Loading...
HomeMy Public PortalAbout02 February 1, 2013 Commission" " " TIME/DATE: LOCATION: Riverside (ounly Transportation Commission MEETING AGENDA 9:00a.m. I Friday, February 1, 2013 SANTA ROSA B AND C EMBASSY SUITES LA QUINTA 50-777 Santa Rosa Plaza &a COMMISSIONERS o(J, Chair -Karen Spiegel First Vice Chair -Marion Ashley Second Vice Chair -Daryl Busch Kevin Jeffries, County of Riverside John F. Tavaglione, County of Riverside Jeff Stone, County of Riverside John J. Benoit, County of Riverside Marion Ashley, County of Riverside Bob Botts I Deborah Franklin, City of Banning Roger Berg I Jeff Fox, City of Beaumont Joseph DeConinck I To Be Appointed, City of Blythe Ella Zanowic I Jeff Hewitt, City of Calimesa Mary Craton I To Be Appointed, City of Canyon Lake Greg Pettis I Kathleen DeRosa, City of Cathedral City Steven Hernandez I Eduardo Garcia, City of Coachella Karen Spiegel I Eugene Montanez, City of Corona Scott Matas I Yvonne Parks, City of Desert Hot Springs Adam Rush I Ike Bootsma, City of Eastvale Larry Smith I Robert Youssef, City of Hemet Douglas Hanson I Ty Peabody, City of Indian Wells Glenn Miller I Michael Wilson, City of Indio Frank Johnston I Micheal Goodland, City of Jurupa Valley Terry Henderson I Don Adolph, City of La Quinta Bob Magee I To Be Appointed, City of Lake Elsinore Scott Mann I Wallace Edgerton, City of Menifee Tom Owings I Marcelo Co, City of Moreno Valley Rick Gibbs I Kelly Bennett, City of Murrieta Berwin Hanna I Kathy Azevedo, City of Norco Jan Harnik I To Be Appointed, City of Palm Desert Ginny Foat I Steve Pougnet, City of Palm Springs Daryl Busch I AI Landers, City of Perris Ted Weill I Scott Hines, City of Rancho Mirage Steve Adams I Andy Melendrez, City of Riverside Andrew Kotyuk I Scott Miller, City of San Jacinto Ron Roberts I Jeff Comerchero, City of Temecula Ben Benoit I Timothy Walker, City of Wildomar Basem Muallem, Governor's Appointee RECORDS Comments are welcomed by the Commission. If you wish to provide comments to the Commission, please complete and submit a Speaker Card to the Clerk of the Board. ~l //~01l,f!/; ~ EMBASSY SUITES HOTELS® y</~ ~ /It vJ o, (Ctr/ld:+ 4 ~lutd be !Mhl &f' !)t~-r!L-fU- c&t-rul s:eSJi~ )~'vvm'c~. BOO-Embassy embassysuites.com u USA ,...,_ HILTON ()()(} HHONORS '-t.XY Official Hotel Sponsor Tara Byerly From: Tara Byerly Sent: To: Monday, January 28, 2013 11:31 AM Tara Byerly Cc: Jennifer Harmon; STANDIFO Subject: REVISED -RCTC COMMISSION AGENDA FEBRUARY 1, 2013 Importance: High Good Morning Commissioners: Attached is the REVISED Commission Agenda for the meeting scheduled for February 1@ 9:00a.m. on Friday. Please note the only portion that has changed is the addition to the Closed Session, which is located on the face agenda. Please copy the link below: http://www.rctc.org/uploads/media items/february-1-2013.original.pdf Please let me know if you have any questions or concerns. Thank you. Respectfully, TaraS. Byerly Senior Administrative Assistant 4080 Lemon Street, 3rd Floor Riverside, CA 92501 (951) 787-7141 1 Tara Byerly From: Tara Byerly Sent: To: Monday, January 28, 2013 11:37 AM Tara Byerly Cc: Jennifer Harmon Subject: REVISED -RCTC COMMISSION AGENDA FEBRUARY 1, 2013 Importance: High Good Morning Commissioners: Attached above is the revised face portion of the agenda. Please print and only replace the face portion of the agenda as all of the agenda items and backup materials remains the same. There was an additional closed session item added, which is in bold and italics. Please let me know if you have any questions. Thank you. Respectfully, Tara S. Byerly Senior Administrative Assistant 4080 Lemon Street, 3rd Floor Riverside, CA 92501 (951) 787-7141 1 RIVERSIDE COUNTY TRANSPORTATION COMMISSION ROLL CALL FEBRUARY 1, 2013 County of Riverside, District I County of Riverside, District II County of Riverside, District Ill County of Riverside, District IV County of Riverside, District V City of Banning City of Beaumont City of Blythe City of Calimesa City of Canyon Lake City of Cathedral City City of Coachella City of Corona City of Desert Hot Springs City of Eastvale City of Hemet City of Indian Wells City of Indio City of Jurupa Valley City of La Quinta City of Lake Elsinore City of Menifee City of Moreno Valley City of Murrieta City of Norco City of Palm Desert City of Palm Springs City of Perris City of Rancho Mirage City of Riverside City of San Jacinto City of Temecula City of Wildomar Governor's Appointee, Caltrans District 8 Absent Ll % JK Ll %' Ll Ll Ll Ll Ll D Ll D ;zf' D Ll D D D Ll ;zf Ll D Ll D Ll D )21' D Ll D Ll D REVISED AGENDA (Additions are noted by Bold Italics, Deletions are noted by Strikethrough) RIVERSIDE COUNTY TRANSPORTATION COMMISSION www.rctc.org AGENDA* *Actions may be taken on any item listed on the agenda 9:00a.m. Friday, February 1, 2013 EMBASSY SUITES LA QUINTA 50-777 Santa Rosa Plaza La Quinta, CA In compliance with the Brown Act and Government Code Section 54957.5, agenda materials distributed 72 hours prior to the meeting, which are public records relating to open session agenda items, will be available for inspection by members of the public prior to the meeting at the Commission office, 4080 Lemon Street, Third Floor, Riverside, CA, and on the Commission's website, www.rctc.org. In compliance with the Americans with Disabilities Act and Government Code Section 54954.2, if special assistance is needed to participate in a Commission meeting, please contact the Clerk of the Board at (951) 787-7141. Notification of at least 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 Commission may, either at the direction of the Chair or by majority vote of the Commission, waive this three minute time limitation. Depending on the number of items on the Agenda and the number of speakers, the Chair may, at his/her discretion, reduce the time of each speaker to two (2) continuous minutes. In addition, the maximum time for public comment for any individual item or topic is thirty (30) minutes. Also, the Commission 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 Commission shall be submitted to the Clerk of the Board. This policy applies to Public Comments and comments on Agenda Items. Riverside County Transportation Commission Agenda February 1 , 201 3 Page 2 Under the Brown Act, the Commission should not take action on or discuss matters raised during public comment portion of the agenda that are not listed on the agenda. Commission members may refer such matters to staff for factual information or to be placed on the subsequent agenda for consideration. 5. APPROVAL OF MINUTES-TO BE SUBMITTED AT THE NEXT MEETING 6. ADDITIONS I REVISIONS -The Commission 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 Commission subsequent to the posting of the agenda. An action adding an item to the agenda requires 2/3 vote of the Commission. If there are less than 2/3 of the Commission 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. CLOSED SESSION 7 A. CONFERENCE WITH LEGAL COUNSEL -INITIATION OF LITIGATION Pursuant to Government Code Section 54956. 9(a) 7B. CONFERENCE WITH LEGAL COUNSEL-EXISTING LITIGATION Pursuant to Government Code Section 54956.9(a) Case Number(s): RIC 1113896 8. AGREEMENT FOR CONSTRUCTION OF THE PERRIS VALLEY LINE COMMUTER RAIL EXTENSION Page 1 Overview This item is for the Commission to: 1) Award Agreement No. 13-33-049-00 to Ames Construction, Inc., for the construction of the Perris Valley Line (PVL) commuter rail extension project in the amount of $132,202,749, plus a contingency amount of $16 million for potential change orders, for a total amount not to exceed $148,202, 749; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Authorize the Executive Director to approve contingency work up to the total not to exceed amount as may be required. Riverside County Transportation Commission Agenda February 1, 2013 Page 3 9. FUNDING OF THREE ADDITIONAL PROJECTS IN THE FISCAL YEAR 2012/13 SB 821 BICYCLE AND PEDESTRIAN FACILITIES PROGRAM Page 27 Overview This item is for the Commission to approve the allocation of incremental SB 821 funding to fund three projects (Nos. 15, 16, 17) from the ranked FY 2012/13 SB 821 Bicycle and Pedestrian Facilities program call for projects list. 10. 2013 STATE AND FEDERAL LEGISLATIVE PLATFORMS Page 30 Overview This item is for the Commission to adopt the 2013 State and Federal Legislative Platforms. 11 . COMMISSIONERS I EXECUTIVE DIRECTOR REPORT Overview This item provides the opportunity for the Commissioners and the Executive Director to report on attended meetings/conferences and any other items related to Commission activities. 12. ADJOURNMENT The next Commission meeting is scheduled to be held at 9:30a.m., Wednesday, February 13, 2013, Board Chambers, First Floor, County Administrative Center, 4080 Lemon Street, Riverside. Tara Byerly From: Tara Byerly Sent: To: Thursday, January 24, 2013 1:37 PM Tara Byerly Cc: Jennifer Harmon Subject: RCTC -Commission Workshop and RCTC February 1 Commission Agendas Importance: High Good Afternoon Commissioners: Both the February 1 Commission and the Commission Workshop agendas for the meetings being held on January 31 -February 1, 2013 are available. Please copy this link: Commission Workshop: http:Uwww.rctc.org/uploads/media items/commission-workshop-januarv-31-february-1-2013.original.pdf Commission Meeting: http://www. rctc.org/uploads/med ia items/february-1-2013.origina I. pdf Please let me know if you have any questions or concerns. Thank you. Respectfully, Tara S. Byerly Senior Administrative Assistant 4080 Lemon Street, 3rd Floor Riverside, CA 92501 (951) 787-7141 1 " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION www.rctc.org AGENDA* *Actions may be taken on any item listed on the agenda 9:00a.m. Friday, February 1, 2013 EMBASSY SUITES LA QUINTA 50-777 Santa Rosa Plaza La Quinta, CA In compliance with the Brown Act and Government Code Section 54957.5, agenda materials distributed 72 hours prior to the meeting, which are public records relating to open session agenda items, will be available for inspection by members of the public prior to the meeting at the Commission office, 4080 Lemon Street, Third Floor, Riverside, CA, and on the Commission's website, www.rctc.org. In compliance with the Americans with Disabilities Act and Government Code Section 54954.2, if special assistance is needed to participate in a Commission meeting, please contact the Clerk of the Board at (951) 787-7141. Notification of at least 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 Commission may, either at the direction of the Chair or by majority vote of the Commission, waive this three minute time limitation. Depending on the number of items on the Agenda and the number of speakers, the Chair may, at his/her discretion, reduce the time of each speaker to two (2) continuous minutes. In addition, the maximum time for public comment for any individual item or topic is thirty (30) minutes. Also, the Commission 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 Commission shall be submitted to the Clerk of the Board. This policy applies to Public Comments and comments on Agenda Items . Under the Brown Act, the Commission should not take action on or discuss matters raised during public comment portion of the agenda that are not listed on the agenda. Commission members may refer such matters to staff for factual information or to be placed on the subsequent agenda for consideration. .. Riverside County Transportation Commission Agenda February 1, 2013 Page 2 5. APPROVAL OF MINUTES -TO BE SUBMITTED AT THE NEXT MEETING 6. ADDITIONS I REVISIONS -The Commission 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 Commission subsequent to the posting of the agenda. An action adding an item to the agenda requires 2!3 vote of the Commission. If there are less than 2!3 of the Commission 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. CLOSED SESSION 7 A. CONFERENCE WITH LEGAL COUNSEL -EXISTING LITIGATION Pursuant to Government Code Section 54956.9(a) Case Number(s): RIC 1113896 8. AGREEMENT FOR CONSTRUCTION OF THE PERRIS VALLEY LINE COMMUTER RAIL EXTENSION Page 1 Overview This item is for the Commission to: 1) Award Agreement No. 13-33-049-00 to Ames Construction, Inc., for the construction of the Perris Valley Line (PVL) commuter rail extension project in the amount of $132,202,7 49, plus a contingency amount of $16 million for potential change orders, for a total amount not to exceed $148,202, 749; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Authorize the Executive Director to approve contingency work up to the total not to exceed amount as may be required. 9. FUNDING OF THREE ADDITIONAL PROJECTS IN THE FISCAL YEAR 2012/13 SB 821 BICYCLE AND PEDESTRIAN FACILITIES PROGRAM Page 27 Overview This item is for the Commission to approve the allocation of incremental SB 821 funding to fund three projects (Nos. 15, 16, 17) from the ranked FY 2012/13 SB 821 Bicycle and Pedestrian Facilities program call for projects list. • • • " " " Riverside County Transportation Commission Agenda February 1, 2013 Page 3 10. 2013 STATE AND FEDERAL LEGISLATIVE PLATFORMS Page 30 Overview This item is for the Commission to adopt the 2013 State and Federal Legislative Platforms. 11. COMMISSIONERS I EXECUTIVE DIRECTOR REPORT Overview This item provides the opportunity for the Commissioners and the Executive Director to report on attended meetings/conferences and any other items related to Commission activities. 12. ADJOURNMENT The next Commission meeting is scheduled to be held at 9:30 a.m., Wednesday, February 13, 2013, Board Chambers, First Floor, County Administrative Center, 4080 Lemon Street, Riverside . " " AGENDA ITEM 8 " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: February 1, 201 3 TO: Riverside County Transportation Commission FROM: Edda Rosso, Capital Projects Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Agreement for Construction of the Perris Valley Line Commuter Rail Extension STAFF RECOMMENDATION: This item is for the Commission to: 1) 2) 3) Award Agreement No. 13-33-049-00 to Ames Construction, Inc., for the construction of the Perris Valley Line (PVL) commuter rail extension project in the amount of $132,202,749, plus a contingency amount of $16 million for potential change orders, for a total amount not to exceed $148,202,749; Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and Authorize the Executive Director to approve contingency work up to the total not to exceed amount as may be required. BACKGROUND INFORMATION: At its September 12, 2012 meeting, the Commission approved PVL project prequalification process. This process helped identify contractors with requisite skills to perform the construction work required to complete the project. The prequalificatlon criteria for the general contractor and two specialty subcontractors was based on, but not limited to, the following: financial capacity, insurability, ability to implement a safety program, and relevant project experience. In response to the request for qualifications {RFQ) issued on July 23, 2012, and the statement of qualifications {SOQs) submitted on September 17, 2012, the Commission prequalified 11 general contractors, 9 systems subcontractors, and 8 track subcontractors. One subcontractor did not prequalify due to an inactive California license. After the PVL project was advertised, two more firms submitted SOQs but only one track subcontractor was prequalified; a general contractor did not have the required experience. Invitation for Bids No. 13-33-049-00 for the construction of the PVL project was advertised on October 31, 2012. The general contractors submitting bids were required to list prequalified contractors for systems and track work unless they had Agenda Item 8 1 pre-qualified for self-performing that specialty work. Only prequalified general • contractors were allowed to submit a bid for the construction of the PVL project. The Commission received six bids, which were publically opened and read out loud on December 18, the date bids were due. A summary of the bids received is shown in Table A. Table A PVL Commuter Rail Extension Project Bid Summary Firm Bid Amount (In order from low bid to high bid) Engineer's Estimate $144,067,379 1 Ames Construction, Inc. $132,202,749 2 Granite Construction Company $137,696,916 3 SEMA Construction, Inc. $141,092,152 4 Skanska USA Civil West $142,876,642 California District, Inc. 5 HCC/S&WI Constructors a Joint $156,804,614 Venture 6 Balfour Beatty Rail, Inc./Balfour Beatty $157,730,145 Infrastructure, Inc., Joint Venture The basis for award for a public works contract is the lowest responsive and responsible bidder as defined by the Commission's procurement policy and state law. The bid analysis is attached. The analysis shows the bid amounts of the four 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 Ames Construction, Inc. was 8.2 percent lower than the engineer's estimate and the fourth lowest bid was 0.8 per.cent lower. After analyzing the four lowest bids, staff and the construction manager, HDR, Inc., concluded that the Ames Construction, Inc. bid in the amount of $132,202,749 is the lowest responsible and responsive bid received for the PVL project. The overall project cost is funded 56 percent with federal funds (CMAQ, FT A 5309, and FTA 5307), 21 percent with state funds (State Transportation Improvement Program), and 23 percent with local funds (Measure A). Construction is expected to begin in February 2013, after receipt of the Small Starts Grant Agreement from the Federal Transit Administration, and will be completed in about two years. Agenda Item 8 2 • • " " " Staff recommends award of Agreement No. 13-33-049-00 to Ames Construction, Inc. for the construction of the project in the amount of $132,202,749 and a contingency amount of $16 million for potential change orders, for a total amount not to exceed $148,202,749. I Financial Information In Fiscal Year Budget: ~ Yes j I FY 20 1 2/1 3 Amount: I $ 54,294,200 N/A Year: FY2013!14+ $ 93,908,549 S f F d I Measure A, CMAQ, FTA 5307, FTA Budget Adjustment: I No ource 0 un s: 5309, STIP-RIP N/A 003823 81301 00000 0000 221 33 81301 003800 81301 00000 0000 221 33 81301 003827 81301 00000 0000 221 33 81301 GL!Project Accounting No.: 003829 81301 00000 0000 221 33 81301 003830 81 301 00000 0000 221 33 81301 003831 81301 00000 0000 221 33 81301 003832 81301 00000 0000 221 33 81301 Fiscal Procedures Approved: ~~~ J Date: J 01/23/13 Attachments: 1) Bid Analysis -2) Draft Agreement No. 13-33-049-00 Agenda Item 8 3 I RCTC Perris Valley Line Project Name: Design Level: METROL.INK. Date of Bid Opening: RCTC Agreement No: BID RESULTS RCTC Perris Valley Line Addendum No. 5 12/18/2012 13-33-049-00 Engineer's Estimq.t~ .,,;)ridilJ\ifwl& .. )Bidder 1 -Ames Construction ··>·<·;. varlaoce ..... Bid Form ;. Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price 12-18-12 BASE CONTRACT Schedule 0 General Requirements $ 6,463,865 $ 7,865,000.00 21.7% Schedule 1 Track I Grade Crossings I Structures $ 73,321,204 $ 63,724,239.00 -13.1% Stations $22,236,092 $ 23,579,680.00 6.0% Schedule 2A Riverside Hunter Park Station $ 6,520,599 $ 5,651,810.00 -13.3% Schedule 2B Moreno Valley/March Field Station $ 5,741,641 $ 6,616,665.00 15.2% Schedule 2C Downtown Perris Station $ 2,640,319 $ 3,870,250.00 46.6% Schedule 2D South Perris Station $ 7,333,533 $ 7,440,955.00 1.5% Schedule 3 Layover Facility $ 9,353,392 $ 9,663,830.00 3.3% Schedule 4 Systems $ 30,933,274 $ 25,805,000.00 -16.6% Schedule 5 Others $ 1,759,552 $ 1,565,000.00 -11.1% .,, GRAND TOTAL BID PRICE $ 144,067,379 per veri-fied extensions $ 132 202 749.00 -8.2% As submitted $ 132,202,749.00 SCHEDULEO ---Division 01 -General Requirements 1.00 Mobilization (3% Maximum) 1 LS LUMP SUM $ 4,179,050 $ 3,500,000.00 $ 3,500,000.00 -16.2% .. 2.00 Demobilization (2% Minimum) 1 LS LUMP SUM $ 1,393,017 $ 2,700,000.00 $ 2,700,000.00 93.8% 3.00 Pre-Construction Survey 1 Allowance $35,000 $ 35,000 $ 35,000.00 $ 35,000.00 0.0% 4.00 Maintenance-of-way ----· 21 Month $26,935 $ 565,637 $ 50,000.00 $ 1,050,000.00 85.6% --Maintenance-of-way, Accidents and Unforeseen 5.00 Hazards 1 Allowance $40,000 $ 40,000 $ 40,000.00 $ 40,000.00 0.0% 6.00 Maintenance-of-way, East of MP 21.06 1 Allowance $20,000 $ 20,000 $ 20,000.00 $ 20,000.00 0.0% 7.00 Temporary Erosion and Sedimentation Control (incl 1 LS LUMP SUM $ 211,161 $ 500,000.00 $ 500,000.00 136.8% SWPPP) 8.00 Permits and Regulatory Fees 1 Allowance $20,000 $ 20,000 $ 20,000.00 $ 20,000.00 0.0% TOTAL BASE PRICE-SCHEDULE 0 $ 6 463 865 $ 7 865 000.00 SCHEDULE 1 Division 02 -Existing Conditions 1.01 Selective Site Demolition -General 1 LS LUMP SUM $ 84,502 $ 100,000.00 $ 100,000.00 18.3% 1.02 Selective Site Demolition -Remove Track 10,660 TF $16.49 $ 175,813 $ 7.00 $ 74,620.00 -57.6% 1.03 Selective Site Demolition -Remove #8 Turnout 10 EA $11,011 $ 110,111 $ 5,000.00 $ 50,000.00 -54.6% 1.04 Selective Site Demolition-Remove #10 Turnout 1 EA $14,314 $ 14,314 $ 12,000.00 $ 12,000.00 -16.2% 1.05 Selective Site Demolition -Remove Single Point 1 EA $4,955 $ 4,955 $ 12,000.00 $ 12,000.00 142.2% Derail 1.06 Not Used -$ -Selective Site Demolition -Salvage and Disposal of 1.07 Used Rail & OTM (Approx. 90,000 LF). Lump Sum 1 LS LUMP SUM $ (440,766) $ (230,000.00) $ (230,000.00) -47.8% amount is a credit -------Division 04 -Masonrv 1.08 Noise Barrier/Block Wall 94,220 SF $33.07 $ 3,115,983 $ 25.00 $ 2,355,500.00 -24.4% Division 09 -Finishes -------·· ~ 1.09 Graffiti Resistant Coatinqs r--1?-3,160 SF $0.54 $ 66,344 1.00 $ 123,160.00 85.6% -------------· -----~----Division 10-Specialties 11;o11--~----~-~---1.10 Misc. Marking for Track Identification 1 LS LUMP SUM $ $ 15,000.00 $ 1~,000J2()_ -~~ 1.11 Railroad Signage -Mile Post Signs 22 EA $137.64 $ 3,028 $ 345.00 $ 7,590.00 150.7% 1.12 Railroad Signage -Incremental Markers 64 EA $137.64 $ 8,809 $ 250.00 $ 16,000.00 81.6% 1.13 Railroad Signage -Speed Signs 41 EA $165.17 $ _§_,!!_~ $ 360.00 $ 14,760.00 118.0% -----· ------------1.14 Railroad Signage -Culvert Markers/Bridge Markers 5 EA $137.64 $ 688 $ 500.00 $ 2,500.00 263.3% 1.15 Railroad Signage -Culvert Signs 44 EA $69.37 $ 3,052 $ 180.00 $ 7,920 OQ_ 159.5% 1.16 Railroad Signage-Type "B" Derail Sign 11 EA $137.64 $ 1,514 $ 320.00 $ 3,520.00 132.5% 1.17 Railroad Signage -Derail Switch Notice 11 EA $69.37 $ 763 ~-258.00 $ 2,838.00 271.9% 1.18 Railroad Signage-Yard Limit Signs 1 EA $137.64 $ 138 ~· 1,800.00 $ 1,800.00 1207.8% 1.19 Railroad Signage -CP Signs 16 EA $165.17 $ 2,643 $ 300.00 $ 4,800.00 81.6% Page~ of 18 Bidder 2 -Granite Gonstn.~etion.comnaliV Vilrian®:·. aidd~b 3 •. Sljr:na Unit/Price Base Price l'ki~d;~ Unit/Price $ 16,113,056.61 149.3% $ $ 70,009,740.00 -4.5% $ $ 23,025,829.00 3.6% $ 30,797,654.00 $ 6,068,857.00 -6.9% $ $ 6, 773,180.00 18.0% $ $ 3,074,032.00 16.4% $ $ 7,109,760.00 -3.1% $ ----$ 7,682,890.00 -17.9% $ $ 19,305,400.00 -37.6% $ $ 1,560,000.00 -11.3% $ per verified extensions $ 137 696 915.61 -4.4% per verified extensions $ As submitted $ 137,656,915.61 As submitted $ $ 4,100,000.00 $ 4,100,000.00 -1.9% $ 4,173,508.99 $ $ 2,780,000.00 $ 2,780,000.00 99.6% $ 2,782,339.33 $ $ 35,000.00 $ 35,000.00 0.0% $ 35,000.00 $ $ 372,288.41 $ 7,818,056.61 1282.2% $ 120,400.00 $ $ 40,000.00 $ 40,000.00 0.0% $ 40,000.00 $ $ 20,000.00 $ 20,000.00 0.0% $ 20,000.00 $ $ 1,300,000.00 $ 1,300,000.00 515.6% $ 1,500,000.00 $ $ 20,000.00 $ 20,000.00 0.0% $ 20,000.00 $ $ 16 113 056.61 $ $ 600,000.00 $ 600,000.00 610.0% $ 100,200.00 $ $ 23.00 $ 245,180.00 39.5% $ 20.00 $ $ 7,330.00 $ 73,300.00 -33.4% $ 8,100.00 $ $ 4,740.00 $ 4,740.00 -66.9% $ 8,100.00 $ $ 2,840.00 $ 2,840.00 -42.7% $ 4,000.00 $ $ (202,500.00) $ (202,500.00) -54.1% $ (285,720.74) $ $ 33.00 $ 3,109,260.00 -0.2% $ 84.75 $ $ 1.20 $ 147,792.00 122.8% $ 1.00 $ -+--5,000.00 $ 5,000.00 -54.6% $ 119,100.00 $ $ 568.00 $ 12,496.00 312.7% $ 520.00 $ ---$ 568.00 $ 36,352.00 312.7% $ 520.00 $ $ 568.00 $ 23,288.00 243.9% $ 550.00 $ $ 568.00 $ 2,840.00 312.7% $ 440.00 $ $ 568.00 $ 24,992.00 718.8% $ 520.00 $ -~-----·------$ 568.00 $ 6,248.00 312.7% $ 520.00 $ -$ 568.00 $ 6,248.00 718.8% $ 520.00 $ $ 568.00 $ 568.00 312.7% $ 520.00 $ $ 568.00 $ 9,088.00 243.9% $ 520.00 $ variance. · Biddet4if!SKANSKA jB~~~r f Base Price Unit/Price 11,099,248.32 71.7% $ 67,485,649.28 -8.0% $ 38.5% $ 28,390,175.00 8,998,186.00 38.0% $ 8,171,340.00 42.3% $ 4,239,228.00 60.6% $ 9,388,900.00 28.0% $ 9,164,400.00 -2.0% $ 21,207,200.00 -31.4% $ 1,338,000.00 -24.0% $ 141 092 151.60 -2.1% per verified extensions $ 139,752,951.60 As submitted $ 4,173,508.99 -0.1% $ 4,521 '715.26 $ 2,782,339.33 99.7% $ 3,014,476.84 $ 35,000.00 0.0% $ 35,000.00 $ 2,528,400.00 347.0% $ 140,000.00 $ 40,000.00 0.0% $ 40,000.00 $ 20,000.00 0.0% $ 20,000.00 $ 1,500,000.00 610.4% $ 3,000,000.00 $ 20,000.00 0.0% $ 20,000.00 $ 11 099 248.32 $ 100,200.00 18.6% $ 200,000.00 $ 213,200.00 21.3% $ 20.00 $ 81,000.00 -26.4% $ 7,000.00 $ 8,100.00 -43.4% $ 20,000.00 $ 4,000.00 -19.3% $ 2,000.00 $ (285,720.74) -35.2% $ (9,000.00) $ 7,985,145.00 156.3% $ 25.00 $ 123,160.00 85.6% $ 1.00 $ 119,100.00 981.6% $ 120,000.00 $ 11,440.00 277.8% $ 600.00 $ 33,280.00 277.8% $ 600.00 $ 22,550.00 233.0% $ 600.00 $ 2,200.00 219.7% $ 600.00 $ 22,880.00 649.6% $ 600.00 $ 5,720.00 277.8% $ 600.00 $ 5,720.00 649.6% $ 600.00 $ 520.00 277.8% $ 600.00 $ 8,320.00 214.8% $ 600.00 $ RCTC Agreement No. 13-33-049-00 Variance Base Price Bidde~~ 13,591 '192.1 0 110.3% 62,314,725.00 -15.0% 27.7% 7,241,035.00 11.0% 7,830,370.00 36.4% 3,503,430.00 32.7% 9,815,340.00 33.8% 11,050,550.00 18.1% 25,810,000.00 -16.6% 1,720,000.00 -2.2% 142 876 642.10 -0.8% 142,482,578.93 4,521,715.26 8.2% 3,014,476.84 116.4% 35,000.00 0.0% 2,940,000.00 419.8% 40,000.00 0.0% 20,000.00 0.0% 3,000,000.00 1320.7% 20,000.00 0.0% 13 591 192.10 200,000.00 136.7% 213,200.00 21.3% 70,000.00 -36.4% 20,000.00 39.7% 2,000.00 -59.6% (9,000.00) -98.0% 2,355,500.00 -24.4% 123,160.00 85.6% 120,000.00 989.8% 13,200.00 335.9% 38,400.00 335.9% 24,600.00 263.3% 3,000.00 335.9% 26,400.00 764.9% 6,600.00 335.9% 6,600.00 764.9% 600.00 335.9% 9,600.00 263.3% Input By: __,D""J,__ __ Check By: LB RCTC Perris Valley Line BID RESULTS Eoglneera,Estimat~', ":i>; ,<:, · ;I%11: .·'.:.~·;!jji tJ3ll:kll!r .1·· AmeS' Construction Variance Bid Form Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price Bidder 1 12-18-12 1.20 Railroad Siqnaqe -ROW Warning Signs 387 EA $192.69 $ 74,573 $ 640.00 $ 247,680.00 232.1% 1.21 Railroad Signage-Whistle Signs 27 EA $137.64 $ 3,716 $ 400.00 $ 10,800.00 190.6% Division 31 -Earthwork 1.22 Site Clearing 1 LS LUMP SUM $ 586,450 $ 1,000,000.00 $ 1,000,000.00 70.5% 1.23 Unclassified Excavation 247,760 CY $7.69 $ 1,917,628 $ 10.00 $ 2,477,600.00 29.2% 1.24 Rock Excavation including Export 2,040 CY $49.55 $ 101,082 $ 30.00 $ 61,200.00 -39.5% 1.25 Backfill, Fill and Compaction 57,790 CY $21.47 $ 1,240,984 $ 3.00 $ 173,370.00 -86.0% 1.26 Export Unclassified Excavation excluding tipping 155,280 CY $11.01 $ 1,725,700 $ 5.00 $ 776,400.00 -55.0% fees to Badlands Sanitary Landfill (Entire Project ) 1.27 Tipping fees at Badlands Sanitary Landfill (Entire 1 Allowance $7,894,583 $ 7,894,583 $ 8,200,000.00 $ 8,200,000.00 3.9% Project) 1.28 Rock Cut Widening and Scaling Station 358+00 to 1 LS LUMP SUM $ 90,502 $ 30,000.00 $ 30,000.00 -66.9% 380+00 1.29 Soil Cement 70 CY $82.58 $ 5,781 $ 250.00 $ 17,500.00 202.7% Division 32 -Exterior Improvements 1.30 Fences and Gates 1 LS LUMP SUM $ 14,314 $ 100,000.00 $ 100,000.00 598.6% 1.31 Chain Link Fencing 1 LS LUMP SUM $ 501,973 $ 120,000.00 $ 120,000.00 -76.1% 1.32 5.0' High Gravity Wall 140 LF $137.64 $ 19,407 $ 330.00 $ 46,200.00 138.1% 1.33 7.5' High Gravity Wall 230 LF $192.69 $ 44,512 $ 340.00 $ 78,200.00 75.7% Division 34 ·Transportation Railway Signaling and Control Equipment (See Schedule 4) Railway Communications (See Schedule 4) At-Grade Crossings 1.34 Citrus Street 1 LS LUMP SUM $ 330,032 $ 420,000.00 $ 420,000.00 27.3% 1.35 Palmyrita Avenue 1 LS LUMP SUM $ 342,256 $ 390,000.00 $ 390,000.00 13.9% 1.36 Columbia Avenue 1 LS LUMP SUM $ 81,623 $ 190,000.00 $ 190,000.00 132.8% 1.37 Marlborough Avenue 1 LS LUMP SUM $ 83,517 $ 160,000.00 $ 160,000.00 91.6% 1.38 Spruce Street 1 LS LUMP SUM $ 539,011 $ 500,000.00 $ 500,000.00 -7.2% 1.39 West Blaine Street 1 LS LUMP SUM $ 570,026 $ 530,000.00 $ 530,000.00 -7.0% 1.40 MI. Vernon Avenue 1 LS LUMP SUM $ 986,667 $ 450,000.00 $ 450,000.00 -54.4% 1.41 Poarch Road 1 LS LUMP SUM $ 229,732 $ 300,000.00 $ 300,000.00 30.6% 1.42 River Crest Drive 1 LS LUMP SUM $ 228,438 $ 270,000.00 $ 270,000.00 18.2% 1.43 San Jacinto Avenue 1 LS LUMP SUM $ 548,849 $ 770,000.00 $ 770,000.00 40.3% 1.44 W4th Street 1 LS LUMP SUM $ 870,419 $ 790,000.00 $ 790,000.00 -9.2% 1.45 W6th Street 1 LS LUMP SUM $ 137,685 $ 140,000.00 $ 14Q,OOO.OO 1.7% 1.46 W7th Street 1 LS LUMP SUM $ 587,108 $ 460,000.00 $ 460,000.00 -21.6% 1.47 South D Street 1 LS LUMP SUM $ 583,340 $ 420,000.00 $ 420,000.00 -28.0% 1.48 South Perris Boulevard 1 LS LUMP SUM $ 1,130,152 $ 900,000.00 $ 900,000.00 -20.4% 1.49 G Street 1 LS LUMP SUM $ 776,101 $ 700,000.00 $ 700,000.00 -9.8% 1.50 East Ellis Drive 1 LS LUMP SUM $ 725,496 $ 850,000.00 $ 850,000To --17.2% 1.51 Secondary Access Crossing at South Perris Station 1 LS LUMP SUM $ 47,406 $ 50,000.00 $ 50,000.00 5.5% Vehicle Barriers 1.52 Vehicle Barrier-Metal Beam Guard Rail (MBGR) 11,980 LF $26.94 $ 322,683 $ 25.00 $ 299,500.00 -7.2% Trackwork 1.53 Sub-Ballast 23,770 CY $49.75 $ 1,178,586 $ 27.00 $ 641,790.00 -45.5% 1.54 Trackwork Hot Mix Asphalt Concrete underlayment 2,740 Tons $99.10 $ 271,533 $ 115.00 $ 315,100.00 16.0% at stations and turnouts 1.55 Construct New Track (Concrete Ties) 51,440 TF $183.88 $ 9,459,042 $ 126.00 $ 6,481,440.00 -31.5% 1.56 Construct New Track {Timber Ties) 1,400 TF $173.06 $ 242,803 $ 10000 $ 140,000.00 -42.3% 1.57 Upqrade Track (Concrete Ties) 38,240 TF $189.39 $ 7,242,292 $ 147.00 $ 5,621,280.00 -22.4% 1.58 Up_grade Track (Timber Ties) 2,670 TF $164.07 $ 438,054 $ 400.00 $ 1,068,000.00 143.8% 1.59 Furnish Rail (136# RE CWR, Standard Strength) 136,620 LF $36.34 $ 4,989,008 $ 46.00 $ 6,284,520.00 26.0% 1.60 Furnish Rail (136# RE CWR, Head Hardened) 50,530 LF $39.64 $ 2,003,003 $ 55.00 $ 2, 779,150.00 38.7% 1.61 Timber Tie Replacement (STA 424+31 to STA 3,028 EA $71.57 $ 216,720 $ 197.00 $ 596,516.00 175.2% 521+87) 1.61A Timber Tie Replacement (STA 535+00 to STA 1,036 EA $71.57 $ 74,149 $ 200.00 $ 207,200.00 179.4% 570+00) 1.62 Rehabilitate Track (Timber Ties) 12,150 TF $93.59 $ 1 '137, 169 $ 30.00 $ 364,500.00 -67.9% 1.63 Recover Track 8,820 TF $16.52 $ 145,677 $ 10.00 $ 88,200.00 -39.5% 1.64 Install Recovered Track 6,420 TF $159.66 $ 1,025,021 $ 150.00 $ 963,000.00 -6.1% Page~of 18 • Bidder 2 • Granite Consirlldion Company Variance Bidder 3 • Serna Unit/Price Base Price · BidB~rz'; Unit/Price $ 340.00 $ 131,580.00 76.4% $ 620.00 $ $ 568.00 $ 15,336.00 312.7% $ 520.00 $ $ 118,000.00 $ 118,000.00 -79.9% $ 373,600.00 $ $ 20.00 $ 4,955,200.00 158.4% $ 10.00 $ $ 34.00 $ 69,360.00 -31.4% $ 32.00 $ $ 18.00 $ 1,040,220.00 -16.2% $ 4.30 $ $ 9.00 $ 1,397,520.00 -19.0% $ 10.00 $ $ 8,200,000.00 $ 8,200,000.00 3.9% $ 8,200,000.00 $ $ 63,700.00 $ 63,700.00 -29.6% $ 173,400.00 $ $ 190.00 $ 13,300.00 130.1% $ 240.00 $ $ 85,000.00 $ 85,000.00 493.8% $ 50,800.00 $ $ 10,000.00 $ 10,000.00 -98.0% $ 107,100.00 $ $ 267.00 $ 37,380.00 92.6% $ 400.00 $ $ 400.00 $ 92,000.00 106.7% $ 430.00 $ $ $ 36.4% $ $ 450,000.00 450,000 00_ 383,900.00 ------$ 286,000.00 $ 286,000 00 -16.4% $ 360,100.00 $ -$---11-6,000 00 $ 116,000.00 42.1% +-167,200.00 $ $ $ 24~ $ 104,000.00 104,000.00 ~~ 167,200.00 $ 406,000.00 $ 406,000.00 -24.7% $ 375,500.00 $ -------$ __ 500,000 00 $ 500,000.00 -12.3% $ 499,000.00 $ $ 262,000.00 $ 262,000.00 -73.4% $ 360,900.00 $ ~-273,000 00 $ 273,000.00 18.8% $ ·141 ,800.00 $ $ 273,000.00 $ 273,000.00 19.5% $ 372,900.00 $ $ 450,000.00 $ 450,000.00 -18.0% $ 565,800.00 $ $ 500,000.00-$ 500,000.00 -42.6% $ 538,000.00 $ $ 209,000.00 $ 209,000.00 51.8% $ 122,300.00 $ $ 353,000.00 $ 353,000.00 -39.9% $ 483,300.00 $ $ 403,000.00 $ 403,000.00 -30.9% $ 416,400.00 $ $ 800,000.00 $ 800,000.00 -29.2% $ 628,900.00 $ $ 750,000.00 $ 750,000.00 -3.4% $ 577,100.00 $ $ 1,100,000.00 $ 1,100,000.00 51.6% $ 422,000.00 $ $ 20,800.00 $ 20,800.00 -56.1% $ 260,600.00 $ $ 22.00 $ 263,560.00 -18.3% $ 25.00 $ $ 37.00 $ 879,490.00 -25.4% $ 33.00 $ $ 140.00 $ 383,600.00 41.3% $ 85.00 $ $ 138.00 $ 7,098,720.00 -25.0% $ 140.00 $ $ 307.00 $ 429,800.00 77.0% $ 130.00 $ $ 190.00 $ 7,265,600.00 0.3% $ 140.00 $ $ 312.00 $ 833,040.00 90.2% $ 130.00 $ $ 34.00 $ 4,645,080.00 -6.9% $ 55.00 $ $ 35.00 $ 1,768,550.00 -11.7% $ 55.00 $ $ 159.00 $ 481,452.00 122.2% $ 130.00 $ $ 144.00 $ 149,184.00 101.2% $ 120.00 $ $ 32.00 $ 388,800.00 -65.8% $ 120.00 $ $ 35.00 $ 308,700.00 111.9% $ 110.00 $ $ 162.00 $ 1,040,040.00 1.5% $ 130.00 $ Variance Bidder 4 • SKANSKA Base Price ··· .... Bidd~y3' Unit/Price 239,940.00 221.8% $ 700.00 14,040.00 277.8% $ 600.00 373,600.00 -36.3% $ 150,000.00 2,477,600.00 29.2% $ 9.00 65,280.00 -35.4% $ 25.00 248,497.00 -80.0% $ 2.50 1,552,800.00 -10.0% $ 6.00 8,200,000.00 3.9% $ 8,200,000.00 173,400.00 91.6% $ 20,000.00 16,800.00 190.6% $ 225.00 50,800.00 254.9% $ 1,500,000.00 107,100.00 -78.7% $ 200,000.00 56,000.00 188.6% $ 100.00 98,900.00 122.2% $ 150.00 -· 383,900.00 16.3% $ 400,000.00 -·-·· 360,100.00 5.2% $ 400,000.00 167,200.00 104.8% $ 125,000.00 -· 167,200.00 100.2% $ 150,000.00 375,500.00 -30.3% $ 500,000.00 499,000.00 -12.5% $ 500,000.00 360,900.00 -63.4% $ 300,000.00 141,800.00 -38.3% $ 300,000.00 372,900.00 63.2% $ 250,000.00 565,800.00 3.1% $ 500,000.00 538,000.00 -38.2% $ 500,000.00 122,300.00 -11.2% $ 100,000.00 483,300.00 -17.7% $ 350,000.00 416,400.00 -28.6% $ 400,000.00 628,900.00 -44.4% $ 900,000.00 ··-577,100.00 -25.6% $ 800,000.00 422,000.00 -41.8% $ 850,000.00 260,600.00 449.7% $ 45,000.00 299,500.00 -7.2% $ 25.00 784,410.00 -33.4% $ 50.00 232,900.00 -14.2% $ 105.00 7,201,600.00 -23.9% $ 120.00 182,000.00 -25.0% $ 450.00 5,353,600.00 -26.1% $ 155.00 347,100.00 -20.8% $ 475.00 7,514,100.00 50.6% $ 35.00 2,779,150.00 38.7% $ 40.00 393,640.00 81.6% $ 165.00 124,320.00 67.7% $ 170.00 1,458,000.00 28.2% $ 65.00 970,200.00 566.0% $ 6.00 834,600.00 -18.6% $ 130.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ RCTC Agreement No. 13-33-049-00 ' · .. · .· < ;> variance Base Price ,;~{ill~',, 270,900.00 263.3% 16,200.00 335.9% 150,000.00 -74.4% 2,229,840.00 16.3% 51,000.00 -49.5% 144,475.00 -88.4% 931,680.00 -46.0% 8,200,000.00 3.9% 20,000.00 -77.9% 15,750.00 172.5% 1,500,000.00 10379.0% 200,000.00 -60.2% 14,000.00 -27.9% 34,500.00 -22.5% 400,000.00 21.2% 400,000.00 16.9% 125,000.00 53.1% 150,000.00 79.6% I 500,000.00 -7.2%' 500,000.00 -12.3%• 300,000.00 -69.6% 300,000.00 30.6% 250,000.00 9.4% 500,000.00 -8.9% 500,000.00 -42.6% 100,000.00 -27.4% 350,000.00 -40.4% 400,000.00 -31.4% 900,000.00 -20.4% 800,000.00 3.1% 850,000.00 17.2% 45,000.00 -5.1% 299,500.00 -7.2% 1,188,500.00 0.8% 287,700.00 6.0% 6,172,800.00 -34.7% 630,000.00 159.5% 5,927,200.00 -18.2% 1 ,268,250.00 189.5% 4,781,700.00 -4.2% 2,021,200.00 0.9% 499,620.00 130.5% 176,120.00 137.5% 789,750.00 -30.6% 52,920.00 -63.7% 834,600.00 -18.6% Input By: __,D,J'----Check By: __,L...,B"---- RCTC Perris Valley Line BID RESULTS Engineer's Estimate <· :.:s:;::':< · · istadSF'lf:• Ar6eii:i~!lns~qn ·· :• Varian~ Bid Form 1:. ~~:~;J Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price li(i;"wv•·_•/j 12-18-12 1.65 Construct #8 Turnout (Hand Throw) 1 EA $126,627.37 $ 126,627 $ 158,000.00 $ 158,000.00 24.8% 1.66 Construct #1 o Turnout (Hand Throw) 1 EA $162,413.36 $ 162,413 $ 167,000.00 $ 167,000.00 2.8% 1.67 Construct #1 0 Turnout (Hand Throw with Leaving 3 EA $171,222.22 $ 513,667 $ 170,000.00 $ 510,000.00 -0.7% Signal) 1.68 Construct #10 Turnout (Power Operated) 2 EA $172,323.33 $ 344,647 $ 177,000.00 $ 354,000.00 2.7% 1.69 Construct #10 Crossover (Hand Throw) 1 EA $319,321.18 $ 319,321 $ 330,000.00 $ 330,000.00 3.3% 1.71 Construct #14 Turnout (Power Operated) 3 EA $210,862.09 $ 632,586 $ 234,000.00 $ 702,000.00 11.0% 1.72 Relocate #1 0 Turnout (Hand Throw) 2 EA $66,066.45 $ 132,133 $ 22,000.00 $ 44,000.00 -66.7% 1.73 Relocate #11 Turnout (Hand Throw) 2 EA $82,583.06 $ 165,166 $ 22,000.00 $ 44,000.00 -73.4% 1.74 Construct Double Switch Point Derail (Power 3 EA $66,066.45 $ 198,199 $ 55,000.00 $ 165,000.00 -16.8% Operated) 1.75 Construct Bidirectional Derail (Hand Throw) 7 EA $9,359.41 $ 65,516 $ 11,000.00 $ 77,000.00 17.5% 1.76 Construct Insulated Joint on New Track 25 PR $6,166.20 $ 154,155 $ 4,500.00 $ 112,500.00 -27.0% 1.77 Construct Insulated Joint on Existing Track 6 PR $7,157.20 $ 42,943 $ 5,000.00 $ 30,000.00 -30.1% 1.78 Construct 39' Taper Rail 10 EA $9,890.57 $ 108,796 $ 8,200.00 $ 82,000.00 -24.6% 1.79 Construct Compromise Joint 11 PR $6,606.65 $ 72,673 $ 6,000.00 $ 66,000.00 -9.2% 1.80 Relocate Switch Stand 4 EA $1,651.66 $ 6,607 $ 3,700.00 $ 14,800.00 124.0% 1.81 Construct Rail Lubricator 3 EA $8,258.31 $ 24,775 $ 27,000.00 $ 81,000.00 226.9% 1.82 Construct Ballast Mat 19,200 SF $22.02 $ 422,825 $ 0.75 $ 14,400.00 -96.6% 1.83 Construct Inside Guard Rail 200 TF $198.20 $ 39,640 $ 140.00 $ 28,000.00 -29.4% 1.84 Ultrasonic Testing of 115# Rehab Rail between 1 LS LUMP SUM $ 11,011 $ 15,000.00 $ 15,000.00 36.2% PVLM Station 535+00 and PVLM Station 570+00 1.85 Concrete Ties for BNSF at Citrus 141 EA $121.12 $ 17,078 $ 205.00 $ 28,905.00 69.3% 1.86 Raise Track 330 TF $55.06 $ 18,168 $ 12.00 $ 3,960.00 -78.2% 1.87 Relocate Track 6,560 TF $137.64 $ 902,908 $ 140.00 $ 918,400.00 1.7% 1.88 Shift Track 9,560 TF $115.62 $ 1,105,292 $ 140.00 $ 1,338,400.00 21.1% Stone Revetment 1.89 Stone Revetment-Ri[Jrap T~iJ§! I (3.3' Thick) 13,980 SF $18.17 $ 253,992 $ 15.00 $ 209,700.00 -17.4% 1.90 Stone Revetment-Riprap Type II (4 3' Thick) 2,100 SF $24.22 $ 50,871 $ 18.00 $ 37,800.00 -25.7% Culvert and Drainage Pi[Je 1.91 MP 0.38 Install 40' -30"-CSP Including Headwalls 1 LS LUMP SUM $ 28,078 $ 15,000.00 $ 15,000.00 -46.6% 1.92 MP 1.4 Construct Drop Inlet 1 LS LUMP SUM $ 2,202 $ 6,000.00 $ 6,000.00 172.5% 1.93 MP 1.60 Replace 25' 3'x2' TWB w 26' 36" CMP, 1 LS LUMP SUM $ 71,547 $ 23,000.00 $ 23,000.00 -67.9% Including Headwalls 1.94 MP 2.48 Construct Box Culvert including Headwall 1 LS LUMP SUM $ -$ 9,000.00 $ 9,000.00 and Slurry Protection [NOT IN CONTRACT] 1.95 MP 3.6 48" x 60" ERCP, Replace Headwalls 1 LS LUMP SUM $ 252,356 $ 100,000.00 $ 100,000.00 -60.4% 1.96 MP 3.9 Double 35" x 40" ERCP including Headwalls 1 LS LUMP SUM $ 96,159 $ 50,000.00 $ 50,000.00 -48.0% 1.97 MP 5.00 42" RCP, Ex1end 15.5' in Kind, Including 1 LS LUMP SUM $ 54,814 $ 21,000.00 $ 21,000.00 -61.7% Headwalls 1.98 MP 5.20 30" x 32" ERCP, Ex1end 10' w/30" CSP, 1 LS LUMP SUM $ 33,057 $ 17,000.00 $ 17,000.00 -48.6% Including Headwalls 1.99 MP 5.30 Replace 30' 2-4'x4' TWB w/ 2-54" CSP, 1 LS LUMP SUM $ 118,174 $ 54,000.00 $ 54,000.00 -54.3% 36' Long each (72' total), Including Headwalls 1.100 MP 5.80 Ex1end 25' 35"x41" ERCP w/11' 48" CSP, 1 LS LUMP SUM $ 56,635 $ 18,000.00 $ 18,000.00 -68.2% Including Headwall 1.101 MP 6.06 Replace 30' 48" CMP w/ 35' long 2-36" 1 LS LUMP SUM $ 52,313 $ 22,000.00 $ 22,000.00 -57.9% CSP, lncludinq Headwall 1.102 MP 6.50 48" RCP, Extend 16', Add Riser, Including 1 LS LUMP SUM $ 49,511 $ 18,000.00 $ 18,000.00 -63.6% Headwall & cone. Collar ·-'MP 6.60 48"x51" ERCP, Extend 19' w/48" RCP, 1.103 1 LS LUMP SUM $ 70,278 $ 72,000.00 $ 72,000.00 2.4% Including Headwall 1.104 MP 6.70 48" RCP, Extend 30' in Kind, Add Riser, 1 LS LUMP SUM $ 28,788 $ 8,000.00 $ 8,000.00 -72.2% lncludi119_ concrete collar 1.105 MP 8.00 12.6' x 4.5' RCB, Modify Headwall 1 LS LUMP SUM $ 28,254 $ 14,000.00 $ 14,000.00 -50.5% 1.106 MP 9.70 Replace 42' 3'x2' TWB w/30" CSP 60' 1 LS LUMP SUM $ 40,073 $ 26,000.00 $ 26,000.00 -35.1% Long, Including Headwalls 1.107 MP 9.90 Double 48" CSP, 44' Long, Extend each 1 LS LUMP SUM $ 37,019 $ 20,000.00 $ 20,000.00 -46.0% 20' in Kind (40' total), Including Headwall 1.108 MP 10.1 o Double 42" CSP, Extend each 30' in Kind 1 LS LUMP SUM $ 47,900 $ 20,000.00 $ 20,000.00 -58.2% (60' total), Including ljeadwall 1.109 MP 11.13 Double 48" RCP, Extend each 20.33' in 1 LS LUMP SUM $ 81,134 $ 40,000.00 $ 40,000.00 -50.7% Kind (40.67' total), Including Headwall 1.110 MP 11.32 42" RCP, Extend 22' in Kind, Including 1 LS LUMP SUM $ 41,622 $ 22,000.00 $ 22,000.00 -47.1% Headwall -· Page .;or 18 Bidder 2 -Granite Construction Company. Variance·-·· BidQ'erS·-tSema :::. Unit/Price Base Price Bidder2 Unit/Price ·:;, $ 152,000.00 $ 152,000.00 20.0% $ 20,500.00 $ $ 162,000.00 $ 162,000.00 -0.3% $ 23,500.00 $ $ 123,000.00 $ 369,000.00 -28.2% $ 23,500.00 $ $ 166,000.00 $ 332,000.00 -3.7% $ 23,500.00 $ $ 317,000.00 $ 317,000.00 -0.7% $ 43,900.00 $ $ 210,000.00 $ 630,000.00 -0.4% $ 27,600.00 $ $ 49,900.00 $ 99,800.00 -24.5% $ 6,200.00 $ $ 46,700.00 $ 93,400.00 -43.5% $ 11,300.00 $ $ 48,400.00 $ 145,200.00 -26.7% $ 6,200.00 $ $ 6,950.00 $ 48,650.00 -25.7% $ 770.00 $ $ 10,000.00 $ 250,000.00 62.2% $ 2,100.00 $ $ 11,200.00 $ 67,200.00 56.5% $ 2,500.00 $ $ 11,700.00 $ 117,000.00 7.5% $ 1,400.00 $ $ 2,600.00 $ 28,600.00 -60.6% $ 560.00 $ $ 2,620.00 $ 10,480.00 58~~ $ 1,500.00 $ $ 20,500.00 $ 61,500.00 148.2% $ 3,300.00 $ $ 8.00 $ 153,600.00 -63.7% $ 20.00 $ $ 4.15 $ 830.00 -97.9% $ 25.00 $ $ 12,000.00 $ 12,000.00 9.0% $ 8,500.00 $ $ 150.00 $ 21,150.00 23.8% $ 110.00 $ $ 46.00 $ 15,180.00 -16.4% $ 75.00 $ $ 123.00 $ 806,880.00 -10.6% $ 110.00 $ $ 96.00 $ 917,760.00 -17.0% $ 75.00 $ $ 18.00 $ 251,640.00 -0.9% $ 17.00 $ $ 10.00 $ 21,000 00 -58.7% $ 18.00 $ $ -$ -$ 24,600.00 $ 24,600.00 -12.4% $ 37,100.00 $ $ 1,900.00 $ 1,900.00 -13.7% $ 13,400.00 $ $ 45,500.00 $ 45,500.00 -36.4% $ 23,200.00 $ $ 9,930.00 $ 9,930.00 $ 53,400.00 $ $ 500,000.00 $ 500,000.00 98.1% $ 55,700.00 $ $ 120,000.00 $ 120,000.00 24.8% $ 50,700.00 $ $ 48,600.00 $ 48,600.00 -11.3% $ 52,000.00 $ $ 38,400.00 $ 38,400.00 16.2% $ 48,400.00 $ $ 119,000.00 $ 119,000.00 0.7% $ 67,200.00 $ $ 76,500.00 $ 76,500.00 35.1% $ 23,300.00 $ $ 84,400.00 $ 84,400.00 61.3% $ 31,500.00 $ $ 50,600.00 $ 50,600.00 2.2% $ 23,300.00 $ $ 75,800.00 $ 75,800.00 7.9% $ 159,600.00 $ $ 31,800.00 $ 31,800.00 10.5% $ 15,900.00 $ $ 19,800.00 $ _19,800 00 -29.9% $ ----40,000.00 $ $ 51,800.00 $ 51,800.00 29.3% $ 41,800.00 $ $ 25,600.00 $ 25,600.00 -30.8% $ 40,800.00 $ $ 46,700.00 $ 46,700.00 -2.5% $ 40,800.00 $ $ 78,400.00 $ 78,400.00 -3.4% $ 37,500.00 $ $ 44,100.00 $ 44,100.00 6.0% $ 34,400.00 $ ·A<: Variance ::Bidder 4:+·'.SI<ANSKA . Base Price Bidders Unit/Price 20,500.00 -83.8% $ 125,000.00 $ 23,500.00 -85.5% $ 150,000.00 $ 70,500.00 -86.3% $ 150,000.00 $ 47,000.00 -86.4% $ 100,000.00 $ 43,900.00 -86.3% $ 270,000.00 $ 82,800.00 -86.9% $ 200,000.00 $ 12,400.00 -90.6% $ 30,000.00 $ 22,600.00 -86.3% $ 35,000.00 $ 18,600.00 -90.6% $ 50,000.00 $ 5,390.00 -91.8% $ 13,000.00 $ 52,500.00 -65.9% $ 9,000.00 $ 15,000.00 -65.1% $ 9,000.00 $ 14,000.00 -87.1% $ 9,000.00 $ 6,160.00 -91.5% $ 5,000.00 $ 6,000.00 -9.2% $ 2,000.00 $ 9,900.00 -60.0% $ 20,000.00 $ 384,000.00 -9.2% $ 12.00 $ 5,000.00 -87.4% $ 50.00 $ 8,500.00 -22.8% $ 10,000.00 $ 15,510.00 -9.2% $ 150.00 $ 24,750.00 36.2% $ 15.00 $ 721,600.00 -20.1% $ 60.00 $ 717,000.00 -35.1% $ 35.00 $ 237,660.00 -6.4% $ 13.00 $ 37,800.00 -25.7% $ 13.00 $ 37,100.00 32.1% $ 30,000.00 $ 13,400.00 508.5% $ 15,000.00 $ 23,200.00 -67.6% $ 40,000.00 $ 53,400.00 $ 15,000.00 $ 55,700.00 -77.9% $ 165,000.00 $ 50,700.00 -47.3% $ 100,000.00 $ 52,000.00 -5.1% $ 50,000.00 $ 48,400.00 46.4% $ 30,000.00 $ 67,200.00 -43.1% $ 100,000.00 $ 23,300.00 -58.9% $ 25,000.00 $ 31,500.00 -39.8% $ 40,000.00 $ 23,300.00 -52.9% $ 30,000.00 $ 159,600.00 127.1% $ 125,000.00 $ -·-·-15,900.00 -44.8% $ 15,000.00 $ 40,000.00 41.6% $ 20,000.00 $ 41,800.00 4.3% $ 45,000.00 $ 40,800.00 10.2% $ 35,000.00 $ --· 40,800.00 -14.8% $ 35,000.00 $ 37,500.00 -53.8% $ 60,000.00 $ 34,400.00 -17.4% $ 30,000.00 $ RCTC Agreement No. 13-33-049-00 ·· •.• variance .:t Base Price Bidder4 ._:.;::.: .. :" / 125,000.00 -1.3% 150,000.00 -7.6% 450,000.00 -12.4% 200,000.00 -42.0% 270,000.00 -15.4% 600,000.00 -5.2% 60,000.00 -54.6% 70,000.00 -57.6% 150,000.00 -24.3% 91,000 00 38.9% 225,000.00 46.0% 54,000.00 25.7% 90,000.00 -17.3% 55,000.00 -24.3% 8,000.00 21.1% 60,000.00 142.2% 230,400.00 -45.5% 10,000.00 -74.8% 10,000.00 -9.2% 21 '150.00 23.8% 4,950.00 -72.8% 393,600.00 -56.4% 334,600.00 -69.7% 181,740.00 -28.4% 27,300.00 -46.3% 30,000.00 6.8% 15,000.00 581.1% 40,000.00 -44.1% 15,000.00 165,000.00 -34.6% 100,000.00 4.0% 50,000.00 -8.8% 30,000.00 -9.2% 100,000.00 -15.4% 25,000.00 -55.9% 40,000.00 -23.5% 30,000.00 -39.4% 125,000.00 77.9% 15,000.00 -47.9% 20,000.00 -29.2% 45,000.00 12.3% 35,000.00 -5.5% --------35.000.00 -26.9% 60,000.00 -26.0% 30,000.00 -27.9% Input By: __;DccJ,___ __ _ Check By: LB RCTC Perris Valley Line BID RESULTS Engineer'$.Jo$til11iil:te''&l' • · ·· . BJdd$€\t:~ Ames Construction . . • X:<:ftj~t<f~T' Variance Bid Form /<.-Item Work Description Quantity Unit UniVPrice Base Price UniVPrice Base Price t'SJdder1 12-18-12 ~,s_s·, 1.111 MP 11.60 Double 42" RCP, Extend each 21' in Kind 1 LS LUMP SUM $ 77,837 $ 32,000.00 $ 32,000.00 -58.9% (42' total), Including Headwall 1.112 MP 12.10 Double 36" CSP, Extend each 21' in Kind 1 LS LUMP SUM $ 41,283 $ 22,000.00 $ 22,000.00 -46.7% (42' total), including Headwall 1.113 MP 12.40 Double 54" RCP, Extend each 26.5' in 1 LS LUMP SUM $ 113,866 $ 45,000.00 $ 45,000.00 -60.5% Kind (53' total), Including Headwall 1.114 MP 12.52 Double 42" RCP, Extend each 7.67' in 1 LS LUMP SUM $ 64,468 $ 32,000.00 $ 32,000.00 -50.4% Kind (15.33' total), Including Headwall 1.115 MP 12.58 Double 36" RCP, Extend each 15.33' in 1 LS LUMP SUM $ 57,135 $ 29,000.00 $ 29,000.00 -49.2% Kind (30.67' total), Including Headwall 1.116 MP 13.20 Replace 24" RCP w/ 30" CSP 40' long, 1 LS LUMP SUM $ 61,315 $ 33,000.00 $ 33,000.00 -46.2% Including Headwalls 1.117 MP 13.40 Replace 36' long TWB/RCB w/2-30" 1 LS LUMP SUM $ 46,692 $ 23,000.00 $ 23,000.00 -50.7% CSP, 45.5' Long each (91' total), Including Headwall 1.118 MP 14.50 Double 36" RCP, Extend each 12' in Kind 1 LS LUMP SUM $ 123,554 $ 59,000.00 $ 59,000.00 -52.2% (24' total), Including Headwall & Wingwall 1.119 MP 14.80 36" CSP, Extend 12' in Kind, Including 1 LS LUMP SUM $ 92,914 $ 46,000.00 $ 46,000.00 -50.5% Headwall & Wingwall 1.120 MP 14.90 Replace 50' 2x14" SSP w/2-30" CSP, 1 LS LUMP SUM $ 41,893 $ 25,000.00 $ 25,000.00 -40.3% each 66' Long (132' total), Including Headwall 1.121 MP 15.30 Replace 37' long TWB I RCB w/ 2-42" 1 LS LUMP SUM $ 60,577 $ 31,000.00 $ 31,000.00 -48.8% CSP, each 45.5' Long (91' total), Including Headwall 1.122 MP 15.80 Replace 50' long TWB/ RCB w/ 2-30" 1 LS LUMP SUM $ 49,521 $ 27,000.00 $ 27,000.00 -45.5% CSP, each 65' Long (130' total), Including Headwall 1.123 MP 16.16 Replace 29"x18"x39' CSP w/30" CSP 1 LS LUMP SUM $ 22,940 $ 19,000.00 $ 19,000.00 -17.2% 47.42' Long, Including Headwall MP 16.20 Double 36" CSP, Extend each 6.25' in 1.124 Kind (12.5' total), Including Headwall 1 LS LUMP SUM $ 32,357 $ 18,000.00 $ 18,000.00 -44.4% MP 17.10 Replace 34' TWB/RCP w/2-42" CSP, 1.125 each 34' Long (68' total), Including Headwall 1 LS LUMP SUM $ 49,512 $ 27,000.00 $ 27,000.00 -45.5% 1.126 Reinforced Concrete Ditch (Height Varies from 1'-2,590 LF $523.03 $ 1,354,638 $ 250.00 $ 647,500.00 -52.2% 5') Reinforced Concrete Ditch (Height Varies from 1' -1.126A 3') 170 LF $769.49 $ 131,582 $ 300.00 $ 51,000.00 -61.2% Cast-In Drill Hole (CIDH) Pile 16" CIDH Piles for Noise Barrier/Landscape Walls 1.127 (length Varies 8'-16') 12,660 LF $132.13 $ 1,672,803 $ 10000 $ 1,266,000.00 -24.3% 1.128 30" CIDH Piles for Bridge Pier Protection-Walls 4,300 LF $605.61 $ 2,604,119 $ 400.00 $ 1,720,000.00 -34.0% (length Varies 35' -50') Railroad Bridges Note: All Bridge and associated work, including removal of existing bridge, are included in each respective LS Bridge item cost 1.129 San Jacinto River Bridge MP 20.65 1 LS LUMP SUM $ 968,702 $ 1,200,000.00 $ 1,200,000.00 23.9% 1.130 San Jacinto River Bridge MP 20.74 1 LS LUMP SUM $ 454,565 $ 650,000.00 $ 650,000.00 43.0% Structural Concrete for Railroad and Civil Works 1.131 Bridge Pier Protection Wall 1,340 CY $935.94 $ 1,254,161 $ 530.00 $ 710,200.00 -43.4% 1.132 Solder Pile Wall (At Highgrove Connection) 1 LS LUMP SUM $ 217,870 $ 200,000.00 $ 200,000.00 -8.2% Barrier Wall at Hyatt School, including all footings, 1.133 joints and finishes associated with the barrier wall at 1 LS LUMP SUM $ 774,068 $ 600,000.00 $ 600,000.00 -22.5% Hyatt SchooL Trackwork -Alternative Design Option 1 Upgrade Track (with new Concrete Ties) (Limits as indicated on Drawings). Lump Sum price is additive 1.134.1 and a delta difference between rehabilating and 1 LS LUMP SUM $ 1,079,959 $ 450,000.00 $ 450,000.00 -58.3% upgrading of track and shall include all trackwork, earthwork and other items necessary to complete this Selective Site Demolition -Salvage and Disposal of 1.134.2 Used Rail & OTM (Approx. 7,000 LF). Lump Sum 1 LS LUMP SUM $ (35,554) $ (200,000.00) $ (200,000.00) 462.5% amount is a credit 1.134.3 Ultrasonic Testing of 115# Rehab RaiL Shall equal 1 LS LUMP SUM $ (11,011) $ (12,000.00) $ (12,000.00) 9.0% Item 1.84 Above & be a negative number. Page4of 18 BK:fder,2:'+:$i~l!iitet,!fonstni<:!lon Company , Vanance'> · Bidder 3 • Sema ,,._:,···-UniVPrice Base Price Bldder2 UniVPrice 1·;-·w. : $ 72,300.00 $ 72,300.00 -7.1% $ 34,400.00 $ $ 42,500.00 $ 42,500.00 2.9% $ 34,400.00 $ $ 72,900.00 $ 72,900.00 -36.0% $ 37,800.00 $ $ 64,500.00 $ 64,500.00 0.1% $ 23,100.00 $ $ 59,100.00 $ 59,100.00 3.4% $ 22,100.00 $ $ 72,900.00 $ 72,900.00 18.9% $ 22,100.00 $ $ 50,100.00 $ 50,100.00 7.3% $ 1 '151 ,000.00 $ $ 94,400.00 $ 94,400.00 -23.6% $ 63,200.00 $ $ 69,900.00 $ 69,900.00 -24.8% $ 33,400.00 $ $ 58,400.00 $ 58,400.00 39.4% $ 12,500.00 $ $ 59,500.00 $ 59,500.00 -1.8% $ 12,500.00 $ $ 60,500.00 $ 60,500.00 22.2% $ 12,500.00 $ $ 37,500.00 $ 37,500.00 63.5% $ 12,500.00 $ $ 41,400.00 $ 41,400.00 27.9% $ 12,500.00 $ $ 32,400.00 $ 32,400.00 -34.6% $ 12,500.00 $ $ 450.00 $ 1,165,500.00 -14.0% $ 45.00 $ -$ 445.00 $ 75,650.00 -42.5% $ 66.00 $ $ 73.00 $ 924,180.00 -44.8% $ 61.00 $ $ 300.00 $ 1,290,000.00 -50.5% $ 240.00 $ $ 1 '750,000.00 $ 1,750,000.00 80.7% $ 673,000.00 $ $ 1,500,000.00 $ 1,500,000.00 230.0% $ 514,700.00 $ $ 800.00 $ 1,072,000.00 -14.5% $ 800.00 $ $ 175,000.00 $ 175,000.00 -19.7% $ 384,800.00 $ $ 550,000.00 $ 550,000.00 -28.9% $ 539,800.00 $ $ 691,000 00 $ 691,000.00 -36.0% $ (1 ,744.25) $ $ (15,750.00) $ (15,750.00) -55.7% $ (1 ,020.43) $ $ (12,000.00) $ (12,000.00) 9.0% $ {7,143.02) $ Variance Bk!der:"!''9;SKANSKA Base Price Bidders UniVPrice 34,400.00 -55.8% $ 50,000.00 -34,400.00 -16.7% $ 30,000.00 37,800.00 -66.8% $ 65,000.00 23,100.00 -64.2% $ 45,000.00 22,100.00 -61.3% $ 45,000.00 22,100.00 -64.0% $ 60,000.00 1 '151 ,000.00 2365.1% $ 60,000.00 63,200.00 -48.8% $ 115,000.00 33,400.00 -64.1% $ 100,000.00 12,500.00 -70.2% $ 50,000.00 12,500.00 -79.4% $ 65,000.00 12,500.00 -74.8% $ 50,000.00 12,500.00 -45.5% $ 25,000.00 ·-12,500.00 -61.4% $ 25,000.00 ---------12,500.00 -74.8% $ 50,000.00 116,550.00 -91.4% $ 500.00 -----·--· 11,220.00 -91.5% $ 400.00 ---··-772,260.00 -53.8% $ 80.00 1,032,000.00 -60.4% $ 350.00 673,000.00 -30.5% $ 700,000.00 514,700.00 13.2% $ 500,000.00 1,072,000.00 -14.5% $ 1,000.00 384,800.00 76.6% $ 175,000.00 539,800.00 -30.3% $ 400,000.00 (1,744.25) -100.2% $ 400,000.00 (1 ,020.43) -97.1% $ (5,000.00) (7, 143.02) -35.1% $ (7,000.00) $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ RCTC Agreement No. 13-33-049-00 ·_·· -::.:o;:::< Variance. Base Price li~~ra~~~~·/ 50,000.00 -35.8% 30,000.00 -27.3% 65,000.00 -42.9% 45,000.00 -30.2% 45,000.00 -21.2% 60,000.00 -2.1% 60,000.00 28.5% 115,000.00 -6.9% 100,000.00 7.6% 50,000.00 19.4% 65,000.00 7.3% 50,000.00 1.0% 25,000.00 9.0% 25,000.00 -22.7% 50,000.00 1.0% 1,295,000.00 -4.4% 68,000.00 -48.3% ----1,012,800.00 -39.5% 1,505,000.00 -42.2% -----------700,000.00 -27.7% 500,000.00 10.0% 1,340,000.00 6.8% 175,000.00 -19.7% 400,000.00 -48.3% 400,000.00 -63.0% {5,000.00) -85.9% (7,000.00) -36.4% Input By: __,D""J,__ __ _ Check By: LB RCTC Perris Valley Line Item 1.134.4 Work Description Timber Tie Replacement (STA 535+00 to STA 570+00). Shall equal Item 1.61A Above & be a neqative number. Total Base Price -Schedule 1 Bid Form Quantity 12-18-12 1,036 EiJQ!neef's Estimate Unit UniVPrice EA -$93.59 I$ $ BID RESULTS :.,;~Jii'13Tcfd~!l\f" Aim'ls Construction · Vatiance · > I Sil:l¢let:,gl¢';:@l'~Oite Coo$!rllction Qompany IVariance Biddef3 -seffli4:•. ·· ... ~,_~ Base Price UniVPrice Base Price li Bidd.~r 1 UniVPrice Base Price UniVPrice Base Price (96,964)1 $ (18000)1 $ (186,480.00) 92.3%1 $ (144.00)1 $ (149,184.00) 53.9%1 $ (61.23)1 $ (63,434.28) 73.321,204 $ 63.724.239.00 $ 70.009.740.00 $ 67.485.649.28 Page8of18 RCTC Agreement No. 13-33-049-00 Variance Bidder4:.iSf<».NSM"f'lftJ'If»l!l*t<s~;;~~·;• .. ;,:tva~ UniVPrice Base Price -34.6%1 $ (80.00)1 $ (82,880.00) -14.5% $ 62.314.725.00 Input By: ___,D:eJ.__ __ _ Check By: LB -----------------------------------------------RCTC Perris Valley Line BID RESULTS Engineer's Estimate Bidder 1 -Ames Construction Variance Bid Form :Bidd~1 ~· Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price 12-18-12 SCHEDULE2A Division 02 -Existina Conditions 2A.01 Selective Site Demolition -General 1 LS LUMP SUM $ 35,167 $ 40,000.00 $ 40,000.00 13.7% Division 03 -Concrete 2A.02 Cast-in-Place Concrete 1 LS LUMP SUM $ 313,351 $ 200,000.00 $ 200,000.00 -36.2% Division 04 -Masonry 2A.03 Concrete Unit Masonry 1 LS LUMP SUM $ 26,899 $ 25,000.00 $ 25,000.00 -7.1% Division 05 -Metals 2A.04 Structural Steel Framing 1 LS LUMP SUM $ 147,167 $ 155,000.00 $ 155,000.00 5.3% 2A.05 Metal Railings 1 LS LUMP SUM $ 97,921 $ 100,000.00 $ 100,000.00 2.1% 2A.06 Miscellaneous Metal Fabrications -Bollards 1 LS LUMP SUM $ 26,206 $ 10,000.00 $ 10,000.00 -61.8% Division 07 -Thermal and Moisture Protection 2A.07 Metal Roof Panels 1 LS LUMP SUM $ 85,657 $ 65,000.00 $ 65,000.00 -24.1% Division 08 -Openings -·----------· 2A.08 Hollow Metal Doors and Frames 1 LS LUMP SUM $ 7,380 $ 5,000.00 $ 5,000.00 -32.3% 2A.09 Overhead Coiling Doors 1 LS LUMP SUM $ 4,310 $ 5,000.00 $ 5,000.00 16.0% Division 09 -Finishes 2A.10 Graffiti Resistant Coatings 1 LS LUMP SUM $ 5,415 $ 75,000.00 $ 75,000.00 1285.0% --·-Division 10-Specialties 2A.11 Signage 1 LS LUMP SUM $ 22,038 $ 10,000.00 $ 10,000.00 -54.6% 2A.12 Wayfinding signage 1 LS LUMP SUM $ 94,569 $ 120,000.00 $ 120,000.00 26.9% ... --Division 12-Furnishin~---2A.13 Site Furnishings 1 LS LUMP SUM $ 49,385 $ 38,000.00 $ 38,000.00 -23.1% --·---------~------------Division 22 -Plumbing ·-· -2A.14 Plumbing 1 LS LUMP SUM $ 131,836 $ 200,000.00 $ 200,000.00 51.7% -~--.. Division 26 -Electrical 2A.15 Electrical 1 LS LUMP SUM $ 690,100 $ 1,200,000.00 $ 1,200,000.00 73.9% 2A.16 Underground overhead electrical at Riverside 1 LS LUMP SUM $ 215,481 $ 30,000.00 $ 30,000.00 -86.1% Hunter Park Station 2A.17 Transformer by utility company, allowance 1 Allowance $15,000 $ 15,000 $ 15,000.00 $ 15,000.00 0.0% Division 27 -Communications 2A.18 Communication Systems 1 LS LUMP SUM $ 11,011 $ 170,000.00 $ 170,000.00 1443.9% Division 31 -Earthwork 2A.19 Site clearing 1 LS LUMP SUM $ 12,354 $ 70,000.00 $ 70,000.00 466.6% 2A.20 Unclassified excavation 12,700 CY $9.03 $ 114,730 $ 2.00 $ 25,400.00 -77.9% 2A.21 Backfill, Fill and Compaction 41,220 CY $17.50 $ 721,402 $ 2.00 $ 82,440.00 -88.6% 2A.21A Soil Cement 10,450 CY $22.02 $ 230,131 $ 20.00 $ 209,000.00 -9.2% 2A.21B Existing Stockpile Grading, Fill and Compaction 44,040 CY $16.52 $ 727,408 $ 3.00 $ 132,120.00 -81.8% Division 32 -Exterior Improvements Paving 2A.22 Not Used 2A.23 Asphalt Concrete Pavement (ACP) 5,170 Ton $84.79 $ 438,340 $ 75.00 $ 387,750.00 -11.5% 2A.24 PCC Pavement 1,120 CY $192.69 $ 215,817 $ 200.00 $ 224,000.00 3.8% 2A.25 PCC Sidewalk 33,720 SF ··-·---$7.71 $ 259,905 $ 8.00 $ 269,760 OQ_ 3.8% 2A.26 Curb Ramp including Tactile Warnirl"cisurtace 1 LS -LUMP SUM $ 12,1_12 $ 100,000.00 $ 100,000.00 725.6% 2A.27 Curb and gutter, Type II 3,960 LF ---·--$33.03 $ 130,§_11_ $ 21 00 $ 83,160.00 -36.4% 2A.28 Curb, Type I and Mountable .. ---4,345 LF $24.85 $ 107,584 $ 16.00 $ 69,520.00 -35.4% -----------2A.28A Curb, 6" Concrete Mow 270 LF $16.52 $ 9,348 $ 20.00 $ 5,400.00 -42.2% 2A.29 Concrete Cross Gutter (6' wide) 140 LF $44.04 $ 5,946 $ 50.00 $ 7,000.00 17.7% 2A.29A Longitudinal Gutter (4' Wide)_ .. _______ 590 LF $44.04 $ 25,766 $ 30.00 $ 17,700.00 -31.3% 2A.30 Precast wheel stop including dowels 51 -· EA $71.57 $ 3,650 $ 60.00 $ 3,060.00 -16.2% ---Fences and Gates 2A.31 Fences and Gates 1 LS LUMP SUM $ 67,784 $ 110,000.00 $ 110,000.00 62.3% 2A.32 Chainlink Fencing 1 LS LUMP SUM $ 30,336 $ 20,000.00 $ 20,000.00 -34.1% Pavement Striping 2A.33 Pavement striping and markings 1 -----LS LUMP SUM $ 55,338 $ 30,000.00 $ 30,000.00 -45.8% Page&of 18 Bidder 2 • Granite Construction Companv Variance Bidder 3 ·Serna ~~J~ Bidderz;;~ Unit/Price Base Price Unit/Price Base Price ,.,, $ 350,000.00 $ 350,000.00 895.3% $ 41,700.00 $ 41,700.00 $ 360,000.00 $ 360,000.00 14.9% $ 493,000.00 $ 493,000.00 $ 53,300.00 $ 53,300.00 98.1% $ 73,000.00 $ 73,000.00 $ 110,000.00 $ 110,000.00 -25.3% $ 1,488,000.00 $ 1,488,000.00 $ 72,500.00 $ 72,500.00 -26.0% $ 535,800.00 $ 535,800.00 $ 18,000.00 $ 18,000.00 -31.3% $ 30,200.00 $ 30,200.00 $ 110,000.00 $ 110,000.00 28.4% $ 101,200.00 $ 101,200.00 $ 2,480.00 $ 2,480.00 -66.4% $ 77,400.00 $ 77,400.00 $ 4,300.00 $ 4,300.00 -0.2% $ 101,200.00 $ 101,200.00 $ 8,760.00 $ 8,760.00 61.8% $ 10,300.00 $ 10,300.00 $ 700.00 $ 700.00 -96.8% $ 8,400.00 $ 8,400.00 $ 114,000.00 $ 114,000.00 20.5% $ 162,700.00 $ 162,700.00 $ 25,100.00 $ 25,100.00 -49.2% $ 35,100.00 $ 35,100.00 $ 144,000.00 $ 144,000.00 9.2% $ 297,700.00 $ 297,700.00 $ 1,300,000.00 $ 1,300,000.00 88.4% $ 288,500.00 $ 288,500.00 $ 42,000.00 $ 42,000.00 -80.5% $ 876,000.00 $ 876,000.00 $ 15,000.00 $ 15,000.00 0.0% $ 15,000.00 $ 15,000.00 $ 140,000.00 $ 140,000.00 1171.4% $ 59,500.00 $ 59,500.00 $ 125,000.00 $ 125,000.00 911.8% $ 57,100.00 $ 57,100.00 $ 11.00 $ 139,700.00 21.8% $ 7.00 $ 88,900.00 $ 5.00 $ 206,100.00 -71.4% $ 2.30 $ 94,806.00 $ 18.00 $ 188,100.00 -18.3% $ 34.00 $ 355,300.00 $ 3.00 $ 132,120.00 -81.8% $ 2.50 $ 110,100.00 $ 60.00 $ 310,200.00 -29.2% $ 68.00 $ 351,560.00 $ 160.00 $ 179,200.00 -17.0% $ 320.00 $ 358,400.00 $ 1000 $ 337,200.00 29.7% $ 11.00 $ 370,920.00 $ 36,800.00 $ 36,800.00 203.8% $ 140,200.00 $ 140,200.00 $ 30.00 $ 118,800.00 -9.2% $ 25.00 $ 99,000.00 $ 22.00 $ 95,590.00 -11.1% $ 32.00 $ 139,040.00 $ 14.00 $ 3,780.00 -59.6% $ 29.00 $ 7,830.00 $ 93.00 $ 13,020.00 119.0% $ 41.00 $ 5,740.00 $ 50.00 $ 29,500.00 14.5% $ 41.00 $ 24,190.00 $ 57.00 $ 2,907.00 -20.4% $ 100.00 $ 5,100.00 r--· $ 5,000.00 $ 5,000.00 -92.6% $ 30,200.00 $ 30,200.00 $ 5,000.00 $ 5,000.00 -83.5% $ 30,200.00 $ 30,200.00 $ 17,900.00 $ 17,900.00 -67.7% $ 89,300.00 $ 89,300.00 Variance f ~'dde~~; 18.6% 57.3% 171.4% 911.1% 447.2% 15.2% 18.1% 948.7% 2248.2% 90.2% -61.9% 72.0% -28.9% 125.8% -58.2% 306.5% 0.0% 440.4% 362.2% -22.5% -86.9% 54.4% -84.9% -19.8% 66.1% 42.7% 1057.5% -24.3% 29.2% -16.2% -3.5% -6.1% 39.7% -55.4% -0.4% 615~ Bidder4-SKANSKA Unit/Price $ 60,000.00 $ $ 500,000.00 $ $ 55,000.00 $ $ 140,000.00 $ $ 525,000.00 $ $ 200.00 $ $ 150,000.00 $ $ 12,000.00 $ $ 12,000.00 $ $ 100,000.00 $ $ 10,000.00 ~-$ 150,000.00 $ $ 35,000.00 $ $ 260,000.00 $ $ 900,000.00 $ $ 280,000.00 $ $ 15,000.00 $ $ 300,000.00 $ $ 20,000.00 $ $ 30.00 $ $ 2.00 $ $ 25.00 $ $ 3.00 $ $ 95.00 $ $ 365.00 $ $ 5.00 $ $ 30,000.00 $ $ 20.00 $ $ 15.00 $ $ 15.00 $ $ 45.00 $ $ 35.00 $ $ 100.00 $ $ 150,000.00 $ $ 500.00 $ $ 60,000.00 $ RCTC Agreement No. 13-33-049-00 ····.·.: variance Base Price Bidqer4 ·. · .. ::·.i~j;· 60,000.00 70.6% 500,000.00 59.6% 55,000.00 104.5% 140,000.00 -4.9% 525,000.00 436.1% 200.00 -99.2% 150,000.00 75.1% 12,000.00 62.6% 12,000.00 178.4% 100,000.00 1746.6% 10,000.00 -54.6% 150,000.00 58.6% 35,000.00 -29.1% 260,000.00 97.2% 900,000.00 30.4% 280,000.00 29.9% 15,000.00 0.0% 300,000.00 2624.5% 20,000.00 61.9% 381,000.00 232.1% 82,440.00 -88.6% 261,250.00 13.5% 132,120.00 -81.8% 491 '150.00 12.0% 408,800.00 89.4% 168,600.00 -35.1% 30,000.00 147.7% 79,200.00 -39.5% 65,175.00 -39.4% 4,050.00 -56.7% 6,300.00 6.0% 20,650.00 -19.9% 5,100.00 39.7% 150,000.00 121.3% 500.00 -98.4% 60,000.00 8.4% Input By: ___,D""J"-----Check By: LB RCTC Perris Valley Line BID RESULTS Engioee~s E~imate ... ·. Bidder r~ Ames Construction Variance Bid Form Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price Bidder 1 12-18-12 Irrigation & Planting 2A.34 Irrigation System -Domestic Water 1 LS LUMP SUM $ 320,368 $ 2,500.00 $ 2,500.00 -99.2% 2A.35 Irrigation System -Recycled Water 1 LS LUMP SUM $ 164,403 $ 270,000.00 $ 270,000.00 64.2% 2A.36 Landscape Planting 1 LS LUMP SUM $ 277,957 $ 220,000.00 $ 220,000.00 -20.9% Division 33 -Utilities Sanitary Sewerage System 2A.37 Sanitary Sewerage Utilities 1 LS LUMP SUM $ 45,137 $ 70,000.00 $ 70,000.00 55.1% Storm Drainage System 2A.38 Storm Drainage Utilities 1 LS LUMP SUM $ 267,490 $ 530,000.00 $ 530,000.00 98.1% Station -Alternative Design Option 2A 2A.39 Station 2A Parking Lot Addition (Limits as indicated 1 LS LUMP SUM $ 297,585 $ 250,000.00 $ 250,000.00 -16.0% on Drawings). Lump Sum price amount is additive. Total Base Price -Schedule 2A $ 6,520 599 $ 5 651 810.00 Pag~7~f18 Bidder 2 -.Granite ConS!JjJQ!ion CompliriY · Variance-. Bidd$';Sc~-Se , ' .. Unit/Price Base Price Bidd:IJf Unit/Price $ 100.00 $ 100.00 -100.0% $ 226,100.00 $ $ 45,100.00 $ 45,100.00 -72.6% $ 266,400.00 $ $ 113,000.00 $ 113,000.00 -59.3% $ 519,800.00 $ $ 64,600.00 $ 64,600.00 43.1% $ 91,100.00 $ $ 750,000.00 $ 750,000.00 180.4% $ 437,400.00 $ $ 280,000.00 $ 280,000.00 -5.9% $ 404,800.00 $ $ 6 068 857.00 $ · :·,s·s ... varil'ill¢:9 JaJdder4i!!*'$KANSKA ~zYlio/%t>>tiL , Base Price B:;ilje· Unit/Price 226,100.00 -29.4% $ 500.00 266,400.00 62.0% $ 270,000.00 519,800.00 87.0% $ 415,000.00 91,100.00 101.8% $ 60,000.00 437,400.00 63.5% $ 225,000.00 404,800.00 36.0% $ 400,000.00 8 998 186.00 $ $ $ $ $ $ $ RCTC Agreement No. 13-33-049-00 ,.:.<1:3ilift)ii1 !Variance + Base Price ,;sfl. l;l·~'"'"'" .,. ;; __ ·:~f, 500.00 -99.8% 270,000.00 64.2%' 415,000.00 49.3%! I I 60,000.00 32.9% 225,000.00 -15.9% 400,000.00 34.4% 7 241 035.00 Input By: ___,D"'J'-----Check By: ___,L,B:__ __ RCTC Perris Valley Line BID RESULTS Enaineer's Estimate ' , :;;t;:;;,;,, Bi~~er;::t,~Ames Construction Vafi<iliee ,,,, Bid Form Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price Bidder 1 12-18-12 ~~~-,;~, SCHEDULE2B Division 02 -Existing Conditions 2B.01 Selective Site Demolition -General 1 LS LUMP SUM $ 32,891 $ 40,000.00 $ 40,000.00 21.6% Division 03 -Concrete 28.02 Cast-in-Place Concrete 1 LS LUMP SUM $ 717,611 $ 550,000.00 $ 550,000.00 -23.4% Division 04 -Masonry 28.03 Concrete Unit Masonry 1 LS LUMP SUM $ 36,552 $ 70,000.00 $ 70,000.00 91.5% Division 05 -Metals 2B.04 Structural Steel Framing 1 LS LUMP SUM $ 124,490 $ 130,000.00 $ 130,000.00 4.4% 2B.05 Metal Railings 1 LS LUMP SUM $ 176,329 $ 140,000.00 $ 140,000.00 -20.6% 2B.06 Miscellaneous Metal Fabrications -Bollards 1 LS LUMP SUM $ 20,260 $ 12,000.00 $ 12,000.00 -40.8% Division 07 -Thermal and Moisture Protection 2B.07 Metal Roof Panels 1 LS LUMP SUM $ 123,652 $ 75,000.00 $ 75,000.00 -39.3% Division 08 -Openinqs , __ -2B.08 Hollow Metal Doors and Frames 1 LS LUMP SUM $ 8,479 $ 6,000.00 $ 6,000.00 -29.2% 2B.09 Overhead Coiling Doors 1 LS LUMP SUM $ 4,404 $ 5,000.00 $ 5,000.00 13.5% Division 09 -Finishes 28.10 Graffiti Resistant Coatings 1 LS LUMP SUM $ 7,708 $ 80,000.00 $ 80,000.00 937.9% Division 10-Specialties 28,11 Signage 1 LS LUMP SUM $ 29,483 $ 10,000.00 $ 10,000.00 -66.1% 2B.12 Wayfinding Signage 1 LS LUMP SUM $ 126,516 $ 190,000.00 $ 190,000.00 50.2% Division 12-Furnishinqs 2B.13 Site Furnishings 1 LS LUMP SUM $ 59,372 $ 50,000.00 $ 50,000.00 -15.8% Division 22 -Plumbin!l 28.14 Plumbing 1 LS LUMP SUM $ 165,160 $ 320,000.00 $ 320,000.00 93.8% Division 26 -Electrical 2B.15 Electrical 1 LS LUMP SUM $ 676,949 $ 1,000,000.00 $ 1,000,000.00 47.7% 2B.16 Transformer by utility company, allowance 1 Allowance $15,000 $ 15,000 $ 15,000.00 $ 15,000.00 0.0% Division 27 -Communications 2B.17 Communication Systems 1 LS LUMP SUM $ 11,011 $ 175,000.00 $ 175,000.00 1489.3% Division 31 -Earthwork 28.18 Site clearing 1 LS LUMP SUM $ 19,120 $ 60,000.00 $ 60,000.00 213.8% 28.19 Unclassified excavation 19,320 CY $5.51 $ 106,367 $ 8.00 $ 154,560.00 45.3% 2B.20 Backfill, Fill and Compaction 1,160 CY $16.52 $ 19,225 $ 7.00 $ 8,120.00 -57.8% 2B.20A Soil Cement 9,900 CY $22.02 $ 218,019 $ 20.00 $ 198,000.00 -9.2% Division 32 -Exterior Improvements Paving 2B.21 Not Used 2B.22 Asphalt Concrete Pavement (ACP) 5,450 Ton $84.79 $ 462,080 $ 75.00 $ 408,750.00 -11.5% 28.23 PCC Pavement 630 CY $192.69 $ 121,397 $ 200.00 $ 126,000.00 3.8% 2B.24 PCC Sidewalk 23,410 SF $7.71 $ 180,438 $ 8.50 $ 198,985.00 10.3% 2B.25 Curb Ramp including Tactile Warning Surface 1 LS LUMP SUM $ 5,946 $ 140,000.00 $ 140,000.00 2254.5% 2B.26 Curb and Gutter, Type A-8 3,840 LF $33.03 $ 126,848 $ 24.00 $ 92,160.00 -27.3% 2B.27 Curb TypeD 3,810 LF $24.77 $ -· 94,392 $ 19.00 $ 72,390.00 -23.3% 2B.28 Concrete Cross Gutter (6' wide) 140 LF $44.04 $ ~.946 $ 45.00 $ 6,300.00 6.0% ----2B.28A Longitudinal Gutter (4' Wide) 470 LF $44.04 $ 20,481 $ 30.00 $ 14,100 00_ -31.2% ----2B.29 Precast wheel stop including dowels 130 EA $71.57 $ 9,304 $ 60.00 $ 7,800.00 -16.2% Fences and Gates 2B.30 Fences and Gates 1 LS LUMP SUM $ 227,158 $ 90,000.00 $ 90,000.00 -60.4% -----LS LUMP SUM $ 2,114 $ 9,000.00 $ 9,000.00 325.7% 2B.31 Chainlink Fencing 1 -· Pavement StripinQ 2B.32 Pavement striping and markings 1 LS LUMP SUM $ 37,151 $ 40,000.00 $ 40,000.00 7.7% lrriqation & Plantin!l 28.33 Irrigation System -Domestic Water 1 LS LUMP SUM $ 101,925 $ 2,500.00 $ 2,500.00 -97.5% 2B.34 Irrigation System -Recycled Water 1 LS LUMP SUM $ 79,610 $ 240,000.00 $ 240,000.00 201.5% 28.35 Landscape Planting 1 LS LUMP SUM $ 338,087 $ 220,000.00 $ 220,000.00 -34.9% PagEJ,8.pf 18 tBid~!'if:2 -Granite. Constrl{btion Company Vanance' · YSidd!'ii3-S~riia> •• Unit/Price Base Price . Bidder2 Unit/Price (;. .< . $ 27,900.00 $ 27,900.00 -15.2% $ 178,600.00 $ $ 1,400,000.00 $ 1,400,000.00 95.1% $ 1,100,100.00 $ $ 66,900.00 $ 66,900.00 83.0% $ 73,900.00 $ $ 112,000.00 $ 112,000.00 -10.0% $ 178,600.00 $ $ 199,000.00 $ 199,000.00 12.9% $ 30,200.00 $ $ 20,900.00 $ 20,900.00 3.2% $ 30,200.00 $ $ 144,000.00 $ 144,000.00 16.5% $ 148,800.00 $ $ 5,930.00 $ 5,930.00 -30.1% $ 148,800.00 $ $ 4,300.00 $ 4,300.00 -2.4% $ 148,800.00 $ $ 20,100.00 $ 20,10000 160.8% $ 18,200.00 $ $ 700.00 $ 700.00 -97.6% $ 18,000.00 $ $ 167,000.00 $ 167,000.00 32.0% $ 182,300.00 $ $ 32,800,00 $ 32,800.00 -44.8% $ 38,500.00 $ $ 200,000.00 $ 200,000.00 21.1% $ 297,700.00 $ $ 950,000.00 $ 950,000.00 40.3% $ 1 '11 0,400.00 $ $ 15,000.00 $ 15,000.00 0.0% $ 15,000.00 $ $ 140,000.00 $ 140,000.00 1171.4% $ 59,500.00 $ $ 50,000.00 $ 50,000.00 161.5% $ 106,400.00 $ $ 18.00 $ 347,760.00 226.9% $ 23.00 $ $ 40.00 $ 46,400.00 141.3% $ 5.50 $ $ 16.00 $ 158,400.00 -27.3% $ 33.00 $ $ 65.00 $ 354,250.00 -23.3% $ 69.00 $ $ 160.00 $ 100,800.00 -17.0% $ 330.00 $ $ 10.00 $ 234,100.00 29.7% $ 11.00 $ $ 38,300.00 $ 38,300.00 544.1% $ 140,200.00 $ $ 1000 $ 38,400.00 -69.7% $ 32.00 $ $ 25.00 $ 95,250 0()_ . 0.9% $ 25.00 $ $ 89.00 $ 12,460.00 109.6% $ 41.00 $ __ , $ 47.00 $ 22,090.00 7.9% $ 41.00 $ -$ 68.00 $ 8,840.00 -5.0% $ 100.00 $ -~------~ --·· $ 18,000.00 $ 18,000.00 -92.1% $ 30,200.00 $ $ 2,000.00 $ 2,000.00 -5.4% $ 30,200.00 $ ---$ 17,700.00 $ 17,700.00 -52.4% $ 89,300.00 $ $ 100.00 $ 100.00 -99.9% $ 1,200.00 $ $ 60,300:<J.Q.. $ 60,300.00 -24.3% $ 233,300.00 $ $ 163,000.00 $ 163,000.00 -51.8% $ 360,800.00 $ ,.> vanartee ,;j:c Bidder4-SKANSKA : Base Price . :Bi(lder 3 Unit/Price .:t'Ji ··'~··· ~'!4; 178,600.00 443.0% $ 25,000.00 1,100,100.00 53.3% $ 1,000,000.00 73,900.00 102.2% $ 65,000.00 178,600.00 43.5% $ 200,000.00 30,200.00 -82.9% $ 785,000.00 30,200.00 49.1% $ 200.00 148,800.00 20.3% $ 175,000.00 148,800.00 1655.0% $ 10,000.00 148,800.00 3278.4% $ 12,000.00 18,200.00 136.1% $ 95,000.00 18,000.00 -38.9% $ 20,000.00 182,300.00 44.1% $ 200,000.00 38,500.00 -35.2% $ 60,000.00 ---297,700.00 80.2% $ 280,000.00 1 '11 0,400.00 64.0% $ 1,200,000.00 15,000.00 0.0% $ 15,000.00 59,500.00 440.4% $ 300,000.00 106,400.00 456.5% $ 15,000.00 444,360.00 317.8% $ 8.00 6,380.00 -66.8% $ 1.00 326,700.00 49.8% $ 25.00 376,050.00 -18.6% $ 95.00 207,900.00 71.3% $ 365.00 257,510.00 42.7% $ 5.00 140,200.00 2257.9% $ 40,000.00 122,880.00 -3.1% $ 20.00 95,250.00 0.9% $ 15.00 ____ 5,740.00 -3.5% $ 45.00 19,270.00 -5.9% $ 35.00 13,000.00 39.7% $ 100.00 30,200.00 -86.7% $ 200,000.00 30,200.00 1328.5% $ 5,000.00 89,300.00 140.4% $ 55,000.00 1,200.00 -98.8% $ 500.00 233,300.00 193.1% $ 250,000.00 360,800.00 6.7% $ 400,000.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ RCTC Agreement No. 13-33-049-00 •,, ''/7' . •.(~ pJij Base Price 25,000.00 -24.0% 1,000,000.00 39.4% 65,000.00 77,8% 200,000.00 60.7% 785,000.00 345.2% 200.00 -99.0% 175,000.00 41.5% 10,000.00 17.9% 12,000.00 172.5% 95,000.00 1132.5% 20,000,00 -32.2% 200,000.00 58.1% 60,000.00 1.1% 280,000.00 69.5% 1 ,200,000.00 77.3% 15,000.00 0.0% 300,000.00 2624.5% 15,000.00 -21.5% 154,560.00 45.3% 1,160.00 -94.0% 247,500.00 13.5% 517,750.00 12.0% 229,950.00 89.4% 117,050.00 -35.1% 40,000.00 572.7% 76,800.00 -39.5% 57,150.00 -39.5% 6,300.00 6.0% 16,450,00 -19.7% 13,000.00 39.7% 200,000.00 -12.0% 5,000.00 136.5% I I 55,000.00 48.0%1 I ! 500.00 -99.5%1 250,000.00 214.0% 400,000.00 18.3% Input By: __,D"'-J __ _ Check By: _..L'""B'---- RCTC Perris Valley Line BID RESULTS gn!llne:EWs EStimate , ~ Bideier 1 -Ames Construction' Variance t £Bido't~r~:Z-Granite Constri;iction<comoanv Bid Form ~~!~der Item Work Description Quantity Unit Unit/Price Base Price ' Unit/Price Base Price 1 Unit/Price Base Price 12-18-12 I;;:Ji;:;:' Division 33 -Utilities Sanitary SeweraQe System 2B.35A Sanitary SeweraQe Utilities 1 LS LUMP SUM $ 38,374 $ 90,000.00 $ 90,000.00 134.5% $ 73,300.00 $ 73,300.00 Storm Drainage System 2B.36 Storm Drainage Utilities 1 LS LUMP SUM $ 494,895 $ 600,000.00 $ 600,000.00 21.2% $ 800,000.00 $ 800,000.00 Division 34 -Transportation Railway Signaling and Control Equipment (See Schedule 41 RailwaY Communications !See Schedule 4) Traffic Sionals 2B.37 Meridian Pkwy at Moreno Valley Station 1 LS LUMP SUM $ 215,481 $ 350,000.00 $ 350,000.00 62.4% $ 219,000.00 $ 219,000.00 Pedestrian Crossino 28.38 Pedestrian Crossino at MV/MF Station 1 LS LUMP SUM $ 54,945 $ 220,000.00 $ 220,000.00 300.4% $ 6,200.00 $ 6,200.00 Station -Alternative Desion Option 28 28.39 Station 28 Parking Lot Addition (Limits as indicated 1 LS LUMP SUM $ 426,469 $ 400,000.00 $ 400,000.00 -6.2% $ 400,000.00 $ 400,000.00 on Drawings). Lump Sum price amount is additive. Total Base Price -Schedule 28 $ 5 741 641 $ 6 616 665.00 $ 6 773 180.00 Pag~91f 18 -----------------------------------------------------------------------------------------------------------------------------------------------------------------------·-·------· Variance :~atcloers-Serna 'i/:' ,,,,,;{ VarianGe ' ;,':"'~~~,, ,.· • Bidder3 Unit/Price Base Price -, i;:,;~;;> .,,,,,,, 91.0% $ 66,800.00 $ 66,800.00 74.1% 61.7% $ 303,800.00 $ 303,800.00 -38.6% 1.6% $ 297,700.00 $ 297,700.00 38.2% -88.7% $ 297,700.00 $ 297,700.00 441.8% -6.2% $ 561,100.00 $ 561 '100.00 31.6% $ 8 171 340.00 ·--RCTC Agreement No. 13-33-049-00 Bidder4-SKANSKA----'-\6~." ;y; Variance· ., \ Siddet:i:' Unit/Price Base Price ( ·~ ' ·~~, .,/' $ 80,000.00 $ 80,000.00 108.5% $ 125,000.00 $ 125,000.00 -74.7% $ 260,000.00 $ 260,000.00 20.7% $ 20,000.00 $ 20,000.00 -63.6% $ 500,000.00 $ 500,000.00 17.2% $ 7 830 370.00 Input By: ---"D"'-J __ _ Check By: __,L""B'---- RCTC Perris Valley Line BID RESULTS Engineer's E:s.!imafe :'::!t'tlw ;:i:!:rl;,fi!J. . Bidder 1 -Ames Construction · ·;: Wrianee Bid Form Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price Bid~r~i·? 12-18-12 SCHEDULE2C Division 02 -Existin!!l Conditions 2C.01 Selective Site Demolition -General 1 LS LUMP SUM $ 44,294 $ 80,000.00 $ 80,000.00 80.6% Division 03.-Concrete 2C.02 Cast-in-Place Concrete 1 LS LUMP SUM $ 221,418 $ 325,000.00 $ 325,000.00 46.8% Division 04 -Masonry 2C.03 Concrete Unit Masonry 1 LS LUMP SUM $ 98,179 $ 45,000.00 $ 45,000.00 -54.2% Division 05 -Metals 2C.04 Metal Railings 1 LS LUMP SUM $ 25,826 $ 75,000.00 $ 75,000.00 190.4% 2C.05 Miscellaneous Metal Fabrications -Bollards 1 LS LUMP SUM $ 8,148 $ 30,000.00 $ 30,000.00 268.2% Division 07 -Thermal and Moisture Protection 2C.06 Metal Roof Panels 1 LS LUMP SUM $ 51,870 $ 16,000.00 $ 16,000 QO -69.2% -·-------~ Division 08 -Openings 2C.07 Hollow Metal Doors and Frames 1 LS LUMP SUM $ 8,534 $ 6,000.00 $ _6):J.QO 00 -29.7% 2C.08 Overhead Coiling Doors 1 LS LUMP SUM $ 4,404 $ 5,000.00 $ 5,000.00 13.5% Division 09 -Finishes 2C.09 Graffiti Resistant Coatings 1 LS LUMP SUM $ 7,703 $ 65,000.00 $ 65,000.00 743.8% ·-Division 10-Specialties 2C.10 Signage 1 LS LUMP SUM $ 18,860 $ 10,000.00 $ 10,000.00 -47.0% 2C.11 Wayfmding signage 1 LS LUMP SUM $ 80,928 $ 130,000.00 $ 130,000.00 60.6% Division 12-Furnishings 2C.12 Site Furnishings 1 -LS LUMP SUM $ 57,641 $ 12,000.00 $ 12,000.00 -79.2% Division 22 -Plumbing ----25,000.00-[--:---.--·-2C.13 Plumbing 1 LS LUMP SUM $ 16,627 $ $ 25,000.00 50.4% Division 26 -Electrical 2C.14 Electrical 1 LS LUMP SUM $ 321,239 $ 1,200,000.00 $ 1,200,000.00 273.6% 2C.15 Transformer by utility company, allowance 1 Allowance $15,000 $ 15,000 $ 15,000.00 $ 15,000.00 0.0% Division 27 -Communications 2C.16 Communication Systems 1 LS LUMP SUM $ 24,707 $ 175,000.00 $ 175,000.00 608.3% Division 31 -Earthwork 2C.17 Site Clearing 1 LS LUMP SUM $ 5,363 $ 60,000.00 $ 60,000.00 1018.8% 2C.18 Unclassified Excavation 3,030 CY $5.51 $ 16,682 $ 8.00 $ 24,240.00 45.3% 2C.19 Backfill, Fill and Compaction 2,830 CY $16.52 $ 46,742 $ 7.00 $ 19,810.00 -57.6% 2C.19A Soil Cement 4,810 CY $22.02 $ 105,927 $ 22.00 $ 105,820.00 -0.1% ·-··· Division 32 -Exterior Improvements Paving 2C.20 Not Used 2C.21 Asphalt Concrete Pavement (ACP) 2,980 Ton $84.79 $ 252,660 $ 75.00 $ 223,500.00 -11.5% 2C.22 PCC Pavement 40 CY $192.69 $ 7,708 $ 350.00 $ 14,000.00 81.6% --~· 2C.23 PCC Sidewalk 18,340 SF $7.77 $ 142,571 $ 9.00 $ 165,060.00 15.8% ----2C.23A Curb Ramp Including Tactile Warning Strip 1 LS LUMP SUM $ 6,026 $ 15,000.00 $ 15,000.00 148.9% 2C.24 Curb and Gutter, Type A-8 4,120 LF $33.03 $ 136,097 $ 21.00 $ 86,520.00 -36.4% 2C.25 Curb TypeD 3,500 LF $24.77 $ 86,712 $ 19.00 $ 66,500.00 -23.3% 2C.26 Concrete Cross Gutter (6' wide) 600 LF $44.04 $ 26,42_! $ 50.00 $ 30,_Q.Q.9.c()()_ 13.5% 2C.27 Longitudinal Gutter (4' Wide) 850 LF $44.04-$ 37,438 $ 32.00 $ 27,?00 00_ -27.3% --2C.28 Precast wheel stop inclu<Jillg dowels 32 EA $71.57 $ 2,2~_o_ . $ 50.00 $ 1 , ~O_Qc()()_ _ -30.1% -------------Fences and Gates 2C.29 Fences and Gates 1 LS LUMP SUM $ 131,648 $ 100,000.00 $ 100,000.00 -24.0% -SiQninQ and Stripin!!l 2C.30 Pavement striping and markings 1 LS LUMP SUM $ 58,787 $ 50,000.00 $ 50,000.00 --14.9% ------lrriqation & Plantinq 2C.31 lrriqation System -Domestic Water 1 LS LUMP SUM $ 75,051 $ 120,000.00 $ 120,000.00 59-:9% 2C.32 Landscape Planting 1 LS LUMP SUM $ 96,672 $ 80,000.00 $ 80,000.00 -17.2% Division 33 -Utilities --Sanitary Sewerage System ----· Page11~of 18 Bidder 2 -Granite <:Qnstn.icfiOO Comoan~:::: Wnal!ice:: JSidde~:acsema. :,", ... 7'. Unit/Price Base Price Bidder2 Unit/Price > .. $ 52,100.00 $ 52,100.00 17.6% $ 101,200.00 $ $ 188,000.00 $ 188,000.00 -15.1% $ 626,900.00 $ $ 119,000.00 $ 119,000.00 21.2% $ 131,700.00 $ $ 23,900.00 $ 23,900.00 -7.5% $ 30,200.00 $ $ 7,810.00 $ 7,810.00 -4.2% $ 30,200.00 $ $ 38,200.00 $ 38,200.00 -26.4% $ 101,200.00 $ $ 4,530.00 $ 4,530.00 -46.9% $ 77,400.00 $ $ 4,300.00 $ 4,300.00 -2.4% $ 101,200.00 $ $ 15,800.00 $ 15,800.00 105.1% $ 12,200.00 $ $ 700.00 $ 700.00 -96.3% $ 25,800.00 $ $ 104,000.00 $ 104,000.00 28.5% $ 135,600.00 $ $ 3,200.00 $ 3,200.00 -94.4% $ 10,300.00 $ $ 13,000.00 $ 13,000.00 -21.8% $ 77,400.00 $ $ 1 '1 00,000.00 $ 1,100,000.00 242.4% $ 518,000.00 $ $ 15,000.00 $ 15,000.00 0.0% $ 15,000.00 $ $ 140,000.00 $ 140,000.00 466.6% $ 26,400.00 $ $ 54,600.00 $ 54,600.00 918.1% $ 34,000.00 $ $ 16.00 $ 48,480.00 190.6% $ 14.00 $ $ 25.00 $ 70,750.00 51.4% $ 2.60 $ $ 16.00 $ 76,960.00 -27.3% $ 34.00 $ $ 60.00 $ 178,800.00 -29.2% $ 71.00 $ $ 223.00 $ 8,920.00 15.7% $ 450.00 $ $ 10.00 $ 183,400.00 28.6% $ 11.00 $ $ 17,300.00 $ 17,300.00 187.1% $ 140,200.00 $ $ 1200 $ 49,440.00 -63.7% $ 32.00 $ $ 22.00 $ 77,000.00 -11.2% $ 25.00 $ $ 25.00 $ 15,000.00 -43.2% $ 41.00 $ $ 50.00 $ 42,500.00 13.5% $ 41.00 $ $ 146.00 $ 4,672.00 104.0% $ 100.00 $ $ 29,000.00 $ 29,000.00 -78.0% $ 30,200.00 $ $ 31,000.00 $ 31,000.00 -47.3% $ 89,300.00 $ $ 10,800.00 $ 10,800.00 -85.6% $ 149,100.00 $ $ 10,600.00 $ 10,600.00 -89.0% $ 117,300.00 $ --------.. Variance·. Bidder 4: SKANSKA It ~-Base Price Unit/Price i 101,200.00 128.5% $ 150,000.00 626,900.00 183.1% $ 200,000.00 131,700.00 34.1% $ 120,000.00 30,200.00 16.9% $ 10,000.00 30,200.00 270.6% $ 50,000.00 10_1,200 00 95.1% $ 55,000.00 77,400.00 807.0% $ 10,000.00 101,200.00 2197.7% $ 15,000.00 12,200.00 58.4% $ 100,000.00 25,800.00 36.8% $ 25,000.00 135,600.00 67.6% $ 120,000.00 10,300.00 -82.1% $ 200.00 77,400.00 365.5% $ 50,000.00 518,000.00 61.3% $ 600,000.00 15,000.00 0.0% $ 15,000.00 26,400.00 6.9% $ 300,000.00 34,000.00 534.0% $ 15,000.00 42,420.00 154.3% $ 30.00 7,358.00 -84.3% $ 1.00 163,540.00 54.4% $ 25.00 211,580.00 -16.3% $ 95.00 18,000.00 133.5% $ 365.00 201,740.00 41.5% $ 5.00 140,200.00 2226.6% $ 25,000.00 131,840.00 -3.1% $ 20.00 87,500.00 0.9% $ 15.00 24,600.00 -6.9% $ 45.00 34,850.00 -6.9% $ 35.00 3,200.00 39.7% $ 100.00 30,200.00 -77.1% $ 300,000.00 89,300.00 51.9% $ 50,000.00 149,100.00 98.7% $ 135,000.00 117,300.00 21.3% $ 120,000.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ RCTC Agreement No. 13-33-049-00 ' Varfail'G!l. '"<~¥ cc ccci::> Base Price Sidde/~f .. 150,000.00 238.6% 200,000.00 -9.7%! 120,000.00 22.2% 10,000.00 -61.3% 50,000.00 513.6% 55,000.00 6.0% 10,000.00 17.2% 15,000.00 2406%i 100,000.00 1198.1% 25,000.00 32.6% 120,000.00 48.3% 200.00 -99.7% 50,000.00 200.7% 600,000.00 86.8% 15,000.00 0.0% 300,000.00 1114.2% 15,000.00 179.7% 90,900.00 444.9% 2,830.00 -93.9% 120,250.00 13.5% 283,100.00 12.0% 14,600.00 89.4% 91,700.00 -35.7% 25,000.00 314.9% 82,400.00 -39.5% 52,500.00 -39.5% 27,000.00 2.2% 29,750.00 -20.5% 3,200.00 39.7% 300,000.00 127.9% --50,000.00 -14.9% 135,000.00 79.9% 120,000.00 24_:~ Input By; ____,D,J,____ __ Check By; LB RCTC Perris Valley Line BID RESULTS &:noii~E!Ei?s EstimatE!;< •r'•iiWJIIi:ii:. ·;,p: < · .. · Bidd~r:i't ··~es-Ctihs!fuction ··Variance Bid Form Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price B.idder 1 12-18-12 ~f>· ~ 2C.32A Sanitary Seweraqe Utilities 1 LS LUMP SUM $ 21,109 $ 15,000.00 $ 15,000.00 -28.9% Storm Drainage System 2C.33 Storm Drainage Utilities 1 LS LUMP SUM $ 72,336 $ 70,000.00 $ 70,000.00 -3.2% 2C.34 Storm Drainage Retention Areas [NOT IN 1 LS LUMP SUM $ $ 12,000.00 $ 12,000.00 CONTRACT] Division 34 -Transportation Railway Signaling and Control Equipment (See Schedule 4) Railway Communications (See Schedule 4) Pedestrian Crossing 2C.35 Pedestrian Crossing at 2nd Street 1 LS LUMP SUM $ 57,641 $ 100,000.00 $ 100,000.00 73.5% Station -Alternative Desiqn Option 2C 2C.36 Station 2C Parking Lot Addition (Limits as indicated 1 LS LUMP SUM $ 249,052 $ 270,000.00 $ 270,000.00 8.4% on Drawings). Lump Sum price amount is additive. Total Base Price -Schedule 2C $ 2,640,319 $ 3,870,250.00 3247.8% Page 11 ~of 18 Bidder 2 • Granite Consltuction GiO'tl'IPan¥ : Variance Bidder3 • sema :;, .. , .. · Unit/Price Base Price Bidder.2 Unit/Price $ 14,300.00 $ 14,300.00 -32.3% $ 103,300.00 $ $ 74,900.00 $ 74,900.00 3.5% $ 151,900.00 $ $ 4,870.00 $ 4,870.00 $ 148,800.00 $ $ 6,200.00 $ 6,200.00 -89.2% $ 53,600.00 $ $ 235,000.00 $ 235,000.00 -5.6% $ 274,200.00 $ $ 3,074,032.00 1477.5% $ /' Variance · __ .-. ' ~j , ... ~\:>',;'. Base Price ,Bidder3 103,300.00 389.4% 151,900.00 1100% 148,800.00 53,600.00 -7.0% 274,200.00 10.1% 4,239,228.00 ----RCTC Agreement No. 13-33-049-00 Bidder 4 • SKAN$KA ?<(t <-••· .. ·"·'"' !tt::; ~sliahce Unit/Price Base Price r*~~:~~~~ $ 20,000.00 $ 20,000.00 -5.3% $ 50,000.00 $ 50,000.00 -30.9% $ 10,000.00 $ 10,000.00 $ 20,000.00 $ 20,000.00 -65.3% $ 140,000.00 $ 140,000.00 -43.8% $ 3,503,430.00 32.7% Input By: ___.,D"'-J __ _ Check By: LB ~-----------------------------------------------------------------------------------------------------------------------------------------·-- RCTC Perris Valley Line BID RESULTS Engine~ Estimate . ' ''.<.:11~11< . Vi. BJ~i!!ifi!:l\;;U~ines Constructiorlc;< · · Varia nee Bid Form i• ;i, I> . Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price I' Bidder 2: ... 12-18-12 c ?<; . , SCHEDULE2D Division 02 -Existing Conditions 2D.01 Selective Site Demolition -General 1 LS LUMP SUM $ 4,310 $ 10,000.00 $ 10,000.00 132.0% Division 03 -Concrete 2D.02 Cast-in-Place Concrete 1 LS LUMP SUM $ 441,284 $ 300,000.00 $ 300,000.00 -32.0% Division 04-Masonry 2D.03 Concrete Unit Masonry 1 LS LUMP SUM $ 38,770 $ 60,000.00 $ 60,000.00 54.8% Division 05 -Metals 2D.04 Structural Steel FraminQ 1 LS LUMP SUM $ 136,504 $ 130,000.00 $ 130,000.00 -4.8% 2D.05 Metal RailinQs 1 LS LUMP SUM $ 66,793 $ 80,000.00 $ 80,000.00 19.8% 2D.06 Miscellaneous Metal Fabrications-Bollards 1 LS LUMP SUM $ 45,035 $ 15,000.00 $ 15,000.00 -66.7% Division 07 -Thermal and Moisture Protection 2D.07 Metal Roof Panels 1 LS LUMP SUM $ 93,817 $ 70,000.00 $ 70,000.00 -25.4% Division 08 -Ooeninos 2D.08 Hollow Metal Doors and Frames 1 LS LUMP SUM $ 7,543 $ 5,000 QO $ 5,000.00 -33.7% 2D.09 Overhead CoilinQ Doors 1 LS LUMP SUM $ 4,404 $ 5,000.00 $ 5,000.00 13.5% Division 09 -Finishes 2D.10 Graffiti Resistant CoatinQs 1 LS LUMP SUM $ 5,578 $ 95,000.00 $ 95,000.00 1603.1% Division 10-Specialties 2D.11 Signage 1 LS LUMP SUM $ 16,788 $ 10,000.00 $ 10,000.00 -40.4% 2D.12 WayfindinQ SiQnaQe 1 LS LUMP SUM $ 143,863 $ 180,000.00 $ 180,000.00 25.1% -· Division 12-Furnishings 2D.13 Site Furnishings 1 r---LS LUMP SUM $ 57,720 $ 45,000.00 $ 45,000.00 -22.0% Division 22 -Plumbing --·-2D.14 Plumbing 1 LS LUMP SUM $ 363,058 $ 500,000.00 $ 500,000.00 37.7% --··-Division 26 -Electrical 2D.15 Electrical 1 LS LUMP SUM $ 1,292,681 $ 1 ,500,000.00 $ 1,500,000.00 16.0% 2D.16 Transformer by utility company, allowance 1 Allowance $15,000 $ 15,000 $ 15,000.00 $ 15,000.00 0.0% --Division 27 -Communications 2D.17 Communication Systems 1 LS LUMP SUM $ 11,011 $ 230,000.00 $ 230,000.00 1988.8% Division 31 -Earthwork 2D.18 Site clearing 1 LS LUMP SUM $ 18,637 $ 120,000.00 $ 120,000.00 543.9% 2D.19 Unclassified excavation 3,150 CY $5.51 $ 17,342 $ 3.00 $ 9,450.00 -45.5% 2D.20 Backfill, Fill and Compaction 27,670 CY $16.52 $ 457,015 $ 4.00 $ 110,680.00 -75.8% 2D.20A Soil Cement 16,400 CY $22.02 $ 361,163 $ 20.00 $ 328,000.00 -9.2% Division 32 -Exterior Improvements Paving 20.21 Not Used 2D.21A Asphalt Concrete Pavement (ACP) 9,640 CY $85.00 $ 819,355 $ 75.00 $ 723,000.00 -11.8% 2D.22 PCC Pavement 550 CY $192.69 $ 105,982 $ 220.00 $ 121,000.00 14.2% .. 2D.23 PCC Sidewalk 23,410 SF $7.71 $ 180,438 $ 8.50 $ 198,985.00 10.3% 2D.23A Curb Ramp Including Tactile Warning Surface 1 LS LUMP SUM $ 4,239 $ 15,000.00 $ 15,000 0()_ 253.8% 20.24 Curb and Gutter, Type A-8 4,060 LF $33 03 $ 134,115 $ 21 00 $ 85,260.00 -36.4% 20.25 Curb TypeD 5,500 LF $24.77 $ 136,262 $ 18.00 $ --~0000()_ -27.3% 2D.26 Concrete Cross Gutter (1 0" Wide) 5,280 LF $44.04 $ 232,554 $ 55.00 $ 290,400.00 24.9% -·-~-20.27 Longitudinal Gutter (4' Wide) 2,360 LF $44.04 $ 103,945 $ 28.00 $ 66,080.00 -36.4% 2D.28 Precast wheel stop including dowels 360 EA $71.57 $ 25,766 $ 60.00 $ 21,600.00 -16.2% --.. -Fences and Gates 2D.29 Fences and Gates 1 LS LUMP SUM $ 13,764 $ 40,000.00 $ 40,000.00 190.6% ~Q30 Chainlink Fencing 1 LS LUMP SUM $ 1,982 $ 10,000.00 $ 10,000.00 404.5% Pavement Strioino 2D.31 Pavement stripinQ and markings 1 LS LUMP SUM $ 75,950 $ 100,000.00 $ 100,000.00 31.7% Irrigation & Planting 20.32 lrrioation System -Domestic Water 1 LS LUMP SUM $ 169,675 $ 2,500.00 $ 2,500.00 -98.5% Page11f::of 18 Bidder 2>.,::!Sra.nitEtiConstruclion·Cornoanv••':' Variance Bidder'iS:.:sema Unit/Price Base Price Bidd~[2 Unit/Price .. $ 1,000.00 $ 1,000 00 -76.8% $ 53,600.00 $ 700,000.00 $ 700,000.00 58.6% $ 499,500.00 $ 73,900.00 $ 73,900.00 90.6% $ 84,000.00 $ 101,000.00 $ 101,000.00 -26.0% $ 148,800.00 $ 15,000.00 $ 15,000.00 -77.5% $ 30,200.00 $ 31,600.00 $ 31,600.00 -29.8% $ 30,200.00 $ 114,000.00 $ 114,000.00 21.5% $ 148,800.00 $ 2,860.00 $ 2,860.00 -62.1% $ 148,800.00 .... $ 4,300.00 $ 4,300.00 -2.4% $ 142,900.00 -$ 31 '100.00 $ 31 '100.00 457.5% $ 15,200.00 $ 700.00 $ 700.00 -95.8% $ 24,500.00 $ 157,000.00 $ 157,000.00 9.1% $ 259,600.00 $ 34,300.00 $ 34,300.00 -40.6% $ 42,100.00 $ 404,000.00 $ 404,000.00 11.3% $ 297,700.00 $ 1,500,000.00 $ 1,500,000.00 16.0% $ 1,866,500.00 $ 15,000.00 $ 15,000.00 0.0% $ 15,000.00 $ 204,000.00 $ 204,000.00 1752.7% $ 104,300.00 $ 154,000.00 $ 154,000.00 726.3% $ 273,800.00 $ 25.00 $ 78,750.00 354.1% $ 32.00 $ 5.00 $ 138,350.00 -69.7% $ 9.00 $ 16.00 $ 262,400.00 -27.3% $ 32.00 -$ 90.00 $ 867,600.00 5.9% $ 71.00 $ 250.00 $ 137,500.00 29.7% $ 330.00 -~-· $ 10.00 $ 234,100.00 29.7% $ 11.00 $ 52,500.00 $ 52,500.00 1138.4% $ 140,200.00 ----$ 12.00 $ 48,720.00 -63.7% $ 32.00 $ 25.00 $ 137,500.00 0.9% _$ 25.00 $ 40.00 $ 211,200.00 -9.2% $ 41.00 $ 18.00 $ 42,480.00 -59.1% $ 41.00 $ 100 00 $ 36,000.00 39.7% $ 76.00 $ 1 0, OOO~Q_Q_ _$ 10,000.00 -27.3% _$ 30,200.00 $ 1,500.00 $ 1,500.00 -24.3% $ 30,200.00 $ 35,400.00 $ 35,400.00 -53.4% $ 89,300.00 $ 100.00 $ 100 00 -99.9% $ 1,200.00 ;.•c' '" Variance BJddi§t'A:'ifSKANSKA Base Price li~rr .· :·~ .... Unit/Price $ 53,600.00 1143.7% $ 15,000.00 $ 499,500.00 13.2% $ 550,000.00 $ 84,000.00 116.7% $ 75,000.00 $ 148,800.00 9.0% $ 215,000.00 $ 30,200.00 -54.8% $ 15,000.00 $ 30,200.00 -32.9% $ 200.00 $ 148,800.00 58.6% $ 165,000.00 $ 148,800.00 1872.8% $ 10,000.00 $ 142,900.00 3144.5% $ 15,000.00 $ 15,200.00 172.5% $ 100,000.00 $ 24,500.00 45.9% $ 25,000.00 $ 259,600.00 80.4% $ 250,000.00 $ 42,100.00 -27.1% $ 120,000.00 $ 297,700.00 -18.0% $ 450,000.00 $ 1,866,500.00 44.4% $ 2,500,000.00 $ 15,000.00 0.0% $ 15,000.00 $ 104,300.00 847.2% $ 365,000.00 $ 273,800.00 1369.1% $ 15,000.00 $ 100,800.00 481.2% $ 120.00 $ 249,030.00 -45.5% $ 2.00 $ 524,800.00 45.3% $ 25.00 $ 684,440.00 -16.5% $ 95.00 $ 181,500.00 71.3% $ 365.00 $ 257,510.00 42.7% $ 5.00 $ 140,200.00 3207.2% $ 50,000.00 $_ -129,920.00 -3.1% $ 20.00 $ 137,500 00 0.9% $ 15.00 ~---21_6,480 00 -6.9% $ 55.00 $ 96,760.00 -6.9% $ 35.00 $ 27,360.00 6.2% $ 100.00 $ 30,200.00 119.4% $ 50,000.00 $ 30,200.00 1423.7% $ 10,000.00 $ 89,300.00 17.6% $ 100,000.00 $ 1,200.00 -99.3% $ 500.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ RCTC Agreement No. 13-33-049-00 ,•.··' AN'tf'i"!i . Variance Base Price ll·~ 15,000.00 248.1% 550,000.00 24.6% 75,000.00 93.4% 215,000.00 57.5% 15,000.00 -77.5% 200.00 -99.6% 165,000.00 75.9% 10,000.00 32.6% 15,000.00 240.6% 100,000.00 1692.7% 25,000.00 48.9% 250,000.00 73.8% 120,000.00 107.9% 450,000.00 23.9% 2,500,000.00 93.4% 15,000.00 0.0% 365,000.00 3214.8% 15,000.00 -19.5% 378,000.00 2079.6% 55,340.00 -87.9% 410,000.00 13.5% 915,800.00 11.8% 200,750.00 89.4% 117,050.00 -35.1% 50,000.00 1079.5% 81,200.00 -3~~ 82,500.00 -39.5% 290,400.00 24.9% 82,600.00 -20.5% 36,000.00 39.7% 50,000.00 263.3% 10,000.00 404.5% 100,000.00 31.7% 500.00 -99.7% Input By: ~D=J,__ __ _ Check By: LB RCTC Perris Valley Line BID RESULTS Engineer's Estimate ' :''''(< · ·<';'I!L . ;,' · .o:f,i; 6iPder1·AmesConstructioh ·· .·· ,. Valiance Bid Form .. J··· Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price Bidder 1 12-18-12 : 2D.33 Irrigation System -Recycled Water 1 LS LUMP SUM $ 176,408 $ 450,000.00 $ 450,000.00 155.1% 2D.34 Landscape Planting 1 LS LUMP SUM $ 680,225 $ 250,000.00 $ 250,000.00 -63.2% Division 33 • Utilities Sanitary Sewerage System 2D.34A Sanitary Sewerage Utilities 1 LS LUMP SUM $ 12,605 $ 20,000.00 $ 20,000.00 58.7% Storm Drainage System 2D.35 Storm Drainage Utilities 1 LS LUMP SUM $ 34,763 $ 220,000.00 $ 220,000.00 532.9% Division 34 • Transportation Railway Signaling and Control Equipment (See Schedule4) Railway Communications (See Schedule 4) Traffic Siqnals 2D.36 Bonnie Dr at Mapes Rd 1 LS LUMP SUM $ 191,274 $ 110,000.00 $ 110,000.00 -42.5% 2D.37 Bonnie Dr at SB 1-215 off ramp 1 LS LUMP SUM $ 191,274 $ 150,000.00 $ 150,000.00 -21.6% Station -Alternative Design Option 2D 2D.38 Station 2D Parking Lot Addition (Limits as indicated 1 LS LUMP SUM $ 444,638 $ 650,000.00 $ 650,000.00 46.2% on Drawings). Lump Sum price amount is additive. Total Base Price -Schedule 2D $ 7,333,533 $ 7,440,955.00 Page11~of 18 Bidder2 • Granite Construction Comt>anv Variance Bidder 3 -Serni'\'X;i' ' • · > , Unit/Price Base Price Biz!~¥~ Unit/Price Base Price i'+:i,'\, $ 21,000 00 $ 21,000.00 -88.1% $ 466,700.00 $ 466,700.00 $ 92,000.00 $ 92,000.00 -86.5% $ 697,600.00 $ 697,600.00 $ 54,900.00 $ 54,900.00 335.5% $ 30,400.00 $ 30,400.00 $ 500,000.00 $ 500,000.00 1338.3% $ 60,800.00 $ 60,800.00 $ 85,000.00 $ 85,000.00 -55.6% $ 297,700.00 $ 297,700.00 $ 189,000.00 $ 189,000.00 -1.2% $ 297,700.00 $ 297,700.00 $ 330,000.00 $ 330,000.00 -25.8% $ 455,300.00 $ 455,300.00 $ 7,109,760.00 $ 9,388,900.00 vanance'' Biddji::4'&eSKANSKA. :;,;,!.:;.}( ;~;: ''~{f~ Unit/Price 164.6% $ 425,000.00 $ 2.6% $ 800,000.00 $ 141.2% $ 30,000.00 $ 74.9% $ 15,000.00 $ 55.6% $ 160,000.00 $ 55.6% $ 250,000.00 $ 2.4% $ 375,000.00 $ $ RCTC Agreement No. 13-33-049-00 ,,.~ atiahcei:i;c . ,,,. ' . Base Price Biddet4 -:~:~I[~:~-425,000.00 140.9% 800,000.00 17.6% 30,000.00 138.0% 15,000.00 -56.9% 160,000.00 -16.4% 250,000.00 30.7% 375,000.00 -15.7% 9,815,340.00 Input By: __,D""J._ __ _ Check By: LB RCTC Perris Valley Line BID RESULTS el!Q't@eef's Estimlilte ':: -· · ':":·:.· Sl.r 1; Ames,Cotistft!!Ction ·>'iit@l variance it-. Bid Form li • Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price Bidder!itr• ,,,'':i>' 12-18-12 I• SCHEDULE 3 Division 02 -ExistinQ Conditions 3.01 Selective Site Demolition -General 1 LS LUMP SUM $ 110 $ 60,000.00 $ 60,000.00 54390.6% Division 03 -Concrete 3.02 Cast-in-Place Concrete 1 LS LUMP SUM $ 267,347 $ 250,000.00 $ 250,000.00 -6.5% Division 04 • Masonry 3.03 Concrete Unit Masonry 1 LS LUMP SUM $ 117,202 $ 160,000.00 $ 160,000.00 36.5% Division 05 -Metals 3.04 Structural Steel FraminQ 1 LS LUMP SUM $ 20,326 $ 35,000.00 $ 35,000.00 72.2% 3.05 Metal RailinQs 1 LS LUMP SUM $ 1,082,161 $ 125,000.00 $ 125,000.00 -88.4% 3.06 Miscellaneous Metal Fabrications -Bollards 1 LS LUMP SUM $ 42,613 $ 50,000.00 $ 50,000.00 17.3% Division 07 -Thermal and Moisture Protection 3.07 Metal Roof Panels 1 LS LUMP SUM $ 136,000 $ 45,000.00 $ 45,000.00 -66.9% Division 08 -Openings 3.08 Hollow Metal Doors and Frames 1 LS LUMP SUM $ 27,307 $ 5,000.00 $ 5,000.00 -81.7% 3.09 Overhead CoilinQ Doors 1 LS LUMP SUM $ 4,310 $ 5,000.00 $ 5,000.00 16.0% Division 10 -S!)ecialties 3.10 Signage 1 LS LUMP SUM $ 2,533 $ 10,000.00 $ 10,000.00 294.9% Division 13 -S!)ecial Construction 3.11 Modular Buildin_g_ 1 LS LUMP SUM $ 210,315 $ 700,000.00 $ 700,000.00 232.8% Division 14-Conveying Equipment 3.12 Vertical Wheelchair Lift 1 LS LUMP SUM $ 15,047 $ 80,000.00 $ 80,000.00 431.7% ~i3 Division 22 -Plumbing Plumbing 1 LS LUMP SUM $ 685,618 $ 1,300,000.00 $ 1,300,000.00 89.6% 3.14 Sump PumQ System (SP1 and SP2) 2 EA $4,954.98 $ 9,910 $ 16,000.00 $ 32,000.00 222.9% 3.15 Sump Pump System (SP3, SP4 & SP5l 3 EA $4,954.98 $ 14,865 $ 16,000.00 $ 48,000.00 222.9% 3.16 Compressed Air System 1 LS LUMP SUM $ 202,516 $ 200,000.00 $ 200,000.00 -1.2% Division 26 -Electrical 3.17 Electrical 1 LS LUMP SUM $ 1,096,014 $ 2,000,000.00 $ 2,000,000.00 82.5% Division 27 -Communications 3.18 Communication Systems 1 LS LUMP SUM $ 5,506 $ 175,000.00 $ 175,000.00 3078.6% Division 31 -Earthwork Site Clearing, Unclassified Excavation and Backfill, Fill and Compaction included under Earthwork bid items under Schedule 2D 3.18A Soil Cement 8,090 CY $22.02 $ 178,159 $ 20.00 $ 161,800.00 -9.2% 3.18B Soil Cement [Private Drive] 6,100 CY $22.02 $ 134,335 $ 20.00 $ 122,000.00 -9.2% Division 32 • Exterior Improvements PavinQ 3.19 Not Used 3.20 Asphalt Concrete Pav()ment (ACP) 4,030 Ton $84.79 $ 341,685 $ 75.00 $ 302,250.00 -11.5% 3.20A Asphalt Concrete Pavement (ACP) [Private Drive] 3,840 Ton $84.79 $ 325,575 $ 75.00 $ 288,000.00 -11.5% ---3.21 PCC Pavement 850 CY $192.69 $ 163,790 $ 200.00 $ 170,000.00 3.8% 3.22 Curb TypeD 180 LF $24.22 $ 4,360 $ 32.00 $ 5,760.00 32.1% 3.23 Longitudinal Gutter (4' Wide) 2,910 LF $44.04 $ 128,169 $ 28.00 $ 81,480.00 -36.4% ···-· 3.24 Precast wheel stop including dowels 20 EA $60.56 $ 1,211 $ 60.00 $ 1,200.00 -0.9% Fences and Gates 3.25 Fences and Gates 1 LS LUMP SUM $ 3,248 $ 65,000.00 $ 65,000.00 1901.1% 3.26 Chainlink Fencing 1 LS LUMP SUM $ 4,310 $ 10,000.00 $ 10,000.00 --132.0% Pavement StripinQ 3.27 Pavement striping and markings ___ 1 LS LUMP SUM $ 21,824 $ 5,000.00 $ 5,000.00 -77.1% Irrigation & Planting 3.28 Irrigation System -Domestic Water I 1 LS LUMP SUM $ 16,899 $ 2,500.00 $ 2,500.00 -85.2% 3.29 Irrigation System -Recycled Water 1 LS LUMP SUM $ 94,800 $ 80,000.00 $ 80,000.00 -15.6% Page114ff 18 131aiter 2• Granite Construction Company .. · Vai:faoce BidderS ,;Sema ._<s >: :•r Unit/Price Base Price Bidder2• Unit/Price ·-· : ' ,.;~]:; $ 49,000.00 $ 49,000.00 44400.6% $ 297,700.00 $ $ 900,000.00 $ 900,000.00 236.6% $ 393,900.00 $ $ 72,500.00 $ 72,500.00 -38.1% $ 98,600.00 $ $ 23,900.00 $ 23,900.00 17.6% $ 101,200.00 $ $ 25,700.00 $ 25,700.00 -97.6% $ 30,200.00 $ $ 61,500.00 $ 61,500.00 44.3% $ 30,200.00 $ $ 24,200.00 $ 24,200.00 -82.2% $ 77,400.00 $ $ 3,660.00 $ 3,660.00 -86.6% $ 101_.200.00 $ $ 5,300.00 $ 5,300.00 23.0% $ 101,200.00 $ $ 600.00 $ 600.00 -76.3% $ 36,900.00 $ $ 550,000.00 $ 550,000.00 161.5% $ 535,800.00 $ $ 14,600.00 $ 14,600.00 -30% $ 77,400.00 $ --$ 1,500,000.00 $ 1,500,000.00 118.8% $ 178,600.00 $ $ 51,300.00 $ 102,600.00 935.3% $ 65,700.00 $ $ 41,400.00 $ 124,200.00 735.5% $ 52,500.00 $ $ 214,000.00 $ 214,000.00 5.7% $ 415,500.00 $ $ 214,000.00 $ 214,000.00 -80.5% $ 1,398,600.00 $ $ 158,000.00 $ 158,000.00 2769.8% $ 59,500.00 $ $ 15.00 $ 121,350.00 -31.9% $ 34.00 $ $ 15.00 $ 91,500.00 -31.9% $ 34.00 $ $ 81.00 $ 326,430.00 -4.5% $ 71.00 $ ·---$ 90.00 $ 345,600.00 6.2% $ 71.00 $ $ 140.00 $ 119,000.00 -27.3% _$ 320.00 $ $ 25.00 $ 4,500.00 3.2% $ 25.00 $ $ 20.00 $ 58,200.00 -54.6% -~ 41.00 $ $ 100.00 $ 2,000.00 65.1% $ 100 00 $ --$ 4,000.00 $ 4,000.00 23.1% $ 30,200.00 $ $ 1,000.00 $ 1,000.00 -76.8% $ 30,200.00 $ ------·---$ 19,100.00 $ 19,100.00 -12.5% $ 89,300.00 $ $ 100.00 $ 100.00 -99.4% $ 633,700.00 $ $ 27,900.00 $ 27,900.00 -70.6% $ 52,300.00 $ -.-s:\f:i!f Variance Bidder 4 • SKANSKA Base Price Bidder3 Unit/Price ( ,;;}: . ./ 297,700.00 270264.2% $ 15,000.00 393,900.00 47.3% $ 1,200,000.00 98,600.00 -15.9% $ 80,000.00 101,200.00 397.9% $ 25,000.00 30,200.00 -97.2% $ 45,000.00 30,200.00 -29.1% $ 200.00 77,400.00 -43.1% $ 500,000.00 101,200.00 270.6% $ 20,000.00 101,200.00 2248.2% $ 15,000.00 36,900.00 1357.0% $ 10,000.00 535,800.00 154.8% $ 850,000.00 77,400.00 414.4% $ 35,000.00 178,600.00 -74.0% $ 1,500,000.00 131,400.00 1225.9% $ 150,000.00 157,500.00 959.5% $ 350,000.00 415,500.00 105.2% $ 450,000.00 1,398,600.00 27.6% $ 255,000.00 59,500.00 980.7% $ 310,000.00 275,060.00 54.4% $ 25.00 207,400.00 54.4% $ 25.00 286,130.00 -16.3% $ 100.00 272,640.00 -16.3% $ 90.00 27~,000 00 66.1% $ 365.00 _'!,500 00 3.2% $ 20.00 __ 119,31 0.00 -6.9% $ 35.00 --·-2,000.00 65.1% $ 100.00 30,?00.00 829.7% $ 75,000.00 3_0,200.00 600.8% $ 10,000.00 ---89,300.00 309.2% $ 5,000.00 633,700.00 3649.9% $ 500.00 52,300.00 -44.8% $ 75,000.00 -$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ RCTC Agreement No. 13-33-049-00 Variance Base Price Bidder4 . 15,000.00 13522.6% 1,200,000.00 348.9% 80,000.00 -31.7%. ! 25,000.00 23.0% 45,000.00 -95.8%1 200.00 -99.5% 500,000.00 267.6% 20,000.00 -268~ 15,000.00 248.1% 10,000.00 294.9% 850,000.00 304.2%1 35,000.00 132.6% 1,500,000.00 118.8% 300,000.00 2927.3% 1,050,000.00 6963.6% 450,000.00 122.2% 255,000.00 -76.7% 310,000.00 5530.7% 202,250.00 13.5% 152,500.00 13.5% 403,000.00 17.9% 345,600.00 6.2% 310,250.00 89.4% 3,600.00 -17.4% 10_1_,_850 00 -20.5% 2,000.00 65.1% -·---75,000.00 2208.9% 1 O,OD_QJJQ__ _132.0% 5,000.00 -~ZJ."[c> --500.00 -97.0% 75,000.00 -20.9% Input By: ~D=-J __ _ Check By: LB RCTC Perris Valley Line BID RESULTS EngineEi'f::s'E!itii:nate., r Bidi:lat l+ Ames Construction .. ,:;s<:,''•: Variance Bid Form siddera;;;:· Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price 12-18-12 01:1,:. 3.30 Landscape Planting 1 LS LUMP SUM $ 593,266 $ 45,000.00 $ 45,000.00 -92.4% Division 33 -Utilities Sanitary Sewera11e System 3.31 Sanitary Sewerage Utilities 1 LS LUMP SUM $ 124,896 $ 170,000.00 $ 170,000.00 36.1% Underdrains 3.32 Underdrains 1 LS LUMP SUM $ 287,844 $ 100,000.00 $ 100,000.00 -65.3% Storm Drainage System 3.33 Storm DrainaQe Utilities 1 LS LUMP SUM $ 926,382 $ 750,000.00 $ 750,000.00 -19.0% Division 34 -Transportation Trackwork 3.34 Sub-Ballast 1,680 CY $49.55 $ 83,244 $ 40.00 $ 67,200.00 -19.3% 3.35 Construct New Yard Track (Layover Facility) 5,540 TF $243.11 $ 1,346,853 $ 240.00 $ 1,329,600.00 -1.3% 3.36 Construct #8 Turnout (Layover Facility) 2 EA $126,627.37 $ 253,255 $ 140,000.00 $ 280,000.00 10.6% 3.37 Construct Double Switch Point Derail (Layover 1 EA $66,066 $ 66,066 $ 60,000.00 $ 60,000.00 -9.2% Facility) 3.38 Construct Insulated Joint (Layover Facility) 3 PR $6,166.20 $ 18,499 $ 5,000.00 $ 15,000.00 -18.9% 3.39 Construct Bumping Post (Layover Facility) 3 EA $16,296.39 $ 48,889 $ 10,000.00 $ 30,000.00 -38.6% 3.40 Fiber Glass Track Collector Pans 1 LS LUMP SUM $ 112,577 $ 90,000.00 $ 90,000.00 -20.1% Stone Revetment 3.41 Stone Revetment-Riprap Type I (3.3' Thick) 170 SF $13.41 $ 2,281 $ 12.00 $ 2,040.00 -10.5% Division 41 -Material Processing and Handling Equipment 3.42 Storage containers 1 LS LUMP SUM $ 15,636 $ 70,000.00 $ 70,000.00 347.7% Division 44 -Pollution Control Equipment 3.43 Oil-Water Separator System 1 LS LUMP SUM $ 115,641 $ 80,000.00 $ 80,000.00 -30.8% Total Base Price • Schedule 3 $ 9,353,392 $ 9,663,830.00 Page1116of 18 Bidder 2 • Gfanit!!: Coostruc!iohComoariy,Ji,, Var!ance . '] Biddef.3 .• :$fua .· Unit/Price Base Price ,•s' Unit/Price .. · :'· $ 13,700.00 $ 13,700.00 -97.7% $ 60,100.00 $ $ 114,000.00 $ 114,000.00 -8.7% $ 546,800.00 $ $ 111,000.00 $ 111,000.00 -61.4% $ 237,100.00 $ $ 232,000.00 $ 232,000.00 -75.0% $ 297,700.00 $ $ 46.00 $ 77,280.00 -7.2% $ 400.00 $ $ 250.00 $ 1,385,000.00 2.8% $ 110.00 $ $ 147,000.00 $ 294,000.00 16.1% $ 20,500.00 $ $ 67,600.00 $ 67,600.00 2.3% $ 6,200.00 $ $ 10,300.00 $ 30,900.00 67.0% $ 2,100.00 $ $ 8,500.00 $ 25,500.00 -47.8% $ 1,100.00 $ $ 93,500.00 $ 93,500.00 -16.9% $ 13,300.00 $ $ 21.00 $ 3,570.00 56.5% $ 18.00 $ $ 17,100.00 $ 17,100.00 9.4% $ 83,700.00 $ $ 53,300.00 $ 53,300.00 -53.9% $ 86,900.00 $ -$ 7,682,890.00 $ .:J~)Jt::':'h:;:::.:..O: variance Bidder 4<?i$.KANSKA · · Base Price ~;~~:~1;>;: Unit/Price 1···;.· ' 60,100.00 -89.9% $ 50,000.00 $ 546,800.00 337.8% $ 170,000.00 $ 237,100.00 -17.6% $ 200,000.00 $ 297,700.00 -67.9% $ 100,000.00 $ 672,000.00 707.3% $ 55.00 $ 609,400.00 -54.8% $ 240.00 $ 41,000.00 -83.8% $ 125,000.00 $ 6,200.00 -90.6% $ 125,000.00 $ 6,300.00 -65.9% $ 35,000.00 $ 3,300.00 -93.3% $ 15,000.00 $ 13,300.00 -88.2% $ 120,000.00 $ -3,060.00 34.2% $ 40.00 $ 83,700.00 435.3% $ 10,000.00 $ --86,900.00 -24.9% $ 100,000.00 $ 9,164,400.00 $ RCTC Agreement No. 13-33-049-00 Variance Base Price is~~~~r4 · .. · 50,000.00 -91.6% 170,000.00 36.1% 200,000.00 -30.5% 100,000.00 -89.2% 92,400.00 11.0% 1,329,600.00 -1.3% 250,000.00 -1.3% 125,000.00 89.2% 105,000.00 467.6% 45,000.00 -8.0% 120,000.00 6.6% 6,800.00 198.2% 10,000.00 -36.0% 100,000.00 -13.5% 11,050,550.00 Input By: ___JD,J,__ __ _ Check By: _...L=B'----I RCTC Perris Valley Line BID RESULTS Engineer'J> f1.Sl1mate ' !i>:'~llf:i;{ Bidder 1 -Ames Constrt(ctiOn '<>' Variance, Bid Form :~~~ Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price 12-18-12 SCHEDULE4 Division 34 -Transportation Railway Signaling and Control Equipment Note: All Railway Signaling and Control Equipment and associated work are included in each respective LS cost 4.01 Control Point-CP Citrus (MP 0.60) 1 LS LUMP SUM $ 973,064 $ 600,000.00 $ 600,000.00 -38.3% 4.02 Control Point-CP Marlborough (MP 1.44) 1 LS LUMP SUM $ 843,125 $ 600,000.00 $ 600,000.00 -28.8% 4.03 Control Point-CP Eastridge (MP 7.40) 1 LS LUMP SUM $ 1,026,345 $ 600,000.00 $ 600,000.00 -41.5% 4.04 Control Point-CP Harley (MP 12.1 0) 1 LS LUMP SUM $ 294,750 $ 350,000.00 $ 350,000.00 18.7% 4.05 Control Point-CP Nuevo (MP 16.50) 1 LS LUMP SUM $ 730,482 $ 550,000.00 $ 550,000.00 -24.7% 4.06 Control Point-CP Mapes (MP 21.00) 1 LS LUMP SUM $ 777,033 $ 600,000.00 $ 600,000.00 -22.8% 4.07 Intermediate Signal-81 (MP 8.50) 1 LS LUMP SUM $ 272,334 $ 200,000.00 $ 200,000.00 -26.6% 408 Intermediate Signal-82 (MP 8.90) 1 LS LUMP SUM $ 294,445 $ 200,000.00 $ 200,000.00 -32.1% 4.09 Intermediate Signal-101 & 102 (MP 10.50) 1 LS LUMP SUM $ 213,144 $ 150,000.00 $ 150,000.00 -29.6% 4.10 Intermediate Signal-141 & 142 (MP 14.40) 1 LS LUMP SUM $ 221,141 $ 150,000.00 $ 150,000.00 -32.2% 4.11 Intermediate Signal-201 & 202 (MP 20.08) 1 LS LUMP SUM $ 307,554 $ 220,000.00 $ 220,000.00 -28.5% 4.12 Leaving Signal (MP 0.75) 1 LS LUMP SUM $ 393,736 $ 250,000.00 $ 250,000.00 -36.5% 4.13 Leaving Signal (MP 0.92) 1 LS LUMP SUM $ 237,909 $ 170,000.00 $ 170,000.00 -28.5% 4.14 Leaving Signal (MP 7.17) 1 LS LUMP SUM $ 237,909 $ 170,000.00 $ 170,000.00 -28.5% 4.15 Electric Lock -Hand Throw SINitch (MP 18 99) 1 LS LUMP SUM $ 171,610 $ 170,000.00 $ 170,000.00 -0.9% 4.16 Station Case (MP 1 .42) 1 LS LUMP SUM $ 102,922 $ 80,000.00 $ 80,000.00 -22.3% 4.17 Station Case (MP 8.65) 1 LS LUMP SUM $ 96,292 $ 50,000.00 $ 50,000.00 -48.1% 4.18 Station Case (MP 20.95) 1 LS LUMP SUM $ 104,069 $ 50,000.00 $ 50,000.00 -52.0% 4.19 Crossing Warning System-Citrus Ave. (MP 0.70) 1 LS LUMP SUM $ 603,062 $ 400,000.00 $ 400,000.00 -33.7% 4.20 Crossing Warning System -Palmyrita Ave. (MP 1 LS LUMP SUM $ 581,255 $ 300,000.00 $ 300,000.00 -48.4% 1.00) 4.21 Crossing Warning System -Columbia Ave. (MP 1 LS LUMP SUM $ 642,472 $ 350,000.00 $ 350,000.00 -45.5% 1.24) -·-4.22 Crossing Warning System -Marlborough Ave. (MP 1 LS LUMP SUM $ 1.50) 636,570 $ 370,000.00 $ 370,000.00 -41.9% 4.23 Crossing Warning System -Spruce St. (MP 2.02) 1 LS LUMP SUM $ 909,506 $ 600,000.00 $ 600,000.00 -34.0% 4.24 Crossing Warning System -Blaine St. (MP 2.66) 1 LS LUMP SUM $ 1,398,662 $ 900,000.00 $ 900,000.00 -35.7% 4.25 Crossing Warning System-Mt Vernon Ave. (MP 1 LS LUMP SUM $ 3.41) 731,566 $ 450,000.00 $ 450,000.00 -38.5% 4.26 Crossing Warning System-Poarch Rd. (MP 5.02) 1 LS LUMP SUM $ 526,126 $ 300,000.00 $ 300,000.00 -43.0% 4.27 Crossing Warning System -River Crest Dr. (MP 1 LS LUMP SUM $ 561,346 $ 330,000.00 $ 330,000.00 -41.2% 7.00) 4.28 Crossing Warning System -Moreno Valley Ped (MP 1 LS LUMP SUM $ 394,013 $ 270,000.00 $ 270,000.00 -31.5% 8.63) 4.29 Crossing Warning System -San Jacinto Ave. (MP 1 LS LUMP SUM $ 998,697 $ 650,000.00 $ 650,000.00 -34.9% 18.05) 4.30 Crossing Warning System -2nd Street Ped. (MP 1 LS LUMP SUM $ 314,060 $ 270,000.00 $ 270,000.00 -14.0% 18.20) 4.31 Crossing Warning System-W. 4th St. (MP 18.34) 1 LS LUMP SUM $ 1,020,807 $ 570,000.00 $ 570,000.00 -44.2% 4.32 Crossing Warning System-W. 7th St. (MP 19.1 0) 1 LS LUMP SUM $ 638,066 $ 350,000.00 $ 350,000.00 -45.1% 4.33 Crossing Warning System -South D St. (MP 19.17) 1 LS LUMP SUM $ 621,106 $ 370,000.00 $ 370,000.00 -40.4% 4.34 Crossing Warning System -S. Perris Blvd. (MP 19.37) 1 LS LUMP SUM $ 735,858 $ 400,000.00 $ 400,000.00 -45.6% 4.35 Crossing Warning ~stem -G St. (MP 19.68) 1 LS LUMP SUM $ 854,948 $ 560,000.00 $ 560,000.00 -34.5% 4.36 Crossing Warning System-E. Ellis Ave. (MP 19.87) 1 LS LUMP SUM $ 875,776 $ 560,000.00 $ 560,000.00 -36.1% 4.37 Express Conduit, Pull Boxes and Copper Cables 1 LS LUMP SUM $ 3,944,540 _:t __ 4,500,000.00 $ 4,500,000.00 14.1% --~-----Railway Communications ·-· Note: All Communication Equipment/Shelters and associated work are included in each respective LS cost 4.38 Communications Systems-CP Citrus (MP 0.60) 1 LS LUMP SUM $ 99,828 J> 300,000.00 $ 300,000.00 200.5% 4.39 Communications Systems -Riverside Hunter Park 1 LS LUMP SUM $ 594,790 $ 1,100,000.00 $ 1,100,000.00 84.9% Station (MP 1.43) 4.40 Communications Systems -CP Marlborough (MP 1 LS LUMP SUM $ 57,170 $ 130,000.00 $ 130,000.00 127.4% 1.44) -4.41 Communications Systems-CP Eastridge (MP 7.40) 1 LS LUMP SUM $ 105,007 $ 300,000.00 $ 300,000.00 185.7% Page11~of 18 Bidder2•;(3ranite ConstrJ,Iction-Cdmpanv -,,' Variance Bidder'3 "s~maWfi'' .• , u;1· i11t Unit/Price Base Price j ::1;Bidder 2 Unit/Price Base Price ',',II,, $ 669,000.00 $ 669,000.00 -31.2% $ 792,300.00 $ 792,300.00 $ 600,000.00 $ 600,000.00 -28.8% $ 702,700.00 $ 702,700.00 $ 630,000.00 $ 630,000.00 -38.6% $ 732,100.00 $ 732,100.00 $ 282,000.00 $ 282,000.00 -4.3% $ 332,100.00 $ 332,100.00 $ 500,000.00 $ 500,000.00 -31.6% $ 564,400.00 $ 564,400.00 $ 600,000.00 $ 600,000.00 -22.8% $ 684,900.00 $ 684,900.00 $ 185,000.00 $ 185,000.00 -32.1% $ 218,600.00 $ 218,600.00 $ 201,000 00 $ 201,000.00 -31.7% $ 236,600.00 $ 236,600.00 $ 120,000.00 $ 120,000.00 -43.7% $ 146,900.00 $ 146,900.00 $ 120,000.00 $ 120,000.00 -45.7% $ 147,000.00 $ 147,000.00 $ 228,000.00 $ 228,000.00 -25.9% $ 268,300.00 $ 268,300.00 $ 209,000.00 $ 209,000.00 -46.9% $ 246,600.00 $ 246,600.00 $ 105,000.00 $ 105,000.00 -55.9% $ 164,300.00 $ 164,300.00 $ 130,000.00 $ 130,000.00 -45.4% $ 160,100.00 $ 160,100.00 $ 164,000.00 $ 164,000.00 -4.4% $ 193,600.00 $ 193,600.00 $ 59,400.00 $ 59,400.00 -42.3% $ 70,000.00 $ 70,000.00 $ 37,700.00 $ 37,700.00 -60.8% $ 44,500.00 $ 44,500.00 $ 56,400.00 $ 56,400.00 -45.8% $ 66,400.00 $ 66,400.00 $ 371,000.00 $ 371,000.00 -38.5% $ 437,800.00 $ 437,800.00 $ 320,000.00 $ 320,000.00 -44.9% $ 379,000.00 $ 379,000.00 $ 363,000.00 $ 363,000.00 -43.5% $ 427,800.00 $ 427,800.00 $ 437,000.00 $ 437,000.00 -31.4% $ 517,800.00 $ 517,800.00 $ 621,000.00 $ 621,000.00 -31.7% $ 735,400.00 $ 735,400.00 $ 1,080,000.00 $ 1,080,000.00 -22.8% $ 1,278,600.00 $ 1,278,600.00 $ 442,000.00 $ 442,000.00 -39.6% $ 524,000.00 $ 524,000.00 $ 315,000.00 $ 315,000.00 -40.1% $ 373,100.00 $ 373,100.00 $ 313,000.00 $ 313,000.00 -44.2% $ 368,800.00 $ 368,800.00 $ 252,000.00 $ 252,000.00 -36.0% $ 289,000.00 $ 289,000.00 $ 708,000.00 $ 708,000.00 -29.1% $ 839,200.00 $ 839,200.00 $ 267,000.00 $ 267,000.00 -15.0% $ 309,900.00 $ 309,900.00 $ 689,000.00 $ 689,000.00 -32.5% $ 816,200.00 $ 816,200.00 $ 388,000.00 $ 388,000.00 -39.2% $ 457,000.00 $ 457,000.00 $ 372,000.00 $ 372,000.00 -40.1% $ 438,100.00 $ 438,100.00 $ 454,000.00 $ 454,000.00 -38.3% $ 538,300.00 $ 538,300.00 $ 595,000.00 $ 595,000.00 -30.4% $ 704,500.00 $ 704,500.00 $ 573,000.00 $ 573,000.00 -34.6% $ 678,900.00 $ 678,900.00 $ 427,000.00 $ 427,000.00 -89.2% $ 506,300.00 $ 506,300.00 -· $ 80,000.00 $ 80,000.00 -19.9% $ 94,200.00 $ 94,200.00 $ 255,000.00 $ 255,000.00 -57.1% $ 300,300.00 $ 300,300.00 $ 103,000.00 $ 103,000.00 80.2% $ 121,800.00 $ 121,800.00 $ 108,300.00 $ 108,300.00 3.1% $ 80,500.00 $ 80,500.00 Variance ~~>; .taidder4-SKANSKA j'~~d!3r. Unit/Price :;' -18.6% $ 800,000.00 -16.7% $ 700,000.00 -28.7% $ 750,000.00 12.7% $ 350,000.00 -22.7% $ 565,000.00 -11.9% $ 700,000.00 -19.7% $ 220,000.00 -19.6% $ 250,000.00 -31.1% $ 150,000.00 -33.5% $ 150,000.00 -12.8% $ 270,000.00 -37.4% $ 250,000.00 -30.9% $ 165,000.00 -32.7% $ 160,000.00 12.8% $ 200,000.00 -32.0% $ 70,000.00 -53.8% $ 50,000.00 -36.2% $ 65,000.00 -27.4% $ 450,000.00 -34.8% $ 400,000.00 -33.4% $ 430,000.00 -18.7% $ 520,000.00 -19.1% $ 750,000.00 -8.6% $ 1,300,000.00 -28.4% $ 525,000.00 -29.1% $ 400,000.00 -34.3% $ 400,000.00 -26.7% $ 300,000.00 -16.0% $ 850,000.00 -1.3% $ 310,000.00 -20.0% $ 820,000.00 -28.4% $ 460,000.00 -29.5% $ 450,000.00 -26.8% $ 550,000.00 -17.6% $ 720,000.00 -22.5% $ 700,000.00 -87.2% $ 510,000.00 -5.6% $ 100,000.00 -49.5% $ 300,000.00 113.1% $ 125,000.00 -23.3% $ 80,000.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ RCTC Agreement No. 13-33-049-00 ·• Vadance il Base Price ~flder4 ·~· '' :~; 800,000.00 -17.8% 700,000.00 -17.0% 750,000.00 -26.9% 350,000.00 18.7% 565,000.00 -22.7% 700,000.00 -9.9% 220,000.00 -19.2% 250,000.00 -15.1% 150,000.00 -29.6% 150,000.00 -32.2% 270,000.00 -12.2% 250,000.00 -36.5% 165,000.00 -30.6% 160,000.00 -32.7% 200,000.00 16.5% 70,000.00 -32.0% 50,000.00 -48.1% 65,000.00 -37.5% 450,000.00 -25.4% -400,000.00 -31.2% 430,000.00 -33.1% 520,000.00 -18.3% 750,000.00 -17.5% 1,300,000.00 --7.1% 525,000.00 -28.2% 400,000.00 -24.0% 400,000.00 -28.7% 300,000.00 -23.9% 850,000.00 -14.9% 310,000.00 -1.3% 820,000.00 -19.7% 460,000.00 -27.9% 450,000.00 -27.5% 550,000.00 -25.3% 720,000.00 -15.8% 700,000.00 -20.1% -510,000.00 :8ZJJ"o. -----·--$ 100,000.00 _Ql!o. $ 300,000.00 -49.6% $ 125,000.00 118.6% $ 80,000.00 -23.8% ,_ Input By: __,D"'J'-----Check By: LB RCTC Perris Valley Line BID RESULTS Enginee£'1>'E$timate "! :\~t'J\ll'i! i;a'id(fll:(\:f\<"",t\mes Construction ',<<>:(/: Valiance ., Bid Form ')<< ;; .. );·;;'> ',', ,;·yi'' Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price Bidder1 12-18-12 .. ;J~J; ' --4A2 Communications Systems -Moreno Vy/March Field 1 LS LUMP SUM $ 708,810 $ 1,200,000,00 $ 1,200,000.00 69.3% Station (MP 8 64) 4A3 Communications Systems -CP Harley (MP 12.1 0) 1 LS LUMP SUM $ 113,316 $ 300,000.00 $ 300,000.00 164.7% 4A4 Communications Systems-CP Nuevo (MP 16.50) 1 LS LUMP SUM $ 105,007 $ 300,000.00 $ 300,000.00 185.7% 4A5 Communications Systems -Downtown Perris 1 LS LUMP SUM $ 625,895 $ 1,200,000.00 $ 1,200,000.00 91.7% Station (MP 18 30) 4A6 Communications Systems-CP Mapes (MP 21.00) 1 LS LUMP SUM $ 54,684 $ 80,000.00 $ 80,000.00 46.3% 4A7 Communications Systems-South Perris Station 1 LS LUMP SUM $ 979,487 $ 1,600,000.00 $ 1,600,000.00 63.4% I<MP 21.01) 4A8 Communications Systems -South Perris Layover 1 LS LUMP SUM $ 118,785 $ 270,000.00 $ 270,000.00 127.3% Facility (MP 21.15) 4A9 Communications Systems-East Maintenance 1 LS LUMP SUM $ $ 25,000.00 $ 25,000.00 #DIV/01 FacilityjNOT PART OF PROJECT] -4.50 Communications Systems -Santiago Peak 1 LS LUMP SUM $ 110,543 $ 90,000.00 $ 90,000.00 -18.6% Mountain Top Site 4.51 Communications Systems-Sunset Ridge Mountain 1 LS LUMP SUM $ -$ 70,000.00 $ 70,000.00 #DIV/01 Top Site [NOT PART OF PROJECT] 4.52 Communications Systems -Pomona Metrolink 1 LS LUMP SUM $ 220,222 $ 90,000.00 $ 90,000.00 -59.1% Operations Center 4.53 Fiber Optic Cable Backbone 1 LS LUMP SUM $ 2,705,505 $ 1 ,000,000.00 $ 1,000,000.00 -63.0% 4.54 Shared Use Caltrans Fiber Access Points 1 LS LUMP SUM $ 47,928 $ 90,000.00 $ 90,000.00 87.8% Total Base Price-Schedule 4 $ 30 933,274 $ 25 805 000.00 Page~hof 18 Bidder>z•, Granite construction' CbfflilanW\\ M<iria~· Bidders ~ semas -,:~'-'L~t' Unit/Price Base Price ';f:;\' ,,,; Unit/Price $ 354,000.00 $ 354,000.00 -50.1% $ 416,800.00 $ $ 56,600.00 $ 56,600.00 -50.1% $ 66,700.00 $ $ 56,600.00 $ 56,600.00 -46.1% $ 66,700.00 $ $ 417,000.00 $ 417,000.00 -33A% $ 493,900.00 $ $ 44,900.00 $ 44,900.00 -17.9% $ 52,900.00 $ $ 483,000.00 $ 483,000.00 -50.7% $ 572,300.00 $ $ 145,000.00 $ 145,000.00 22.1% $ 171,400.00 $ $ 120,000.00 $ 120,000.00 #DIV/0! $ 149,400.00 $ $ 69,500.00 $ 69,500.00 -37.1% $ 81,900.00 $ $ 12,000.00 $ 12,000.00 #DIV/0! $ 12,000.00 $ $ 122,000.00 $ 122,000.00 -44.6% $ 144,200.00 $ $ 2,800,000.00 $ 2,800,000.00 3.5% $ 1 ,859,000.00 $ $ 195,000.00 $ 195,000.00 306.9% $ 132,100.00 $ $ 19 305 400.00 $ ', ,< Variance Base Price ic,i'~ 416,800.00 -41.2% 66,700.00 -41.1% 66,700.00 -36.5% 493,900.00 -21.1% 52,900.00 -3.3% 572,300.00 -41.6% 171,400.00 44.3% 149,400.00 81,900.00 -25.9% 12,000.00 #DIV/0! .. 144,200.00 -34.5% 1,859,000.00 -31.3% 132,100.00 175.6% 21 207 200.00 RCTC Agreement No. 13-33-049-00 Bldder4·"SK:t.iNS~t:•D· {:i , ':, Variance , ....... > <: ; Unit/Price Base Price 8iCicier4··· $ 420,000.00 $ 420,000.00 -40.7%1 $ 70,000.00 $ 70,000.00 I -38.2%i $ 70,000.00 $ 70,000.00 -33.3%' $ 500,000.00 $ 500,000.00 -20.1% $ 55,000.00 $ 55,000.00 0.6% $ 575,000.00 $ 575,000.00 -41.3% $ 175,000.00 $ 175,000.00 47.3% $ 150,000.00 $ 150,000.00 #DIV/0! I $ 85,000.00 $ 85,000.00 -23.1% $ 15,000.00 $ 15,000.00 #DIV/0! $ 150,000.00 $ 150,000.00 -31.9% $ 6,000,000.00 $ 6,000,000.00 121.8% $ 230,000.00 $ 230,000.00 379.9% $ 25 810,000.00 Input By: _D""J.__ __ _ Check By: LB RCTC Perris Valley Line BID RESULTS Eh!:iloeer's Estim~tevJ .. ~ .. -...... atd4er 1 ·ArnE;&. Construction .. x : vau~ee Bid Form Aid;) · i? Item Work Description Quantity Unit Unit/Price Base Price Unit/Price Base Price 1:·'Bidder,J1, 12-18-12 SCHEDULE 5 Division 02 -Existing Conditions 5.01 Stockpile, Export and Disposal of chemically-1 Allowance $385,116 $ 385,116 $ 400,000.00 $ 400,000.00 3.9% impacted soil 5.02 Stockpile Management of unregulated soil prior to 1 LS LUMP SUM $ 477,344 $ 75,000.00 $ 75,000.00 -84.3% testing for export. Division 09 -Finishes Painted super graphics and/or applied PVC film with 5.03 digital images along 3,350 linear feet (x 1 o feet 1 Allowance $270,000 $ 270,000 $ 270,000.00 $ 270,000.00 0.0% high) of landscape walls in two (2) locations Division 33 -Utilities 5.04 48" Water Main Line Crossing 1 LS LUMP SUM $ 377,092 $ 570,000.00 $ 570,000.00 51.2% Division 34 -Transportation Railway Signaling and Control Equipment (See Schedule 41 Railway Communications (See Schedule 4) Traffic Signals 5.05 San Jacinto Ave at Redlands Ave 1 Allowance $250,000 $ 250,000 $ 250,000.00 $ 250,000.00 0.0% Total Base Price-Schedule 5 . $ ~552 ---$ _1_,565,000.00 Page,j ~of 18 Bi.!W!l.· Graoit!i'Canstruclion Campanv Variance ' lt\idder 3 • Serna c\Wl ;,./i! ·; (. . Unit/Price Base Price > Biddef:.~/-Unit/Price ::\xJI"": ,;.,;-~ 'c;,c,, $ 400,000.00 $ 400,000.00 3.9% $ 400,000.00 $ $ 190,000.00 $ 190,000.00 -60.2% $ 1,200.00 $ $ 270,000.00 $ 270,000.00 0.0% $ 270,000.00 $ $ 450,000.00 $ 450,000.00 19.3% $ 416,800.00 $ $ 250,000.00 $ 250,000.00 0.0% $ 250,000.00 $ $ 1,560,000.00 $ . :ifZillllfi!i' V!lfianifu-Base Price ;~ %ti~der 3 -•·• ;; ;;& .; .. :+ 400,000.00 3.9% 1,200.00 -99.7% 270,000.00 0.0% 416,800.00 10.5% 250,000.00 0.0% 1,338,000.00 RCTC Agreement No. 13-33-049-00 Bidder<:! i!SKANS~if!: · ___ ,:;>J¥:'c··:: Varianca:' Unit/Price Base Price l!·•t:: $ 400,000.00 $ 400,000.00 3.9% $ 300,000.00 $ 300,000.00 -37.2% $ 270,000.00 $ 270,000.00 0.0% $ 500,000.00 $ 500,000.00 32.6% $ 250,000.00 $ 250,000.00 0.0% $ 1,720,000.00 Input By: __,D"'J'-----Check By: LB 1 3-33-049-00 • AGREEMENT FOR THE CONSTRUCTION OF PERRIS VALLEY LINE COMMUTER RAIL • • EXTENSION PROJECT 1. PARTIES AND DATE. This Contract is made and entered into this day of , 20 1_, by and between the Riverside County Transportation Commission (hereinafter called the "Commission") and To Be Determined (hereinafter called the "Contractor"). This Contract is for that work described in the Contract Documents entitled "Riverside County Transportation Commission RCTC Agreement No. FT A No. ---------------- 2. RECJT ALS. 2.1 The Commission is a County Transportation Commission organized under the provisions of Sections 130000, ~ seq. of the Public Utilities Code of the State of California, with power to contract for services necessary to achieving its purpose; Contractor, in response to a Notice to Bidders issued by Commission on __________ ,,has submitted a bid proposal for the construction of the Perris Valley Line Commuter Rail Extension Project (the "Project"). 2.2 Commission has duly opened and considered the Contractor's bid proposal and duly awarded the bid to Contractor in accordance with the Project Bid Package; 2.3 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 to Bidders, including all exhibits, Contract Plans, Special Provisions and documents therein, and attachments thereto, all of which, including all addendum thereto, are by this reference incorporated herein and made a part of this Contract: • • • • • • • • • • • • • Notice to Bidders (Invitation for Bids) General Instructions for Bidders Bid Documents and Forms Federal Transit Administration Required Clauses General Conditions Special Provisions Contract Plans Faithful Performance Bond Payment Bond Insurance Certificates Escrow Agreement for Security Deposits in Lieu of Performance Retention Any Additional Contractor Certifications Addenda Nos. , , as issued Contract Plans, and Special Provisions 22 " Escrow Bid Documents 3.2 Contractor's Basic Obligation. Contractor promises and agrees, at his own cost and expense, to furnish to the Commission all labor, materials, tools, equipment, services, and incidental and customary work for the construction of the Project, in Riverside County, RCTC Agreement No. 13-33-049-00, including all structures and facilities described in the above referenced Contract Documents (the "Work" or "work"). Notwithstanding anything else in the Contract Documents, the Contractor shall complete the work for a total of ---------Dollars $ , as specified in the Schedule of Quantities and Prices submitted by the Contractor in response to the above referenced Notice to Bidders. Such amount shall be subject to adjustment in accordance with the applicable terms of this Contract. All work shall be subject to, and performed in accordance with the above referenced Contract Documents. 3.3 Period of Performance. " Contractor shall perform and complete all work under this Contract within six-hundred and forty (640) calendar days after issuance 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 time specified above and/or pursuant to any completion schedule, construction schedule or Contract Milestone developed pursuant to the Contract, liquidated damages will apply as provided by the applicable provisions of the General Conditions. The amount of liquidated damages shall equal Thirty Thousand Dollars ($30,000.00) for each calendm: day or fraction thereof, it takes to complete the work, or specified portion(s) of such work, over and above the number of days specified herein and/or beyond any completion schedule, construction schedule or Contract� Milestone " developed pursuant to the Contract. Notwithstanding the foregoing, Contractor shall perform and complete any work under this Contract related that certain 48-inch City of Riverside water main, as further described in the Special Provisions, by February 15, 2014. Contractor agrees that if such work is not completed within the time specified above and/or pursuant to any .completion schedule, construction schedule or Contract Milestone developed pursuant to the Contract, liquidated damages will apply as provided by the applicable provisions of the General Conditions. The amount of liquidated damages shall equal Five Thousand Dollars ($5,000.00) for each calendar day or fraction thereof, it takes to complete the work, or specified portion(s) of such work, over and above the date specified herein and/or beyond any completion schedule, construction schedule or Contract Milestone developed pursuant to the Contract. 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 23 " " " " before commencing the performance of the work. A certification form for this purpose is enclosed with this Contract, and shall be executed simultaneously with this Contract. 3.6 Race-Neutral DBE Participation. Contractor agrees to utilize DBE(s) in the performance of this DOT-assisted Contract, and agrees to ensure that the DBE subcontractors listed in the "DBE Race-Neutral Participation Listing" Form will perform the work and/or supply materials for which they are listed, unless Contractor has received prior written authorization from Commission to perform the work with other forces or to obtain the materials from other sources. Contractor shall provide written notification to the Commission in a timely manner of any changes to its anticipated DBE participation. . This notice should be provided prior to the commencement of that portion of the work. Contractor shall comply with the reporting requirements set forth in the General Conditions. (***INSERT FOLLOWING PARAGRAPH AND DELETE THE PREVIOUS PARAGRAPH IF BIDDER SELECTED WILL NOT UTILIZE A DBE SUBCONTRACTOR(S) IN THE PERFORMANCE OF THE CONTRACT. INSERT THE PREVIOUS PARAGRAPH AND DELETE THE FOLLOWING PARAGRAPH IF BIDDER SELECTED WILL UTILIZE A DBE SUBCONTRACTOR(S) IN THE PERFORMANCE OF THE CONTRACT***] The Contractor does not commit to utilize DBE(s) in the performance of this DOT-assisted Contract. However, in the event DBE(s) are utilized in the performance of this Contract, Contractor shall comply with the reporting requirements set forth in the General Conditions. 3.7 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. 3.8 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. 3.9 Notices. All notices hereunder and communications regarding interpretation of the terms of the Contract or changes thereto shall be provided by the mailing thereof by registered or certified mail, return receipt requested, postage prepaid and addressed as follows: Contractor: Attn: With Copy to: Commission: Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, California 92501 Attn: Executive Director 24 c/o Bechtel Corporation 3850 Vine Street, Suite 210 Riverside, California 92507 Attention: Edda Rosso Phone: (951) 787-7141 Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.10 Records Audit In addition to any applicable Federal auditing requirements and California Government Code, Section 8546.7, records of both Commission and the Contractor shall be subject to examination and audit by the Auditor General for a period of three (3) years after final payment and by Commission's designated agent for four (4) years after final payment, as follows: Commission shall have the right at any time during and after the completion of the ProjeCt to audit all of the Contractor's project-related accounting records and correspondence to determine the completeness and accuracy of Contractor compliance with the Contract Document requirements, proposals, Change Order requests, disputes, claims or any other matters where audit of said documents may be beneficial to Commission. Within seven (7) calendar days of a written request by Commission, the Contractor shall gather and produce all requested Project-related documentation for audit. Commission's right to audit shall include access to all Contractor records in both hard copy and/or electronic form. The documentation subject to this provision is fully comprehensive, including but not limited to: correspondence with Commission or any other party; written policies and procedures; all accounting records, including but not limited to monthly/periodic jobs cost reports, profit/loss statements, job cost ledgers, corporate and job-specific financial statements; accounting procedures; Change Order files and all back-up documentation; daily and periodic progress reports; internal job status reports; meeting minutes, including meetings where Commission was not represented; schedules; back charge logs and supporting documentation; subcontract files, including Change Orders/purchase orders/correspondence; estimates; Bids; Contract Plans; Special Provisions; and/or any other material that may be used to verity Contract compliance, entitlement, and/or both direct and indirect costs incurred or expected to be incurred on this Project. Commission's right to audit shall extend to the Contractor's field and home offices. Commission or its agents shall be allowed to interview any of the Contractor's employees and agents, pursuant to carrying out the provisions of this Article, throughout the term of this Contract and for a period of four ( 4) years after final payment or longer if required or allowed by law. Commission's right to audit shall extend to and be binding on all of the Contractor's insurers, sureties, Subcontractors and Suppliers. Noncompliance and/or refusal to comply with this provision will be deemed a violation of this Agreement, and will constitute an express waiver of any claims by Contractor and/or its insurers, sureties, Subcontractors or Suppliers. 3.1 I Provisions Required by Law Each and every provision of law and clause required to be inserted in this Agreement shall be deemed to be inserted herein and this Agreement shall be read and enforced as though it were included 25 • • • " herein, and if through mistake or otherwise any such provision is not inserted or is not inserted correctly, then upon application of either party the Agreement shall forthwith by physically amended to make such insertion or correction. " " SIGNATURE PAGE TO AGREEMENT FOR THE CONSTRUCTION OF PERRIS VALLEY LINE COMMUTER RAIL EXTENSION PROJECT CONTRACTOR By: --~----------------------------Contractor Tax J.D. Number: ____ _ RECOMMENDED FOR APPROVAL By: --------------------------------Anne Mayer, ExecutiveDirector APPROVED AS TO FORM: By: --~--~--~~------------------Best Best & Krieger LLP RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: -------------------------------- Karen Spiegel, Chair Riverside County Transportation Commission General Counsel, Riverside County Transportation Commission 26 " AGENDA ITEM 9 " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: February 1 , 201 3 TO: Riverside County Transportation Commission FROM: Brian Cunanan, Commuter and Motorist Assistance Manager THROUGH: Anne Mayer, Executive Director SUBJECT: Funding of Three Additional Projects in the Fiscal Year 2012/13 SB 821 Bicycle and Pedestrian Facilities Program STAFF RECOMMENDA TJON: This item is for the Commission to approve the allocation of incremental SB 821 funding to fund three projects (Nos. 15, 16, 17) from the ranked FY 2012/13 SB 821 Bicycle and Pedestrian Facilities program call for projects list. BACKGROUND INFORMATION: Each year, 2 percent of the Local Transportation Fund (l TF) revenue is made available for use on bicycle and pedestrian facility projects through the Commission's SB 821 Program. This is a discretionary program administered by the Commission. There are three steps to carry out the program: 1 . All cities and the county of Riverside are notified of the SB 821 program estimate of available funding and are requested to submit project proposals. The Commission's SB 821 program policies, project application, and selection criteria are also provided with the notification. 2. The Commission's SB 821 Evaluation Committee, comprised of members of the Commission's Technical and Citizens Advisory Committees (three each), meets to review and rank the project applications using the evaluation criteria adopted by the Commission. The applicants are invited to give a presentation of their proposals and to answer questions from the committee members. The evaluation committee recommends projects and funding amounts to the Commission for approval. 3. The Commission reviews the Committee's recommendations and approves a program of bicycle and pedestr.ian projects for funding. Upon receiving a funding allocation, agencies then have 24 months to complete the projects . Agenda Item 9 27 In June 2012, the Commission approved the FY 2012/13 SB 821 Bicycle and Pedestrian Facilities Program recommendation to fund a total of 14 projects with • the available $1 ,389,433 in SB 821 funds. DISCUSSION: At its January 2013 meeting, the Commission approved a budget increase adjustment to L TF revenues, which resulted in an additional $320,712 in funds for the SB 821 program. This amount could fully fund the requested amounts of the next three highest ranked projects on the FY 2012/13 SB 821 Bicycle and Pedestrian Facilities program list for a total of $255,658: Project No. 15: Riverside County (King Avenue) -$136,500 requested; Project No. 16: Lake Elsinore (Mill Street) -$44,158 requested; and Project No. 17: Banning (Roberge Avenue from Ramsey Street to Nicolet Street) - $75,000 requested. Staff recommends approval of the allocation of the additional SB 821 funding toward the three aforementioned projects and that the remaining $65,054 be used to supplement the funding available for the FY 2013/14 SB 821 call for projects . Financial Information In Fiscal Year Budget: I No I Year: I FY 2012/13 Amount: I $255,658 Source of Funds: ILTF Budget Adjustment: I Yes GL/Project Accounting No.: 601 62 86106 Fiscal Procedures Approved: ~~ I Date: I 01/23/13 Attachments: SB 821 FY 2012/13 Recommended Funding Agenda Item 9 ')0 • • RIVERSIDE COUNTY TRANSPORTATION COMMISSION ATTACHMENT 1 • SB 821 BICYCLE AND PEDESTRIAN FACILITIES PROGRAM FY 2012/13 RECOMMENDED FUNDING Total SB 821 Funds Recommended Cummulative Average Rank Agency Project Description Costs Requested Allocation Funds Allocated Score 1 Eastvale Orange Street Sidewalk Safety Improvements $160,300 $80,150 $80,150 $80,150 89.0 2 Perris Nuevo Road Pedestrian Bridge and Sidewalk 220,000 110,000 110,000 190,150 88.1 3 Riverside University at 1-215 Bike Lane Project 108,000 70,000 70,000 260,150 83.7 4 Hemet 2013 Missing Links Project 119,580 59,790 59,790 319,940 83.4 5 San Jacinto San Jacinto Avenue/Ramona Expressway S/W 100,000 50,000 50,000 369,940 82.2 6 Riverside Canyon Crest Separated Bikeway Project 40,000 20,000 20,000 389,940 82.0 7 Wildomar Almond Street Sidewalk Route Improvements 243,700 158,400 158,400 548,340 81.6 8 Indio Monroe Street Sidwalk and Bike Lanes 168,000 84,000 84,000 632,340 80.6 9 Beaumont Cherry Avenue Sidewalk and Ped Bridge 301,685 150,843 150,843 783,183 79.2 10 Lake Elsinore Heald Avenue 87,500 43,750 43,750 826,933 78.0 11 Riverside County Grant Street 254,000 154,000 154,000 980,933 77.2 12 Moreno Valley Citywide Sidewalks and Access Ramps 150,000 150,000 150,000 1,130,933 76.8 13 Riverside County Avenida Florencita 285,000 153,500 153,500 1,284,433 75.6 14 Banning 75.4 15 Riyerside County 16" ~ke ElsYri~re Xi\' 17 Ba~~t~ii;i ~tr;: 18 Desert Hot Springs Mesquite and Desert View Bicycle & Sidewalk 99,996 0 0 74.2 19 Coachella ADA Rehab Project 467,525 383,526 0 0 73.6 20 Lake Elsinore Campus Way 60,704 30,352 0 0 73.4 21 Riverside Wheelchair Ramp Construction 250,000 125,000 0 0 73.4 22 Lake Elsinore Sumner Avenue 45,780 22,890 0 0 72.6 • 23 San Jacinto Chase Street/Ramona Expressway Sidewalk 80,000 40,000 0 0 70.6 24 Perris Downtown Pedestrian S/W and Access Ramps 200,000 100,000 0 0 68.8 25 Palm Springs Baristo Road Bike Lane Project 157,500 94,500 0 0 68.2 26 Coachella Bike Lanes Project 523,658 393,658 0 0 66.8 27 Rancho Mirage Highway 111 Sidewalk Construction Various 116,734 99,224 0 0 64.0 28 Corona Magnolia and E. Sixth Street Sidewalks 65,450 49,088 0 0 61.4 29 Murrieta Citywide Bicycle Loop Installations 99,800 79,840 0 0 60.1 30 Coachella Sidewalks Project 271,559 203,559 0 0 58.6 Totals $5 253 787 $3 366 724 $1389 433 JLE: 5/17/2012 • 29 " AGENDA ITEM 10 " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: February 1, 2013 TO: Riverside County Transportation Commission FROM: Aaron Hake, Government Relations Manager THROUGH: Anne Mayer, Executive Director SUBJECT: 2013 State and Federal Legislative Platforms STAFF RECOMMENDATION: This item is for the Commission to adopt the 201 3 State and Federal Legislative Platforms. BACKGROUND /NFORMA T/ON: At the beginning of a new session of the Legislature and Congress, the Commission adopts legislative platforms that outline the policy priorities and lobbying initiatives the Commission will undertake. The platforms allow staff, Commissioners, and Commission lobbyists to take positions on proposed legislation, regulations, and other actions of the state and federal government. The platforms are intended to be somewhat broad since it is not always possible to anticipate every legislative issue that will arise. These documents will provide a general roadmap. This year's proposed legislative platforms follow closely with what the Commission adopted in 2012. Several items have been added or adjusted to reflect policy issues that have arisen in the last year and anticipated to be on the horizon for 2013. These items are noted in italics. Staff recommends the 2013 State and Federal Legislative Platforms read as follows: State Legislative Program In general, the Commission will take pos1t1ons on legislation, policy proposals, administrative actions, or any other act of state government according to the following policy positions: Agenda Item 1 0 30 I. Ensuring Riverside County is represented. • Ensure that funding formulas for state and federal pass-through money is distributed equitably to Riverside County, with an emphasis on regional control of how such funds are spent. • Ensure that the Inland Empire region is provided a voice in statewide stakeholder groups convened to address state transportation policy. • Ensure any legislation that modifies existing regional governance structures or creates new entities responsible for transportation affecting Riverside County includes the Commission as a full voting member with voting weight proportional to the Commission's rights and interests. II. Preserving current legislative authority for the Commission. • Act to protect the Commission's current authority to implement express toll lanes on Interstate 1 5 and State Route 91 and to use best value design-build for the SR-91 Corridor Improvement Project (SR-91 CIP). • Oppose any state action that creates additional hurdles or risks to delivering the 1-15 or SR-91 CIPs. II I. Enhancements of transportation project delivery. • Support efforts to expand the use of design-build, public-private partnerships, and other financing and delivery mechanisms that increase investment in transportation, accelerate projects, and provide innovation and flexibility. • Protect SB X2 4 (Cogdill) Public-Private Partnership and Design-Build pilot programs. • Seek extension of sunset dates for SB X2 4 (Cogdill) Public-Private Partnership and Design-Build Pilot Programs and allow regional agencies to use these tools on projects on the state highway system. • Support any state action to streamline project approvals that result in time and cost savings. Agenda Item 1 0 31 • • • " " " IV. Accountability and commitment to California voters. " Support efforts to increase transparency and accountability in the administration of all state funding, inasmuch as such efforts are not duplicative. " Ensure allocation of Proposition 1 B based on objective criteria focused on congestion relief, benefits to the public, and readiness for delivery. " Urge the Legislature and Governor to maintain an honest, on time, and balanced budget to ensure transportation projects are delivered without delay or costly stoppages. " Ensure any revenue generated from transportation-related sources is dedicated to transportation projects. " Support implementation of the Governor's reorganization plan, which creates the new Transportation Agency. " In collaboration with the Self-Help Counties Coalition, push for reforms that align state and regional roles and responsibilities that reflect self- help counties' financial contributions to the state highway system and their direct accountability to local voters for delivering projects. V. Reduce congestion and harmful emissions by supporting funding for alternate transportation modes and air quality programs. " Ensure a fair share of funding for Riverside County for all rail programs. " Support incentives to employers that enhance or create transit reimbursement or ridesharing programs. " Support incentives for transit agencies that utilize alternative fuels. " Oppose efforts to impose additional alternative commute program mandates on employers or interfere with the Commission's ability to successfully implement its commuter assistance program. " Support implementation of Southern California Association of Governments' (SCA G) 2012 Regional Transportation Plan and Sustainable. Communities Strategy (20 12 RTP!SCS) and oppose efforts to interfere with the region's ability to fund and deliver projects of all modes contained in the plan . Agenda Item 1 0 32 VI. Support the California economy and the Inland Empire's quality of life through increased funding for goods movement projects. • Support permanent increases in state funding levels available for grade separations and goods movement mitigation projects. • Participate in updates to the State Goods Movement Action Plan (GMAP) and seek a voice on the State Freight Advisory Council. VII. Support policies that recognize and reward local governments for committing local dollars to transportation projects. VIII. Focus on wise investments in rail. • Commuter and intercity rail safety, including pos1t1ve train control (PTC) and any new emissions technology mandates, should be a funding priority for the state and South Coast Air Quality Management District. • Support Coachella Valley rail service as part of the California State Rail Plan and encourage the state to make steps towards implementing such service. • High-speed rail (HSR) funding should prioritize connectivity improvements that enhance the existing system's ability to interface with new HSR routes. • Ensure that the Commission's rights and interests in passenger rail in Southern California are properly respected in state plans and policies. • Support implementation of SB 1225 (Padilla) inasmuch as the Commission secures voting membership in the Los Angeles-San Diego- San Luis Obispo Joint Powers Authority (LOSSAN JPA). IX. Support policies that increase utilization of commercial airports in the Inland Empire. X. Protect regional governments from bearing state responsibilities. • Oppose any effort that opens the possibility of regional governments becoming responsible for funding traditional obligations of the state . Agenda Item 1 0 33 • • • " " " " Oppose legislation that places additional onus on regional governing bodies or local voters to decide on fees or taxes to pay for projects and plans required to meet state-mandated targets, goals, or policy objectives. " Ensure maximum flexibility and discretion of regional governments to craft revenue measures according to regional needs and preferences. XI. Support efforts to reform the California Environmental Quality Act (CEOA) in such a manner that preserves key environmental protections and public engagement while reducing waste of taxpayer dollars and delays to environmentally beneficial public projects due to protracted litigation. Federal legislative Program In general, the Commission will support the following federal policies. I. Protect and enhance current funding levels for transportation programs. Riverside County and California should be treated fairly. " At a minimum, maintain current transportation funding levels. � " Maintain the trust in the Highway Trust Fund. Congress should not erode the integrity of the firewall between the Highway Trust Fund and the General Fund. " As a self-help county, ensure a fair share for Riverside County of any federal funding made available for transportation programs and projects. " Ensure a fair share and equitable rate of return for the state of California of federal transportation funding. Every effort must be made to raise the current percentage of return in federal tax revenues that are generated in the state. " California and the western states should receive a fair share of rail funding resources as compared to the older east coast rail systems. " Oppose efforts by non-elected, regulatory bodies to dilute, reduce, or withhold transportation funds . Agenda Item 1 0 II. Provide long-term funding and policy stability. • Support and participate in development of the next long-term surface transportation reauthorization to succeed MAP-21, which expires October 1, 2014. Ill. Monitor Implementation of MAP-21. • The Commission shall closely monitor and participate with federal agencies implementing MAP-21 in the following areas: • National Freight Policy; • Performance Measures; • Transportation Infrastructure Finance and Innovation Act (TIFIA); and • Project Delivery Streamlining. • The Commission shall encourage federal agencies to seek input from transportation stakeholders and actively outreach to Southern California, including the Inland Empire. IV. The federal government should act swiftly to provide financing mechanisms that reward local transportation investment. • Support implementation of newly expanded and reformed TIFIA program. • The U.S. DOT should approve TIFIA projects that represent all modes of transportation, including highways, giving priority to projects that are backed by voter-approved funding mechanisms and are sponsored by agencies with high credit ratings. • The federal government should remove barriers to delivering and financing projects funded by voter-approved local sales tax measures such as Measure A or other self-help mechanisms such as Transportation Uniform Mitigation Fee (TUMF). • Congress should create a low interest loan program to support habitat conservation plans that mitigate the impacts of transportation infrastructure. Such plans will help reward and incentivize local commitments to proactively meet federal and state environmental protection goals while streamlining approvals for important transportation projects. Agenda Item 1 0 • • • " " " v. Federal policy should be a balance among highways, transit, and freight modes and urban, rural, and suburban areas. " Policies towards livability and sustainability must address the unique characteristics and practical realities of rural, suburban, and growing regions. " One mode of transportation must not be funded at the expense of another; there must be a balance of policy between highways, transit, freight, and intercity rail. Every area of the nation must be treated according to its unique needs and characteristics. There is no one size fits all policy. " Congress must provide additional funding and policy flexibility for public transportation, mobility improvements, and other transportation services that will achieve greenhouse gas emission reduction goals. " Congress should approve specialized funding for goods movement projects of international and national significance that are beyond the funding ability or responsibility of local and state agencies . " Congress should approve permanent tax benefits and/or incentives for transportation demand management programs and alternative fuel programs to promote the use of alternate modes of transportation. " Congress should approve increased federal funding for Alameda Corridor East improvements with a special emphasis on ensuring funding for Riverside County highway/rail grade separations. VI. Protect and enhance flexibility in use of transportation revenue. " In general, regional agencies with responsibility for implementing transportation projects should be given maximum deference to fund projects that have been approved by voters and reflect local and regional priorities. " The Commission supports, in general, legislative or administrative policies that promote a regional approach to airport development in Southern California, as well as funding flexibility for ground access to major airports . Agenda Item �1 0 36 VII. Provide transparency, reduce or eliminate costly and duplicative administrative and regulatory requirements. • Administrative or legislative action to ensure consistency among federal and state's congestion management program requirements. • Allow tolling projects with existing federal agreements to proceed without additional oversight or bureaucracy. In general, for tolling projects funded and managed locally, federal rules should defer to regional and state authority. • Simultaneous review of reports and studies should become standard practice. • Federal law should allow for state environmental laws to substitute for federal environmental laws where the state's laws are similar or more stringent than federal laws. • Support reforms that result in cost savings to environmental clearance processes for transportation construction projects. • Streamlining of federal reporting/monitoring requirements should be more efficient, data collected should be meaningful and avoid unnecessary and/or duplicative requirements. • U.S. DOT should be transparent in sharing written evaluations of applications for discretionary funding. • Congress should make legislative reforms that encourage a culture shift in the federal bureaucracy away from hypersensitivity to risk. VIII. Focus on wise investments in rail. • Commuter and intercity rail safety, including PTC, should be a funding priority for U.S. DOT. • HSR funding should allow for connectivity improvements that enhance the existing system's ability to interface with new HSR routes. • Support funding for Amtrak that enables productive intercity rail service through the Coachella Valley. Agenda Item 1 0 37 • • • " " " IX. Work together with local, regional, statewide, and national partners. " Support� the efforts of transportation advocacy groups such as: Mobility 21, Self-Help Counties Coalition, Coalition for Americas Gateways and Trade Corridors, American Public Transportation Association, and California Transit Association. " Coordinate with cities, the county, and transit agencies on advocacy strategies and project funding requests of common concern . Agenda Item 1 0 38 .~ Federal & State Revenue Options To be discussed during tonight's dinner presentation • • State Funding Concepts 2013-14 Session Funding Concept User Fee (1.0%) Diesel Excise tax How it works? .What Does it Raise? New 1.0% Fee imposed on vehicle annually in the manner of the VLF (use VLF depreciation schedule) $2.7 billion annually, rising with new vehicle sales and prices. Increase diesel excise tax rate by 10 cents per gallon ../ Increase rate separately from diesel swap. ../ Dedicate to SHA ../ Alternatively, dedicate to Goods Movement improvements on state and local systems; $250 million, annually: ../ In 2012 the rate is 10 cents/gal. ../ In 20112.5 Bn taxable Gallons sold Vehicle Increase registration fee by $100 Registration annually Fee $2.7 billion, annually GO Bond Authorize $10 or $20 Bn bond (Son of 18) Generates $10 to $20 Bn, allocation depends on categories to be established January, 2013 Challenps? Observations? Notes: CA is Constitutional Requires CA/Eiection: amendment. ../ Article XI, Section 15 (Prop 47/1986 and Prop 1A/2004) governs VLF ../ Flexibility to address multi-program funding needs ../ Provides protections needed for voter confidence and approval ../ Provides stable funding needed by transportation agencies to plan and execute their programs . ../ Recent private polling encouraging As a tax, must have users support to gain legislative 2/3vote; Will necessitate Governor approval; yet he prefers taxes to go to voters . What is trade-off for support? Through interaction with diesel swap, sales tax rate will generate additional state transit funds ($16 M, annually at 10 cents per gallon); Robust revenue stream for bonding? Dedicate to SHOPP/Locals repair and bridges? Can be approved as a fee, with majority vote, with annual appropriations made in state budget act; Will governor require vote of electorate? Is it more regressive than gas tax? Competitive with AB8/SB11, AB 118 extension ($3) $10 Bn bond requires full debt service payment of $650 M, annually, for 30 years; Debt service adds to State GF "wall of debt''; Voters more attuned to budget impacts than when Prop 18 and 1A passed. Recent private polling is discouraging. Voter CA to seek voter approval to reduce Requires voter approval, as a CA is required; Threshold threshold for local special Reduction transportation taxes from 2/3 to 55% Unlike prior years, the threshold is now being viewed (SO%) by other powerful policy interests which could edge out transportation; , 19 Self Help counties raise $3.6 Bn annually, total; Even if CA is approved, where will transportation rank , Statewide Y, cent generates locally as a priority over other policy areas? $2.5 Bn, annually; , The Aspiring Counties (38) would likely generate an approx. $200+ M, annually, if all succeed; , LA ($700 M) and Alameda ($120+M) would resubmit. Fuel Excise Increase base gas tax, separate from Remarkably unpopular. Recent private polling validates Tax (Gas) tax swap, by 10 or 20 cents per this. gallon. Well documented that it has diminishing utility. $1.5 Bn annually (10 cents) ; based on 14.7 Bn gallons sold, 2011 As a tax, needs 2/3 vote of legislature; Again, would Governor require vote by electorate? Article XIX limits allocations; no transit rolling stock or operations; Vehicle Miles Impose a charge on miles travelled 1 approach is to use Oregon-type equipment, and Travelled on same vehicles subject to mileage is tracked by monitor; (VMT) registration. A secondary approach would be to use CA Smog check 1 Cent/mile generates $3 Bn for vehicles >6 years old: , new vehicles, up to the 6 years would be assessed an amount based on statewide avg miles travelled (approx 10k); , then voluntary true up through smog check visit, or upon sales/transfer of vehicle. Cap and Cap and Trade Nexus under "AB 32 fee" concept is tied to GHG Trade 3 Groups subject to this regulation Reduction; (Fuels-2015) Industry, Utilities, and fuels .., If tax, then revenues would be subject to Article distribution; XIX-Transportation; .., Initial Auction done for first .., Alliance/Jobs has led coalition effort to two, while Fuels will be maximize return of revenues to transportation; subject to this in 2015; .., Credits, if $10/ton, would result in an estimated .., Revenues from utilities 50 cent/gal. impact at pump; being returned to ratepayer to aid in absorbing costs; WSPA considering Carbon Fee (Fuels tax) in lieu of Fuels .., Revenues from Industry Cap and Trade subject to AB 1532/SB 535; .., AB 1532 does include: Funding to reduce GHG emissions through strategic planning and development of sustainable infrastructure projects, including transportation and housing; Carbon Tax Potential new revenue generator in Environmental community prefers to stick with Cap and lieu of Cap and Trade (Fuels) Trade and not switch to Carbon tax. President recently announced NO interest in Carbon Tax. Other nations have tried to implement variations on carbon tax. Bill SCA 3 ( Leno) SCA 4 (Liu) SCA 7 (Wolk) SCA 8 {Corbett) SCA 9 (Corbett) Voter Threshold Legislation Introduced through January 2013 Description Sponsorship School Parcel Tax voter threshold reduced Education coalition from 2/3 to 55% Transportation sales taxes voter threshold lA Metro reduced from 2/3 to 55% Bonded debt approval threshold reduced Author from 2/3 to 55% for library construction and refurbishment Transportation sales taxes voter threshold Alameda County reduced from 2/3 to 55% Transportation Authority Reduces voter threshold for special taxes Author sought by local governments from 2/3 to 55% for community and economic development purposes. SCA 11 (Hancock) Reduces the voter threshold from 2/3s for Author a special tax by a local government to 55%. ACA 3 {Campos) (1) lowers the voter-approval Not confirmed yet. threshold for a city or county to issue general obligation bonds to fund fire, emergency response, police, or sheriff buildings or facilities, and equipment; (2) Would also reduce the voter threshold from 2/3s for a special tax for a city, county, or special district for the purpose of providing supplemental funding fire, emergency response, police, or sheriff services. It would also prohibit the revenues supplanting any other funding source for the provision of these services. ''. > ro Q I... Q) a. Vl Q) I... I... ro co c 0 -·-~ 10 9 8 7 6 5 4 3 2 1 0 ~\) "v\) --I ~v, "v\) Fuel Demand: 2010-2035 I ~\) "v\) ~ ............... I I ~v, "v\) I ':?\) "v\) --.............. -I ':?v, "v\) --Motor Gasoline (REF) --Motor Gasoline (CAFE) --Diesel (REF) --Diesel (CAFE) • Estimated Losses to HTF from 2017-2025 $500 $0 CAFE: 2010-2035 ($500) -r---------...3~~~E:--------U1-($1,ooo) I y ~ ($1,500) '-Motor Gasoline 0 ~ ($2,000) -r--------____::'-____ _ ·0 ($2,500). -r---------~---­~ ($3,000) -t----------~llt-----($3,500) -r--------------===1---($4,000) -r-----------~~ ($4,500) ....&.....--------------~<:::> "v<:::> ~<, "v<:::> C\,<:::> "v<:::> C\,<, "v<:::> ~<:::> "v<:::> ~<, "v<:::> --Diesel "' " Surface Transportation Funding Options Matrix (all revenue estimates in$ millions) *VMT fee esti"!_ates refer to miles traveled on Interstate System. Shading indicates funding options rated as "strong" by the National Surface Transportation Financing Commission