ,---.__. 1 L-'D D NAi4�- -crl k. N A PA�_l._J o b \� o s -N- i4 ly 1 11, 9 nFie, �7 p� C 1j cA-,,.. - A, P/G ( ("6e32 /14 V i 1 l( IC M /61,-S HA- -� V Lam%\, i 4 C`' Cc l,t/ Ajln-Ge. FOGL p ( L' _' AGENDA ITEM 7 " RIVERS/DE COUNTY TRANSPORTATION COMM/SS/ON DATE: April 26, 2010 TO: Western Riverside County. Programs and Projects Committee FROM: Shirley Medina, Programming and Planning Manager THROUGH: Cathy Bechtel, Project Development Director SUBJECT: Transportation Uniform Mitigation Fee Program Funding Agreement with Western Riverside Council of Governments for State Route 74/Interstate 215 Interchange Improvement Project for Construction and Right of Way STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve Agreement No. 10-31-090-00 with Western Riverside Council of Governments (WRCOG) for $8.8 million in Transportation Uniform Mitigation Fee (TUMF) Central Zone funding for the construction phase of the 74/215 interchange improvement project; 2) Approve Amendment No. 05-31-566-02, Amendment No. 2 to Agreement No. 05-31-566-00, with WRCOG to increase the right of way phase by $1.8 million to be funded with $900,000 of TUMF Central Zone funds and $900,000 of Measure A funds to address a cost increase; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: The 74/215 interchange improvement project is ready to go to construction and the award of the construction contract is covered in a separate item. This is an important project as it is the final phase of improving SR-74 from 1-15 to 1-215 identified in the original 1989 Measure A program. This item is to execute the agreements needed for the TUMF funding that has been obligated by WRCOG for this project and associated utility agreements. Construction Phase Last year, WRCOG reserved $9.7 million of the original $14 million of TUMF Central Zone funds slated for the 74/215 interchange project. The decrease of available funds was a result of decreased TUMF revenues available in the Central Agenda Item 7 1 Zone. The city of Perris adopted a resolution to contribute an additional $4 million to make up the difference and maintain the project's delivery schedule. Subsequently, the Commission allocated $16.1 million of American Recovery and Reinvestment Act (ARRA) funds to this project. The total cost of the construction phase, including construction management and contingencies, is $23.479 million. Due to the low bid and determination of federally eligible contract items, the funding summary is proposed as follows: Fund Source Amount (000's) ARRA (federal) $ 13,870 Surface Transportation Program (federal) 89 DEMO (federal) 720 TUMF (local) 8,800 Total Construction $ 23,479 Staff is currently working with Ca!trans to determine if additional construction items can be funded with ARRA. If so, it would result in savings to TUMF funds. However, staff is requesting that the Commission approve Agreement No. 10-31-090-00 with WRCOG, in order to receive TUMF Central Zone funds so that the award of the project can take place at the May 12, 2010 Commission meeting. Since federal funds are being maximized on the project, the TUMF share is less than originally expected and below the 50% share of the earlier phases of work. Additionally, the $4 million fund contribution by the city of Perris is not included in the funding plan as a result of cost savings due to the low bid environment. Right of Way Phase The Commission and WRCOG have an agreement in place for the pre -construction phases (engineering, design, and right of way) of the 74/215 interchange, which provides TUMF Central Zone and Measure A funds on a 50-50 basis. The latest estimate to complete the right of way phase shows an increase in the cost from $2.5 million to $4.3 million. The TUMF and Measure A shares increased from $1.25 million to $2.15 million. In order to fund the additional $1.8 million increase, staff proposes to maintain the 50-50 funding participation and increase the TUMF and Measure A amounts by $900,000 each. Therefore, staff recommends that the $900,000 in TUMF funds be moved from the $9.7 million originally planned for construction as follows: Agenda Item 7 • 2 " " " Proposed TUMF Funding $ (000's) Construction Phase $ 8,800 Right of Way Phase $ 900 Total $ 9,700 Staff is requesting that the Commission approve Agreement No. 05-31-566-02 to increase the TUMF and Measure A funds by $900,000 for a total of $4.3 million for the right of way phase. The TUMF administrative plan allows amendments to be executed by the Executive Director for actions that do not affect the total amount planned for the project. Utility Agreements The project will also require utility agreements with SCE and TWC for the relocation and removal of utility poles and attached equipment. The estimated cost for this work is approximately $83,000. This cost will be paid with TUMF funds should the Commission approve additional right of way funds previously mentioned in this item. This agenda item seeks to authorize the Executive Director to enter into agreements with SCE and TWC to remove and relocate the poles and attached equipment. Financial Information In Fiscal Year Budget: Yes Yes Year: FY 2009/10 FY 2010/11 FY 2011/12 + Amount: $ 1,090,900 $ 3,300,000 $ 5,309,100 Source of Funds: TUMF Central Zone Budget Adjustment: No No N/A GL/Project Accounting No.: 003015 416 41607 0000 222 31 42110 Fiscal Procedures Approved: `44u44,v Date: 04/20/10 Agenda Item 7 3 AGENDA ITEM 8 • " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: April 26, 2010 TO: Western Riverside County Programs and Projects Committee FROM: Lisa DaSilva, Capital Projects Manager THROUGH: Marlin Feenstra, Project Delivery Director SUBJECT: Agreement for Construction of the State Route 74/Interstate 215 Interchange Improvement Project in the City of Perris, and Construction Design Support STAFF RECOMMENDATION: This item is for the Committee to: 1) Award Agreement No. 10-31-030-00 for the construction of the 74/215 interchange improvement project in the city of Perris (Perris) to Skanska USA Civil West (Skanska) for the amount of $13,439,004 plus a contingency amount of $1,343,996 for potential change orders during construction, for a total not to exceed contract authorization of $14,783,000; 2) Approve Agreement No. 07-31-122-04, Amendment No. 4 to Agreement No. 07-31-122-00, with David Evans and Associates, Inc. (DEA) to perform additional design support during the construction of the 74/215 interchange improvement project in the city of Perris for the additional amount of $204,087 resulting in a revised not to exceed amount of $3,303,749; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: The 74/215 interchange in Perris is one of the last remaining highway projects in the 1989 Measure A delivery plan. The preliminary engineering and environmental clearance phase began in April 2005 with DEA, and the contract for final design was awarded to DEA in July 2007. Since this action, DEA along with Commission staff, city staff, and Ca!trans oversight have developed an interchange design that will meet traffic demand and operational needs by correcting existing local street geometric deficiencies and providing more access capacity to 1-215. This design and the corresponding contract documents were approved for construction advertisement earlier this year. Agenda Item 8 4 The project was advertised for construction bids on February 18, 2010, with bid opening on March 30. Ten bids were received and opened. A summary of the bids received is shown in Table A: Table A 74/215 Interchange Improvement Project Bid Summary Firm (In order from low bid to high bid) Bid Amount Engineer's Estimate $21,691,249.25 1 Skanska USA Civil West $13,439,004.00 2 Riverside Construction $13,562,111.00 3 Sukut / Myers $14,067,865.80 4 Beador $14,096,700.00 5 Security Paving $14,676,151.38 6 Ortiz $15,122,641.00 7 Harris $15,162,030.00 8 SEMA $15,520,184.61 9 MCM $16,351,118.00 10 Griffith $16,356,570.50 The basis for award for a public works contract is the lowest responsive and responsible bidder as defined by Commission procurement policy and state law. The bid analysis is included as Attachment 1. The analysis shows the bid amounts of the five lowest bidders and shows the bid unit price, extended amount and percent variation from the engineer's estimate for each bid item. The bid price submitted by Skanska was 38% lower than the engineer's estimate and the fifth lowest bid was 30.7% lower. The Attachment 2 chart shows the trend of low bid vs. engineer's estimate and shows that the low bid has been declining as compared to the engineer's estimate over the past several years. Federally funded contracts that are administered by the Commission are subject to the requirements of the Code of Federal Regulations, Part 26, Title 49 entitled Participation by Disadvantaged Business Enterprises (DBE) in Department of Transportation Financial Assistance Programs. Pursuant to the relevant federal DBE provisions, the Commission established a 5.16% race conscious Underutilized Disadvantaged Business Enterprise IUDBE) participation goal and a 10.7% race neutral DBE participation goal in the construction bid advertisement for this project. Only a bidder meeting the established race conscious UDBE goal for this project can be considered fully responsive to the bid requirements. Agenda Item 8 • • • 5 " To meet this requirement, bidders must either achieve the UDBE goal, or, alternatively, meet the good faith efforts (GFE) requirements set forth in the invitation for bid. The low bidder, Skanska, did not meet the 5.16% race conscious UDBE goal; however, the firm was deemed responsive based on Commission's review of the GFE documentation package it submitted evidencing adequate good faith efforts to comply with the UDBE requirement. After analyzing the three lowest bids per the Federal Highway Administration (FHWA)/Caltrans analysis process, staff and the construction manager, Jacobs, concluded that the Skanska bid in the amount of $13,439,004 is the lowest responsible and responsive bid received for the project. Staff recommends award of Agreement No. 10-31-030-00 for the construction of the project to Skanska for the amount of $13,439,004 plus a contingency amount of $1,343,996 to cover potential change orders encountered during construction, for a total not to exceed contract authorization of $14,783,000. Staff has prepared and submitted the FHWA contract award request through Caltrans District 8's Local Assistance and anticipates the contract award approval after the May Commission meeting. The project construction contract costs will be funded as shown in Table B: Table B 74/215 Interchange Improvement Project Construction Funding Summary $13,870,000 American Recovery and Reinvestment Act (ARRA) $720,000 DEMO (Federal) $89,000 Surface Transportation Program (Federal) $104,000 TUMF (includes DEMO and STPL match) $14,783,000 Total Contract Amendment for David Evans and Associates An amendment to Agreement No. 07-31-122-00 with DEA of $204,087 is also requested to increase the authorized amount for construction support services by the design team. During the construction phase of the project, DEA will need to be available to resolve construction contractor design questions and modify the design if necessary, and prepare as -built drawings at the conclusion of construction. The original scope did not include response and resolution of contractor requests for information (RFI) and clarification and assumed there would be 175 plan sheets in the design package. During the design phase, the number of plan sheets increased Agenda Item 8 6 to 310, requiring an increase in the cost to produce the as -built drawings. This amendment will cover the increase in scope for the contractor RFI resolutions and the additional 135 plan sheet as -built drawings. The original agreement with DEA for final design was approved by the Commission at its July 2007 meeting. Agreement No. 07-31-122-01 was approved by the Commission at its May 2009 meeting to perform additional right of way engineering and design work. The Executive Director approved Agreement No. 07-31-122-02 in January 2010 using contingency to include modifications to the wall structure locations, bridge aesthetics, and implementation of a recycled water irrigation system mandated by Eastern Municipal Water District. Agreement No. 07-31-122-03 was approved by the Executive Director in April 2010 for the scope increase for additional design, analysis, and technical review of the structure design, roadway plans, and drainage changes. Staff has completed negotiations with DEA and is in agreement with the estimated cost required for construction support. Cost details are included with the attached draft Agreement No. 07-31-122-04. The estimated construction support costs represent the total estimated cost, and staff will issue notices to proceed (NTP) to DEA in stages as construction is completed and additional funds are required. Staff recommends approval of Agreement No. 07-31-122-04, Amendment No. 4 to Agreement No. 07-31-122-00, with DEA to perform additional work scope to complete the final engineering services associated with preparing "final design" for the construction of the project for the additional amount of $204,087, for a total authorized amount of $3,303,749. Financial Information-S KANS KA In Fiscal Year Budget: Yes Yes N/A Year: FY 2009/10 FY 2010/11 FY 2011/12+ Amount: $300,000 $7,000,000 $7,483,000 Source of Funds: PRRA, STPL, DEMO, and TUMF Budget Adjustment: No No N/A GLA No.: 003015 81301 00000 0000 222 31 81301 Fiscal Procedures Approved: \1.44/4„,y Date: 04/20/10 Agenda Item 8 • 7 Financial Information-D EA Yes FY 2009/10 $75,000 In Fiscal Year Budget: Yes Year: FY 2010/11 Amount: $75,000 N/A FY 2011/12+ $54,087 No Source of Funds: TUMF Budget Adjustment: No N/A GLA No.: 003015 81304 00000 0000 222 31 81301 Fiscal Procedures Approved: `Aff„. Date: 04/20/10 Attachments: 1) Contract 10-31-030 Bid Analysis 2) Low Bid vs. Engineers Estimate Trend Chart 3) Model Agreement No. 10-31-030-00 with Skanska USA Civil West 4) Amendment No. 07-31-122-04 to Agreement No. 07-31-122-00 with David Evans and Associates, Inc. with attached scope of work and cost estimate Agenda Item 8 8 " " " JACOBS 74/215 Interchange Bid Analysis Contract No. 10-31-030-00 Local EA No. 08-464204 Federal Project No.: HPLUESPL-6054(063) Bid Date: March 30, 2010 2:00 P.M. ATTACHMENT 1 74/215 Interchange Improvements Apparent LOWEST BIDDER Apparent 2nd LOWEST BIDDER Apparent 3rd LOWEST BIDDER Apparent 41h LOWEST BIDDER Apparent 5th LOWEST BIDDER Skanska USA Civil West Riverside Construction Sukul-Myers, JV Beador Construction Security Paving 11E8 NO ITEM DESCRIPTION UNIT ENGINEER'S ESTIMATE BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNIT PRICE EXTENDED AMOUNT "%VAR ENGR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST QTY UNIT PRICE ITEMAMOUNT 1 70012 PROGRESS SCHEDULE (CRITICAL PATH METHOD) LS t $7,500.00 $ 7,500.10 $ 1,500.00 $ 8,000.00 Mn .-. , ay. ,.a $ 5.000.00 $ 100,000.00 $ 5,000.00 $ 100,000.00 -33.3% 33.3% $ 5,000.00 $ 5.000.00 S 5,000.00 33.3% $ 50.000.00 $ 75,000.00 $ 75,000.00 566.7% 50.0% $ 6,000.00 $ 130.00900 $ 8,000.00 $ 80,000.00 -20.0% 46.7% x 74018 CONSTRUCTION SITE MANAGEMENT Ls t $150,000.03 $ 150,003.03 3 74019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS t $10,000.00 $ 10,000.00 $ 3,500.00 $ 3,503.00 435.0% $ 5.000.00 $ 5,000.00 -50.0% $ 2,800.00 $ 2,800.00 -72.0% $ 3,000 00 $ 3,000.00 -70.0% $ 7,000.00 $ 7,000.00 30.0% 4 74028 TEMPORARY FIBER ROLL LF 2500 $3.50 $ 8,750.00 $ 2.00 $ 5,000.00 -42.9% $ 5.00 $ 12,500.00 42.9% $ 3.50 $ 8,750.00 0.0% S 3.50 $ 8,750.00 0.0% $ 2.40 $ 6,003.00 -31.4% 8 74029 TEMPORARY SILT FENCE LF 6800 $3.50 $ 23,800.00 $ 2.00 $ 13,600.00 -42,996 $ 5.00 $ 34,000.00 42.916 1.8 $ 12,240.00 -48.6% $ 2.50 $ 17,030.00 -28.6% $ 1.30 $ 8,840.00 -62.9% 8 74032 TEMPORARY CONCRETE WASHOUT FACILITY EA 4 $3,500.00 $ 14,000.00 $ 2.100.03 $ 7.200.00 $ 6,400.00 -40.0% $ 3,500.00 $ 14,003.00 0.0%, $ 2,100.00 $ 8,403.00 -40.0%, $ 2,000.00 $ 8,000.00 42.9% $ 960.03 $ 3,803.00 -72.9% 7 74033 TEMPORARY CONSTRUCTION ENTRANCE EA 7 $3,500.00 $ 24,500.00 105.7% $ 5,000.00 $ 35,000.00 42.9% $ 4,000.00 $ 28,003.03 14.3% $ 2,300.00 $ 16,100.00 34.3% $ 800.03 ^ : -77.1% a 74035 TEMPORARY CHECK DAM (TEMP. GRAVEL BAG BERM) LF 3500 $4.00 $ 14,000.00 $ 4.00 $ 14,000.00 D.0% $ 5.00 $ 17,500.00 25.0% $ 5.25 $ 18,375.03 31.3% $ 4.00 $ 14,000.00 0.0% $ 1.60 ; 5,BOO.OD -60.0'/ 9 74037 MOVEaWMOVE-OUi(TEMPORARY EROSION CCNTROL) Ls 1 $10,000.00 $ 10,000.00 $ 500.00 451181 $ 1,500.00 $ 5,600.00 $ 5,600.00 -44.0% $ 3,000.00 $ 3,030.00 -70.0% $ 525.00 '��L94.8% 10 74038 TEMPORARY DRAINAGE INLET/OUTLET PROTECTION EA 70 $400.00 $ 28,030.00 S 200.00 $ 14,00D.00 50.0% $ 500.00 $ 35,000.00 25.0% $ 340.00 $ 23,800.00 -15.r'" $ 250.00 $ 17,500.00 -37.5% $ 90.00 -77.5% 11 74041 STREET SWEEPING LS 1 $25,000.00 $ 25,000.00 $ 95,000.00 280.0%4 140.0%, $ 75,000.00 200.0% $ 50,000.00 100.r` $ 125.000.00 400.r`" $ 109,000.00 336.0% -80.0N 12 74055 TEMPORARY SOIL BINDER SQYD 35900 $0.50 $ 17,950.03 $ 1.20 $ 0.35 $ 12,565.00 -30.0% $ 0.30 $ 10,770.00 40.0% $ 0.35 $ 12,565.00 30.0%, $ 0.10 13 120090 CCNSTRUCTIONAREA SIGNS LS 1 $75,003.03 $ 75,000.00 $ 49,500.00 $ 49,500.00 -34.r',. $ 50,000.00 $ 50,000.00 -33.3' $ 45,000.70 $ 45,000.70 40.0% $ 50000.00 $ 50.000.00 33.3%q $ 52,000.00 $ 52,000.00 -307% 14 120100 TRAFFIC CONTROL SYSTEM LS 1 $750,000.00 $ 750,000.00 $ 130.000.00 $ 150,000.00 -m.0% $ 130,030.00 $ 353.991.70 $ 353,991.70 52. '" $ 210,000.00 $ 210000.00 -72.r'" 15 120120 TYPE III BARRICADE EA 2 $100.00 $ 203.03 $ 45.00 $ 90.03 55.016L $ 150.00 $ 300.00 50.0% $ 50.00 $ 100.00 50.0E $ 25.00 $ 50.00 -75.094, $ 77.00 $ 154.00 -23.096 18 120149 TEMPORARY PAVEMENT MARKING (PAINT) SOFT 800 $2.50 $ 1,500.00 $ 3.50 $ 2,100.03 40.0% $ 3.50 $ 2,100.00 40.0% $ 3.50 $ 2,100.00 40.0% 5 1.50 $ 903.00 40.0% $ 3.15 $ 1,890.00 26.r'" 17 120159 TEMPORARY TRAFFIC STRIPE (PAINT) LF 30000 $0.70 $ 21,003.00 $ 0.50 $ 15,003.00 -28.6%, $ 0.15 $ 2.135.00 -78.6_% 0.0% $ 0.50 $ 15,D00.00 -28.6% S 015 $ 1,708.00 -20.0% $ 0.32 $ 30.00 $ 9,600.00 $ 1,830.00 -54.3% -14.3% 18 120165 CHANNELIZ.ER'SURFACE MOUNTED) FA 81 $35.00 $ 2,135.00 $ 30.00 $ 1,830.03 -14.3% $ 35.00 $ 25.00 $ 1,525.00 -28.6% 5 28 CO 19 120199 TRAFFIC PLASTIC DRUM EA 18 $100.00 $ 1,800.CO $ 100.00 $ 1,800.00 0.0%y $ 150.00 $ 2,700.00 50.0% $ 40.00 $ 720.00 -60.0% 5 40DO $ 720.00 " 60.0% $ 48.00 $ 864.00 52,0�/ 20 120300 TEMPORARY PAVEMENT MARKER FA 290 $4.00 $ 1,160.00 $ 8.00 100.1'" $ 8.00 100.0% $ 8.00 100.0% S 350 $ 1,015.00 -12.5% $ 3.20 $ 928.00 -20.0% 21 DELETED 0 $25,000.00 $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 22 129000 TEMPORARY RAILING (TYPE K) LF 19500 $13.001 $ 253,500.00 $ 8.50 $ 165.750.00 34.696 $ 10,00 $ 195,000.00 -23.1% $ 8.30 $ 161,850.00 36.2% 5 675 $ 131,625.00 -48.1% $ 13.00 $ 253,500.00 0-096 23 129100 TEMPORARY CRASH CUSHICN MODULE EA 220 $220.00 $ 48,400.00 $ 215.00 $ 47,300.00 -2.391,, $ 200.00 $ 44,003.00 -9.1% $ 300.00 $ 66,000.00 36.4% 5 200.00 $ 44,000.00 -9.1% $ 182.0D $ 40,040.00 -17.3% 24 141101 REMOVE YELLOW PANTED TRAFFIC STRIPE (HAZARDOUS WASTE) LF 890 $2.25 $ 2,002.50 $ 1.50 $ 1,335.00 33.3%, $ 1.50 $ 1,335.00 -33.3% $ 1.50 $ 1,335.00 -33.3%�� S 1 00 $ 890.00 55.6% $ 0.60 $ 534.00 -73.3% 25 150206 ABANDON CULVERT LF 530 $22.00 $ 11,660.00 $ 17.50 $ 9,275.00 -20. '" $ 12.00 $ 6,363.00 -45.5% $ 18.00 ; 9,540.00 ; 7,960.00 -18.2-" 13.6% 5 3300 $ $ 17,490.00 B4O00.00 50.0% - _-- 14.3% $ 12.00 $ 6,380.00 $ 8,400.00 45.5% 20.0��� 26 150605 REMOVE FENCE LF 7150 $10.00 $ 71,500.00 $ 2.00 $ 3.00 $ 21,450.00 -70.0% $ 2.00 $ 7.95 $ 2 30 $ 800 $ 2.10 $ 8.40 27 150852 REMOVE METAL BEAM GIIARDRALING LF t00o $7.00 ; 7,000.00 $ 8.00 $ B4OD0.00 14.3% $ B.00 ; B4O00.00 14.3% 28 150888 REMOVE FRIGA71GNSYSTEM La t $10,000.00 $ 10,000.00 ; 5,000.00 $ 5,000.00 5D.0% $ 7,500.D0 ; 7,500.00 25.0% $ 5300.00 ; 5,300.00 -07.0% $ 1,50000 $ 900.00 $ 6,000.00 $ 6,000.00 -0D.0% 2a 150710 REMOVE TRAFFIC STRIPE LF tiWo $1.00 ; 1,800.00 $ 1.00 $ 1,800.00 0.0% $ 1.00 ; 1,800.00 0.0% $ 1.00 ; 1,800.00 0.0% 5 050 500% $ 0.55 $ 990.OD -05.0% 30 t5pn1 REMOVE PAMEDTRAFFIC STRIPE LF 4100 $0.50 ; 2,050.00 $ 1.00 100.��' $ 1.00 100.0% $ 1.00 100.0% 5 035 $ 1,435.00 30.0% $ 0.45 $ 1,845.00 -10.0% 31 150742 REMOVE ROADSIDE SIGN EA 2e $110.00 ; 3,190.D0 $ 90.00 $ 2,610.00 -16.2% $ 1DO.D0 $ 2,900.00 -9.1% $ 100.00 ; 2,900.00 -9.1% S 5il'.'��:�� $ 1,450.00 54.5% $ 105.00 $ 3,045.OD -0.5% 32 15078o REMOVE SIGN STRUCTURE EA 1 $3,000.00 $ 3,000.00 $ 3,000.00 $ 3,000.00 0.0% $ 3,5DOD0 $ 3,500.00 16.7% $ 2,800.00 $ 2,800.00 S.7% S 5,7000U 90.0% $ 4,000.00 $ 4,000.00 33.3% 33 t5080BA REMOVE PIPELINEI6"WATER) LF t0o $100.00 ; 10,000.00 $ 40.00 $ 4,000.00 50.0% $ 25.D0 $ 29.00 $ 2,900.00 -71.0% S 5500 $ 5,500.D0 -05.0% $ 40.00 ; 4,000.00 " 80.0% 39 t50B80 REMOVE BASEPNDSURFACWG SOFT 17700 ;2.00 $ 35,400.00 $ 0.50 $ 6,850.00 -75.0% $ 0.50 $ 1.00 $ 17,700.00 50.0% $ o,.. S 12,390.00 -65.0% $ 0.35 35 152353 RELOCATEIRRIQATIONSVSTEM Ls t $10,000.00 $ 10,000.00 $ 20,000.00 100.0% $ 25,000.00 150.0% $ 5,000.00 $ 5,000.00 50.0% 5 1,5c000 $ 3.000.00 $ 3,000.00 -70.0�/ 36 152390 RELOCATE ROADSIDE SIGN EA 12 $300.00 $ 3,600.00 $ 265.00 $ 3,180.00 -11.7% $ 300.00 $ 3,600.00 0.0% $ 225.00 $ 2,703.00 -25.0% 5 2000D $ 2,400.00 33.3% $ 210.00 $ 2,520.00 30.0% 37 152438 ADJUST FRAME APO COVER TO GRADE EA 4 $1,000.00 $ 4,000.00 $ 2,303.03 130.0% $ 650.00 $ 2,603.00 45.0% $ 725.00 $ 2,900.0D -27.5% 5 75000 $ 3,000.00 -25.0% $ 495.00 $ 1,980.00 50.5% 38 153114 COLD PLANE ASPHALT CONCRETE PAVEMENT (20' MAXIMUM) SQYD 2400 $2.50 $ 6,000.00 $ 4.00 $ 9,600.00 60.0% $ 3.00 $ 7,203.00 20.0% $ 2.00 $ 4,800.0D -20.0% $ 2.90 $ 6,980.00 16.0% $ 1.20 $ 2,880.00 52.0% 39 153215 REMOVE CONCRETE (CURB AND GUTTER) LF 1900 $10.00 $ 19,000.00 $ 4.50 $ 8,550.00 55.0% $ 4.00 $ 7,600.00 -60.0% $ 7.00 $ 13,303.00 30.0% $ 800 $ 15,200.00 -20.0% $ 2.50 $ 4,750.00 -75.0% 40 153218 REMOVE CONCRETE SIDEWALK SQFT 2400 $4.00 $ 9,600.00 $ 1.10 $ 2,640.00 -72.5% $ 1.50 $ 3,800.00 -62.5% $ 1.00 $ 2,400.00 -75.0%a $ 170 $ 4,080.00 57.5% $ 0.50 ;-87.5% 41 153221 REMOVE CONCRETE BARRIER LF 800 $10.00 $ 8,000.00 $ 21.50 11 I $ 10.00 $ 8,000.00 0.096 S 25.00 150.0% S 15-00 $ 12 (00.00 50.0% $ 12.03 $ 9,600.00 20 0% 42 157550 BRIDGE REMOVAL LS 1 $260,000.00 3 260,000.00 $ 54,000.00 $ 75,000.00 $ 75,003.00 -71.2% $ 50,000.00 -80.8% 5 60.00000 $ 75.000.00 $ 75,000.00 -71,2% 43 160101 CLEARING AND GRUBBING LS 1 $300,000.00 $ 300,000.00 $ 99,000.00 $ 99,000.00 -87.0% $ 150,000.00 $ 150,000.00 50.0%\$ 20,000.00 -41,34/1, 7.+ 75,00000 $ 75,000.00 -75.G% $ 110.003.00 $ 110,000.00 -63.3% 44 170101 DEVELOP WATER SUPPLY LS 1 340,000.00 3 40,000.00 $ 24,000.00 $ 24,000.00 40.0% $ 50,000.00 $ 50,003.00 25.0% $ 16,000.00 $ 16,000.00 -80.0% $ 20,00000 $ 20,000.00 -50.0% $ 100,000.00 $ 366,000.00 150.0% 0.0% 45 190101 ROADWAY EXCAVATION CY 24400 $15.00 $ 386,030.00 $ 13.00 $ 317,200.00 -13.3% $ 10.00 $ 244,003.00 33.3% $ 18.00 $ 439,200.00 20.0% $ 15.00 $ 3135,000.00 0.0%4 $ 15.00 48 190110 LEAD COMPLIANCE PLAN LS 1 $5,000.00 $ 5,000.00 $ 2,500.00 $ 2,500.00 50.0% $ 5,000,00 $ 5,000.03 0.0% $ 2,500.00 $ 2,503.00 50.0% 5 5,00000 $ 5,000.00 0.0%4 $ 5,000.00 $ 5,000.00 0.0% 1 of 9 JACOBS- 74/2l5 Interchange Im rovements 1701 ND. ITEM DESCRIPTOR UNIT' ENGINEER'S ESTIMATE OTY UNIT PRICE ITEM AMOUNT 46A 190113 ASBESTOS COMPLIANCE PLAN LS 1 $7,300.00 $ 7,303.00 47 (F) 192003 STRUCTURE EXCAVATION (BRIDGE) CY 1490 $125.00 $ 186,250.03 48 (F) 102037 STRUCTURE EXCAVATION (RETAINING WALL) CY 120 $160.00 $ 19,200.00 49 (F) 193003 STRUCTURE BACKFLL(BRIDGEI CY 811 $100.00 $ 81,100.00 50 (F) 193013 STRUCTURE BACKFLL (RETAINING WALL) CY 150 $110.00 $ 16,500.00 51 (F) 197031 EAR 01 RE IAINING STRUCTURE (MECHANICALLY STABILIZED EARTH WALLI SOFT 7460 $ 522,200.00 52 198001 IMPORTED BORROW CY _.. 175000 _$70.00 58.00 $ 1,40000100 53 E00001 HIGHWAY PLANTING Ls t $571,300.00 $ 571,300.00 54 208000 IRRIGATION SYSTEM LS 1 $545,100.00 $ 545,100.00 55 200114 ROCK BLANKET SOFT 8800 $15.00 $ 132,000.00 58 203026 MOVE-INlMOVE-OUT (EROSION CONTROL) LS 1 $10,000.00 $ 10,000.00 57 203031 EROSION CONTROL IHYDROSEEDI (SOFT) SOFT 99000 $0.10 $ 9,900.00 56 IF) 208768 12" BITUMINOUS COATED CORRUCv11ED STEEL PIPE CONDUIT 1.064"THICK) LF 690 $200.00 $ 138,000.00 50 22010E FINISHING ROADWAY LS 1 $50,000.00 $ 50,000.00 80 250201 CLASS 2 AGGREGATE SUBBASE CY 560 $30.00 $ 16,800.00 61 260201 CLASS 2 AGGREGATE BASE CY 16800 $30.00 $ 504,000.00 82 390131 HOT MIX ASPHALT ((USE W7 OCAOA)) TON 21900 $91.00 $ 1,992,900.00 83 390133 HOT MIX ASPHALT (TYPE B) TON 1800 $106.00 $ 169,603.00 84 394071 PLACE HOT MIX ASPHALT DIKE LF 7200 $3.00 $ 21,600.00 65 394060 DATA CORE LS 1 $5,003.00 $ 5,003.03 66 394090 PLACE HOT MIX ASPHALT(MISCELLANEOUS AREA) SOFT 1400 $30.00 $ 42,000.00 87 395000 UOUI 0 ASPHALT (PRIME COAT) TON 13 $1,500.00 $ 19,500.00 68 397005 TACK COAT TON 24 $470.00 $ 11,280.00 89 401050 JOINTED PLAJN CONCRETE PAVEMENT CY 945 $260.00 $ 245,700.00 70 490603 24"CAST-IN-DRILLED-HOLE CONCRETE PILING LF 5557 $125.00 $ 694,625.00 71 498016 16"CAST-IN-DRILLED-HOLE CONCRETE PILING (SOUNDWALL) LF 6800 $75.00 $ 510.000.03 72 498022 24'CAST-IN-DRILLED-HOLE CONCRETE PILING {SOUND WAU4 LF 82 $110.00 $ 9,020.00 73 500001 PRESTRESSING CAST-IN•PLACECONCRETE LS 1 $236,000.00 $ 238,000.03 74 (F) 510050 STRUCTURAL CONCRETE CY 10 $4.000.00 $ 40,000.00 75 (F) 510051 STRUCTURAL CONCRETE, BRIDGE FOOTING CY 540 $375.00 $ 202,500.00 76 (F) 510053 STRUCTURAL CONCRETE, BRIDGE CY 2451 $800.00 $ 1,950,803.00 77 (F) 510080 STRUCTURAL CONCRETE, RETAINING WALL CY 60 $1,150.00 $ 69,1303.00 78 (F) 510061 STRUCTURAL CONCRETE, SOUND WALL CY 21 $900.00 $ 18,900.00 79 (9 510072 STRUCTURAL CONCRETE, BARRIER SLAB CY 285 $750.03 $ 213,750.03 BO (F) 510086 STRUCTURAL CONCRETE, APPROACH SLAB ITYPE NI CY 240 $725.00 $ 174,000.00 81 (F) 510090 STRUCTURAL CONCRETE, BOX CULVERT CY 105 $800.00 $ 84,000.00 82 (F) 510502 MINOR CONCRETE (MINOR STRUCTURE) CY 174 $1,6$0.00 $ 287,100.00 83 (F) 511034A ARCHITECTURAL TREATMENT(RW-3) SOFT 360 $25.03 $ 9,000.00 84 511047 ANTI -GRAFFITI COATING SOFT 84000 $1.35 $ 113,400.00 85 518002 SOUND WALL (MASONRY BLOCK) SOFT 34300 $28.50 $ 977,550.00 86 519100 JOINT SEAL (MR 2') LF 250 $85.03 $ 21,250.00 87 (F) 520102 BAR REINFORCING STEEL(BRIDGE) LBS 807000 $0.90 $ 726,300.00 88 (F) 520103 BAR REINFORCING STEEL(RETAINING WALL) LBS 3820 $1.50 $ 5,730.00 89 (F) 520105 BAR REINFORCING STEEL (SOUND WALL' LBS 5730 $1.50 $ 6,595.00 90 (F) 520107 BAR REINFORCING STEEL (80X CULVERT) LBS 20057 $1.50 $ 30,085.50 91 580218 FURNISH SIGN STRUCTURE gauss) LBS 8000 $5.50 $ 44,000.00 74/215 Interchange Bid Analysis Contract No. 10-31-030-00 Local EA No. 08-464204 Federal Project No.: HPLUESPL-6054(063) Bid Date: March 30, 2010 2:00 P.M. ATTACHMENT 1 Apparent LOWEST BIDDER Apparent End LOWEST BIDDER Apparent and LOWEST BIDDER Apparent 411 LOWEST BIDDER Apparent Sth LOWEST BIDDER Skanska USA Civil West Riverside Construction Sukut-Myers, JV Beador Construction Security Paving BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNR PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNR PRICE EXTENDED AMOUNT %VAR ENGR EST $ 2.500.00 $ 2,500.00 -65.8% $ 5,000.00 $ 5,000.00 -31.5% $ 5,000.00 $ 5,030.00 31.5% $ 5.000.00 $ 5,000.00 31.5% $ 2,000.00 $ 2,000.00 -726% $ 68.00 $ 101.320.00 45.6% $ 75.00 $ 111 750.00 40.0% $ 22.00 $ 45.00 $ 67.050.00 •64.0% $ 63.00 $ 93 870.00 -49 6% $ 84.00 $ 10,080.00 47.5% $ $ 15.00 85.00 $ 68935.00 8% -15.0% $ $ 15.00 65.00 $ 52,715.00 A0. 35.0% $ 50.00 $ 6,000.00 -68.8% $ 34.00 $ 85,155.00 y78.8% 5.0% 1 55.00 $ 44,605.00 45.0% $ 110.00 $ 89,210.00 10.0% $ 115.00 $ 76.00 $ 11,400.00 30.9% $ 25.00 $ 31.00 $ 4.650.00 71.8% $ 70.00 $ 10,500.00 35.4% $ 84.00 $ 12,600.00 -23.6% $ 43.00 $ 320,780.00 38.6% $ 45.00 $ 335,700.00 -35.7% $ 44.00 $ 328,240.03 37.1% $ 48.00 $ 358,080.00 31.4% $ 46.03 $ 343,160.00 -34.3% $ 3.00 $ 525,000.00 -132.5% $ 6.00 $ 1,050,000.00 -25.0% $ 8.25 $ 1,443,750.03 3.1% $ 6.50 $ 1,137,500.00 -18.8% $ 9.00 $ 1,575,000.00 12.5% $ 295,000.00 $ 295,000.00 48.4% $ 250,000.00 $ 250,000.00 56.2% $ 348,003.03 $ 348,000.00 -39.1% $ 335,00000 $ 335,000.CO 41.4% $ 250,000.00 $ 250,000.00 -56.2% $ 315,000.00 $ 315,000.00 42.2% $. 400,030.00 $ 403,000.00 -26.6% $ 248,000.0D $ 248,000.00 54.5% $ 245.000.00 $ 245,000.00 55.1%. $ 400,000.00 $ 400,000.00 -26.6% $ 7.00 $ 61,6000O -53.3% $ 8.00 $ 70,403.03 -46. $ 6.70 $ 513,960.00 55.3% S 750 $ 66,00000 50.r $ 8.40 $ 73,920.00 44.0% $ 750.00 $ 500.00 $ 3,403.03 $ 3,400.00 -66.0% S 500 00 $ 525.00 > % $ 0.07 $ 6,930.00 30.0% $ 0.10 $ 9,903.00 O.0% $ 0.10 $ 9,900.00 0.0% $ 0.10 $ 9,900.00 0. $ 0.10 $ 9,900.00 0.0% $ 80.00 $ 55,200.00 -60.0% $ 55.00 $ 37,950.CO -72.5% $ 60.CO $ 41,400.00 -70.0% $ 32.00 $ 18.00 -91.0% $ 7,000.00 $ 100,000.00 100.0% $ 21,000.00 $ 21,000.00 -58.0% $ 50,000.00 $ 50,000.00 0.0%q $ -100.0% $ 33.00 $ 18,480.00 10.0% $ 50.00 66. $ 72.00 140.0% $ 28.00 $ 15,680.00 -6 ' • $ 33.00 $ 18,480.00 10.0% $ 25.00 $ 420,000.00 -16.7% $ 38.00 $ 638,400.00 26.7% $ 28.00 $ 470,400.00 -6.7% $ 29.00 $ 487,200.00 3.3% $ 30.00 $ 504,000.00 0.0% $ 70.00 $ 1,533,000.00 -23.1% $ 67.00 $ 1,467,300.00 -26.4% $ 65.00 $ 1,423,500.00 -28.6% $ 60.00 $ 1,314,000.00 34.1%L $ 70.00 $ 1,533,000.03 -23.1% $ 70.00 $ 112,000.00 -34.0% $ 85.00 $ 136,000.00 -19.8% $ 66.00 $ 105,600.00 37.7% $ 62.00 $ 99.200.00 -41.5% $ 70.00 $ 112,000.00 -34.0% $ 1.20 $ 13,640.00 -60.0% $ 1.50 $ 10,800.00 50.0% $ 1.00 $ 7,200.00 -66.7% $ 1.10 $ 7,920.00 -63.3% 3 1.50 $ 10800.00 50.0% $ 7.300.00 $ 7,300.00 46.0% $ 20,000.00 630-09iL 5 2,600.00 $ 2,600.00 48.0% $ 5,000.00 $ 5,000.00 0.0% 1 3,000.00 $ 3,000.03 -40.0% $ 8.00 $ 11,200.00 -73.3V $ 10.00 $ 14000.00 -66.7% $ 3.50 $ 13.00 $ 113,200.00 56.7% $ 7.00 $ 850.03 $ 11,050.00 43.3% $ 1,100.00 $ 14,300.00 -26.7% $ 1,110.00 $ 14,430.00 -26.0% $ 1,500.00 $ 19,500.00 0.0% $ 900.00 $ 11,700.00 -43.0% $ 803.00 70.2% $ 500.00 $ 12,000.00 6.4% $ 60000 $ 14,400.00 27.7% $ 1,225.00 160.6% $ 450.00 $ 10,800.00 -4.3%y 3.8% $ 200.00 $ 189,000.03 -23.1% $ 240.00 $ 226,600.00 -7.7% $ 350.00 $ 330,750.00 34.6% $ 235.00 $ 222,075.00 -9.6% $ 270.03 $ 255.150.00 $ 48.00 $ 266,736.00 -61.6% $ 45.00 $ 250,065.00 -64.0% $ 37.00 $ 205,809.00 -70.4% $ 27.00 $ 60.00 $ 333,420.03 -52.0% $ 38.50 $ 261,803.00 48.7% $ 42.00 $ 285,600.00 44.0% $ 42.00 $ 2135,600.00 44.0% $ 49.00 $ 333,203.00 34.7% $ 45.0D $ 306,000.00 -40.0% $ 67.00 $ 5,494.03 39.1% $ 50.00 $ 4,100.00 54.5% $ 80.00 $ 6,560.00 -27.3% $ 90.00 $ 7,3130.00 -18.2% $ 61.00 $ 5,002.03 -44.5% $ 128,000.00 $ 128,000.00 46.2% $ 125,000.00 $ 125,000.CO 47.5% $ 125,000.00 $ 125,000.00 47.5% $ 130,000.00 $ 130,000.00 -45.4% $ 121,000.00 $ 121.000.00 -49.2% $ 900.00 1 50.00 $ 1,300.00 $ 13,000.00 -67.5% $ 1,870.00 $ 18,700.00 53.3% $ 990.00 $ 215.00 $ 116,100.00 42.7% $ 300.00 $ 162,000.00 -20.0% $ 155.00 $ 83,700.00 58.7% $ 255.00 $ 137,700.00 32.0% $ 250.00 $ 135,000.00 -33.3% $ 530.00 $ 1,299,030.00 -33.8% $ 460.00 $ 1,127,460.00 42.5% $ 612.00 $ 1,500,012.00 -23.5% $ 575.00 $ 1,409,325.00 -28.1% $ 490.00 $ 1,200.993.00 39.8% $ 730.00 $ 43,800.00 36.5% $ 400.00 $ 24,000.00 -65.2% $ 615.00 $ 36,930.00 46.5% $ 550.00 5 33,000.00 52.2% $ 850.00 $ 51,000.00 -26.1% $ 500.00 $ 10,500.00 44.4% $ 350.00 $ 7,350.00 -61.1% $ 260.00 $ 5.460.00 -71.1% $ 675.00 $ 14,175.00 -25.0% $ 470.00 $ 9,870.00 47.8% $ 475.00 $ 135,375.00 36.7% $ 335.00 $ 95,475.00 -55.3% $ 310.00 $ 88,350.00 58.7% $ 280.00 5 79,800.00 -62.7% $ 430.00 $ 122,550.00 -42.7% $ 575.03 $ 138,003.00 -20.7% $ 365.00 $ 87,600.00 49.7% $ 600.00 $ 144,030.00 -17.2% $ 410.00 $ 98,400.00 -43.4% $ 612.00 $ 146,880.00 -15.6% $ 1,250.00 56.3% $ 700.00 $ 73,500.00 -12.5% $ 700.00 $ 73,500.00 -12.5% $ 580.00 $ 60,900.00 -27.5% $ 1,225.00 53.1' $ 1,375.00 $ 239,250.00 -16.7% $ 1,400.00 $ 243,600.00 -15.2% $ 1,050.00 $ 182,700.00 36.4% $ 1,475.00 5 256,650.00 -10.6% 5 1,840.00 $ 320,160.00 11.5% $ 33.00 $ 11,880.00 32.0% $ 12 00 $ 4,320.00 52.0% $ 4.25 1 35.00 $ 12,600.00 40.0% $ 41.00 64. r' $ 1.50 $ 126,000.00 11.1% $ 1.00 $ 84,000.00 -25.9% $ 0.85 $ 71,400.00 37.0% $ 1.00 $ 34,000.00 -25.9% $ 1.10 $ 92,400.00 -18.5% $ 15.00 $ 514,500.00 47.4% $ 10.00 $ 343,000.00 -64.9% $ 14.85 $ 509,355.00 47.9% $ 11.00 $ 377,300.00 -61.4% $ 15.50 $ 531,650.03 -45.6% $ 105.00 $ 26,250.00 23.5% $ 70.00 $ 17,500.00 -17.6% $ 60.00 $ 15,000.00 -29.4% $ 55.00 $ 13,750.00 35.3% $ 110.00 $ 27,500.00 29.4% $ 0.70 $ 564,900.00 -22.2% $ 0.65 $ 524,550.00 -27.8% $ 0.60 $ 484,200.00 33.3% $ 0.70 $ 564,900.00 -22.2% $ 0.80 $ 645,600.00 -11.1% $ 2.70 80.0% $ 2.50 66.7% $ 2.50 66.7% $ 2.75 133.3% $ 3.10 103.7% $ 0.60 $ 3,438.00 460.0% $ 0.60 $ 3,438.00 -60.0% $ $ 0.60 0.90 $ $ 3,438.00 -60.0% $ 0.60 $ 3,438.00 -60.0% $ 0.70 $ 4,011.00 53.3% $ 1.OD $ 20,067.00 33.3% $ 1.00 $ 20,057.00 33.3% 18,051.30 40.0% $ 0.90 $ 18,051.30 40.0% $ 1.00 $ 20,057.00 -33.3% $ 5.00 $ 40,003.03 -9.1% $ 5.00 $ 40,000.00 -9.1% $ 7.45 $ 59,600.00 35.5% $ 5.70 $ 45,600.00 3.6% $ 3.45 $ 27,600.03 -37.3% 2of4 10 • • • " " " JACOBS- 74/215 Interchange Bid Analysis Contract No. 10-31-030-00 Local EA No. 08-464204 Federal Project No.: HPLUESPL-6054(063) Bid Date: March 30, 2010 2:00 P.M. ATTACHMENT 1 74/215 Interchange Improvements UHT ENGINEER'S ESTIMATE Apparent LOWEST BIDDER Apparent 2nd LOWEST BIDDER Apparent 3rd LOWEST BIDDER Apparent 4th LOWEST BIDDER Apparent 5th LOWEST BIDDER Skanska USA Civil West Riverside Construction Sukul-Myers, JV Beador Construction Security Paving WM NO ITEM DESCRIPTION BID UNIT PRICE EXTENOEO AMOUNT %VAR ENOR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENOR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST QTY UNIT PRICE $ ITEM AMOUNT - 4,000.00 92 560219 INSTALL SIGN STRUCTURE (TRUSS) LBS 8000 $0.50 $ 1.00 1C0.0% $ 0.50 $ 4,C00.03 0.0% $ 0.60 $ 4,800.00 20.0% $ 0.80 $ 6,400.00 60.0% $ 0.50 $ 4,000.00 0 0% 93 660244 FURNISH LAMINATED PANEL SIGN (1"-TYPE A) SOFT 100 $20.00 $ 3,800.00 $ 20.00 $ 3,800.00 0.0% $ 20.00 $ 3,800.00 0.0% $ 22.00 $ 4.180.03 10.0% $ 24.00 $ 4,560.00 20.0% $ 21.00 $ 3,990.00 5$06 94 500249 FURNISH SINGLE SHEET ALUMINUM SIGN 10.080"-UNFRAMED) SOFT 180 $15.00 $ 2,700.00 $ 20.0D $ 3,600.00 33.3% $ 10.00 $ 1,800.00 -33.3% $ 15.00 $ 2,700.00 0.0% $ 16.00 $ 2,880.00 6.7% $ 14.00 $ 2,520.00 -6.7% 05 661016 60"CAST-IN-DRILLED-IOLECONCRETE PILE (SIGN FCUNDATIONI LF 22 $1,250.00 $ 27,500.00 $ 1,000.03 $ 22,000.00 -20.0% $ 800.00 $ 17,660.03 -36.0% $ 1,230.00 $ 27,060.00 -1.6% $ 800.00 $ 17,600.00 36.0% $ 700.00 $ 15.400.00 44.0% 06 686011 ROADSIDE SIGN - ONE POST EA 64 $350.00 $ 18,900.00 $ 310.00 $ 16,740.00 -11.4% $ 300.00 $ 16,200.00 -14.3% $ 330.00 $ 17820.00 5.7% $ 210.00 $ 11,340.00 40.0% $ 29D.00 $ mew OD -17.1% 07 566012 ROADSIDE SIGN - TWO POST EA 9 $700.00 $ 6,300.00 $ 705.00 $ 6,345.00 0.7% $ 700.00 $ 6,300.00 0.0% $ 800.00 $ 7,2C0.00 14.3% $ 475.00 $ 4,275.00 32.1% S 420.00 $ 3,760.03 40.0% as 568001 INSTALL SIGN (STRAP ANO SADDLE BRACKET METHOD) EA 5 $100.00 $ 600.00 $ 170.00 70.0% $ 150.00 $ 750.00 50.0% $ 125.00 $ 625.00 25. r " " $ 240.00 140.0% $ 240.00 140.0% 99 S58023 INSTALL ROADSIDE SIGN (LAMINATED WOCOBOX POST) EA 5 $1,400.00 $ 7,000.00 $ 3,985.00 184.6% $ 4,000.00 185.7% $ 4,000.03 185.7% $ 3,70000 184.3% $ 3,150.00 125.0% 100 650016 21' REINFORCED CONCRETE PIPE LF 160 $135.00 $ 20,250.00 $ 105.00 $ 15,750.00 -22.2% $ 100.00 $ 15,000.60 -25.9% $ 70.00 $ 10,500.60 48.1% $ 6700 $ 10,050.00 50.4% $ 93.00 $ 13,950.03 -31.1% tot 650014 18" REINFORCEOCONCRETE PIPE LF 500 $120.00 $ 67,203.00 S 96.00 $ 53,780.00 -20.0% $ 90.00 $ 50,400.00 -25.0% $ 100.00 $ 56,000.00 -16.7% $ 91.00 $ 50,960.00 -24.2% $ 86.00 $ 48,160.00 -28.3% 102 650018 24' REINFORCED CONCRETE PIPE LF 590 $140.00 $ 82,600.00 $ 98.00 $ 57,620.00 -30.0% $ 160.60 $ 59,000.00 -28.6% $ 70.00 $ 41,300.60 -50.0% $ 75.00 $ 44,250.00 46.4% $ 90.D0 $ 53,100.00 -35.7% 103 850022 30" REINFORCED CONCRETE PIPE LF 290 $150.D0 $ 43,500.00 $ 118.00 $ 34,220.00 -21.3% $ 110.00 $ 31,930.00 -26.7% $ 85.00 $ 24,650.00 43.3% $ 93.00 $ 26.970.OD 38.0% $ 110.00 $ 31,900.00 -26.7% 104 650022X DBL 30" REINFORCED CONCRETE PPE COLLAR FA 2 $2,000.03 $ 4,000.00 $ 1,600.00 $ 3,200.00 -20.0% $ 2,500.00 $ 5,000.00 25.0% $ 2,260.00 $ 4,400.00 10.0% $ 1,500.00 $ 3,003.03 -25.0% $ 900.03 $ 1,800.00 55.0% 105 650026 36" REINFORCED CONCRETE PIPE LF 270 $160.00 $ 43,200.00 $ 180.00 $ 48,603.00 12.5%$ 120.00 $ 32,400.00 -25.0% $ 105.00 $ 28,350.00 34.4% $ 115.00 $ 31,050.03 -28.1% $ 145.00 $ 39,150.00 -9.4%, 106 650030 42' REINFORCED CONCRETE PIPE LF 22 $170.00 $ 3,7413.00 $ 200.00 $ 4.400.00 17.6% $ 130.00 $ 2,880.00 -23.5% $ 355.00 108.8% $ 295.00 73.5% $ 305.60 79.4% 107 650030X DBL 42" REINFORCED CONCRETE PIPE COLLAR EA 2 $3,000.00 $ 6,000.D0 $ 1,650.00 $ 3,300.00 -45.0% $ 3,000.00 $ 6,003.00 0.0% $ 2,800.00 $ 5,600.00 -6.7% $ 2,000.00 $ 4,000.03 33.3% $ 1,100.00 $ 2,2000D -63.3% 106 655212 JACKED zd"REINFORCED CONCRETE PIPE (CLASS II) LF 630 $400.00 $ 252,000.00 $ 450.00 $ 283,500.00 12. $ 140.00 $ 88,200.00 55.0% $ 115.00 $ 72,450.00 -77.3% $ 400.00 $ 252,000.00 0.0%$ 250.00 $ 157,500.00 -37.5% 109 661103 3' PLASTIC PIPE (EDGE DRAIN) LF 355 $10.00 $ 3,550.00 $ 10.00 $ 3,550.D0 0.0'Yy $ 35.00 Z5C.0% $ 37.00 270.0% $ 27.00 170.0% $ 20.00 100.0% 1t0 890117 1PCORRUGATED STEEL PIPE DOWNDRAIN(.07B"THICK) LF 560 $125.00 $ 70,000.00 $ 98.00 $ 54,880.00 -21.6% $ 130.00 $ 72,803.00 4.0% $ 70.00 $ 39,200.03 -44.0% $ 80.00 $ 44,8C0.00 36.0% $ 53.00 $ 29,680.00 57.6% 111 703460 24"WELDED STEEL PPE CASING (BRIDGE) LF 140 $150.00 $ 21,000.00 $ 155.00 $ 21,700.60 3.3% $ 160.00 $ 22,400.00 6.7% $ 220.00 $ 30,803.00 46.7% $ 190.00 $ 26,600.00 26.7% $ 130.00 $ 18.200.0D -13.3% 112 705011 16"STEEL FLARED END SECTION EA 11 $850.00 $ 7,150.00 $ 250.00 $ 2,750.00 -61.5% $ 400.00 $ 4,400.03 38.5% $ 550.00 $ 6,050.00 -15.4% $ 520.00 $ 5,720.001 -20.D% $ 630.00 $ 8,930.00 -31% 113 705204 1V CONCRETE FLARED END SECTION EA a $1,280.00 $ 7,680.00 $ 403.00 $ 2,400.00 -68.8% $ 650.00 $ 3,903.03 49.2% $ 1300.00 $ 4,800.00 37.5% $ 750.DO $ 4,500.00 41.4% $ 1,400.00 $ 8,400.D0 9.4% 114 705200 24' CONCRETE FLARED END SECTION EA 2 $1,400.00 $ 2,800.00 $ 475.00 $ 950.00 56.1% $ 750.00 $ 1,500.00 -46.4%, $ 900.00 $ 1,800.00 35.7% $ 910.00 $ 1,820.00 35.096, $ 1,700.00 $ 3,400.03 21.4% 705210 36'CONCRETEFAREDENDSECTION EA $1,600.00 $ 1,600.00 $ 915.00 $ 915.00 -02.8% $ 1,200.00 $ 1,200.D0 -25.0% $ 1,350.00 $ 1,350.00 -15.6% $ 1.500.00 $ 1,500.D0 $.3% $ 2,100.00 $ 2,100.00 31.3%its 110 707472A FURNISH PRECAST RCB LF 450 $300.00 $ 136,800.00 $ 212.00 $ 96,672.00 -29.3% $ 225.00 $ 102,800.00 -25.0% $ 215.00 $ 98,040.00 -28.3% $ 215.00 $ 98,040.00 -28.3% $ 176.00 $ 80,258.00 41.3% 117 707472e PLACE PRECAST RCS EA 2 $20,000.00 $ 40,000.00 $ 26,500.03 $ 53,600.00 32.5% $ 28,500.00 $ 57,000.00 42.5%�� $ 42,000.00 110.0% $ 28,500.00 $ 57,000.00 42.596 $ 37,500.00 87.5`." - 118 707472C UNDER SIDEWALK DRAIN EA 9 $1,000.00 $ 9,000.00 $ 1,203.03 $ 10,800.00 20.0% $ 2,500.00 150.0% $ 2,800.00 180.0% $ 3,500.00 250.0% $ 1,870.00 87.0 110 72100e ROCK SLOPE FROIECTIONIFACING,METHOD B) CY 810 $110.00 $ 69,100.00 $ 50.50 $ 40,905.00 54.1 $ 50.00 $ 40,503.00 -54.5% $ 52.00 $ 42,120.00 52.7% $ 51.00 $ 41,310.00 53.6% $ 69.00 $ 55,893.00 -3i.3=��:, 120 721011 ROCK SLOPE PROTECTION (BACKING NO. 2 METHOD B) CY 30 $115.00 $ 4,485.00 $ 69.00 $ 2,691.00 40.0% $ 125.00 $ 4,875.00 8.7% $ 190.00 85.2% $ 64.00 $ 2,496.00 44.3% $ 195.00 69.6 % 121 721012 ROCK SLOPE PROTECTION IBACKING NO. 3,METHOD B) CY 43 $115.00 $ 4,945.00 $ 66.00 $ 2,838.00 42.6% $ 115.00 $ 4,945.00 0.0% $ 183.00 59.1% $ 64.00 $ 2,752.00 -44.3% $ 182.00 56.3% 122 123 721810 727005 SLOPE PAVINGICONCRETE) MINOR CONCRETE (CHANNEL LINING) CY CY 103 110 8600.00 $200.00 $ $ 81,800.00 22,030.00 $ 85.00 $ 400.00 $ 41,2D0.D0 -33.3% $ 465.00 $ 47,1395.00 -22.5% $ 410.00 $ 42,230.00 31.7% $ 363.00 $ 37,389.00 -39.5%�� 30.0% $ 410.00 105.096 $ 280.00 $ 30,803.03 40.0% $ 320.00 60.0% $ 240.00 $ 26,400.00 20.0% $ 260.00 $ 213,600.03 124 731502 MINOR CONCRETE (MISCELLANEOUS CONSTRUCTION) CY 270 $530.00 $ 143,100.00 $ 332.00 $ 89,640.00 37.4% $ 235.00 $ 63,450.00 -55.7% $ 315.00 $ 85,050.00 40.6% $ 330.DO $ 89,100.00 37.7% $ 280.00 $ 75,600.00 47.2% 125 731604 MINOR CONCRETE (CURB AND GUTTER) CY 190 $530.00 $ 100,700.00 $ 240.00 $ 45,800.00 54.7% $ 285.00 $ 54,150.00 46.2% $ 360.00 $ 68.400.00 32.1% $ 320.00 $ 60,800.60 39.6% $ 266.00 $ 50,540.03 49.8% 120 731507 MINOR CONCRETE (GUTTER DEPRESSION) CY a8 $930.00 $ 34,200.00 $ 240.00 $ 9,120.00 -73.3% $ 435.00 $ 16,530.00 -51.7% $ 500.00 $ 19,000.00 44.4% $ 525.00 $ 19,950.00 41.7% $ 227.00 $ 6,626.00 -74.8% 127 731517 MINOR CONCRETE (GUTTER) CY 7 $1,000.00 $ 7,000.00 $ 350.D0 $ 2,450.00 -65.0% $ 500.00 $ 3,500.00 -50.0% $ 950.00 $ 6,650.00 5.0% $ 1.425.00 $ 9,975.CO 42.5% $ 250.00 $ 1,760.00 -75.0% 120 731530A INTERLOCKING PAVERS SOFT 7000 $13.00 $ 91,000.00 $ 8.00 $ 56,060.00 38.5% $ 8.00 $ 56,000.00 38.6% $ 6.90 $ 48.303.00 46.9% $ 8.10 $ 56,700.03 37.7% $ 7.30 $ 51,100.00 43.8% 120 (F) 750001 MISCELLANEOUS IRON AND STEEL Les 14000 $3.00 $ 42,000.00 $ 1.50 $ 21 000.00 50.0% $ 2.00 $ 28,000.00 33.3% $ 1.50 $ 21,000.00 50.0% $ 2.00 $ 28,060.00 33.3% $ 1.30 $ 18,200.00 56.7% 130 800360 CHAIN LINK FENCE (TYPE CL-6) LF 3900 $14.25 $ 51,3[0.00 $ 12.00 $ 43,200.60 -15.8% $ 12.00 $ 43,200.00 -15.8% $ 10.50 $ 37,800.00 -26.3% $ 11.50 $ 41,460.00 -19.3% $ 33.00 131.6% 131 800708A WROUGHT IRON FENCE LF 37 $60.00 $ 2,220.00 $ 60.00 $ 2,220.00 0.0% $ 60.00 $ 2,220.00 0.0% $ 60.00 $ 2,220.00 0.0% $ 62.00 $ 2,294.00 3.3% $ 65.00 $ 2,405.00 8.3% 132 1302620 16" CHAIN UNKGATE (TYPE CL-6) EA 5 $1,400.00 $ 7,000.00 $ 1,100.D0 $ 5,500.00 -21.4% $ 1,103.00 $ 5,560.00 -21.4% $ 1,320.00 $ 6.600.00 5.7% $ 1,100.00 $ 5,500.00 -21.4% $ 2,100.00 $ 10,500.00 50.0% 133 032003 METAL BEAM GUARD RAILING (WOOD POST) LF 3200 $24.00 $ 76,800.00 $ 18.00 $ 57 600.00 -25.0% $ 18.00 $ 57 803.00 -25.0% $ 17.95 $ 57,440.00 -25.2% $ 18.00 $ 57,600.00 -25.0% $ 20.00 $ 64,003.00 -16.7% 134 032070 VEGETATKIN CONTROL (MINOR CONCRETE) SOFT 200 $80.00 $ 16,000.00 $ 17.03 $ 10.00 $ 3.10 $ 50.00 $ 10,000.03 37.5% $ 20.00 $ 4,000.00 75.0% 135 (F) 033000 METAL RAIUNG LF 208 $60.00 $ 17,280.00 $ 195.00 225.096 $ 195.00 225.13% $ 200.00 233.3% $ 195.00 225.0% $ 370.00 516.7% 13e (F) 83300A BICYCLE RAILING LF 209 S100.00 $ 28,900.00 $ 154.00 54.0% $ 155.00 55.0% $ 78.00 $ 22,542.00 -220% $ 155.00 55.0% $ 162.00 62.0% 137 (F) 033142 CONCRETE BARRIER(TYPE 26IPCOPIE01 LF 317 $200.00 $ 63,400.00 $ 89.00 $ 28,213.00 55.5% $ 175.00 $ 55,475.00 -12.5% $ 280.00 $ 88,760.00 40.0% $ 150.00 $ 47,550.03 -25.0% $ 142.00 $ 45,014.00 -29.0% 130 (FL 839521 CABLE RAILING LF 444 $30.00 $ 13,320.00 $ 21.50 $ 9,546.00 -28.3% $ 22.00 $ 9,768.00 -26.7% $ 23.00 $ 10,212.00 -23.3% $ 25.00 $ 11,100.00 -16.7% $ 25.00 $ 11,100.00 -16.7% JACOBS 741215 Interchange Bid Analysis Contract No. 10-31-030-00 Local EA No. 08-464204 Federal Project No.: HPLUESPL-6054(063) Bid Date: March 30, 2010 2:00 P.M. ATTACHMENT 1 74/2l5Interchange Improvements Apparent LOWEST BIDDER Apparent 2nd LOWEST BIDDER Apparent Srd LOWEST BIDDER Apparent 4th LOWEST BIDDER Apparent Sth LOWEST BIDDER SkanskBUSA Civil West Riverside Construction Sukul-Myers,JV Beador Construction Security Paving REM ma ITEM DESCRIPTION UNIT ENGINEERS ESTIMATE BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENG LEST BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST BID UNIT PRICE EXTENDED AMOUNT %VAR ENGR EST QTY UNIT PRICE ITEM AMOUNT 139 839541 TRANsITIoNRAILING (TYPE WB) EA 3 $5,000.00 $ 15,000.00 $ 3,000.00 S 9,000.00 40.0% $ 3,000.00 $ 9,000.00 40.0% $ 2,960.00 $ 8,883.00 -40.8% $ 3,000.00 $ 9,000.00 40.0% $ 3,300.00 $ 9,900.00 -34.0% 140 839581 END ANCHOR ASSEMBLY( TYPESFT) EA a $800.00 $ 4,800.00 $ 650.03 $ 3,900.00 -18.13% $ 650.00 S 3,900.00 -18.8% $ 650.00 $ 3,903.03 -18.8% $ 665.00 $ 3,990.00 -16.9% $ 735.00 $ 4,410.00 -8.1% 141 839584 ALTERNATIVE IN -LINE TERMINAL SYSTEM EA 7 $3,030.60 $ 21,000.00 $ 2,670.00 $ 18,690.00 -11.0% $ 2.750.00 $ 19250.00 -8.3% $ 2,670.00 $ 16,690.00 -11.0% $ 2,715.00 $ 19,005.00 4.5% $ 2,850 DO $ 19,950.00 -5.0% 142 839585 ALTERNATIVE FLARED TERMINAL SYSTEM E0. 3 $2,500.00 $ 7,500.00 $ 2,190.00 $ 6,570.00 -12.4% $ 2,200.00 $ 6,603.03 -12.0% $ 2.203.00 $ 6,603.00 -12.0% $ 2,200.00 $ 6,600.00 -12.0% $ 2,550.00 $ 7650.00 2.0% 143 830701 CONCRETE BARRIER (TYPE 60) LF 800 $50.00 $ 40,000.00 $ 60.00 $ 48,030.00 20.0% $ 60.00 $ 48,4300.00 20.0% $ 30.00 $ 24,000.00 40.0% S 70.00 $ 56,000.00 40.0% $ 91.00 82.0% 144 (F) 838720 CONCRETE BARRIER (TYPE 732 MODFIED) LF 304 $110.00 $ 33,440.00 $ 72.03 $ 21 888.00 34.5°/g $ 65.00 $ 25,840.00 -22.7% $ 190.00 72.7% $ 59.00 $ 17 936.00 46.4°/aL $ 144.00 $ 43,776.00 30.994, 145 (F1 839727 CONCRETE BARRIER (TYPE 736) LF 690 $110.00 $ 75,900.00 $ 71.50 $ 49,335.00 35.0% $ 130.00 $ 55,200.00 -27.3% $ 110.00 $ 75,900.00 0.0% $ 95.00 $ 65,550.00 -13.6% $ 103.00 $ 71,070.00 4.4% 146 839734 CONCRETE HARRIER (TYPE 736Sv) LF 2600 $150.00 $ 350,000.00 $ 97.00 $ 252,200.00 35.39%a $ 100.00 $ 260,000.00 33.3%. $ 122.03 $ 317,200.00 -18.7% S 117.00 $ 304,200.00 -22.0%. $ 73.00 $ 189,80003 -51.3% 147 840504 4" THERMOPLASTIC TRAFFIC STRIPE LF 28460 $0.37 $ 10,5(18.00 $ 0.50 $ 14,200.00 35.1% $ 0.30 $ 8,520.00 -18.9% $ 0.50 $ 14,200.00 35.1% $ 0.25 $ 7,100.00 32.4% $ 0.40 $ 11,360.00 8.1% 148 840505 6"THERMOPLASTIC TRAFFIC STRIPE LF 1800 $0.66 $ 1,188.00 $ 0.50 $ 900.00 -24.2% $ 0.50 $ 900.00 -24.2% $ 0.66 $ 1,170.00 -1.5% $ 0.45 $ 810.00 31.8% $ 0.85 $ 1,530.00 28.8% 149 840506 8" THERMOPLASTIC TRAFFIC STRIPE LF woo $0.76 $ 6,080.00 $ 1.00 $ 8,000.00 31.8% $ 0.75 $ 6,000.00 -1.3% $ 1.CO $ 8,000.00 31.6% $ 0.65 $ 5,200.00 -14.5% $ 1.05 $ 8.400.00 38.2% 150 840508 8" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 12-3) LF 300 $0.98 $ 294.00 $ 0.75 $ 225.00 -23.5% $ 0.65 $ 195.00 -33.7% $ 0.75 $ 225.00 -23.5% $ 0.65 $ 195.00 33.7% $ 2.10 114.3% 151 840515 THERMOPLASTIC PAVEMENT MARKING SOFT 4000 $3.40 $ 13,600.00 $ 3.50 $ 14,000.00 2.9% $ 3.50 $ 14,000.00 2.9% $ 3.50 $ 14,000.00 2.9% $ 2.75 $ 11,000.00 -19.1% $ 3.15 S 12,600.00 -7.4% 152 840525 4' THERMOPLASTIC TRAFFIC STRIPE (BROKEN 36-121 LF 050 $0.45 $ 432.00 $ 0.30 $ 288.00 -33.3% $ 0.30 $ 288.00 -33.3% $ 0.30 $ 288.00 33.3% $ 0.30 $ 288.00 43.3%, $ 0.40 $ 384.00 -11.1% 153 840528 4" THERMOPLASTIC TRAFFIC STRIPE (BROKEN 17-7) LF 6900 $0.25 $ 1,725.00 $ 0.30 $ 2,070.00 20.0% $ 0.30 $ 2,070.00 20.0% $ 0.30 $ 2,070.00 20.0% $ 0 25 $ 1,725.00 0.0% $ 0.35 $ 2,415.00 40. a' • 154 850111 PAVEMENT MARKER(RelexiEFLECTIVE) EA 1200 $3.50 $ 4,200.00 $ 3.50 $ 4,200.CO 0.0% $ 3.50 $ 4,200.00 0.0% $ 3.50 $ 4,200.03 0.0% $ 350 $ 4,200.03 0.0% $ 315.00 8900.0% -37.5% 155 860251 SIGNAL AND LIGHTING (LCCATION 1) LS 1 3176,000.00 $ 176,000.00 $ 106,500.00 $ 106,500.00 39.5% $ 105,000.00 $ 105,000.00 40.3% S 105,030.00 $ 105,000.00 40.3% $ 108,000.00 $ 108,003.03 38.6% $ 110,000.00 $ 110,000.00 158 860252 SIGNAL AND LIGHTING (LOCATION 2) LS 1 $216,030.00 $ 216,000.00 $ 124,000.00 $ 124,000.00 42.6% $ 125,000.00 $ 125,000.00 42.1% $ 126,000.00 $ 126,003.00 -41.7% $ 125,000.00 $ 125,000.00 42.1% $ 140,000.00 $ 140,000.00 -35.2% 157 860253 SIGNAL AND LIGHTING (LOCATION 31 LS 1 $169,000.00 $ $ 169,000.00 $ 112,000.00 $ 112,000.00 33.7% $ 110,000.00 $ 110,000.00 -34.9% $ 122,030.03 $ 122,000.00 -27.8% $ 113,000.00 $ 113,000.00 33.1% $ 128,000.00 $ 128,000.00 -24.3% 158 1360254 SIGNAL AND LIGHTING (LOCATION 41 LS 1 $170,000.00 170,000.00 $ 120,000.00 $ 120,000.00 -29.4% $ 110,000.03 $ 110,000.00 35.3% $ 120,000.00 $ 120,003.03 -29.4% $ 110,00000 $ 110,000.00 45.3% $ 125,000.00 $ 125,000.00 -26.5% -21.3%I 48.2% 169 860701 INTERCONNECTION CONDUIT AND CONDUCTOR LS 1 $40,030.00 $ 40,030.00 $ 15,000.00 $ 15,000.00 -82.5% $ 15,000.00 $ 15.000.00 -62.5% $ 15,000.00 $ 15,000.00 $2.596L $ 15,000OD $ 15,000.00 -62.5% $ 31,500.00 $ 31,500.00 160 861101 RAMP METERING SYSTEM (LOCATION 1) ;LS 1 $78,000.00 $ 78,030.00 $ 58,500.00 $ 58,500.00 -25.0% $ 60,000.00 $ 60,000.00 -23.1% $ 61,000.00 $ 61,000.00 -21.8%1 $ 59,00000 $ 59,00000 -24.4% $ 42,000.00 $ 42,000.00 161 861102 RAMP METERING SYSTEM (LCCATION 2) LS 1 $78,000.00 $ 78,030.00 $ 55,600.00 $ 55,600.00 -28.7%. $ 55,000.03 $ 55,000.00 -29.5% $ 60,800.00 $ 60,800.00 -22.1%,0 -44.1% $ 56,000.00 $ 56,000.D0 -28.2% $ 84,000.00 $ 84,000.00 7.7% 162 861504 MODIFY LIGHTING ANO SIGN ILLUMINATION LS 1 $304,000.00 $ 304,000.00 $ 155,000.00 $ 155,000.00 -49.0% $ 155,000.00 $ 155,000.00 49.0% $ 170,000.00 $ 170,000.00 $ 155,nooen $ $ $ 155.00000 .,6,500.0a 71,000. • -49.0% $ 176,715.00 $ 176,715.00 41.9% 183 e68o07 REMOVE LIGHTING STANDARD Ls 1 $1,500.00 $ 1,500.00 $ 6,200.00 6,20000 313.3%% -91.6a/o�$ $ 6,000.00 $ 980,000.00 300. $ 4,200.00 $ 4,500.00 $ 1,100,000.00 180. -94.4% S 6,5.' 3333 % $ 7,400.00 393." 164 689074A WIRELESS DATA CCMMUNICATIONSYSTEM LS 1 $80,000.00 $ 130,000.00 $ 6,700.00 $ 6,700D0 6,500.00 50.3% 7,0:.: $ 21,000.00 $ 105.00 $ 21,000.00 -73. 185 689043 REMOVE PULL BOX EA 2 $5,000.00 $ 10,000.00 $ 140.00 $ 1,200,000.00 1,200,000.00 39.1% $ 200.00 $ 980,000.00 $ 80.0O $ 1,100,000.00 -98.4% -44.2% s 15,`. 16e MONO MOBILIZATION LS 1 $1,971,931.75 $ 1,971,931.75 1,25000000 $ 1,250,000.00 36.6% $ 650.000.00 $ 650,000.00 -67.0% 167 CONTRACTOR PURCHASED STATE MATERIALS LS 1 $80,000.00 $ 80,030.00 $ 60,000.00 $ 60,000.00 0.0% $ 60,000.00 $ 60,000.00 0.0% $ 60,000.00 $ 60,000.00 0.0% 60,000.00 $ 60,000.00 0.0% $ 60,000.00 $ 60,000.00 0.0% 168 511036 ARCHITECTURAL SURFACE (BARRIER) SOFT 912 $27.41 $ 25,000.02 $ 21.50 $ 19,608.00 -21.6% $ 10.00 $ 9,120.00 -63.5% $ 1.15 ;i6:6% 17.00 $ 15,5D4.00 38.0% $ 26.00 $ 23,712.00 -5.2% 169 5e7600 PREPARE AND PAINT CONCRETE SOFT 912 $10.96 $ 9,999.99 $ 5.00 $ 4,560.00 54.4% $ 5.00 $ 4,560.00 54.4% $ 2.50 -w '� a 600 $ 5,472.00 -05.3% $ 6.00 $ 5,472.00 -45.3% 170 WA CONNECTIONS TO SCE SERVICE POINT LS 1 $25,000.00 $ 25,000.00 $ 8,000.00 $ 8,000.00 -68.0% $ 8.000.00 $ 8,00000 -68.0'% $ 8,000.00 $ 8,000.00 -68.0% $ 2,2000O -91.2% $ 5300.00 171 WA CONNECTIONS TO SCE SERVICE POINT LS 1 $25,000.00 $ 25,000.00 $ 10,000.00 $ 10,000.00 -80.0% $ 5,000.00 -80.0% $ 44,000.00 - 7_034:\ -78.63o $ 2,200.00 -91.2% $ 12,000.00 $ 12,000.00 -52.0% 172 WA CONNECTIONS TO SCE SERVICE POINT LS 1 $25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 0.0% $ 5,000.00 -80.0% $ 5,300.00 -- I. 2,20000 -91.2% $ 11,000.00 $ 11,000.00 -56.0% F/,//,7f/�Zo TOTAL BID ITEM AMOUNT >a» $ 21,691,251.76 '#�.7/f // $ 13,439,004.00 47/4�� ../..: $ 13.562.111.00 /f�:�.�� � S 14,067,666.80 ;0913,550.00 _7://////77./ $ 16,033,626.00 jf� TOTAL BID ITEM AMOUNT AT PUBLIC READING >»> Bid Variation from Engineers Estimate »> Percent Deviation from Engineers Estimate »> Bid Opening: No. of Contract perm: Proposals Issued: OBE Goal: 304Aar10 173 s4 5.16Y. E 13,470.704.00 S (8,252,247.76) -38.04°% 38.04'r; C E 13,562,111.001 37.48 6 (6129.14076) -37.48% Difference Between ftf & #2 >» S 123,107.00 Difference Between 62 & #3 »> $ 505,754.80 Considered Significantly Unbalanced by Wisconsin DOT, <45% Considered Significantly Unbalanced by Wisconsin DOT,> 450% 4of4 12 14 067,865 80 5 (7.623,385 se; 5 14,096,700.00 s (7,592,70176) -35.00% -35.00'K Difference Between #3 8 #4 »> $ 30.684.20 Difference Between #4 & #5 »> 5 934,975.00 14,876,151.38 5 (6,657,726.76) -30.69% -30.69% • • • " " DIVISION OF ENGINEERING SERVICES - EXECUTIVE SUMMARY LOW BID VS ENGINEER'S ESTIMATE NUMBER OF PROJECTS & AVERAGE NUMBER OF BIDDERS 94/95 STATE FY THRU 09/10 4,500 4,250 4,000 3,750 3,500 3,250 w cn 3,000 w w 2,750 Qz " 2,500 LL 2,250 U 0 z 2,000 ag 1,750 z 1,500 1,250 W 1, 000 750 500 250 0 ATTACHMENT 94/95 95/96 96/97 97/98 98/99 99/00 00/01 01/02 02/03 03/04 04/05 05/06 06/07 07/08 08/09 09/10 STATE FISCAL YEAR swot Engineer's Estimate Low Bid Number of Projects -Average Number of Bidders 10.0 9.0 8.0 7.0 z 6.0 m 2 y z zw " 5.0 w o C�� 0 5 m 4.0 a 3.0 2.0 1.0 0.0 ATTACHMENT 3 RIVERSIDE COUNTY TRANSPORTATION COMMISSION ************** CONTRACT ************** FOR CONSTRUCTION OF THE STATE ROUTE 74 AND INTERSTATE 215 INTERCHANGE PROJECT, IN RIVERSIDE COUNTY, IN THE CITY OF PERRIS CALIFORNIA RCTC Agreement No. 10-31-030-00 FEDERAL AID PROJECT NO. HPLUESPL - 6054(063) February 18, 2010 BETWEEN RIVERSIDE COUNTY TRANSPORTATION COMMISSION AND (Add Contractor Name) Contract-1 14" CONSTRUCTION OF THE STATE ROUTE 74 AND INTERSTATE 215 INTERCHANGE PROJECT, IN RIVERSIDE COUNTY, IN THE CITY OF PERRIS, CALIFORNIA ROTC AGREEMENT NO. 10-31-030-00 FEDERAL AID PROJECT NO. HPLUESPL - 6054(0631 1_ PARTIES AND DATE. This Contract is made and entered into this day of , 20 by and between the Riverside County Transportation Commission (hereinafter called the "Commission") and (Add Contractor Name) (hereinafter called. the '"Contractor".). This Contract is for that Work described in. the Contract Documents entitled CONSTRUCTION OF THE STATE ROUTE 74 AND INTERSTATE 215 INTERCHANGE PROJECT, IN RIVERSIDE COUNTY, IN THE CITY OF PERRIS, CALIFORNIA 2. RECITALS. 2.1 The Commission is a County Transportation. Commission organized under the provisions of Sections 130000, et seq. of the Public Utilities Code of the State of California, with power to contract for services necessary to achieving its purpose; 2.2 Contractor, in response to a Notice Inviting Bids issued by Commission on February 18, 2010, has submitted a bid proposal for CONSTRUCTION OF THE STATE ROUTE 74 AND INTERSTATE 215 INTERCHANGE PROJECT, IN RIVERSIDE COUNTY, IN THE CITY OF PERRIS, CALIFORNIA. 2.3 Commission has duly opened and considered the Contractor's bid proposal and duly awarded the bid to Contractor in accordance with the Notice Inviting Bids and other Bid Documents. 2.4 Contractor has obtained, and delivers concurrently herewith, Performance and Payment Bonds and evidences of insurance coverage as required by the Contract Documents. 3. TERMS. 3.1 Incorporation of Documents. This Contract includes and hereby incorporates in full by reference this Contract and the following Contract Documents provided with the above referenced Notice Inviting Bids, including all exhibits, drawings, specifications and documents therein, and attachments thereto, Contract-2 • • • 15 " all of which, including all addendum thereto, are by this reference incorporated herein and made a pan of this Contract: a. NOTICE INVITING BIDS b.: INSTRUCTIONS TO BIDDERS c, CONTRACT BID FORMS d. FORM OF CONTRACT e, PAYMENT AND PERFORMANCE BOND FORMS f. ESCROW AGREEMENT FOR SECURITY DEPOSITS g. CONTRACT APPENDIX PART "A" - Regulatory Requirements and Permits PART "B" - General Conditions PART "C" - Special Provisions (under separate cover) PART "D" - Contract Drawings (under separate cover) PART "E" - Contract Compliance Provisions/DBE Requirements PART "F" - Federal Minimum Wage Requirements PART "G" - Federal Requirements for Federal. Aid Construction Contracts h. ADDENDUM NO.(S) (N/A or Add Addendum Numbers) 3.2 Contractor's Basic Obligation. Contractor promises and agrees, at his own cost and expense, to furnish to the Commission all labor, materials, tools, equipment, services, and incidental and customary work for the construction of a new overerossing structure to replace the existing State Route 74 (SR- 74) and Interstate 215 (I-215) Separation, realignment, reconstruction, and widening of ramps, reconfiguration of the 4`h Street/Redlands Avenue Intersection, widening of 4t Street (SR-74) between G Street and Redlands Avenue, widening of Redlands Avenue between the I-215 and San Jacinto Avenue, and the construction of retaining walls and sound walls, (the "Work"). Notwithstanding anything else in the Contract Documents, the Contractor shall complete the Work for a total of ($ ), as specified in the bid proposal and pricing schedules submitted by the Contractor in response to the above referenced Notice Inviting Bids. Such amount shall be subject to adjustment in accor- dance with the applicable terms of this Contract. All Work shall be subject to, and performed in accordance with the above referenced Contract Documents. 3.3 Period of Performance. Contractor shall perform and complete all Work under this Contract (excluding plant establishment work) within 498 working Days of the effective date of the Notice to Proceed, and shall perform and complete all Work under this Contract (including plant establishment) within 747 working days of the effective date of the Notice to Proceed and in accordance with any completion schedule developed pursuant to provisions of the Contract Documents. Contractor agrees that if such Work is not completed within the aforementioned periods, liquidated damages Contract-3 16 will apply as provided by the applicable provisions of the General Conditions, found in Part "B" of the Contract Appendix. The amount of liquidated damages shall equal Eight Thousand Seven Hundred dollars ($8,700) for each day or fraction thereof, it takes to complete the Work, or specified portion(s) of the Work, over and above the number of days specified herein or beyond the Project Milestones established by approvedConstruction Schedules. 3.4 Commission's Basic Obligation. Commission agrees to engage and does hereby engage Contractor as an independent contractor to furnish all materials and to perform all Work according to the terms and conditions herein contained for the sum set forth above. Except as otherwise provided in the Contract Documents, the Commission shall pay to Contractor, as full consideration for the satisfactory performance by the Contractor of services and obligation required' by this Contract, the above referenced compensation in accordance with Compensation Provisions set forth in the Contract Documents. 3.5 Contractor's Labor Certification. Contractor maintains that he is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Work. A certification form for this purpose is attached to this Contract as Exhibit "A" and incorporated herein by reference, and shall be executed simultaneously with this Contract. 3.6 Attorneys' Fees. If either party commences an action against the other party arising out of or in 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. 3.7 Successors. The parties do for themselves, their heirs, executors, administrators, successors, and assigns agree to the full performance of all of the provisions contained in this Contract. Contractor may not either voluntarily or by action of law, assign any obligation assumed by Contractor hereunder without the prior written consent of Commission. 3.8 Notices. All notices hereunder and communications regarding interpretation of the terms of the Contract or changes thereto shall be provided by the mailing thereof by registered or certified mail, return receipt requested, postage prepaid and addressed as follows: Contract-4 • 17 " Contractor: Commission: (Contractor Name) (Contractor Address) (Contractor Citv and Zip Code) Attn: (Contractor PM Name) Riverside County Transportation Commission P.O. Box '12008 Riverside, California 92502-2208 Attn: Executive Director Any notice so given shall be considered received by the other party three (3) days after deposit in the U.S. Mail, first class postage prepaid, addressed to the party at the above address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. CONTRACTOR RIVERSIDE COUNTY (Contractor Name) TRANSPORTATION COMMISSION By: By: Name Anne Mayer Riverside County Transportation Commission Title Tax I.D. Number: APPROVED AS TO FORM: By: Best Best & Krieger LLP Counsel, RCTC Contract-5 18 ATTACHMENT 4 Agreement No. 07-31-122-04 AMENDMENT NO.4 TO AGREEMENT FOR PLANS, SPECIFICATIONS, AND ESTIMATES FOR THE SR-74/I-215 INTERCHANGE PROJECT IN THE CITY OF PERRIS 1. PARTIES AND DATE This Amendment No. 4 to the Agreement for professional engineering services for the preparation of plans, specifications, and estimates on the SR-74/I-215 Interchange Project is made and entered into as of this day of , 2010, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("Commission") and DAVID EVANS AND ASSOCIATES, INC. ("Consultant"). 2. RECITALS 2.1 The Commission and the Consultant have entered into an agreement dated December 28, 2007 for the purpose of obtaining Plans, Specifications, and Estimates for the SR-74/ 1-215 Interchange Project (the "Master Agreement"). 2.2 On June 11, 2009, the parties amended the Master Agreement by Amendment No. 1 to revise the Scope of Services and to provide additional compensation to address additional design work identified during final design, including additional mapping, right-of-way engineering, and modifications to approved project features. The additional work was performed in order to reduce the right-of-way impact and construction costs, and to reduce the project delivery schedule. Amendment No. 1 increased the total contract value in an amount of Seven Hundred Thousand Dollars ($700,000). 2.3 On January 28, 2010, the parties further amended the Master Agreement by Amendment No. 2 to revise the Scope of Services and to provide additional compensation to address additional design and project management services requirements, including additional coordination with the Eastem Municipal Water District ("EMWD") regarding the establishment of two irrigation service connections, services associated with the relocation of Sound Wall #1, and additional structure aesthetic review. Amendment No. 2 RCTC Agreement 07-31-122-04 SR74/1215 Interchange Project in the City of Perris Page 1 19 increased the total contract value in an amount of Ninety -Four Thousand, One Hundred Dollars ($94,100). 2.4 On , 2010, the parties further amended the Master Agreement by Amendment No. 3 to revise the Scope of Services and to provide additional compensation to address additional design, technical review, and project management services necessary to incorporate design changes, including additional design exception efforts, additional structure efforts for MSE walls and sound walls, additional structure aesthetics efforts, and additional work for final Plans, Specification & Estimates for the SR-74/I- 215 Interchange Project. Amendment No. 3 increased the total contract value in an amount of Two Hundred and Thirteen Thousand, Nine Hundred Dollars ($213,900). 2.5 The parties now desire to amend the Master Agreement to revise the Scope of Services to provide additional compensation to address additional design and project management services not included under the Master Agreement, as amended, including coordination, project administration, attendance at meetings, and provision of meeting minutes during funding, bidding, and construction, as well as services associated with "Phase 2" of continued coordination and implementation of irrigation plans with EMWD. 3. TERMS 3.1 The Scope of Services for the Master Agreement shall be amended to include "Services", as that term is defined in the Master Agreement, required to complete additional design and project management services, as more fully described in Exhibit "A" attached to this Amendment No. 4 and incorporated herein by reference. 3.2 The Services described in this Amendment No. 4, which services integrate and supplement the Consultant's existing Services under the Master Agreement, shall be performed expeditiously, within the term of the Master Agreement, and shall be completed on or before June 30, 2013, unless otherwise agreed to in writing by the Commission. 3.3 The maximum compensation for Services performed pursuant to this Amendment No. 4 shall be Two Hundred and Four Thousand, Eighty -Seven Dollars ($204,087), as further set forth in the cost detail included in Exhibit "A" to this Amendment No. 4. 3.4 The total not -to -exceed contract value of the Master Agreement, as herein modified, is Three Million, Three Hundred and Three Thousand, Seven Hundred and Forty -Nine Dollars ($3,303,749). RCTC Agreement 07-31-122-04 SR74/1215 Interchange Project in the City of Perris Page 2 • 20 " " 3.5 Except as amended by this Amendment No. 4, all provisions of the Master Agreement, as amended by Amendment Nos. 1, 2, and 3, 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 No. 4. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first herein above written. RIVERSIDE COUNTY DAVID EVANS AND TRANSPORTATION COMMISSION ASSOCIATES, INC. By: Bob E. Magee, Chair Signature APPROVED AS TO FORM: By: Best Best & Krieger LLP General Counsel Name Title RCTC Agreement 07-31-122-04 SR74/I215 Interchange Project in the City of Perris Page 3 21 " EXHIBIT "A" Scope of Services and Cost Details [Attached behind this page] * Note that references in the attached document to Amendments #11 and 8B are for internal reference purposes, and all of the Services described in the attached document are part of this Amendment No. 4 to the Master Agreement. RCTC Agreement 07-31-122-04 SR74/1215 Interchange Project in the City of Perris Exhibit A 22 " DAVID EVA, .-.=:as5ac:aies REQUEST FOR AMENDMENT #11, #8B March 2, 2010: Mr. Marlin Feenstra Capital Projects Program Delivery Director Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92502-2208` Agreement No. 07-31-122-00 Amendment No. 07-31-122=01` Amendment No. 07-31-122-02 Subject: Request for Amendment #11, #86(Master Amendment 4) Additional Design Support during Funding, Bidding, and Construction SR-74/1-215 Interchange Project Dear Mr. Feenstra As you may know, the "PS&E� Agreement 07-31-122-00 was negotiated and signed between RCTC and David Evans and Associates (DEA) in December 2007. Several significant design changes occurred between December 2007 and June 2008 that were reflected in the 6/28/08 Geometric Approval Drawing (GAD) and the 6/28/08 Draft Project Report (DPR). These significant design changes have caused DEA to perform additional work effort to incorporate these changes into the project design and could not have been anticipated by December' 2007. This request for amendment is for additional work not included within or not anticipated at the time of Request for Amendment #1 (request transmitted 4/15/09, NTP granted 7/16/09). Based on 12/10/09 internal coordination meeting and based on the 1/08/10 Change Order Negotiation Meeting and subsequent meetings between ROTC and DEA, we submit this Request for Amendment. Please note that we have combined previous Requests #11 and #8B into one Request for Master Amendment 4 for convenience. The cost breakdown and backup documentation are as follows and as attached: " Request for Amendment #11 for a total of $184,787. " Request for Amendment #813 for a total of $19,300. " Total = $204,087. Please process these Requests as a Change Order to our original Agreement No. 07-31-122- 00. Please contact us with any comments or questions for immediate resolution. Sincerely David Evans and Associates, Inc. Don Bloodworth, PE, PLS 4/4 ')/A L Project Manager / Project Engineer 619.400.0624 Page 1 of 7 23 REQUEST FOR AMENDMENT #11 Subject: Request for Amendment #11 Additional Design Support during Funding, Bidding, and Construction SR-74/I-215 Interchange Project Based on 12/10/09 internal coordination meeting and subsequent meetings at RCTC, RCTC and DEA discussed strategies for delivering the Task for providing Design Support during Funding, Bidding, and Construction. This task includes the following items: • Responding to questions for Contract Bidders. • Responding to questions during the Funding Process. • Responding to Requests for Information (RFIs) during construction. • Reviewing Shop Drawings • Preparing As -Built Drawings • Continued Coordination, Attending Meetings, and Preparing Meeting Minutes. As we discussed, the original budget to perform this work appeared insufficient to complete the work currently anticipated. The primary reason for this difference between originally anticipated need and current need is that the Sheet Count drastically increased during thy/ PS&E process. The originally anticipated Sheet Count (as shown on Original Contract, page 10 of 11) was 200 plan sheets. The final PS&E Sheet Count was 305 plan sheets. Further discussion itemized the following needs to complete this task: Construction Support Analysis 600 Construction Support 270 Construction Support Construction Support RE Book Bid Questions RFIs Shop Drawings 295 As Builts Totals Original Estimated Amendment Budget Total Need 11 $99,872 $200,000 $100,128 $25,000 $99,872 $25,000 $110,000 $40,000 $40,341 $125,000 $84,659 $140,213 $325,000 $184,787 Therefore, please see attached our Request for Amendment #11 for a total of $184,787 to be• included into a Master Amendment 4. Please review and approve. Page 2 of 7 24 " REQUEST FOR AMENDMENT #86 Subject: Request for Amendment #86  Continued Coordination with EMWD Phase 2  Incorporate the Resolutions as Determined by the RWUE Process into an EMWD Submittal Process and an Updated Set of Ca!trans PS&E Irrigation Plans SR-74/I-215 Interchange Project As discussed at the Change Order Negotiation Meeting conducted on 1/08/10 and subsequent meetings between RCTC and DEA, Request for Amendment #8B or "Phase 2" of this work is pending on -going negotiations between RCTC and EMWD. Pending the outcome of on -going negotiations between RCTC and EMWD, DEA would perform Phase 2 of this work. The fee estimate for this task would be for a total of $19,300. Therefore, please see attached our Request for Amendment #8B for a total of $19,300 to be included into a Master Amendment 4. Please review and approve. Page 3 of 7 25 EXHIBIT "A-11" SCOPE OF SERVICES AMENDMENT 11 Task A11-6.2 Additional Design Support during Funding, Bidding, and Construction $184,787 This task includes performing additional Design Support during Funding, Bidding, and Construction for a level of effort not anticipated during the time of original contract negotiations or during Amendment 1. This task includes continued coordination, performing project administration, attending meetings, and preparing meeting minutes. Additional Responding to Requests for Information (RFIs) This task includes receiving, reviewing, interpreting, and responding to Contractor RFIs. It is anticipated that Responses to RFIs will be of a clarifying nature for interpretation of the design intent of the Contract Plans and Specifications. Changes to design intent, or updates to Contract Plans and Specifications as a result of Contractor RFIs, are not included within this task. An organized list of Contractor RFIs and subsequent responses will be maintained as a part of this task. This task includes continued coordination, performing project administration, attending meetings, and preparing meeting minutes. Additional Reviewing Shop Drawings• This task includes receiving, reviewing, interpreting, and responding to Contractor Shop Drawings. It is anticipated that Reviewing Shop Drawings will be include verification of the design intent of the Contract Plans and Specifications. Changes to design intent, or updates to Contract Plans and Specifications as a result of Shop Drawing Review, are not included within this task. An organized list of Contractor Shop Drawings and subsequent status will be maintained as a part of this task. This task includes continued coordination, performing project administration, attending meetings, and preparing meeting minutes. Additional As -Built Drawings This task includes receiving, reviewing, interpreting, and transcribing a Contractor marked -up Contract Plan Set. It is anticipated that the Contractor will provide regular notices of updates regarding field changes and a complete marked -up set of Contract Plan set for incorporation into an As -Built Drawing Plan Set. Changes to design intent, or updates to Contract Plans and Specifications as a result of Contractor marked -up Contract Plan Set, are not included within this task. This task includes continued coordination, performing project administration, attending meetings, and preparing meeting minutes. Page 4 of 7 26 Request for Amendment #11 - Additional Design Support during Funding, Bidding, and Constrt Additional Design Support during Funding, Bidding, and Construction Final Engineering PSE for 1215-74 RCTC Agreement Number 07-31-122-00 Additional Design Support during Funding, Bidding, and Construction Estimated Cost Rate Hours Dollars 1. LABOR NAME POSITION Bridge Engineer Bridge Engineer $48.00 100 $4,800.00 Landscape Architecture Landscape Architecture $38.50 24 $924.00 Design Engineer Design Engineer $31.75 140 $4,445.00 Landscape Designer Landscape Designer $24.00 24 $576.00 Principal in Charge Principal in Charge $85.00 8 $680.00 Bridge Designer Bridge Designer $29.00 50 $1,450.00 Engineer V Engineer V $64.90 50 $3,245.00 Engineer IV Engineer IV $49.00 56 $2,744.00 Principal Engineer 1 Principal Engineer I $86.50 100 $8,650.00 PM/PE PM/PE $57.50 140 $8,050.00 Design Engineer Design Engineer $34.50 140 $4,830.00 Designer Designer $28.00 40 $1,120.00 QC Project Manager QC Project Manager $63.00 8 $504.00 QC Project Manager QC Project Manager $95.00 8 $760.00 Landscape Architecture Landscape Architecture $44.00 24 $1,056.00 Engineer II Engineer II $33.25 32 $1,064.00 Office Administrator Office Administrator $25.00 8 $200.00 Administrative Assistant Administrative Assistant $25.00 8 $200.00 Landscape Architecture Landscape Architecture $46.00 24 $1,104.00 QC Project Manager QC Project Manager $65.00 8 $520.00 Irrigation Designer Irrigation Designer $34.00 24 $816.00 Bridge Technician Bridge Technician $22.00 100 $2,200.00 Survey Chief Survey Chief $60.00 8 $480.00 Drainage Engineer Drainage Engineer $58.00 64 $3,712.00 Controller Controller $48.00 8 $384.00 Project Accountant Project Accountant $25.50 8 $204.00 Administrative Assistant Administrative Assistant $23.00 40 $920.00 Certified Party Chief Certified Party Chief $43.31 20 $866.20 Office Administrator Office Administrator $29.75 20 $595.00 Project Surveyor Project Surveyor $35.98 20 $719.60 Engineering Technician Engineering Technician $25.00 20 $500.00 Design Engineer Design Engineer $36.00 20 $720.00 SWDR Engineer SWDR Engineer $38.50 40 $1,540.00 Sr. Project Accountant Sr. Project Accountant $30.00 8 $240.00 SUBTOTAL LABOR 1392 $60,818.80 2. OVERHEAD 175.16% $106,530.21 3. FIXED FEE 10% $16,734.90 4. EXPENSES Reimbursibles, Travel, Deliveries $703.00 EXPENSES SUBTOTAL $703.00 5. SUBCONSULTANTS Additional Design Support during Funding, Bidding, and Construction $184,787 1 of 1 Request for Amendment 11 100302 .xls 27 EXHIBIT "A-8" SCOPE OF SERVICES AMENDMENT Possible Future Task 2 (A8-5.2) Incorporate the Resolutions of the RWUE Process into the Onsite Recycled Water Irrigation Plans (EMWD) and Updated Set of PS&E Irrigation Plans (Caltrans) $19,300 After RWUE Irrigation Exhibit is approved by EMWD, Caltrans, and RCTC, DEA would submit the Onsite Recycled Water Irrigation Plans for review and comment. DEA shall receive RCTC written approval before beginning work on this task. DEA would undergo the EMWD Submittal Process for Onsite Recycled Water Irrigation Plans (prepared in AutoCAD format). DEA anticipates three submittals of the Onsite Recycled Water Irrigation Plans during this submittal process, coordination with EMWD and RCTC, and two (2) meetings with agencies. DEA anticipates minor updates/modifications to currently -approved (Caltrans) PS&E Plans, Specs, and Estimate for construction purposes. These updates/modifications would reflect agreements between EMWD, Caltrans, and RCTC, generated during the EMWD Onsite Recycled Water Irrigation Plans Submittal Process. This task would include coordination, attending meetings, and preparing meeting minutes. Page 6 of 7 28 " Request for Amendment #8 - Additional Coordination with EMWD TASK 2 - Incorporate the Resolutions as Determined by the RWUE Process into an Updated Set of PS&E Irrigation Plans Final Engineering PSE for 1215-74 RCTC Agreement Number 07-31-122-00 TASK 2 - Incorporate the Resolutions as Determined by the RWUE Process into an Updated Set of PS&E Irrigation Plans Estimated Cost Rate Hours Dollars 1. LABOR NAME Landscape Architecture Design Engineer Landscape Designer Survey Project Manager PM/PE Design Engineer QC Project Manager Landscape Architecture Landscape Architecture Irrigation Designer Landscape Architecture Controller Project Accountant Administrative Assistant Sr. Project Accountant POSITION Landscape Architecture Design Engineer Landscape Designer Survey Project Manager PM/PE Design Engineer QC Project Manager Landscape Architecture Landscape Architecture Irrigation Designer Landscape Architecture Controller Project Accountant Administrative Assistant Sr. Project Accountant SUBTOTAL LABOR $37.00 $31.75 $24.00 $85.00 $57.50 $34.50 $63.00 $44.00 $44.00 $34.00 $55.00 $45.00 $24.00 $23.00 $30.00 10 8 36 2 8 8 2 30 8 36 12 1 2 2 2 167 $370.00 $254.00 $864.00 $170.00 $460.00 $276.00 $126.00 $1,320.00 $352.00 $1,224.00 $660.00 $45.00 $48.00 $46.00 $60.00 $6,275.00 2. OVERHEAD 175.16% $10,991.29 3. FIXED FEE 10% $1,726.63 4. EXPENSES Reimbursibles, Travel, Deliveries $307.08 EXPENSES SUBTOTAL $307.08 TOTAL COST THIS TASK $19,300.00 1of1 Request for Amendment 8 091214 .xls 29 " AGENDA ITEM 9 " RIVERS/DE COUNTY TRANSPORTATION COMMISSION DATE: April 26, 2010 TO: Western Riverside County Programs and Projects Committee FROM: Min Saysay, Right of Way Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Agreements with Qualified Contractors to Provide On -Call Right of Way Appraisal Services for Residential, Commercial, Industrial, and Agricultural Properties STAFF RECOMMENDATION: This item is for the Committee to: 1) Award the following agreements to provide on -call right of way appraisal services for a three-year term, and two one-year options to extend the agreements, in an amount not to exceed an aggregate value of $950,000; a) Agreement No. 10-51-048-00 with Lidgard and Associates; b) Agreement No. 10-51-064-00 with Mason & Mason Real Estate Appraisers & Consultants; c) Agreement No. 10-51-065-00 with Donahue Hawran & Malm LLC; d) Agreement No. 10-51-066-00 with R.P. Laurain & Associates; e) Agreement No. 10-51-067-00 with Riggs & Riggs, Inc.;- f) Agreement No. 10-51-068-00 with Hennessey & Hennessey LLC; and g) Agreement No. 10-51-069-00 with Robert Shea Perdue Real Estate Appraisal; 2) Authorize the Executive Director, or designee, to execute task orders awarded to contractors under the terms of the agreements; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements, including option years, on behalf of the Commission; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: Federal and state regulations require that before the initiation of negotiations with property owners, the public agency shall establish an amount that it believes is just compensation for the real property. The amount shall not be less than the approved appraisal of the fair market value of the property, taking into account the value of allowable damages or benefits to any remaining property. In order to comply with regulations, the Commission can either hire staff appraisers or establish a list of on -call appraisers. Staff recommends the latter. Agenda Item 9 30 Procurement Process Staff determined the weighted factor method of source selection to be the most appropriate for this procurement, as it allows the Commission to identify the most advantageous proposal with price and other factors considered. Non -price factors include elements such as experience, qualifications of firms and personnel, and the ability to respond to the requirements set forth under the terms of Request for Proposal (RFP) No. 10-51-048-00. RFP No. 10-51-048-00 was released by staff and advertised on December 23, 2009. Staff responded to all requests for clarifications submitted by potential proposers prior to the January 26, 2010, deadline date. Fifteen firms — BTI Appraisal, Donahue Hawran & Malm LLC, Hennessey & Hennessey LLC, Keith Settle & Company Inc., Lidgard & Associates, Mason & Mason Real Estate Appraisers and Consultants, Overland Pacific & Cutler Inc., Reinhart-Fontes Associates Inc., Riggs & Riggs Inc., Robert Shea Perdue Real Estate Appraisal, R.P. Laurain & Associates, Smothers Appraisal, Valentine Appraisal & Associates, Villegas Appraisal Company, and Warren H. Neville — submitted proposals prior to the stated deadline. Fourteen of the fifteen firms submitted responsive and responsible proposals. One firm was omitted from the competitive process for submitting a non -responsive proposal. The remaining firms' proposals were evaluated and scored, based upon the evaluation criteria set forth in the RFP, by an evaluation committee comprised of Commission staff and a representative from Ca!trans. The evaluation process was used to analyze the relative qualifications of each firm according to the stated criteria and, based on that information, the evaluation committee made its selection decision to recommend an award to six firms, based upon the anticipated workload during the course the contract term. Four of the firms that were not selected for award subsequently submitted a protest of the award recommendation, and staff reviewed the merits of each firm's claim. Staff review determined that only one of the protesting firms, Robert Shea Perdue Real Estate Appraisal, earned an evaluation score that merited reconsideration, scoring highest among the firms not originally considered for award. So, in the interest of providing a broader pool of expertise, and in accordance with the RFP, staff upheld the protest as to Robert Shea Perdue Real Estate Appraisal, but rejected the remaining firms' protest. The RFP limited the on -call bench to "six to seven firms" and therefore, the recommendation for award is to seven firms, which are listed in ranked order as follows: Lidgard & Associates, Mason & Mason Real Estate Appraisers and Consultants, Donahue Hawran & Malm LLC, R.P. Laurain & Associates, Riggs & Riggs, Inc., Hennessey & Hennessey LLC, and Robert Shea Perdue Real Estate Appraisal. Agenda Item 9 • 31 " Committee Recommendation and Direction Cost/Price Analysis At its February 22 meeting, the Western Riverside County Projects and Programs Committee directed staff to re-examine the potential costs, fees and charges for this and a number of other items involving procurement for a reduction in the overall cost of the contract. The Committee's direction was based on the economic climate and challenges currently faced in Riverside County, which has led to employment losses, salary reductions, significantly lower and more competitive bids on construction projects. The purpose of this particular procurement is to provide the Commission with considerable flexibility in working with a variety of appraisers with different areas of expertise and knowledge. Establishing a "bench" of contractors also enables the Commission to react quickly, which will likely be necessary in readying future projects for construction. As a result, some of the cost proposals are based on job task basis where others are based on an hourly rate proposal. It will be the responsibility of the Commission's Right of Way Manager to select the proper contractor for the particular job and to do so in a cost-effective manner while ensuring that applicable state and federal procurement rules are being followed. Adequate management and cost control will be a priority in ensuring the overall value of all the contracts and will be kept under the not to exceed amount. The respective proposers' rates are considered fair and reasonable based upon adequate price competition in an open marketplace in which proposals from nine firms were rejected. Staff is confident that the identified firms will provide the Commission with an excellent level of quality at the best possible price. Work will be awarded to the firms on a rotating basis. The total not to exceed amount for all six agreements for a three-year term of performance, and two one-year options, is $950,000. Agenda Item 9 32 Financial Information In Fiscal Year Budget: Yes N/A Year: FY 2009/10 FY 2010/11 + Amount: $115,000 835,000 Source of Funds: Measure A Lease Revenues Budget Adjustment: No GL/Project Accounting No.: 105 51 81401 $ 70,000 105 52 81401 25,000 003001 81403 00062 0000 222 31 81401 45,000 003005 81403 00062 0000 222 31 81401 330,000 003009 81403 00062 0000 222 31 81401 95,000 003023 81403 00062 0000 262 31 81401 145,000 003823 81403 00062 0000 221 33 81401 190,000 005123 81403 00062 0000 210 73 81401 50,000 Fiscal Procedures Approved: \i/tgv4,41„ Date: 04/19/10 Agenda Item 9 33 " AGENDA ITEM 10 " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: April 26, 2010 TO: Western Riverside County Programs and Projects Committee FROM: Min Saysay, Right of Way Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Agreements with Qualified Contractors to Provide On -Call Right of Way Appraisal Review Services for Residential, Commercial, Industrial, and Agricultural Properties STAFF RECOMMENDATION: This item is for the Committee to: 1) Award the following agreements to provide on -call right of way appraisal review services for a three-year term, and two one-year options to extend the agreements, in an amount not to exceed an aggregate value of $ 500, 000; a) Agreement No. 10-51-051-00 with Donahue Hawran & Malm LLC; b) Agreement No. 10-51-070-00 with R.P. Laurain & Associates; c) Agreement No. 10-51-071-00 with Mason & Mason Real Estate Appraisers and Consultants; d) Agreement No. 10-51-072-00 with Hennessey & Hennessey LLC; and e) Agreement No. 10-51-073-00 with Overland Pacific & Cutler Inc.; 2) Authorize the Executive Director, or designee, to execute task orders awarded to contractors under the terms of the agreements; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements, including option years, on behalf of the Commission; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: The Code of Federal Regulations, 49 CFR Part 24, Subpart A, requires that review appraisers examine the presentation and analysis of market information in all appraisals and support the appraisers' opinion of value. The review appraisers develop, report, and recommend the amount believed to be just compensation for real property interests to be acquired by a public agency. Procurement Process Staff determined the weighted factor method of source selection to be the most appropriate for this procurement, as it allows the Commission to identify the most Agenda Item 10 34 advantageous proposal with price and other factors considered. Non -price factors include elements such as experience, qualifications of firms and personnel, and their ability to respond to the requirements set forth under the terms of Request for Proposal (RFP} No. 10-51-051-00. RFP No. 10-51-051-00 was released by staff and advertised on December 23, 2009. Staff responded to all requests for clarifications submitted by potential proposers prior to the January 26, 2010, deadline date. Six firms — Donahue Hawran & Malm LLC, First Service PGP Valuation, Hennessey & Hennessey LLC, Mason & Mason Real Estate Appraisers and Consultants, Overland Pacific & Cutler Inc., and R.P. Laurain & Associates, submitted proposals prior to the stated deadline. Each of the six firms submitted responsive and responsible proposals. Accordingly, the firms' proposals were evaluated and scored, based upon the evaluation criteria set forth in the RFP, by an evaluation committee comprised of Commission staff and a representative from Ca!trans. The evaluation process was used to analyze the qualities of each submitted proposal according to the stated criteria and, based on that information, the evaluation committee made its selection decision. First Service PGP Valuation was eliminated from the list of awardees based on its total evaluation score relative to the other proposers. The remaining firms are listed in ranking order, as follows: Donahue Hawran & Malm LLC, R.P. Laurain & Associates, Mason & Mason Real Estate Appraisers and Consultants, Hennessey & Hennessey LLC, and Overland Pacific & Cutler Inc. Committee Recommendation and Direction Cost/Price Analysis At its February 22 meeting, the Western Riverside County Projects and Programs Committee directed staff to re-examine the potential costs, fees and charges for this and a number of other items involving procurement for a reduction in the overall cost of the contract. The Committee's direction was based on the economic climate and challenges currently faced in Riverside County, which has led to employment losses, salary reductions, significantly lower and more competitive bids on construction projects. The purpose of this particular procurement is to provide the Commission with considerable flexibility in working with a variety of appraisers wjth different areas of expertise and knowledge. Establishing a "bench" of contractors also enables the Commission to react quickly, which will likely be necessary in readying future projects for construction. As a result, some of the cost proposals are based on job task basis where others are based on an hourly rate proposal. It will be the responsibility of the Commission's Right of Way Manager to select the proper Agenda Item 10 • 35 " " contractor for the particular job and to do so in a cost-effective manner while ensuring that applicable state and federal procurement rules are being followed. Adequate management and cost control will be a priority in ensuring the overall value of all the contracts and will be kept under the not to exceed amount. The respective proposers' rates are considered fair and reasonable based upon adequate price competition. Staff is confident that the identified firms will provide the Commission with an excellent level of quality at the best possible price. Work will be awarded to the firms on a rotating basis. The total not to exceed amount for all five agreements for a three-year term of performance, and two one-year options, is $500,000. Financial Information In Fiscal Year Budget: Yes N/A Year: FY 2009/10 FY 2010/1 1 + Amount: $ 60,000 $ 440,000 Source of Funds: Measure A Lease Revenues Budget Adjustment: No GL/Project Accounting No.: 105 51 81401 $ 37,500 105 52 81401 12,500 003001 81403 00062 0000 222 31 81401 25,000 003005 81403 00062 0000 222 31 81401 175,000 003009 81403 00062 0000 222 31 81401 50,000 003023 81403 00062 0000 262 31 81401 75,000 003823 81403 00062 0000 221 33 81401 100,000 005123 81403 00062 0000 210 73 81401 25,000 Fiscal Procedures Approved: `44,4140 1404 Date: 04/19/10 Agenda Item 10 36 AGENDA ITEM 11 " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: April 26, 2010 TO: Western Riverside County Programs and Projects Committee FROM: Min Saysay, Right of Way Manager Gina Gallagher, Senior Staff Analyst THROUGH: Marlin Feenstra, Project Delivery Director SUBJECT: Agreement for Utility Relocation for the State Route 60/Interstate 215 East Junction High Occupancy Vehicle Lanes Connector STAFF RECOMMENDATION: This item is for the Committee to: 1) Authorize the Executive Director, or designee, to execute an agreement, pursuant to legal counsel review, for utility relocation for the State Route 60/Interstate 215 East Junction high occupancy vehicle lanes connector project (Project) once the design and replacement location are finalized; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: In June 2006, a cooperative agreement between Caltrans and the Commission authorized the Commission to identify and locate, protect, relocate, or remove any utilities that conflicted with the Project construction. The Project will require a utility agreement with AT&T to relocate an underground fiber optic line that conflicts with the Project. As a part of establishing liability for the cost of the utility relocation, a prior rights check is performed by the utility owner and verified by the Commission's utility coordinator. The relocation of the fiber optic line is scheduled to be completed prior to start of construction. As these facilities are located within an easement, the Project is responsible for 100% of the expense. The estimated cost for this work is $150,000 and the Commission previously approved right of way funding at its September 2007 Commission meeting. Staff is recommending the Commission authorize the Executive Director to execute the utility agreement on behalf of the Commission. Agenda Item 11 37 Financial Information In Fiscal Year Budget: Yes Yes Year: FY 2009/10 FY 2010/11 Amount: $150,000 $75,000 Source of Funds: STP/1989 Measure A Budget Adjustment: No GL/Project Accounting No.: 003017 81401 00068 0000 222 31 81401 $150,000 Fiscal Procedures Approved: \klum Date: 04/19/2010 Agenda Item 11 • 38 AGENDA ITEM 12 " RIVERS/DE COUNTY TRANSPORTATION COMMISSION DATE: April 26, 2010 TO: Western Riverside County Programs and Projects Committee FROM: Sheldon Peterson, Rail Manager THROUGH: Robert Yates, Multimodal Services Director SUBJECT: Agreement with Riverside Transit Agency to Repaint the North Main Corona Pedestrian Bridge STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve Agreement No. 10-25-091-00 for a right of entry and reimbursement agreement with Riverside Transit Agency (RTA) to allow for the painting of the North Main Corona pedestrian bridge for a total contract amount not to exceed $175,000; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. BACKGROUND INFORMATION: RTA is currently constructing it's Corona Transit Center adjacent to the Commission -owned North Main Corona commuter rail station. As part of the project, there will be a new passenger stairway/elevator tower and pedestrian bridge connecting the transit center to the existing pedestrian bridge at the rail station over the Burlington Northern Santa Fe (BNSF) tracks. Agenda Item 12 39 In order to fully integrate the transit center with the rail station, the project team has coordinated an effort to update the paint colors and repaint the entire structure to have a consistent look. The new color scheme has been coordinated and approved by the city of Corona, RTA, and Commission staff. The colors will change the existing yellow color to a softer granite gray and the existing shade of blue to a military blue. The Commission, as part of the station rehabilitation plan, was already developing a station repainting program and planned on repainting the bridge within the next year. The station rehabilitation plan has developed a new set of painting specifications to be used at the stations and these will be applied to this project. Staff recommends approval of the right of entry and reimbursement agreement with RTA for the repainting of the North Main Corona pedestrian bridge. This agreement identifies the terms and allows the current RTA construction contractors on site to oversee the repainting of the Commission -owned bridge and structures. It also clarifies the insurance requirements and procedures that need to be followed for safely painting the structure including extensive coordination with BNSF. In addition, the Commission will agree to reimburse RTA for the actual costs of repainting the bridge for a not to exceed amount of $175,000. The price for the bridge painting was determined using all appropriate FTA and agency procurement guidelines. Competitive quotes were used by RTA to reaffirm the fairness of the price for its contractor to perform the work. The funding for this project will come from previously received Commuter Rail Proposition 1 B funds. Financial Information In Fiscal Year Budget: Yes Yes Year: FY 2010/11 Amount: $175,000 Source of Funds: Proposition 1 B Budget Adjustment: No No GL/Project Accounting No.: 221 33 81301 4011 Fiscal Procedures Approved: \144,4:404/. Date: 04/19/10 Attachment: Draft Agreement 10-25-091-00 Agenda Item 12 • 40 " Agreement No. 10-25-091-00 RIVERSIDE COUNTY TRANSPORTATION COMMISSION RIGHT OF ENTRY AND REIMBURSEMENT AGREEMENT WITH RIVERSIDE TRANSIT AGENCY This Right of Entry and Reimbursement Agreement ("Agreement") is entered in this _ day of , 2010 by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION, a public entity within the State of California ("Commission") and the RIVERSIDE TRANSIT AGENCY, a joint powers agency organized under the laws of the State of California ("Agency"). Commission and Agency are sometimes individually referred to as "Party" and collectively as "Parties". RECITALS WHEREAS, the Burlington Northern and Santa Fe Railway Company (`BNSF") owns and operates the San Bernardino Subdivision rail line and rail corridor in the City or Corona, County of Riverside, State of California; and WHEREAS, BNSF and Commission have entered into that certain Agreement for Passenger Station and Pedestrian Overhead Crossing Improvements dated as of April 10, 2001 ("RCTC/BNSF Agreement"), which provided for the construction of the improvements described therein, as well as a license for the Pedestrian Overhead Crossing Improvements; and WHEREAS, the Passenger Station constructed pursuant to the RCTCBNSF Agreement is commonly referred to as the "North Main Corona Station" and includes those certain property improvements owned and maintained by Commission commonly referred to as the "Pedestrian Bridge and Tower" and "Restroom Building," as shown on the attached Exhibit "A"; WHEREAS, Agency is constructing the "Corona Transit Station" in the same City of Corona adjacent to the North Main Corona Station; WHEREAS, in conjunction with completing the Corona Transit Station, Agency desires to obtain Commission's permission to enter onto a portion of the North Main Corona Station property, on a temporary basis, to paint the Pedestrian Bridge and Tower, and the Restroom Building (the "Property"); and WHEREAS, the Parties wish to enter into this Agreement whereby Commission shall allow Agency and its agents, employees, and sub -contractors to enter the Property, on a temporary basis, for the purpose of painting the Pedestrian Bridge and Tower, and the Restroom Building (collectively, the "Project"), as more particularly described in Exhibits "B", "C", and "D" attached hereto and incorporated herein by reference; and WHEREAS, Commission desires to reimburse Agency for costs associated with the Project; and 1 41 WHEREAS, the Parties wish to enter into this Agreement whereby Commission shall reimburse Agency for costs associated with the Project, of which a good faith proposal and estimate of expected costs is attached as Exhibit "D" and incorporated herein by reference. NOW, THEREFORE, Commission and Agency do hereby agree as follows: AGREEMENT 1. Right of Entry Commission hereby grants to Agency and its agents, employees, and contractors a temporary right to enter onto those portions of the Property and, specifically, to enter into and onto the improvements commonly referred to as the Pedestrian Bridge and Tower, and the Restroom Building, as necessary for the sole purpose of performing the Project. Agency shall be permitted to enter onto and use any portion of the Property reasonably necessary to access and perform the Project, under the limitations expressed in this Agreement. 2. Additional Approval from BNSF. Notwithstanding the right of entry granted in Section 1 above, prior to entering onto the Property to complete any work as specified hereunder, Agency shall also obtain any necessary approvals from and/or enter into any additional agreement required by BNSF. 3. Performance of Project. A. The Project shall be performed in such a manner so that it shall not unreasonably interfere with or be a source of danger to tracks, roadbeds, or other property of Commission, or use of the Property, generally. The Project shall also be performed in such a manner so that it shall not unreasonably interfere with or be a source of danger to persons present on the Property, or the safe operation of the railroad, trains or other activities on or adjacent to the Property. Agency shall obtain prior written approval from Commission and BNSF for any performance of the Project that may interfere with rail traffic or other uses on the Property beyond the scope and intent of this Agreement. B. Agency shall ensure that the Project is performed in a skillful and competent manner, consistent with the standards employed by professionals in the State of California in the same discipline as the professionals performing Project. Agency represents and maintains that any contractor performing the Project will be skilled in the professional calling necessary to perform the Project, and will have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Project. Agency shall perform or shall cause to be performed, at no cost to Commission, any work or services necessary to correct errors or omissions which are caused by the failure of Agency or Agency's contractor to comply with the standard of care provided for herein. 4. Commission Representative. Commission may require that a representative of Commission be present during some or all of the performance of the Project. If Commission's representative determines that the performance of Project is not being accomplished in accordance with this Agreement, he or she may, but shall not be required 2 • 42 to, halt the work. Notwithstanding the presence of Commission's representative, Agency shall, at all times, retain full liability and responsibility for all aspects of the performance of Project. 5. Project Specifications. A. Technical Provisions. Agency shall perform Project in conformity with the paint and performance specifications of `TECHNICAL PROVISIONS — MAINTENANCE REPAINTING OF METROLINK STATIONS," as more particularly described in Exhibit "C" attached hereto and incorporated herein by reference. B. Notification. Agency shall notify both Commission's Property Agent George Salas at 951-453-5037, and BNSF Railway Company's Roadmaster Greg Rousseau 909-553-1736, at least five (5) days prior to commencing performance of Project. C. Roll and Brush Painting. The Project shall be completed by roll and brush painting instead of spray painting due to previous incidents with overspray on adjacent automobiles, facilities, and buildings. D. BNSF Flagging. To the extent that lifts and booms are necessary for completion of Project but would interfere with rail operations, as determined in the sole and absolute discretion of Commission and/or the BNSF, or if otherwise required by BNSF for any other reason, Agency shall provide a BNSF Flagger during all painting operations and during any other Project work, as may be required. Agency and its agents, employees, and contractors shall follow all directions of the BNSF Flagger. E. Plastic Sheeting. Plastic sheeting shall be placed over appropriate areas of the platform at the North Main Corona Station during painting operations in such a manner as to prevent paint from contacting the platform, patrons, other improvements, railways, or any other property at or adjacent to the North Main Corona Station. F. Restricted Area. Subject to Commission's prior approval, access to the area around the Pedestrian Bridge and Tower, and Restroom Building shall be barricaded where necessary to prevent paint from dripping onto station patrons. 6. Term. The term of this Agreement shall commence as of the date first specified above and shall automatically terminate upon the final acceptance of Commission of the work performed in connection with Project. unless earlier terminated as provided herein. The term may be extended by sending written notice to Commission, which may be approved in the sole and absolute discretion of Commission. This Agreement is subordinate to all prior or future rights and obligations of Commission in the Property, except that Commission shall grant no rights inconsistent with the reasonable exercise by Contractor of its rights under this Agreement. 7. Reimbursement. Commission shall reimburse Agency for pre -approved expenses incurred by Agency for work related to the Project on the Property, including equipment rental, materials and labor costs, BNSF flagging to protect rail traffic during the 3 43 performance of Project, bond costs, and for other reasonable expenses incurred by Agency on account of the Project, up to the total not -to -exceed amount of One Hundred Seventy -One Thousand, Eight -Hundred Ninety -Four US Dollars and Eighty -Five Cents ($171,894.85) ("Total Authorized Costs"). The Parties agree that reimbursement shall not exceed the Total Authorized Costs without prior written approval of Commission. The Parties represent and warrant that the proposal attached hereto as Exhibit "D" is a good faith estimate of the actual costs expected to be reimbursed by Commission, and any revision of the proposal attached hereto as Exhibit "D" shall be approved by Commission in writing before commencement of Project. Payment of approved costs shall occur within forty-five (45) days of receipt by Commission of a written invoice from Agency. OTHER PROVISIONS 8. Indemnification. Agency shall at all times indemnify and save harmless Commission against and pay in full all losses, damages, or expenses that Commission may sustain, incur or become liable for, resulting in any manner from performance of the Project and/or the use and maintenance of the Property during the term of this Agreement, by Agency or its agents, employees, and contractors including, but not limited to, any such losses, damages or expenses arising out of (a) loss of or damage to property, (b) injury to or death of persons, (c) mechanics' or other liens of any character, (d) taxes or assessments of any kind. It is the intention of the Parties that Commission's right to indemnity hereunder shall be valid and enforceable against Agency regardless of negligence (whether active or passive) on the part of Commission, its officers, agents and employees, unless such injury is a result of the sole negligence of Commission. 9. Assumption of Risk and Waiver. To the maximum extent allowed by law, Agency assumes any and all risk of loss, damage or injury of any kind to any person or property, including without limitation, the Project, the Property, Agency's personal property and any other property of, or under the control or custody of, Agency and/or its agents, employees, and contractors, which is on or near the North Main Corona Station, the Restroom Building, or the Pedestrian Bridge and Tower. Agency's assumption of risk shall include, without limitation, loss or damage caused by defects in any structure or improvement on the Property or any other portion of the North Main Corona Station, accident or fire or other casualty on the Property or any other portion of the North Main Corona Station, or electrical discharge, and noise or vibration resulting from transit operations on or near the Property. The term "Commission" as used in this section shall include: (i) any transit or rail -related company operating upon or over Commission's tracks or other property, and (ii) any other persons or companies employed, retained or engaged by Commission. Agency, on behalf of itself and its Personnel, as a material part of the consideration for this Agreement, hereby waives all claims and demands against Commission for any such loss, damage or injury of Agency and/or its Personnel. In that connection, Agency waives, for itself and its Personnel, the benefit of California Civil Code Section 1542, which provides as follows: "general release does not extend to claims which the creditor does not know or suspect to exist in his or her favor at the time of executing the release, which if known by him or her must have materially affected his settlement with the debtor." The provisions of this section shall survive the termination of this Agreement. As used in this section, "Personnel" means Agency, or its officers, 4 • • 44 " directors, affiliates, or anyone directly or indirectly employed by Agency or for whose acts Agency is liable. 10. Defense. Upon written notice from Commission, Agency agrees to assume the defense of any lawsuit, administrative action or other proceeding brought against Commission by any public body, individual, partnership, corporation, or other legal entity or person, relating to any matter covered by this Agreement for which Agency has an obligation to assume liability for and/or to indemnify or save and hold harmless Commission. Agency shall pay all the costs incident to such defense, including, but not limited to, attorneys' fees, investigators' fees, litigation expenses, settlement payments, and amounts paid in satisfaction of judgments. Any and all lawsuits or administrative actions brought or threatened on any theory of relief available at law, in equity or under the rules of any administrative agency shall be covered by this section, including, but not limited to, the theories of intentional misconduct, negligence, breach of statute or ordinance, or upon any theory created by statute or ordinance, state or federal. 11. Attorney's Fees. In any judicial or arbitration proceeding involving performance under this Agreement, or default or breach thereof, the prevailing party shall be entitled to its reasonable attomey's fees and costs. 12. Prevailing Wages. By its execution of this Agreement, Agency certifies that it is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq. ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on certain "public works" and "maintenance" projects. Since the Project is being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Agency agrees to fully comply with such Prevailing Wage Laws. Agency shall defend, indemnify and hold Commission, its elected officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure of its Contractor to comply with the Prevailing Wage Laws. 13. Insurance Requirements. Agency's Contractor, at its sole cost and expense, shall obtain and maintain in full force and effect or shall require its contractor to maintain insurance as required by Commission in the amounts and coverage specified and issued by insurance companies as described on Exhibit "E". Prior to (i) entering the Property or (ii) performing any work or maintenance on the Project, Agency shall have its Contractor fumish Commission with the insurance endorsements and certificates in the form and amounts specified in Exhibit "E", evidencing the existence, amounts and coverage of the insurance required to be maintained hereunder. Such insurance shall be maintained in the amounts as specified in Exhibit "E" at all times during the term of this Agreement. 14. Compliance with Laws/Permits. Agency shall, in all activities undertaken pursuant to this Agreement, comply and cause its contractors, agents and employees to comply with all federal, state and local laws, statutes, orders, ordinances, rules, regulations, plans, policies and decrees. Without limiting the generality of the foregoing, Agency, at its sole cost and expense, shall obtain any and all permits which may be 5 45 required by any law, regulation or ordinance for any activities Agency desires to conduct or have conducted pursuant to this Agreement. 15. Inspection. Commission and its representatives, employees, agents or independent contractors may enter and inspect the Property or any portion thereof or any improvements thereon at any time and from time to time at reasonable times to verify Agency's compliance with the terms and conditions of this Agreement. 16. Not Real Property Interest. It is expressly understood that this Agreement does not in any way whatsoever grant or convey any permanent easement, lease, fee or other interest in the Property to Agency. This Agreement is not exclusive and Commission specifically reserves the right to grant other rights of entry within the vicinity of the Property. 17. Revocable Right of Entry and Termination. Notwithstanding any improvements made by Agency to the Property or any sums expended by Agency in furtherance of this Agreement, the right of entry granted herein is revocable and may be terminated at any time by either party upon five (5) business day's prior notice in writing to be served upon the other party. In cases of an emergency or a breach of this Agreement by Agency, this Agreement may be terminated by Commission immediately. 18. Non -Exclusive Right of Entry. The right of entry granted by this Agreement is not exclusive and Commission specifically reserves the right to grant other rights of entry for the Property. 19. Restoration of the Property. Upon the termination or revocation of this Agreement, Agency shall, at its own cost and expense, restore the Property or any adjacent real or personal property effected adversely by Agency action to the same condition in which it was prior to Agency's entry including, but not limited to, all paint splatters, drops, drips, over -sprays, spills and the like, disposal of any and all excess materials, refuse, and trash, and removal of all equipment and tools. In case Agency shall fail to restore the Property or any adjacent real or personal property to its prior condition within ten (10) business days after the effective date of the termination, Commission may proceed with such work at the expense of Agency. 20. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original but all of which together shall constitute one and the same instrument. 21. Successors and Assigns. The covenants and provisions of this Agreement are binding upon and shall inure to the benefit of the successors and assigns of the Parties. Notwithstanding the preceding sentence, no Party hereto may assign any of its rights or obligations hereunder without the prior written consent of the other Party. 22. Interpretation; Severability. To the maximum extent possible, each provision of this Agreement will be interpreted in such a manner as to be effective and valid under applicable law. If any provision of this Agreement is prohibited by, or held to be invalid under, applicable law, such provision will be ineffective solely to the extent of such prohibition or invalidity and the remainder of the provision will be enforceable. 6 46 " 23. Assignment. This Agreement and the license granted herein are personal to Agency. Agency shall not assign or transfer (whether voluntary or involuntary) this Agreement in whole or in part without the prior written consent of Commission, which may be withheld in Commission's sole and absolute discretion. Any attempted act in violation of this section shall be void and without effect and give Commission the right to immediately terminate this Agreement. 24. Waiver of Covenants or Conditions. The waiver by Commission of the performance of any covenant or condition under this Agreement shall not invalidate this Agreement nor shall it be considered a waiver by it of any other covenant or condition under this Agreement. 25. Amendment. This Agreement may be amended at any time by the written agreement of Commission and Agency. All amendments to this Agreement shall be binding upon the parties despite any lack of legal consideration, so long as the same shall be in writing and executed by the parties hereto. 26. Revocation. If, at any time, Agency shall fail or refuse to comply with or carry out any of the covenants herein contained, Commission may, at its election, immediately revoke and terminate this Agreement unless a longer notice period is specifically provided for elsewhere in this Agreement. 27. Nondiscrimination. Agency certifies and agrees that all persons employed thereby and/or the affiliates, subsidiaries, or holding companies thereof and any contractors retained thereby with respect to Commission's property and the Project are and shall be treated equally without regard to or because of race, religion, ancestry, national origin, or sex, and in compliance with all federal and state laws prohibiting discrimination in employment, including but not limited to the Civil Rights Act of 1964; the Unruh Civil Rights Act; the Cartwright Act; and the California Fair Employment Practices Act. 28. Time of Essence. Time is of the essence in this Agreement. 29. Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Riverside County. 30. Liens. Agency shall not permit to be placed against the Property, or any part thereof, any design professionals', mechanics', materialmen's, contractors' or subcontractors' liens with regard to Agency's actions upon the Property. Agency agrees to hold Commission harmless for any loss or expense, including reasonable attorneys' , fees and costs, arising from any such liens which might be filed against the Property. 31. Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement by reference as though fully set forth herein. 32. Notice. Any notice provided for herein or concerning this Agreement shall be in writing and will be deemed sufficiently given when sent by certified mail, return receipt requested, to the parties at the following addresses: 7 47 Commission: Agency: Riverside. County Riverside Transit Agency Transportation Commission 4080 Lemon Street, Third Floor 1825 Third Street Riverside, CA 92501-7141 Riverside, CA 92507 Attention: Sheldon Peterson Attention: V. Rouzaud/Chief Procurement & Logistics Officer Phone: 951-787-7928 Phone: 951-565-5180 Fax: 951-787-7930 Fax:951-565-5181 33. Survival of Obligations. All obligations of Agency hereunder not fully performed as of the termination or cessation of this Agreement, in any manner, shall survive the termination of this Agreement including, without limitation, all indemnification and defense obligations. 34. Entire Agreement. This Agreement, including Exhibits and any other documents incorporated herein, is the full and complete agreement between the Parties with respect to the subject matter herein. Notwithstanding the foregoing, this Agreement shall not supersede any related agreement referenced in the recitals hereto and shall be interpreted and enforced in conjunction therewith. 35. Captions. The Captions included in this Agreement are for convenience only and in no way define, limit, or otherwise describe the scope or intent of this Agreement or any provision hereof, or in any way affect the interpretation of this Agreement. 36. Exhibits. All of the Exhibits attached to this Agreement are described as follows: Exhibit "A": DESCRIPTION OF PROPERTY; Exhibit `B": DESCRIPTION OF PROJECT; Exhibit "C": PAINTING SPECIFICATIONS; and Exhibit "D": REIMBURSEMENT SCHEDULE; and Exhibit "E": INSURANCE PROVISIONS. 8 48 " SIGNATURE PAGE TO RIGHT OF ENTRY AND REIMBURSEMENT AGREEMENT IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date first written above. RIVERSIDE TRANSIT AGENCY By: Riverside Transit Agency APPROVED AS TO FORM: By: Counsel to the Riverside Transit Agency RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: Riverside County Transportation Commission APPROVED AS TO FORM: By: Best Best & Krieger LLP Counsel to the Riverside County Transportation Commission 9 49 " EXHIBIT "A" DESCRIPTION OF PROPERTY [**Insert Legal and/or Other Pertinent Description of Property**] Exhibit A 50 EXHIBIT "B" DESCRIPTION OF PROJECT r*Insert KDG Paint Color Presentation Board and/or Other Pertinent Project Descriptions**] Exhibit B 51 " EXHIBIT "C" PAINTING SPECIFICATIONS r*Attach: Technical Provisions  Maintenance Repainting of Metrolink Stations  Riverside County Transportation Commission) Exhibit C 52 EXHIBIT "D" REIMBURSEMENT SCHEDULE r*Insert Sea West Enterprises Proposal As Reference**] Exhibit D 53 " EXHIBIT "ED� INSURANCE PROVISIONS Agency shall obtain, or shall require any consultant or contractor entering Commission's property on its behalf to obtain insurance of the types and in the amounts described below and satisfactory to Commission. A. Commercial General Liability Insurance. Agency and its contractors shall maintain occurrence version commercial general liability insurance or equivalent form with a combined single limit of not less then $5,000,000 per occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two times the occurrence limit. Such insurance shall: 1. Include Commission and the Southern California Regional Rail Authority and its contractors and their officials, officers, employees, agents, and consultants as insureds with respect to the construction of the Project and Commission's property and shall contain no special limitations on the scope of coverage or the protection afforded to these insureds; 2. Be primary with respect to any insurance or self-insurance programs covering Commission, its officials, officers, employees, agents and consultants; and 3. Contain standard separation of insured provisions. B. Railroad Protective Liability. Agency and its contractors shall, in connection with any construction activities undertaken with respect to the Project either directly by Agency or by its contractors, acquire and keep in force during the period of such construction, railroad protective liability insurance with a combined single limit of $1,000,000 and a general aggregate of $1,000,000. C. Pollution Liability Insurance. If the Project is used to carry Hazardous Materials, Agency and its contractors shall maintain pollution liability insurance in the amount of $1,000,000. D. Workers' Compensation Insurance. Agency and its contractors shall maintain workers' compensation insurance with statutory limits and employers' liability insurance with limits of not less than $1,000,000 each accident. E. Certificates of Insurance. Agency and its contractors shall, prior to entering Commission's property, furnish Commission with properly executed certificates of insurance and, if requested by Commission, certified copies of endorsements and policies, which clearly evidence all insurance required under this Agreement and provide that such insurance shall be not canceled, allowed to expire or be materially reduced in coverage, except on thirty (30) days' prior written notice to Commission. The certificate shall also evidence the insurer's knowledge of the proximity of the operations of Agency and its contractors to active railroad tracks. Commission shall have the sole discretion to Exhibit E 54 determine whether the certificates and endorsements presented comply with the provisions of this Agreement. F. Coverage Maintenance. Agency and its contractors shall replace certificates, policies and endorsements for any insurance expiring prior to the termination of this Agreement. Unless otherwise provided for in this Agreement, Agency's contractors shall maintain such insurance from the execution of this Agreement until the construction of Project and all other work related to Project is complete and Commission's property fully restored, except as otherwise provided in this Agreement. Agency shall maintain the insurance required herein, unless otherwise agreed upon in writing by the Parties, until this Agreement is terminated. G. Licensed Insurer. Agency and its contractors shall place such insurance with insurers having A.M. Best Company ratings of no less than A:VIII and licensed to do business in Califomia, unless otherwise approved, in writing, by Commission. 0 NTAR I OU LAM 61309407. 5 Exhibit E • 55 (luann3) Sugu!ed agpia8 euoao3 Corona Bridge Painting (Proposed) RESTROOM BUILDING ELEVATIONS PROF'C?SED BRIDGE ADDITION PEDESTRIAN BRIDGE AND TOWER ADDITION EAST ELEVATION ,Y cox= O �i1 AGENDA ITEM 13 • " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: April 26, 2010 TO: Western Riverside County Programs and Projects Committee FROM: Brian Cunanan, Commuter Assistance Manager THROUGH: Robert Yates, Multimodal Services Director SUBJECT: Agreements for Freeway Service Patrol Tow Truck Service STAFF RECOMMENDATION: This item is for the Committee to: 1) Award Agreement No. 10-45-059-00 to Pepe's Towing Service for tow truck service on Beat No. 1 of the Freeway Service Patrol (FSP) program for a three-year term, and two one-year options to extend the agreement, for a total contract amount not to exceed $1,453,000; 2) Award Agreement No. 10-45-060-00 to Pepe's Towing Service for tow truck service on Beat No. 26 of the FSP program for a three-year term, and two one-year options to extend the agreement, for a total contract amount not to exceed $969,000; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreements, including options years, on behalf of the Commission; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: The Commission, acting in its capacity as Service Authority for Freeway Emergencies (SAFE) advertises and awards contracts with tow operators for the FSP program ithat it administers in partnership with Ca!trans and the California Highway Patrol (CHP). The purpose of FSP is to provide a continuous roving tow services patrol along designated freeway segments (beats) to relieve freeway congestion by facilitating the rapid removal of disabled vehicles and those involved in minor accidents on local freeways. Staff sought a competitive solution to award firm for two, Beats 1 and 26 (Figure 2), of FSP. Beat 1 operates on the State Route Lincoln Avenue in Corona and uses three Interstate 15 from Hidden Valley Parkway to trucks. Agenda Item 13 a tow services contract to a qualified the nine total beats administered by 91 from the Orange County line to tow trucks. Beat 26 operates on Temescal Canyon Road and uses two 56 Procurement Process This procurement was conducted in accordance with established Commission procurement policies and procedures. Staff established certain minimum qualifications required of each potential proposer and developed a weighted evaluation criteria to select a qualified tow services contractor for Beat Nos. 1 and 26. Non -price elements of the evaluation criteria included experience, relative qualifications of the firms, proposed work plan, and the proposer's ability to respond to the requirements set forth under the terms of the request for proposals (RFP). The RFP was released and advertised by staff on January 25, 2010. A pre - proposal meeting was held on February 2, and was attended by approximately six firms. Commission staff responded to all questions submitted by potential proposers prior to the February 22, proposal deadline date. Four firms, Pepe's Towing Service (Pepe's), Hamner Towing, Navarro's Towing, and Hadley Tow, submitted proposals prior to the stated deadline. Each of the four proposers submitted responsive and responsible proposals for each of the two beats, and proposed hourly rates submitted by the firms ranged from $49.74/hr to $55.00/hr for Beat No. 1, and $49.74/hr to $56.50/hr for Beat No. 26. After an initial evaluation, preliminary scoring and interviews of the firms by the evaluation committee, staff requested best and final offers (BAFO) from each firm. Three of the four firms submitted revised pricing, lowering their proposed rates between $0.25 and $0.50 an hour. A single firm chose not to submit revised pricing under the request for BAFO. All proposals were scored by the evaluation committee based upon the evaluation criteria set forth in the RFP, and the contractor ranking, listed from highest to lowest total evaluation score for Beat Nos. 1 and 26 are as follows: Beat No. 1 Beat No. 26 Pepe's Towing Service Pepe's Towing Service Hamner Towing Hamner Towing Hadley Tow Hadley Tow Navarro's Towing Navarro's Towing Pepe's final proposed rate of $49.49 was the lowest proposed rate among the four bidders across both beats. After the BAFO, the final range of rates was $49.49 to $54.50 for Beat No. 1 and $49.49 to $56.00 for Beat No. 26. In addition, Pepe's cost proposal maintains the rate over the duration of the initial -three year term and into the two option years to follow, locking the $49.49 rate for a total of five years. Pepe's is currently an FSP tow service provider in good standing and has provided service for the Commission's FSP program on various beats since 1996. Agenda Item 13 57 " For the foregoing reasons, staff recommends award of a three-year agreement and two one-year options to extend the term, to Pepe's for tow truck service on Beat No. 1 of the FSP program for a total contract amount not to exceed $1,453,000; and award of a three-year agreement and two one-year options to extend the term, to Pepe's for tow truck service on Beat No. 26 of the FSP program for a total contract amount not to exceed $969,000. All obligations incurred by the Commission under the terms of this award are funded 80% from state funds and 20% from local SAFE fees and are subject to continued funding from the state of California for the Riverside County FSP program. Figure 2: Freeway Service Patrol Coverage Hours of Operation: Mon - Thur: 5:30am - 8:30am; 3pm - 7pm Fri: 5:30am - 8:30am; 1 pm - 7pm Financial Information In Fiscal Year Budget: Yes Year: FY 2010/11 FY 2011/12+ Amount: $484,500 1,937,500 Source of Funds: State of California - 80% Budget Adjustment: No N/A GL/Project Accounting No.: 201-45-81014 Fiscal Procedures Approved: \liw,d;4,1.eijyr, Date: 04/19/10 Agenda Item 13 58 " AGENDA ITEM 14 " RIVERS/DE COUNTY TRANSPORTATION COMM/SS/ON DATE: April 26, 2010 TO: Western Riverside County Programs and Projects Committee FROM: Brian Cunanan, Commuter Assistance Manager THROUGH: Robert Yates, Multimodal Services Director SUBJECT: Cooperative Agreement with the State of California Department of Transportation for the Reimbursement of Construction Freeway Service Patrol Costs STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve Agreement No. 10-45-085-00 with the State of California Department of Transportation (Caltrans) for Freeway Service Patrol (FSP) in various construction areas in the County; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. DISCUSSION: It is Caltrans' desire to provide FSP services for various construction projects in Riverside County to assist in transportation system management efforts and expedite the removal of freeway impediments in construction zones. The proposed Caltrans agreement provides up to $2.5 million in state funding to cover 100% of the costs associated with service provided by the Commission's contracted FSP tow operators and the Commission's administrative overhead costs over a five-year period. Service for each construction project would be initiated by a Caltrans task order, which would identify the project, its locations, and the hours and duration of service. In addition to providing traffic congestion relief and reducing accidents, this supplemental FSP service will also help improve the air quality in construction zones. Agenda Item 14 59 Financial Information In Fiscal Year Budget: Yes Yes N/A Year: FY 2009/10 FY 2010/11 FY 2011/12+ Amount: $50,000 $2,450,000 Source of Funds: State of California Budget Adjustment: No GL/Project Accounting No.: 201 45 41610 Fiscal Procedures Approved: \,vjut Date: 04/20/10 Attachment: Draft Cooperative Agreement No. 10-45-085-00 Agenda Item 14 60 Riverside County Transportation Commission Agreement No. 08A1814 Page 1 of 9 COOPERATIVE AGREEMENT THIS AGREEMENT ENTERED INTO ON April 1, 2010, is between the State of California, acting by and through its Department of Transportation, referred to herein as CALTRANS, and the Riverside County Transportation Commission, hereinafter referred to as LOCAL AGENCY or COUNTY. RECITALS 1. CALTRANS and LOCAL AGENCY, pursuant to Streets and Highways Code section 130, are authorized to enter in this Agreement affecting State highways within the jurisdiction of LOCAL AGENCY. 2. The LOCAL AGENCY's goveming body, under the authority of local ordinances is authorized to provide services pursuant to the LOCAL AGENCY's resolution, which is attached and incorporated into this Agreement as Attachment I. 3. LOCAL AGENCY has agreed to manage public traffic passing through State Highway construction projects by activating or enhancing a Freeway Service Patrol (FSP) Program within the limits of all construction projects within LOCAL AGENCY's jurisdiction, subject to the terms and conditions of this Agreement. 4. All services performed by LOCAL AGENCY pursuant to this Agreement are intended to be performed in accordance with all applicable Federal, State, and LOCAL AGENCY laws, ordinances, regulations, and CALTRANS encroachment permits, published manuals, policies, and procedures. 5. This Agreement is exempt from legal review and approval by the Department of General Services, pursuant to PCC section 10295. SECTION I LOCAL AGENCY AGREES: 1. To provide FSP services in construction zones on State Highways within District 8, County of Riverside, in excess of those routinely provided for traffic congestion relief. The types of FSP services to be provided will entail the assignments of towing vehicles, patrolling the construction zones and removing stalled vehicles to designated drop locations pursuant to CALTRANS authorized Task Orders (Attachment II). 2. LOCAL AGENCY shall subcontract towing companies to provide tow services in all construction projects within LOCAL AGENCY'S jurisdiction for the purpose of this Agreement. The Subcontracting Provisions/List and Tow Operator Scope of Work is attached and incorporated into this Agreement as Attachment III. LOCAL AGENCY must obtain at least three (3) competitive bids from responsible bidders for award of the towing subcontract(s). 3. Upon arrival at, and the conclusion of each assignment, all LOCAL AGENCY FSP Subcontractors shall check in with the California Highway Patrol (CHP) field supervisor. Check in shall be done verbally using a two way radio as provided by LOCAL AGENCY. 4. Upon receipt of a written request (Task Order, Attachment II) issued by an authorized CALTRANS representative, the LOCAL AGENCY Coordinator shall instruct its Subcontractor to provide FSP service within 36 hours. 61 Riverside County Transportation Commission Agreement No. 08A1814 Page 2 of 9 5. The LOCAL AGENCY reserves the right at its sole discretion to decline any Task Order request for FSP service made by CALTRANS due to primary and other operators being unable to fulfill the request due to workload, time constraints, or location of requested service. SECTION II CALTRANS AGREES: 1. To specify the nature of the work to be done, its location and manner of performing it. 2. To request FSP services for construction zones by issuance of a Task Order conforming to Attachment II, no later than eighteen (18) days prior to the date the service should commence. Each FSP Task Order will be executed by a CALTRANS District 8 FSP/Traffic Management Plan Coordinator or his/her designee. 3. To reimburse LOCAL AGENCY for the actual direct cost incurred for all Task Order FSP services, including the agreed upon administrative costs. 4. Task Orders (Attachment II) shall be completed and signed by a CALTRANS District 8 FSP/fraffic Management Plan Coordinator. The signed Task Orders are to be transmitted by facsimile machine to the LOCAL AGENCY Contract Manager who will complete, sign and transmit the Task Order to CALTRANS District 8 FSP/Traffic Management Plan Coordinator. SECTION III IT IS MUTUALLY AGREED: In consideration of the foregoing and the mutual promises of the parties hereto, LOCAL AGENCY and CALTRANS agree as follows: 1. Notification of Parties a. LOCAL AGENCY's Contract Manager is Brian Cunanan, (951) 787-7141. b. CALTRANS's Contract Manager is Al Afaneh, (909) 383-4917. 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: Riverside County Transportation Commission Attention: Brian Cunanan 4080 Lemon Street, 3`d Floor Riverside, CA 92501 California Department of Transportation Attention: Al Afaneh Traffic Operations, MS B20 464 Fourth Street, 6th Floor San Bemardino, CA 92401-1400 62 Riverside County Transportation Commission Agreement No. 08A1814 Page 3 of 9 d. The Contract Managers during the term of this Agreement may be changed by prior written notice without the necessity of an amendment to the Agreement. 2. Cancellation a. In the event of a disaster or an unforeseen emergency or other good cause, as reasonably determined by the parties, both CALTRANS and LOCAL AGENCY may cancel a scheduled FSP service shift under this Agreement upon 24 hours prior written notice. b. CALTRANS shall not be required to reimburse costs for canceled service if the written cancellation notice is transmitted to the LOCAL AGENCY more than 24 hours prior to the beginning of that canceled FSP service shift. CALTRANS agrees that if cancellation is not made, in writing, at least 24 hours prior to the scheduled FSP service shift, and the FSP Contractor(s) are notified of such cancellation prior to commencement of service, the Contractor(s) shall be paid for three (3) hours of that shift. CALTRANS agrees that if cancellation is made after the tow operator begins the scheduled FSP service shift, and is then notified that the scheduled shift has been canceled, the FSP Contractor(s) shall be paid for the entire shift period, up to a maximum of eight (8) hours. LOCAL AGENCY agrees to make every reasonable effort to notify FSP Contractor(s) of cancellations prior to commencement of the FSP service shift. c. All cancellation notices to the LOCAL AGENCY must be transmitted by CALTRANS and received by the LOCAL AGENCY FSP Coordinator during normal business hours between 8:00 a.m. and 5:00 p.m., Monday through Friday, excluding RCTC holidays. 3. Period of Performance Work under this Agreement shall begin on April 1, 2010, contingent upon approval of this Agreement by CALTRANS, and will terminate on March 31, 2015, unless extended by amendment. 4. Chancres in Terms/Amendment This Agreement may only be amended or modified by mutual written agreement of the parties. 5. Termination This Agreement 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 LOCAL AGENCY will include all reasonable authorized non -cancelable obligations and prior costs incurred. 6. Insurance a. LOCAL AGENCY shall provide to CALTRANS proof of Worker's Compensation Insurance or LOCAL AGENCY self-insurance pursuant to Section 3700 of the Labor Code. A copy of this certificate shall be returned along with the Agreement after the LOCAL AGENCY's governing body approves this Agreement. The final 63 Riverside County Transportation Commission Agreement No. 08A1814 Page 4 of 9 execution of this Agreement will not occur until this information is provided by the LOCAL AGENCY. b. LOCAL AGENCY shall notify Contract Manager of any injuries occurring on the worksite within 24 hours. Within 48 hours of the occurrence of the injury, LOCAL AGENCY will file with the Contract Manager a copy of the State Compensation Insurance Employers Report of Occupational Injury or Illness. c. It is understood and agreed that CALTRANS and LOCAL AGENCY, including Subcontractors maintain Comprehensive General Liability Insurance (CGL) and Automobile Liability Insurance, including any other insurance policies or self- insurance programs to fund their respective liabilities. The parties agree that such respective programs or policy coverage for Workers' Compensation shall contain a waiver of subrogation as to the other party and each of its officers, agents and employees. Evidence of Insurance, Certificates of Insurance or other similar documents shall not be required of either party under this Agreement, except as otherwise expressly required herein to be provided by LOCAL AGENCY regarding Worker's Compensation Insurance. 7. Cost Limitation a. The total amount payable to LOCAL AGENCY pursuant to this Agreement by CALTRANS shall not exceed $2,500,000.00. b. Rates for these services shall be: 1. FSP Service = $2,300,000.00 • FSP subcontractor service hourly rate, per tow vehicle will be $35.00 - $80.00 2. LOCAL AGENCY'S Administrative Costs = $200,000.00 • LOCAL AGENCY'S Administrative Costs will be 8% of tow services c. It is agreed and understood that this Agreement fund limit is an estimate and that CALTRANS will only reimburse the cost of services actually rendered as authorized by the CALTRANS Contract Manager at or below that fund limitation established hereinabove. 8. Allowable Costs a. The method of payment for this Agreement will be based on actual allowable costs. CALTRANS will reimburse LOCAL AGENCY for expended actual allowable direct and indirect costs, including, but not limited to labor costs, employee benefits, and travel. b. CALTRANS will reimburse LOCAL AGENCY for all allowable costs for services provided under this Agreement no more frequently than monthly in arrears as promptly as CALTRANS fiscal procedures permit upon receipt of itemized signed invoices in triplicate. Invoices shall be signed and submitted to the Contract Manager at the following address: California Department of Transportation Attention: Al Afaneh Traffic Operations, MS B20 464 Fourth Street, 6"' Floor San Bemardino, CA 92401-1400 64 Riverside County Transportation Commission Agreement No. 08A1814 Page 5 of 9 c. Invoices shall include be submitted in the format of the attached Sample Invoice (Attachment IV), and shall include the following items: 1. Tow subcontractor name and monthly invoice 2. Copy of executed Task Order 3. Total hours worked in the report period d. For cancellations, a copy of the Task Order showing the cancellation information must be attached to the invoice. e. In the event that an invoice is disputed by CALTRANS, the invoice shall be retumed to the LOCAL AGENCY along with a completed invoice dispute form, STD. 209 (Attachment V). 9. Cost Princioles a. The COUNTY agrees to comply with Federal procedures in accordance with 2 CFR, Part 225, Cost Principles for State and Local Govemments. b. The COUNTY also agrees to comply with Federal procedures in accordance with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. c. Any costs for which payment has been made to COUNTY that are determined by subsequent audit to be unallowable under 2 CFR, Part 225 or 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments, are subject to repayment by COUNTY to State. d. Any subagreement entered into as a result of this agreement shall contain all of the provisions of this article. 10. Americans with Disabilities Act By signing this Agreement LOCAL AGENCY assures CALTRANS 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. Hold Harmless a. Nothing 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 CALTRANS nor any officer or employee thereof is responsible for any injury, damage or liability occurring by reason of anything done or omitted to be done by LOCAL AGENCY under or in connection with any work, authority or conduct conferred upon LOCAL AGENCY under this Agreement. It is understood and agreed that, LOCAL AGENCY shall fully defend, indemnify and save harmless CALTRANS and all of its officers and employees from all claims, suits or actions of every name, kind and description arising out of this Agreement, including but not limited to, any tortuous, contractual, inverse condemnation or other theories or assertions of liability occurring by reason of 65 Riverside County Transportation Commission Agreement No. 08A1814 Page 6 of 9 anything done or omitted to be done by LOCAL AGENCY under or in connection with any work, authority or conduct delegated to LOCAL AGENCY under this Agreement. 12. Non -Discrimination During the performance of this Agreement, LOCAL AGENCY shall not unlawfully discriminate, harass or allow harassment, against any employee or applicant for employment because of sex, race, color, 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. LOCAL AGENCY shall ensure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. LOCAL AGENCY shall comply with the provisions of the Fair Employment and Housing Act (Government Code section 12900 et seq.) and the applicable regulations promulgated thereunder (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 Agreement by this reference and are made a part hereof as if set forth in full. LOCAL AGENCY shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. 13. Funding Requirements a. It is mutually understood between the parties that this Agreement may have been written for the mutual benefit of both parties in order to avoid program and fiscal delays that would occur if the Agreement was executed only after ascertaining the availability of a congressional or legislative appropriation of funds. b. This Agreement is valid and enforceable only if sufficient funds are made available to CALTRANS by the United States Govemment and/or the Califomia State Legislature for the purpose of this Project. In addition, this Agreement 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 Agreement 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 Agreement shall be amended to reflect any reduction in funds. d. CALTRANS has the option to terminate this Agreement under the thirty (30) day termination clause or to amend this Agreement to reflect any reduction of funds. In the event of an unscheduled termination, CALTRANS Contract Manager may reimburse LOCAL AGENCY is accordance with the provisions of Article 4 of this Section III. 14. Records Retention For the purpose of determining compliance with Public Contract Code Section 10115, et. seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et. seq., when applicable, and other matters connected with the performance of the Agreement pursuant to Government Code Section 8546.7, the COUNTY, shall maintain all books, documents, papers, accounting records, and other evidence pertaining to the performance of this Agreement, including but not limited to, the costs of administering the Agreement. All parties 66 Riverside County Transportation Commission Agreement No. 08A1814 Page 7 of 9 shall make such materials available at their respective offices at all reasonable times during the Agreement period and for three years from the date of final payment under the Agreement. CALTRANS, the State Auditor, FHWA, or any duly authorized representative of the Federal government shall have access to any books, records, and documents of the COUNTY that are pertinent to the Agreement for audits, examinations, excerpts, and transactions, and copies thereof shall be fumished if requested. 15. Disputes a. Any dispute conceming a question of fact arising under this Agreement that is not disposed of by agreement shall be decided by the CALTRANS Contract Officer, who may consider any written or verbal evidence submitted by LOCAL AGENCY. The CALTRANS Contract Officer's decision shall be CALTRANS' final decision on the dispute. b. Neither the pendency of a dispute nor its consideration by the Contract Officer will excuse LOCAL AGENCY from full and timely performance in accordance with the terms of the Agreement. 16. Subcontractors LOCAL 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 CALTRANS' Contract Manager, unless expressly included (subcontractor identified) in Attachment III. Any subcontract in excess of $25,000 entered into as a result of this Agreement shall contain all the provisions stipulated in this Agreement to be applicable to LOCAL AGENCY'S subcontractors. 17. Drug -Free Workplace Certification By signing this Agreement, LOCAL AGENCY hereby certifies under penalty of perjury under the laws of the State of Califomia that LOCAL 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 Govemment Code section 8355(b) to inform employees about all of the following: 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. 67 Riverside County Transportation Commission Agreement No. 08A1814 Page 8 of 9 Failure to comply with these requirements may result in suspension of payments under this Agreement or termination of this Agreement or both, and LOCAL AGENCY may be ineligible for the award of any future state contracts if CALTRANS determines that any of the following has occurred: (1) LOCAL AGENCY has made a false certification or, (2) AGENCY violates the certification by failing to carry out the requirements as noted above. 18. Relationship of Parties It is expressly understood that this is an agreement and is executed by and between two independent govemmental 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 contractor. 19. Interfacing with Pedestrian and Vehicle Traffic Pursuant to the authority contained in Section 591 of the Vehicle Code, the department has determined that within such areas as are within the limits of the project and are open to public traffic, LOCAL AGENCY shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14 and 15 of the Vehicle Code. LOCAL AGENCY shall take all necessary precautions for safe operations of the LOCAL AGENCY'S equipment and the protection of the public from injury and damage from such property. 68 Riverside County Transportation Commission Agreement No. 08A1814 Page 9 of 9 ATTACHMENTS: The following attachments are incorporated into and are made a part of this Agreement by this reference and attachment. I. LOCAL AGENCY Resolution II. FSP Task Order III. Subcontracting Provisions/List and Tow Operator Scope of Work IV. Sample Invoice V. Invoice Dispute Form IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first herein above written: STATE OF CALIFORNIA RIVERSIDE COUNTY DEPARTMENT OF TRANSPORTATION TRANSPORTATION COMMISSION By: Title: Contract Officer Date: By: Title: Date: By: Title: Date: By: Title: Date: 69 AGENDA ITEM 15 " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: April 26, 2010 TO: Western Riverside County Programs and Projects Committee FROM: Brian Cunanan, Commuter Assistance Manager THROUGH: Robert Yates, Multimodal Services Director SUBJECT: Funding Agreement with the Department of California Highway Patrol for Freeway Service Patrol Supervision STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve Agreement No. 10-45-084-00 with the Department of California Highway Patrol (CHP) to provide overtime supervision and operation of a Freeway Service Patrol (FSP) program in Riverside County; 2) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. DISCUSS/ON: At its June 2007 meeting, the Commission approved a three-year agreement in the amount of $203,443 with CHP for overtime supervision supporting the FSP program. This agreement expires on June 30, 2010, and staff is seeking approval for a new agreement with CHP for another three-year term. The agreement provides for a maximum of 840 overtime hours for FY 2010/11, 882 overtime hours for FY 201 1 /12, and 926 overtime hours for FY 2012/13 at the state. established rate of $79.15 per hour. The total amount of the agreement for both regular FSP overtime and construction FSP overtime shall not exceed $209,590. In the event the CHP is granted a rate increase by the state, the Commission would be required to reimburse the CHP at the new hourly rate, but in no event shall the total amount exceed the maximum contract amount. The Riverside County FSP program is operated as a joint venture between the California Department of Transportation (Caltrans), CHP, and the Commission in its capacity as the Service Authority for Freeway Emergencies (SAFE). The Riverside County SAFE is responsible for administering the program, and the CHP provides daily field supervision to ensure service performance. The CHP has assigned and staffed the program, for the dedicated purpose of supporting the Riverside County FSP program, with two full-time traffic officers. However, the nature of the FSP program (5:30 a.m. to 8:30 a.m. and 3:00 p.m. Agenda Item 15 70 [1:00 p.m. on Fridays] to 7:00 p.m.) may require the CHP officers to work overtime. Also, any time one of the two officers is on vacation, sick leave, or state mandated training, another officer must work overtime to cover the shift. The attached funding agreement provides for the reimbursement from the Commission to the CHP of those reasonable overtime expenses necessary to support the FSP program. Staff reviews these expenses every six weeks and the current agreement is tracking to come in below the allotted contract budget. For the new CHP agreement, $66,487 has been included in the proposed FY 201.0/11 FSP program budget. Financial Information In Fiscal Year Budget: Yes N/A Year: FY 2010l11 FY 2011/12+ vAmount: $66,487 $143,103 Source of Funds: SAFE Budget Ad ustment: No N/A GL/Project Accounting No.: 201 45 81016 Fiscal Procedures Approved: \;4,j0,44,,,, Date: 04/19/10 Attachment: Draft Agreement No. 10-45-084-00 Agenda Item 15 • 71 " FUNDING AGREEMENT BETWEEN DEPARTMENT OF CALIFORNIA HIGHWAY PATROL AND RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES THIS AGREEMENT, made and entered into this 1st day of July, by and between the Califomia Highway Patrol, hereinafter called CHP, and the Riverside County Transportation Commission hereinafter called RCTC. GENERAL INFORMATION: This agreement pertains to the overtime supervision and operation of a Freeway Service Patrol (FSP) program in Riverside County. Section 2401 of the Califomia Vehicle Code (CVC) states that the Commissioner of the California Highway Patrol (CHP) shall make adequate provisions for patrol of the highways at all times of the day and night. This section is interpreted to mean that the Commissioner is given broad discretion in determining the means of providing adequate patrol, including the use of Riverside County FSP vehicles. Section 21718(a)(7) of the CVC is a provision which specifically allows the CHP to be responsible for FSP stopping on freeways for the purpose of rapid removal of impediments to traffic. The Riverside County Transportation Commission (RCTC) has the ability to provide local matching funds as required by state Budget Change Proposal (BCP) for FSPs on freeways within Riverside County, which qualified the county to participate in the state FSP program. Riverside County FSP will assist in transportation system management efforts, provide traffic congestion relief, and expedite the removal of freeway impediments, all of which will have the added benefit of improving air quality. TERMS AND CONDITIONS A. GENERAL PROVISIONS 1. The Riverside County FSP program is intended to be funded with revenues derived from Safe and State Budget Change Proposal funds, known as BCP for the day to day contractor operation. In addition to this it is necessary to fund CHP overtime for operator field supervision, administrative duties, and other field duties required to maintain the expected high level of FSP operational service. i 72 2. Should this agreement be terminated under paragraph 2 of section B, TERMS AND CONDITIONS, RCTC agrees to reimburse the CHP for those reasonable costs incurred and associated with the program overtime supervision and administrative duties as defined in this agreement up to the point of termination. 3. This agreement may only be amended by mutual written consent of the parties hereto. 4. The term of this agreement is from July 1, 2010, to June 30, 2013. 5. The Coordinators of this agreement are shown below: a) Riverside County Transportation Commission Brian Cunanan, Program Manager P.O. Box 12008 Riverside, California 92502-2208 (951)787-7141 b) California Highway Patrol Research and Planning Section Statewide Coordinator P.O. Box 942898 Sacramento, CA 94298-0001 (916)843-3400 RCTC agrees to reimburse CHP in accordance with the following schedule: 840 hours of available overtime during 10/11 fiscal year. Reimbursed at $79.15 per hour. For a total of $66,486.00 for 10/11 fiscal year. 882 hours of available overtime during 11/12 fiscal year. Reimbursed at $79.15 per hour. For a total of $69,810.30 for 11/12 fiscal year. 926 hours of available overtime during 12/13 fiscal year. Reimbursed at $79.15 per hour. For a total of $73,292.90 for 12/13 fiscal year. 6. In the event CHP is granted a rate increase, RCTC agrees to reimburse CHP at the new hourly rate, but in no event shall the total amount exceed $209,589.20. 2 • 73 " 7. CHP shall indemnify, defend and hold harmless RCTC, its subsidiaries, and its officers, agents and employees from and against any and all liability and expenses, including, without limitation, defense cost and legal fees, and claims for damages of any nature whatsoever, including, without limitation, bodily injury, death, personal injury or property damage arising from the performance of the work described herein, but only to the extent such liability, expenses and claims for damages are caused by or result from the negligent or intentional acts or omissions of the CHP, its officers, agents or employees. 8. RCTC shall indemnify, defend and hold harmless CHP, its subsidiaries, and its officers, agents and employees from and against any and all liability and expenses, including, without limitation, defense cost and legal fees, and claims for damages of any nature whatsoever, including, without limitation, bodily injury, death, personal injury or property damage arising from the performance of the work described herein, but only to the extent such liability, expenses and claims for damages are caused by or result from the negligent or intentional acts or omissions of the RCTC, its officers, agents or employees. 9. The contracting parties hereto shall be subject to the examination and audit of the State for a period of three (3) years after final payment under the contract in accordance with the Government Code Section 10532. In addition, RCTC and CHP may be subject to the examination and audit by representatives of either party. The examination and audit shall be confined to those matters directly related to this contract. B. RC -SAFE RESPONSIBILITIES: 1. RCTC shall reimburse CHP for those reasonable overtime expenses necessary to support the Riverside County FSP operations as outlined in paragraph 6 of Section A. 2. RCTC shall have the authority to cancel the funding of this program with 90 days written notification. C. CHP RESPONSIBILITIES: 1. CHP has assigned and staffed for supervision of the Riverside County Freeway Service Patrol with two full-time traffic officers as per the state BCP. The level of supervision conducted by the CHP under this agreement shall be at the discretion of the CHP. 3 74 2. All personnel providing services shall be State employees under the sole discretion, supervision, and regulation of the CHP. Said personnel shall work out of the appropriate CHP facilities as designated by the CHP. At no time shall any State employee assigned to the Riverside County FSP program be considered employees, agents, officials, or volunteers of RCTC. 3. CHP overtime duties shall include but not be limited to: a) The daily field supervision of FSP operators. b) Investigating complaints from the public regarding a Riverside County FSP contractor or operator. c) Performing all necessary driver's license and background checks on all Riverside County FSP operators. d) Inspecting all tow trucks on a periodic basis. e) Performing necessary daily project field supervision, program management and the oversight of the quality of the contractors' services. f) Provide training to all Riverside County FSP contractors and operators. g) Approve all contractor's billing prior to RCTC payment. h) Provide representation for the FSP Technical Committee. 9 • 75 " RIVERSIDE COUNTY DEPARTMENT OF CALIFORNIA TRANSPORTATION COMMISSION HIGHWAY PATROL Bob Buster, Chair Administrative Services Officer Date Date APPROVED AS TO FORM: Best, Best & Krieger LLP General Counsel Date s 76 " AGENDA ITEM 16 " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: April 26, 2010 TO: Western Riverside County Programs and Projects Committee FROM: Robert Yates, Multimodal Services Director THROUGH: John Standiford, Deputy Executive Director SUBJECT: Citizens' Advisory Committee/Social Services Transportation Advisory Committee STAFF RECOMMENDATION: This item is for the Committee to: 1) Renew the memberships of Michelle Anglin, Peter Benavidez, Jim Collins, Fortunato Penilla, and Eunice Lovi; 2) Appoint LoreIle Moe -Luna as the new Consolidated Transportation Service Agency representative from Riverside Transit Agency (RTA); 3) Approve the memberships for the Citizens' Advisory Committee/Social Services Transportation Advisory Committee (CAC/SSTAC) effective January 1, 2010; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: The Transportation Development Act (TDA) provides direction for administering both Local Transportation Fund (LTF) funds and State Transit Assistance (STA) funds. Both fund types are used to support operational and capital expenditures for public transit. Section 99238 of the TDA regulations requires the Commission to have a CAC/SSTAC. The TDA regulations further require that the membership must contain the following categorical areas: 1. One representative of a potential transit user 60 years of age and older. 2. One representative of a potential transit user who is handicapped. 3. Two representatives of the social service providers for seniors. 4. Two representatives of the social service providers for the handicapped, including one representative of a social service transportation provider if one exists. 5. One representative of a social service provider for persons of limited means. Agenda Item 16 77 6. Two representatives of the Consolidated Transportation Service Agency(s) designated as such pursuant to subdivision (a) of Section 15975 of the Government Code, if one exists, including one representative from an operator, if one exists. As further defined in Section 99238, these members shall be appointed by the Transportation Planning Agency. Candidates are to be recruited from a: broad spectrum of social services providers representing the elderly, handicapped and persons of limited means. Appointments are for a three-year term. DISCUSS/ON: The CAC/SSTAC serves the Commission by participating in the unmet transit needs hearings, if required, and as part of the review panel for SB821 Bicycle and Pedestrian Facilities Program. The CAC/SSTAC also reviews the Short Range Transit Plan developed by each public operator as part of the Commission's annual budget development process. The CAC is scheduled to meet on May 13, 2010 to review the draft SRTP documents. After presentations by each operator, comments made by CAC/SSTAC members shall be responded to and/or incorporated into the documents where appropriate. The memberships of Michelle Anglin, Peter Benavidez, Jim Collins, Fortunato Penilla, and Eunice Lovi expired on December 31, 2009. Staff contacted these members and all have indicated a commitment to continue service on the CAC/SSTAC. The appointment of LoreIle Moe -Luna representing RTA is to replace Scott Richardson who previously represented RTA on the CAC/SSTAC. Attachment: CAC Membership Roster Agenda Item 16 • 78 " Riverside County Transportation Commission Citizens Advisory Committee / Social Services Transportation Advisory Council Effective January 1, 2010 Name / Area Represented Term Categorical Membership Expiration Date Qualifications Michelle Anglin /Norco Social service provider for senior and disabled Jan 2013 Provides senior and disabled services Peter Benavidez /Riverside Potential transit user who is disabled Jan 2013 Provides disabled services Jim Collins/ Indio Potential transit user is 60 years of age or older Jan 2013 Previous CAC/SSTAC member Eunice Lovi / Coachella Valley Consolidated Transportation Service Agency Jan 2013 SunLine Transit Agency staff Fortunato Penilla / Riverside Community member Jan 2013 Retired Inland Regional Center transportation coordinator. Actively attended CAC meetings providing assistance w/ FTA Section 5310 program. Andrea Puga / Corona Community member Jan 2011 Past member of RCTC, RTA, and Metrolink Lorelle Moe -Luna /Western Riverside Consolidated Transportation Service Agency Jan 2013 Riverside Transit Agency staff Cindy Scheirer / Pedley Community member Jan 2011 Involved in community issues and has attended Transportation Now meetings Sherry Thibodeaux / Riverside Social service provider for limited means Jan 2011 Interested in transit issues. Works for Community Access Center. Hosts support groups for women with disabilities and victims of domestic violence. Mary Venerable / Perris Social service provider for p seniors Jan 2011 Involved in community issues and a member of Lake Elsinore Transportation Now 79 AGENDA ITEM 17 " RIVERSIDE COUNTY TRANSPORTATION COMM/SS/ON DATE: April 26, 2010 TO: Western Riverside County Programs and Projects Committee FROM: Tanya Love, Goods Movement Manager THROUGH: John Standiford, Deputy Executive Director SUBJECT: City of Corona Jump Start Funding for Grade Crossings STAFF RECOMMENDATION: This item is for the Committee to: 1) Reallocate $500,000 in funding from the Smith Avenue and Railroad Street to the McKinley Avenue grade separation project; 2) Approve Agreement No. 08-33-014-01, Amendment No. 1 to Agreement No. 08-33-014-00, with the city of Corona (Corona) deleting Smith Avenue and Railroad Street from the project list; 3) Authorize the Chair, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: In July 2007, the Commission allocated $10 million of Western Riverside County Commuter Rail Local Transportation Fund (LTF) funds to support the project development of 10 grade separation projects in western Riverside County. As identified on the attached list, agreements were subsequently entered into with the cities of Corona and Riverside and the county of Riverside. Of the $10 million allocation, the city of Corona received $2.5 million for the following four projects: Project Funding Auto Center Drive $ 500,000 McKinley Street 1,500,000 Railroad Street 250,000 Smith Avenue 250,000 Total Allocation $2,500,000 Agenda Item 17 80 Since 2007, Corona has been aggressively moving forward on the Auto Center Drive grade separation and has expended all LTF funds allocated to that project. Once completed, the Auto Center Drive project will construct a grade separation over Burlington Northern Santa Fe Railway (BNSF) at an estimated cost of $32 million. The right of way phase for the project started in November 2009 and construction is scheduled to begin January 2011. Project completion is scheduled for June 2012. Corona has also made steady progress on the preliminary engineering for the McKinley Street/BNSF project; however, there has been minimal progress on the Railroad Street and Smith Avenue projects. When the original request was made for the Commission to allocate LTF funds to these projects, Corona anticipated that pending private development projects in the vicinity would drive the need for grade separations at these locations. Since that time, private development has virtually stopped and, with the regional economic situation in a downturn, Corona is unable to allocate any funding to these two projects in the foreseeable future. Corona also believes that with the completion of Auto Center Drive, the need for grade separations at Railroad Street and Smith Avenue may not be warranted for many years and as a result, Corona has decided to remove both projects from consideration to receive Section 190 funding from the California Public Utility Commission. Corona is requesting that the LTF funding allocated to Railroad Street ($250,000) and Smith Avenue ($250,000) be allocated to the McKinley Street/BNSF grade separation project. If approved, total LTF funding for McKinley Street would be $2 million. With the additional funding, Corona anticipates that it will have sufficient funds to complete environmental work in order to complete the project approval and environmental documentation (PA&ED) phase of McKinley Street. The McKinley project proposes to elevate the profile of McKinley Street over the BNSF railroad tracks and adjacent Arlington channel. The project will also include connector roads, signalized intersections, and slight modifications at the State Route 91 off -ramp. Although the increased funding will complete the PA&ED phase of the project; there is no funding available for the construction phase. Financial Information In Fiscal Year Budget: Yes Year: 2010/2011 Amount: $500,000 Source of Funds: LTF - Commuter Rail Budget Adjustment: No GL/Project Accounting No.: 106 67 86103 P004008 Fiscal Procedures Approved: \.�jaogi Date: 04/19/10 Attachment: Program of Projects Agenda Item 17 • 81 GRADE SEPARATION "JUMP START" TCIF PROGRAM APPROVED PROGRAM PROJECTS WESTERN COUNTY PA&ED AND PS&E: $8.5 MILLION PROJECT McKinley Street/BNSF Iowa Avenue/BNSF Riverside Avenue/UP Streeter Avenue/ UP Bellegrave Avenue/UP Jurupa Road/UP AGENCY City of Corona City of Riverside City of Riverside City of Riverside County of Riverside County of Riverside PRELIMINARY ENGINEERING: $1.5 MILLION PROJECT Auto Center Drive/BNSF Railroad Street/BNSF Smith Avenue/BNSF AGENCY City of Corona City of Corona City of Corona Center Street/BNSF County of Riverside million COACHELLA VALLEY PA&ED AND PS&E: $3.0 MILLION PROJECT Avenue 52/UP Avenue 66/UP AGENCY CVAG CVAG *All projects require a 25% local match. PROPOSED FUNDING* $1.5 million $1.5 million $1.5 million $1.5 million $1.0 million $1.5 million PROPOSED FUNDING* $0.50 million $0.25 million $0.25 million PROPOSED FUNDING* $1.5 million $1.5 million $0.50 Summary: City of Corona: $2,500,000 (4 projects) City of Riverside: $4,500,000 13 projects) County of Riverside: $3,000,000 (3 projects) 82 LATE BREAKING ITEM RIVERS/DE COUNTY TRANSPORTATION COMM/SS/ON DATE: April 26, 2010 TO: Western Riverside County Programs and Projects Committee FROM: Shirley Medina, Programming and Planning Manager THROUGH: Cathy Bechtel, Project Development Director SUBJECT: State Route 60/Interstate 215 East Junction Interchange Local Match Requirement STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve Measure A funds to match federal Congestion Mitigation and Air Quality (CMAQ) funds programmed to the State Route 60/Interstate 215 East Junction interchange project; 2) Authorize the Executive Director to execute the cooperative agreement amendment with Caltrans to include Measure A match funds; and 3) Forward to the Commission for final action. BACKGROUND INFORMATION: The 60/215 East Junction interchange project is scheduled for a construction allocation by the California Transportation Commission (CTC) at its May 19-20, 2010 meeting. The CTC originally intended to allocate state dollars; however, state dollars are not available due to the state financial crisis. However, Caltrans has experienced cost savings on federal projects, which allows the CTC to allocate these federal dollars to STIP projects that are federalized and ready to list. Caltrans has prepared a list of qualified STIP projects that includes three Riverside County projects: 1-10/Date Palm interchange, I-15/California Oaks interchange, and the 60/215 East Junction. The 1-10/Date Palm interchange was scheduled for an allocation at the February 2010 CTC meeting. The project was not allocated due to lack of STIP funding and was placed on a list of projects totaling well over $700 million of STIP funded projects that could not be allocated. The above three projects are in a good position to receive the allocation of federal funds at the May CTC meeting due to project readiness and compliance with federal regulations. Since the STIP portion of construction funds for the 60/215 East Junction interchange project will be federalized, the Commission cannot use the STIP funds to match the federal CMAQ funds as originally intended. The minimum local match requirement for CMAQ funds is 11.47%. The funding summary for construction of the 60/215 East Junction interchange project is proposed as follows: Fund Source Construction Cost $ (000's) CMAQ (federal) $ 15,044 Measure A (CMAQ local match) 1,949 STIP IIP (federal) 18,355 STIP IIP (state match) 2,378 Lease Proceeds 770 Total Construction Funding $ 38,496 Staff recommends that the Commission approve $1,949,047 of Measure A funds as the local match for the CMAQ funds. Financial Information In Fiscal Year Budget: N/A Year: FY 2010/11 + Amount: $1,949,097 Source of Funds: 1989 Measure A Highway Budget Adjustment: N/A GL/Project Accounting No.: 003017 81301 00000 0000 222 31 81301 Fiscal Procedures Approved: 41.4144,, Date: 04/26/10