12.07.2015 Views

03 bid documents and forms - Riverside County Transportation ...

03 bid documents and forms - Riverside County Transportation ...

03 bid documents and forms - Riverside County Transportation ...

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

Addendum Changes to Bidding Documents FormRCTC - PERRIS VALLEY LINEADDENDUM #5Document Date: 12-12-2012NO. DISCIPLINE FIRM /PERSON RESPONSIBLEDRAWING TITLESPECIFICATION TITLEDRAWING NUMBERSPECIFICATION NUMBERNARRATIVE OF CHANGES MADE12"CIVIL" "STV / A.Bosch" "TITLE" "A - W - 701" "REVISED LIMITS OF TRACKWORK - CITRUS MODIFICATION"SQ&P STV/A. BOSCH SCHEDULE OF QUANTITY AND PRICESITEMS 1.02, 1.08, 1.53, 1.56, 1.64,1.68, 1.74 & 1.127 REVISED QUANTITIESSQ&P STV/A. BOSCH SCHEDULE OF QUANTITY AND PRICES ITEM 2C.23A & 2D.23A NEW BID ITEMS ADDEDSPECIAL PROVISION SPECIFICATION CHANGES "" DIV. 01 " 443STRUCTURE JLP/MG 04 80 14 2.01 B.3 AND 4 REVISED SECTION4 CIVIL STV / J. DAVIDSON GRADING PLAN SHEET 3 OF 9 C'C'123 ADD STORM DRAIN RIM AND INVERT ELEVATIONSCOMPOSITE UTILITY PLAN, BAY A5CIVILSTV / J. DAVIDSONSHEET 1 OF 7 E'C'141 ADD SEWER RIM AND INVERT ELEVATIONS6 CIVIL STV / J. DAVIDSON COMPOSITE UTILITY PLAN SHEET 2 OF 5 F'C'142 ADD SEWER RIM AND INVERT ELEVATIONS7 CIVIL STV / J. DAVIDSON COMPOSITE UTILITY PLAN SHEET 4 OF 5 F'C'144 ADD SEWER RIM AND INVERT ELEVATIONS848" WATER MAIN LINE ENCASEMENTPROFILE DRAWING: DISREGARD CALLOUT "21+10.00 BEGIN SPLITCIVILSTV / F. DUARTEWATER MAIN PROFILEA'C'851STEEL CASING." (NO DRAWING ISSUED)9CIVIL STV / J. DAVIDSON SITE PLAN C'C'110ADD HYDROSEED AT FUTURE PARKING AREAS, DISTURBEDAREAS ONLY (NO DRAWING ISSUED)10PERMANENT WATER QUALITY CONTROLADD HYDROSEED AT PROPOSED SLOPE BEHIND PLATFORM (NOCIVILSTV / J. DAVIDSONMEASURES, SHEET 7 OF 8C'C'137DRAWING ISSUED)11PERMANENT WATER QUALITY CONTROLADD HYDROSEED AT PROPOSED SLOPE BEHIND PLATFORM (NOCIVILSTV / J. DAVIDSONMEASURES, SHEET 8 OF 8C'C'138DRAWING ISSUED)12CIVIL STV / J. DAVIDSON COMPOSITE CIVIL SITE PLAN F'C'002ADD HYDROSEED AT FUTURE PARKING AREAS, DISTURBEDAREAS ONLY (NO DRAWING ISSUED)13 CIVIL STV / J. DAVIDSON COMPOSITE UTILITY [;AN, SHEET 4 OF 6 F'C'846 REMOVE MATCH LINE FOR F'C'850 (NO DRAWING ISSUED)14DRAWING CHANGESCIVIL STV / D. UNGSON SITE PLAN A'A'101 REVISE FENCE STANDARD TO ES5105 (NO DRAWING ISSUED)15 MECHANICAL STV / H. MOZAFFARI PLUMBING FIXTURE SCHEDULE S'P'601DELETED FD'2, CB'1, AND TD'1 FROM SCHEDULE. NO LONGERAPPLICABLE.Print Date: 12/12/2012 I:\Projects\40137<strong>03</strong>\40137<strong>03</strong>_0004\Drawings\SUB\121018-100prcnt-Final-Design-Camera-Ready-Submittal\121212-Addendum-No5-Rev-5\12 12 12_ADDENDUM 5 Changes to Docs_List-Master.xlsx Page 1 of 1


<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>. BID DOCUMENTS AND FORMS<strong>03</strong>.01 REPRESENTATIONS AND CERTIFICATIONS OF BIDDERS FOR PROJECTBID PACKAGEAs indicated below, the <strong>documents</strong> of this part of the Project Bid Package must be completed bythe Bidder <strong>and</strong> submitted with the Bid. If they are not submitted or are not complete, the Bid may beclassified as non-responsive <strong>and</strong> will not be considered further.1. BID PRICE FORM (Schedule of Quantities <strong>and</strong> Prices) (Original signedhardcopy must be submitted with the Bid Documents.)2. BID BOND FORM3. NON-COLLUSION DECLARATION4. LIST OF SUBCONTRACTORS5. BUY AMERICA CERTIFICATES6. DEBARMENT AND SUSPENSION CERTIFICATION7. WORKER’S COMPENSATION CERTIFICATE8. CERTIFICATION OF RESTRICTIONS ON LOBBYING9. ELIGIBILITY CERTIFICATION FOR FEDERALLY FUNDEDCONTRACTS10. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATE11. GUARANTY12. SAFETY PROGRAM FORM13. BIDDERS LIST14. AUTHORIZED AGENT CERTIFICATION OF JOINT VENTURE ORPARTNERSHIP OR POWER OF ATTORNEY FORM (evidencing thatthe person signing on behalf of the Contractor has authority to bind theContractor)15. BID LETTER1 Addendum No. 512 December, 2012


<strong>03</strong>.02 BID PRICE FORM (Schedule of Quantities <strong>and</strong> Prices)<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>.02.AIntroduction.Bidder shall submit its firm lump sum prices <strong>and</strong> Contract Unit Prices for Pay Items as requiredby the Schedule of Quantities <strong>and</strong> Prices.The Gr<strong>and</strong> Total Bid Price shall be for the completion <strong>and</strong> acceptance of all work as required bythe Contract.In the event of error or discrepancy between the Contract Unit Price <strong>and</strong> the Gr<strong>and</strong> Total BidPrice calculated, the Contract Unit Price is agreed to be the valid <strong>bid</strong> per unit. The Gr<strong>and</strong> Total Bid Priceshall be the sum of the all Contract Unit Prices as corrected (if necessary).Bidder’s Contract Unit Price shall be based on the estimated quantity of work.Prices.The Commission reserves the right to accept or reject any one or more of the Contract Unit<strong>03</strong>.02.BSchedule of Quantities <strong>and</strong> Prices.The following Contract Unit Prices, lump sum prices <strong>and</strong> estimated quantities prices conform totheir respective requirements <strong>and</strong> parameters specified in detail in the Special Provisions <strong>and</strong> ContractPlans, are inclusive of all costs for the work included in the other Contact Documents, <strong>and</strong> include theproportional costs for overhead, profit, applicable taxes <strong>and</strong> other expenses of the Contractor <strong>and</strong>subcontractors to all tiers.SCHEDULE OF QUANTITIES AND PRICES2 Addendum No. 512 December, 2012


OVERALL PROJECT COST SUMMARYProject Name: RCTC Perris Valley LineDesign Level: Addendum No. 5Date of Estimate: December 12, 2012RCTC Agreement No: 13-33-049-00Schedule Work Description BASE PRICE NotesBASE CONTRACT$0 GENERAL REQUIREMENTS$01 TRACK / GRADE CROSSINGS / STRUCTURES02 STATIONS Stations Subtotal:$02ARIVERSIDE HUNTER PARK STATION$02BMORENO VALLEY/MARCH FIELD STATION$02CPERRIS STATION$02DSOUTH PERRIS STATION$<strong>03</strong> LAYOVER FACILITY$04 SYSTEMS$05 OTHERSGRAND TOTAL BID PRICE$3 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 0 - General RequirementsSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 01 - General Requirements1 Mobilization (3% Maximum) 1 LS LUMP SUM $2 Demobilization (2% Minimum) 1 LS LUMP SUM $3 Pre-Construction Survey 1 Allowance $ 35,000 $ 35,0004 Maintenance-of-way 21 Month $ $5 Maintenance-of-way, Accidents <strong>and</strong> Unforeseen Hazards 1 Allowance $ 40,000 $ 40,0006 Maintenance-of-way, East of MP 21.06 1 Allowance $ 20,000 $ 20,0007 Temporary Erosion <strong>and</strong> Sedimentation Control (incl SWPPP) 1 LS LUMP SUM $8 Permits <strong>and</strong> Regulatory Fees 1 Allowance $ 20,000 $ 20,000Total Base Price - Schedule 0$4 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 02 - Existing Conditions1.01 Selective Site Demolition - General 1 LS LUMP SUM $1.02 Selective Site Demolition - Remove Track 10,660 TF $ $1.<strong>03</strong> Selective Site Demolition - Remove #8 Turnout 10 EA $ $1.04 Selective Site Demolition - Remove #10 Turnout 1 EA $ $1.05 Selective Site Demolition - Remove Single Point Derail 1 EA $ $1.06 Not Used1.07 Selective Site Demolition - Salvage <strong>and</strong> Disposal of Used Rail & OTM (Approx.90,000 LF). Lump Sum amount is a credit.1 LS LUMP SUM ($ )Division 04 - Masonry1.08 Noise Barrier/Block Wall 94,220 SF $ $Division 09 - Finishes1.09 Graffiti Resistant Coatings 123,160 SF $ $5 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 10 - Specialties1.10 Misc. Marking for Track Identification 1 LS LUMP SUM $1.11 Railroad Signage - Mile Post Signs 22 EA $ $1.12 Railroad Signage - Incremental Markers 64 EA $ $1.13 Railroad Signage - Speed Signs 41 EA $ $1.14 Railroad Signage - Culvert Markers/Bridge Markers 5 EA $ $1.15 Railroad Signage - Culvert Signs 44 EA $ $1.16 Railroad Signage - Type "B" Derail Sign 11 EA $ $1.17 Railroad Signage - Derail Switch Notice 11 EA $ $1.18 Railroad Signage - Yard Limit Signs 1 EA $ $1.19 Railroad Signage - CP Signs 16 EA $ $1.20 Railroad Signage - ROW Warning Signs 387 EA $ $1.21 Railroad Signage - Whistle Signs 27 EA $ $6 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 31 - Earthwork1.22 Site Clearing 1 LS LUMP SUM $1.23 Unclassified Excavation 247,760 CY $ $1.24 Rock Excavation including Export 2,040 CY $ $1.25 Backfill, Fill <strong>and</strong> Compaction 57,790 CY $ $1.26 Export Unclassified Excavation excluding tipping fees to Badl<strong>and</strong>s Sanitary L<strong>and</strong>fill(Entire Project )155,280 CY $ $1.27 Tipping fees at Badl<strong>and</strong>s Sanitary L<strong>and</strong>fill (Entire Project ) 1 Allowance $ 8,200,000 $ 8,200,0001.28 Rock Cut Widening <strong>and</strong> Scaling Station 358+00 to 380+00 1 LS LUMP SUM $1.29 Soil Cement 70 CY $ $Division 32 - Exterior Improvements1.30 Fences <strong>and</strong> Gates 1 LS LUMP SUM $1.31 Chain Link Fencing 1 LS LUMP SUM $1.32 5.0' High Gravity Wall 140 LF $ $1.33 7.5' High Gravity Wall 230 LF $ $7 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 34 - <strong>Transportation</strong>Railway Signaling <strong>and</strong> Control Equipment (See Schedule 4)Railway Communications (See Schedule 4)At-Grade Crossings1.34 Citrus Street 1 LS LUMP SUM $1.35 Palmyrita Avenue 1 LS LUMP SUM $1.36 Columbia Avenue 1 LS LUMP SUM $1.37 Marlborough Avenue 1 LS LUMP SUM $1.38 Spruce Street 1 LS LUMP SUM $1.39 West Blaine Street 1 LS LUMP SUM $1.40 Mt. Vernon Avenue 1 LS LUMP SUM $1.41 Poarch Road 1 LS LUMP SUM $1.42 River Crest Drive 1 LS LUMP SUM $1.43 San Jacinto Avenue 1 LS LUMP SUM $1.44 W 4th Street 1 LS LUMP SUM $8 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price1.45 W 6th Street 1 LS LUMP SUM $1.46 W 7th Street 1 LS LUMP SUM $1.47 South D Street 1 LS LUMP SUM $1.48 South Perris Boulevard 1 LS LUMP SUM $1.49 G Street 1 LS LUMP SUM $1.50 East Ellis Drive 1 LS LUMP SUM $1.51 Secondary Access Crossing at South Perris Station 1 LS LUMP SUM $Vehicle Barriers1.52 Vehicle Barrier - Metal Beam Guard Rail (MBGR) 11,980 LF $ $Trackwork1.53 Sub-Ballast 23,770 CY $ $1.54 Trackwork Hot Mix Asphalt Concrete underlayment at stations <strong>and</strong> turnouts 2,740 Tons $ $9 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price1.55 Construct New Track (Concrete Ties) 51,440 TF $ $1.56 Construct New Track (Timber Ties) 1,400 TF $ $1.57 Upgrade Track (Concrete Ties) 38,240 TF $ $1.58 Upgrade Track (Timber Ties) 2,670 TF $ $1.59 Furnish Rail (136# RE CWR, St<strong>and</strong>ard Strength) 136,620 LF $ $1.60 Furnish Rail (136# RE CWR, Head Hardened) 50,530 LF $ $1.61 Timber Tie Replacement (STA 424+31 to STA 521+87) 3,028 EA $ $1.61A Timber Tie Replacement (STA 535+00 to STA 570+00) 1,<strong>03</strong>6 EA $ $1.62 Rehabilitate Track (Timber Ties) 12,150 TF $ $1.63 Recover Track 8,820 TF $ $1.64 Install Recovered Track 6,420 TF $ $1.65 Construct #8 Turnout (H<strong>and</strong> Throw) 1 EA $ $1.66 Construct #10 Turnout (H<strong>and</strong> Throw) 1 EA $ $1.67 Construct #10 Turnout (H<strong>and</strong> Throw with Leaving Signal) 3 EA $ $1.68 Construct #10 Turnout (Power Operated) 2 EA $ $10 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price1.69 Construct #10 Crossover (H<strong>and</strong> Throw) 1 EA $ $1.71 Construct #14 Turnout (Power Operated) 3 EA $ $1.72 Relocate #10 Turnout (H<strong>and</strong> Throw) 2 EA $ $1.73 Relocate #11 Turnout (H<strong>and</strong> Throw) 2 EA $ $1.74 Construct Double Switch Point Derail (Power Operated) 3 EA $ $1.75 Construct Bidirectional Derail (H<strong>and</strong> Throw) 7 EA $ $1.76 Construct Insulated Joint on New Track 25 PR $ $1.77 Construct Insulated Joint on Existing Track 6 PR $ $1.78 Construct 39' Taper Rail 10 EA $ $1.79 Construct Compromise Joint 11 PR $ $1.80 Relocate Switch St<strong>and</strong> 4 EA $ $1.81 Construct Rail Lubricator 3 EA $ $1.82 Construct Ballast Mat 19,200 SF $ $1.83 Construct Inside Guard Rail 200 TF $ $1.84 Ultrasonic Testing of 115# Rehab Rail between PVLM Station 535+00 <strong>and</strong> PVLMStation 570+001 LS LUMP SUM $1.85 Concrete Ties for BNSF at Citrus 141 EA $ $11 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price1.86 Raise Track 330 TF $ $1.87 Relocate Track 6,560 TF $ $1.88 Shift Track 9,560 TF $ $Stone Revetment1.89 Stone Revetment - Riprap Type I (3.3' Thick) 13,980 SF $ $1.90 Stone Revetment - Riprap Type II (4.3' Thick) 2,100 SF $ $Culvert <strong>and</strong> Drainage Pipe1.91 MP 0.38 Install 40' - 30" - CSP Including Headwalls 1 LS LUMP SUM $1.92 MP 1.4 Construct Drop Inlet 1 LS LUMP SUM $1.93 MP 1.60 Replace 25' 3'x2' TWB w 26' 36" CMP, Including Headwalls 1 LS LUMP SUM $1.94 MP 2.48 Construct Box Culvert including Headwall <strong>and</strong> Slurry Protection 1 LS LUMP SUM $1.95 MP 3.6 48" x 60" ERCP, Replace Headwalls 1 LS LUMP SUM $1.96 MP 3.9 Double 35" x 40" ERCP including Headwalls 1 LS LUMP SUM $12 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price1.97 MP 5.00 42" RCP, Extend 15.5' in Kind, Including Headwalls 1 LS LUMP SUM $1.98 MP 5.20 30" x 32" ERCP, Extend 10' w/ 30" CSP, Including Headwalls 1 LS LUMP SUM $1.99 MP 5.30 Replace 30' 2- 4'x4' TWB w/ 2-54" CSP, 36' Long each (72' total),Including Headwalls1 LS LUMP SUM $1.100 MP 5.80 Extend 25' 35"x41" ERCP w/ 11' 48" CSP, Including Headwall 1 LS LUMP SUM $1.101 MP 6.06 Replace 30' 48" CMP w/ 35' long 2-36" CSP, Including Headwall 1 LS LUMP SUM $1.102 MP 6.50 48" RCP, Extend 16', Add Riser, Including Headwall & conc. Collar 1 LS LUMP SUM $1.1<strong>03</strong> MP 6.60 48"x51" ERCP, Extend 19' w/ 48" RCP, Including Headwall 1 LS LUMP SUM $1.104 MP 6.70 48" RCP, Extend 30' in Kind, Add Riser, Including concrete collar 1 LS LUMP SUM $1.105 MP 8.00 12.6' x 4.5' RCB, Modify Headwall 1 LS LUMP SUM $1.106 MP 9.70 Replace 42' 3'x2' TWB w/ 30" CSP 60' Long, Including Headwalls 1 LS LUMP SUM $1.107 MP 9.90 Double 48" CSP, 44' Long, Extend each 20' in Kind (40' total), IncludingHeadwall1 LS LUMP SUM $1.108 MP 10.10 Double 42" CSP, Extend each 30' in Kind (60' total), Including Headwall 1 LS LUMP SUM $1.109 MP 11.13 Double 48" RCP, Extend each 20.33' in Kind (40.67' total), IncludingHeadwall1 LS LUMP SUM $1.110 MP 11.32 42" RCP, Extend 22' in Kind, Including Headwall 1 LS LUMP SUM $1.111 MP 11.60 Double 42" RCP, Extend each 21' in Kind (42' total), Including Headwall 1 LS LUMP SUM $1.112 MP 12.10 Double 36" CSP, Extend each 21' in Kind (42' total), including Headwall 1 LS LUMP SUM $13 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price1.113 MP 12.40 Double 54" RCP, Extend each 26.5' in Kind (53' total), IncludingHeadwall1 LS LUMP SUM $1.114 MP 12.52 Double 42" RCP, Extend each 7.67' in Kind (15.33' total), IncludingHeadwall1.115 MP 12.58 Double 36" RCP, Extend each 15.33' in Kind (30.67' total), IncludingHeadwall1 LS LUMP SUM $1 LS LUMP SUM $1.116 MP 13.20 Replace 24" RCP w/ 30" CSP 40' long, Including Headwalls 1 LS LUMP SUM $1.117 MP 13.40 Replace 36' long TWB/RCB w/ 2-30" CSP, 45.5' Long each (91' total),Including Headwall1.118 MP 14.50 Double 36" RCP, Extend each 12' in Kind (24' total), Including Headwall& Wingwall1 LS LUMP SUM $1 LS LUMP SUM $1.119 MP 14.80 36" CSP, Extend 12' in Kind, Including Headwall & Wingwall 1 LS LUMP SUM $1.120 MP 14.90 Replace 50' 2x14" SSP w/ 2-30" CSP, each 66' Long (132' total),Including Headwall1.121 MP 15.30 Replace 37' long TWB / RCB w/ 2-42" CSP, each 45.5' Long (91' total),Including Headwall1.122 MP 15.80 Replace 50' long TWB/ RCB w/ 2-30" CSP, each 65' Long (130' total),Including Headwall1 LS LUMP SUM $1 LS LUMP SUM $1 LS LUMP SUM $1.123 MP 16.16 Replace 29"x18"x39' CSP w/ 30" CSP 47.42' Long, Including Headwall 1 LS LUMP SUM $1.124 MP 16.20 Double 36" CSP, Extend each 6.25' in Kind (12.5' total), IncludingHeadwall1.125 MP 17.10 Replace 34' TWB/RCP w/ 2-42" CSP, each 34' Long (68' total), IncludingHeadwall1 LS LUMP SUM $1 LS LUMP SUM $1.126 Reinforced Concrete Ditch (Height Varies from 1' - 5') 2,590 LF $ $1.126A Reinforced Concrete Ditch (Height Varies from 1' - 3') 170 LF $ $14 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceCast-In Drill Hole (CIDH) Pile1.127 16" CIDH Piles for Noise Barrier/L<strong>and</strong>scape Walls (Length Varies 8'-16') 12,660 LF $ $1.128 30” CIDH Piles for Bridge Pier Protection-Walls (Length Varies 35’-50’) 4,300 LF $ $Railroad BridgesNote : All Bridge <strong>and</strong> associated work, including removal of existing bridge, areincluded in each respective LS Bridge item cost.1.129 San Jacinto River Bridge MP 20.65 1 LS LUMP SUM $1.130 San Jacinto River Bridge MP 20.74 1 LS LUMP SUM $Structural Concrete for Railroad <strong>and</strong> Civil Works1.131 Bridge Pier Protection Wall 1,340 CY $ $1.132 Solder Pile Wall (At Highgrove Connection) 1 LS LUMP SUM $1.133 Barrier Wall at Hyatt School, including all footings, joints <strong>and</strong> finishes associatedwith the barrier wall at Hyatt School.1 LS LUMP SUM $15 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 1-Track, Grade Crossing, StructuresSCHEDULE OFQUANTITIES AND PRICES RCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceTrackwork - Alternative Design Option 11.134.1 Upgrade Track (with new Concrete Ties) (Limits as indicated on Drawings). LumpSum price is additive <strong>and</strong> a delta difference between rehabilating <strong>and</strong> upgrading oftrack <strong>and</strong> shall include all trackwork, earthwork <strong>and</strong> other items necessary tocomplete this alternative.1.134.2 Selective Site Demolition - Salvage <strong>and</strong> Disposal of Used Rail & OTM (Approx.7,000 LF). Lump Sum amount is a credit.1.134.3 Ultrasonic Testing of 115# Rehab Rail. Shall equal Item 1.84 Above & be anegative number.1.134.4 Timber Tie Replacement (STA 535+00 to STA 570+00). Shall equal Item 1.61AAbove & be a negative number.1 LS LUMP SUM $1 LS LUMP SUM ($ )1 LS LUMP SUM ($ )1,<strong>03</strong>6 EA ($ ) ($ )Total Base Price - Schedule 1$16 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2A-<strong>Riverside</strong> Hunter Park StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 02 - Existing Conditions2A.01 Selective Site Demolition - General 1 LS LUMP SUM $Division <strong>03</strong> - Concrete2A.02 Cast-in-Place Concrete 1 LS LUMP SUM $Division 04 - Masonry2A.<strong>03</strong> Concrete Unit Masonry 1 LS LUMP SUM $Division 05 - Metals2A.04 Structural Steel Framing 1 LS LUMP SUM $2A.05 Metal Railings 1 LS LUMP SUM $2A.06 Miscellaneous Metal Fabrications - Bollards 1 LS LUMP SUM $17 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2A-<strong>Riverside</strong> Hunter Park StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 07 - Thermal <strong>and</strong> Moisture Protection2A.07 Metal Roof Panels 1 LS LUMP SUM $Division 08 - Openings2A.08 Hollow Metal Doors <strong>and</strong> Frames 1 LS LUMP SUM $2A.09 Overhead Coiling Doors 1 LS LUMP SUM $Division 09 - Finishes2A.10 Graffiti Resistant Coatings 1 LS LUMP SUM $Division 10 - Specialties2A.11 Signage 1 LS LUMP SUM $2A.12 Wayfinding signage 1 LS LUMP SUM $18 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2A-<strong>Riverside</strong> Hunter Park StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 12 - Furnishings2A.13 Site Furnishings 1 LS LUMP SUM $Division 22 - Plumbing2A.14 Plumbing 1 LS LUMP SUM $Division 26 - Electrical2A.15 Electrical 1 LS LUMP SUM $2A.16 Underground overhead electrical at <strong>Riverside</strong> Hunter Park Station 1 LS LUMP SUM $2A.17 Transformer by utility company, allowance 1 Allowance $ 15,000 $ 15,000Division 27 - Communications2A.18 Communication Systems 1 LS LUMP SUM $19 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2A-<strong>Riverside</strong> Hunter Park StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 31 - Earthwork2A.19 Site clearing 1 LS LUMP SUM $2A.20 Unclassified excavation 12,700 CY $ $2A.21 Backfill, Fill <strong>and</strong> Compaction 41,220 CY $ $2A.21A Soil Cement 10,450 CY $ $2A.21B Existing Stockpile Grading, Fill <strong>and</strong> Compaction 44,040 CY $ $Division 32 - Exterior ImprovementsPaving2A.22 Not Used2A.23 Asphalt Concrete Pavement (ACP) 5,170 Ton $ $2A.24 PCC Pavement 1,120 CY $ $2A.25 PCC Sidewalk 33,720 SF $ $2A.26 Curb Ramp including Tactile Warning Surface 1 LS LUMP SUM $2A.27 Curb <strong>and</strong> gutter, Type II 3,960 LF $ $20 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2A-<strong>Riverside</strong> Hunter Park StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price2A.28 Curb, Type I <strong>and</strong> Mountable 4,345 LF $ $2A.28A Curb, 6" Concrete Mow 270 LF $ $2A.29 Concrete Cross Gutter (6' wide) 140 LF $ $2A.29A Longitudinal Gutter (4' Wide) 590 LF $ $2A.30 Precast wheel stop including dowels 51 EA $ $Fences <strong>and</strong> Gates2A.31 Fences <strong>and</strong> Gates 1 LS LUMP SUM $2A.32 Chainlink Fencing 1 LS LUMP SUM $Pavement Striping2A.33 Pavement striping <strong>and</strong> markings 1 LS LUMP SUM $Irrigation & Planting2A.34 Irrigation System - Domestic Water 1 LS LUMP SUM $21 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2A-<strong>Riverside</strong> Hunter Park StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price2A.35 Irrigation System - Recycled Water 1 LS LUMP SUM $2A.36 L<strong>and</strong>scape Planting 1 LS LUMP SUM $22 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2A-<strong>Riverside</strong> Hunter Park StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 33 - UtilitiesSanitary Sewerage System2A.37 Sanitary Sewerage Utilities 1 LS LUMP SUM $Storm Drainage System2A.38 Storm Drainage Utilities 1 LS LUMP SUM $Station - Alternative Design Option 2A2A.39 Station 2A Parking Lot Addition (Limits as indicated on Drawings).Lump Sum price amount is additive.1 LS LUMP SUM $Total Base Price - Schedule 2A$23 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2B-Moreno Valley/March Field StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 02 - Existing Conditions2B.01 Selective Site Demolition - General 1 LS LUMP SUM $Division <strong>03</strong> - Concrete2B.02 Cast-in-Place Concrete 1 LS LUMP SUM $Division 04 - Masonry2B.<strong>03</strong> Concrete Unit Masonry 1 LS LUMP SUM $Division 05 - Metals2B.04 Structural Steel Framing 1 LS LUMP SUM $2B.05 Metal Railings 1 LS LUMP SUM $2B.06 Miscellaneous Metal Fabrications - Bollards 1 LS LUMP SUM $24 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2B-Moreno Valley/March Field StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 07 - Thermal <strong>and</strong> Moisture Protection2B.07 Metal Roof Panels 1 LS LUMP SUM $Division 08 - Openings2B.08 Hollow Metal Doors <strong>and</strong> Frames 1 LS LUMP SUM $2B.09 Overhead Coiling Doors 1 LS LUMP SUM $Division 09 - Finishes2B.10 Graffiti Resistant Coatings 1 LS LUMP SUM $Division 10 - Specialties2B.11 Signage 1 LS LUMP SUM $2B.12 Wayfinding Signage 1 LS LUMP SUM $Division 12 - Furnishings2B.13 Site Furnishings 1 LS LUMP SUM $25 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2B-Moreno Valley/March Field StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 22 - Plumbing2B.14 Plumbing 1 LS LUMP SUM $Division 26 - Electrical2B.15 Electrical 1 LS LUMP SUM $2B.16 Transformer by utility company, allowance 1 Allowance $ 15,000 $ 15,000Division 27 - Communications2B.17 Communication Systems 1 LS LUMP SUM $26 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2B-Moreno Valley/March Field StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 31 - Earthwork2B.18 Site clearing 1 LS LUMP SUM $2B.19 Unclassified excavation 19,320 CY $ $2B.20 Backfill, Fill <strong>and</strong> Compaction 1,160 CY $ $2B.20A Soil Cement 9,900 CY $ $Division 32 - Exterior ImprovementsPaving2B.21 Not Used2B.22 Asphalt Concrete Pavement (ACP) 5,450 Ton $ $2B.23 PCC Pavement 630 CY $ $2B.24 PCC Sidewalk 23,410 SF $ $2B.25 Curb Ramp including Tactile Warning Surface 1 LS LUMP SUM $2B.26 Curb <strong>and</strong> Gutter, Type A-8 3,840 LF $ $2B.27 Curb Type D 3,810 LF $ $27 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2B-Moreno Valley/March Field StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price2B.28 Concrete Cross Gutter (6' wide) 140 LF $ $2B.28A Longitudinal Gutter (4' Wide) 470 LF $ $2B.29 Precast wheel stop including dowels 130 EA $ $Fences <strong>and</strong> Gates2B.30 Fences <strong>and</strong> Gates 1 LS LUMP SUM $2B.31 Chainlink Fencing 1 LS LUMP SUM $Pavement Striping2B.32 Pavement striping <strong>and</strong> markings 1 LS LUMP SUM $Irrigation & Planting2B.33 Irrigation System - Domestic Water 1 LS LUMP SUM $2B.34 Irrigation System - Recycled Water 1 LS LUMP SUM $2B.35 L<strong>and</strong>scape Planting 1 LS LUMP SUM $28 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2B-Moreno Valley/March Field StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 33 - UtilitiesSanitary Sewerage System2B.35A Sanitary Sewerage Utilities 1 LS LUMP SUM $Storm Drainage System2B.36 Storm Drainage Utilities 1 LS LUMP SUM $Division 34 - <strong>Transportation</strong>Railway Signaling <strong>and</strong> Control Equipment (See Schedule 4)Railway Communications (See Schedule 4)Traffic Signals2B.37 Meridian Pkwy at Moreno Valley Station 1 LS LUMP SUM $Pedestrian Crossing2B.38 Pedestrian Crossing at MV/MF Station 1 LS LUMP SUM $29 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2B-Moreno Valley/March Field StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceStation - Alternative Design Option 2B2B.39 Station 2B Parking Lot Addition (Limits as indicated on Drawings). LumpSum price amount is additive.1 LS LUMP SUM $Total Base Price - Schedule 2B$30 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2C - Downtown Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 02 - Existing Conditions2C.01 Selective Site Demolition - General 1 LS LUMP SUM $Division <strong>03</strong> - Concrete2C.02 Cast-in-Place Concrete 1 LS LUMP SUM $Division 04 - Masonry2C.<strong>03</strong> Concrete Unit Masonry 1 LS LUMP SUM $Division 05 - Metals2C.04 Metal Railings 1 LS LUMP SUM $2C.05 Miscellaneous Metal Fabrications - Bollards 1 LS LUMP SUM $31 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2C - Downtown Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 07 - Thermal <strong>and</strong> Moisture Protection2C.06 Metal Roof Panels 1 LS LUMP SUM $Division 08 - Openings2C.07 Hollow Metal Doors <strong>and</strong> Frames 1 LS LUMP SUM $2C.08 Overhead Coiling Doors 1 LS LUMP SUM $Division 09 - Finishes2C.09 Graffiti Resistant Coatings 1 LS LUMP SUM $Division 10 - Specialties2C.10 Signage 1 LS LUMP SUM $2C.11 Wayfinding signage 1 LS LUMP SUM $32 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2C - Downtown Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 12 - Furnishings2C.12 Site Furnishings 1 LS LUMP SUM $Division 22 - Plumbing2C.13 Plumbing 1 LS LUMP SUM $Division 26 - Electrical2C.14 Electrical 1 LS LUMP SUM $2C.15 Transformer by utility company, allowance 1 Allowance $ 15,000 $ 15,000Division 27 - Communications2C.16 Communication Systems 1 LS LUMP SUM $33 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2C - Downtown Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 31 - Earthwork2C.17 Site Clearing 1 LS LUMP SUM $2C.18 Unclassified Excavation 3,<strong>03</strong>0 CY $ $2C.19 Backfill, Fill <strong>and</strong> Compaction 2,830 CY $ $2C.19A Soil Cement 4,810 CY $ $Division 32 - Exterior ImprovementsPaving2C.20 Not Used2C.21 Asphalt Concrete Pavement (ACP) 2,980 Ton $ $2C.22 PCC Pavement 40 CY $ $2C.23 PCC Sidewalk 18,340 SF $ $2C.23A Curb Ramp including Tactile Warning Surface 1 LS LUMP SUM $2C.24 Curb <strong>and</strong> Gutter, Type A-8 4,120 LF $ $34 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2C - Downtown Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price2C.25 Curb Type D 3,500 LF $ $2C.26 Concrete Cross Gutter (6' wide) 600 LF $ $2C.27 Longitudinal Gutter (4' Wide) 850 LF $ $2C.28 Precast wheel stop including dowels 32 EA $ $Fences <strong>and</strong> Gates2C.29 Fences <strong>and</strong> Gates 1 LS LUMP SUM $Signing <strong>and</strong> Striping2C.30 Pavement striping <strong>and</strong> markings 1 LS LUMP SUM $Irrigation & Planting2C.31 Irrigation System - Domestic Water 1 LS LUMP SUM $2C.32 L<strong>and</strong>scape Planting 1 LS LUMP SUM $35 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2C - Downtown Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price36 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2C - Downtown Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 33 - UtilitiesSanitary Sewerage System2C.32A Sanitary Sewerage Utilities 1 LS LUMP SUM $Storm Drainage System2C.33 Storm Drainage Utilities 1 LS LUMP SUM $2C.34 Storm Drainage Retention Areas 1 LS LUMP SUM $Division 34 - <strong>Transportation</strong>Railway Signaling <strong>and</strong> Control Equipment (See Schedule 4)Railway Communications (See Schedule 4)Pedestrian Crossing2C.35 Pedestrian Crossing at 2nd Street 1 LS LUMP SUM $37 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2C - Downtown Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price38 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2C - Downtown Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceStation - Alternative Design Option 2C2C.36 Station 2C Parking Lot Addition (Limits as indicated on Drawings). LumpSum price amount is additive.1 LS LUMP SUM $Total Base Price - Schedule 2C$39 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2D - South Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 02 - Existing Conditions2D.01 Selective Site Demolition - General 1 LS LUMP SUM $Division <strong>03</strong> - Concrete2D.02 Cast-in-Place Concrete 1 LS LUMP SUM $Division 04 - Masonry2D.<strong>03</strong> Concrete Unit Masonry 1 LS LUMP SUM $Division 05 - Metals2D.04 Structural Steel Framing 1 LS LUMP SUM $2D.05 Metal Railings 1 LS LUMP SUM $2D.06 Miscellaneous Metal Fabrications - Bollards 1 LS LUMP SUM $40 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2D - South Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 07 - Thermal <strong>and</strong> Moisture Protection2D.07 Metal Roof Panels 1 LS LUMP SUM $Division 08 - Openings2D.08 Hollow Metal Doors <strong>and</strong> Frames 1 LS LUMP SUM $2D.09 Overhead Coiling Doors 1 LS LUMP SUM $Division 09 - Finishes2D.10 Graffiti Resistant Coatings 1 LS LUMP SUM $Division 10 - Specialties2D.11 Signage 1 LS LUMP SUM $2D.12 Wayfinding Signage 1 LS LUMP SUM $Division 12 - Furnishings2D.13 Site Furnishings 1 LS LUMP SUM $41 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2D - South Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 22 - Plumbing2D.14 Plumbing 1 LS LUMP SUM $Division 26 - Electrical2D.15 Electrical 1 LS LUMP SUM $2D.16 Transformer by utility company, allowance 1 Allowance $ 15,000 $ 15,000Division 27 - Communications2D.17 Communication Systems 1 LS LUMP SUM $42 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2D - South Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 31 - Earthwork2D.18 Site clearing 1 LS LUMP SUM $2D.19 Unclassified excavation 3,150 CY $ $2D.20 Backfill, Fill <strong>and</strong> Compaction 27,670 CY $ $2D.20A Soil Cement 16,400 CY $ $Division 32 - Exterior ImprovementsPaving2D.21 Not Used2D.21A Asphalt Concrete Pavement (ACP) 9,640 Ton $ $2D.22 PCC Pavement 550 CY $ $2D.23 PCC Sidewalk 23,410 SF $ $2D.23A Curb Ramp including Tactile Warning Surface 1 LS LUMP SUM $2D.24 Curb <strong>and</strong> Gutter, Type A-8 4,060 LF $ $2D.25 Curb Type D 5,500 LF $ $43 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2D - South Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price2D.26 Concrete Cross Gutter (10" Wide) 5,280 LF $ $2D.27 Longitudinal Gutter (4' Wide) 2,360 LF $ $2D.28 Precast wheel stop including dowels 360 EA $ $Fences <strong>and</strong> Gates2D.29 Fences <strong>and</strong> Gates 1 LS LUMP SUM $2D.30 Chainlink Fencing 1 LS LUMP SUM $Pavement Striping2D.31 Pavement striping <strong>and</strong> markings 1 LS LUMP SUM $Irrigation & Planting2D.32 Irrigation System - Domestic Water 1 LS LUMP SUM $2D.33 Irrigation System - Recycled Water 1 LS LUMP SUM $44 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2D - South Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price2D.34 L<strong>and</strong>scape Planting 1 LS LUMP SUM $Division 33 - UtilitiesSanitary Sewerage System2D.34A Sanitary Sewerage Utilities 1 LS LUMP SUM $Storm Drainage System2D.35 Storm Drainage Utilities 1 LS LUMP SUM $Division 34 - <strong>Transportation</strong>Railway Signaling <strong>and</strong> Control Equipment (See Schedule 4)Railway Communications (See Schedule 4)Traffic Signals2D.36 Bonnie Dr at Mapes Rd 1 LS LUMP SUM $2D.37 Bonnie Dr at SB I-215 off ramp 1 LS LUMP SUM $45 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2D - South Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price46 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 2D - South Perris StationSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceStation - Alternative Design Option 2D2D.38 Station 2D Parking Lot Addition (Limits as indicated on Drawings). LumpSum price amount is additive.1 LS LUMP SUM $Total Base Price - Schedule 2D$47 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 3- Layover FacilitySCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 02 - Existing Conditions3.01 Selective Site Demolition - General 1 LS LUMP SUM $Division <strong>03</strong> - Concrete3.02 Cast-in-Place Concrete 1 LS LUMP SUM $Division 04 - Masonry3.<strong>03</strong> Concrete Unit Masonry 1 LS LUMP SUM $Division 05 - Metals3.04 Structural Steel Framing 1 LS LUMP SUM $3.05 Metal Railings 1 LS LUMP SUM $3.06 Miscellaneous Metal Fabrications - Bollards 1 LS LUMP SUM $Division 07 - Thermal <strong>and</strong> Moisture Protection3.07 Metal Roof Panels 1 LS LUMP SUM $48 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 3- Layover FacilitySCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 08 - Openings3.08 Hollow Metal Doors <strong>and</strong> Frames 1 LS LUMP SUM $3.09 Overhead Coiling Doors 1 LS LUMP SUM $Division 10 - Specialties3.10 Signage 1 LS LUMP SUM $Division 13 - Special Construction3.11 Modular Building 1 LS LUMP SUM $Division 14 - Conveying Equipment3.12 Vertical Wheelchair Lift 1 LS LUMP SUM $Division 22 - Plumbing3.13 Plumbing 1 LS LUMP SUM $49 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 3- Layover FacilitySCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price3.14 Sump Pump System (SP1 <strong>and</strong> SP2) 2 EA $ $3.15 Sump Pump System (SP3, SP4 & SP5) 3 EA $ $3.16 Compressed Air System 1 LS LUMP SUM $Division 26 - Electrical3.17 Electrical 1 LS LUMP SUM $Division 27 - Communications3.18 Communication Systems 1 LS LUMP SUM $Division 31 - EarthworkSite Clearing, Unclassified Excavation <strong>and</strong> Backfill, Fill <strong>and</strong>Compaction included under Earthwork <strong>bid</strong> items under Schedule 2D3.18A Soil Cement 8,090 CY $ $3.18B Soil Cement [Private Drive] 6,100 CY $ $50 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 3- Layover FacilitySCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 32 - Exterior ImprovementsPaving3.19 Not Used3.20 Asphalt Concrete Pavement (ACP) 4,<strong>03</strong>0 Ton $ $3.20A Asphalt Concrete Pavement (ACP) [Private Drive] 3,840 Ton $ $3.21 PCC Pavement 850 CY $ $3.22 Curb Type D 180 LF $ $3.23 Longitudinal Gutter (4' Wide) 2,910 LF $ $3.24 Precast wheel stop including dowels 20 EA $ $Fences <strong>and</strong> Gates3.25 Fences <strong>and</strong> Gates 1 LS LUMP SUM $3.26 Chainlink Fencing 1 LS LUMP SUM $Pavement Striping51 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 3- Layover FacilitySCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price3.27 Pavement striping <strong>and</strong> markings 1 LS LUMP SUM $Irrigation & Planting3.28 Irrigation System - Domestic Water 1 LS LUMP SUM $3.29 Irrigation System - Recycled Water 1 LS LUMP SUM $3.30 L<strong>and</strong>scape Planting 1 LS LUMP SUM $Division 33 - UtilitiesSanitary Sewerage System3.31 Sanitary Sewerage Utilities 1 LS LUMP SUM $Underdrains3.32 Underdrains 1 LS LUMP SUM $Storm Drainage System3.33 Storm Drainage Utilities 1 LS LUMP SUM $52 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 3- Layover FacilitySCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 34 - <strong>Transportation</strong>Trackwork3.34 Sub-Ballast 1,680 CY $ $3.35 Construct New Yard Track (Layover Facility) 5,540 TF $ $3.36 Construct #8 Turnout (Layover Facility) 2 EA $ $3.37 Construct Double Switch Point Derail (Layover Facility) 1 EA $ $3.38 Construct Insulated Joint (Layover Facility) 3 PR $ $3.39 Construct Bumping Post (Layover Facility) 3 EA $ $3.40 Fiber Glass Track Collector Pans 1 LS $ $Stone Revetment3.41 Stone Revetment - Riprap Type I (3.3' Thick) 170 SF $ $Division 41 - Material Processing <strong>and</strong> H<strong>and</strong>ling Equipment3.42 Storage containers 1 LS LUMP SUM $53 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 3- Layover FacilitySCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 44 - Pollution Control Equipment3.43 Oil-Water Separator System 1 LS LUMP SUM $Total Base Price - Schedule 3$54 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 4 - SystemsSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 34 - <strong>Transportation</strong>Railway Signaling <strong>and</strong> Control EquipmentNote : All Railway Signaling <strong>and</strong> Control Equipment <strong>and</strong> associatedwork are included in each respective LS cost.4.01 Control Point - CP Citrus (MP 0.60) 1 LS LUMP SUM $4.02 Control Point - CP Marlborough (MP 1.44) 1 LS LUMP SUM $4.<strong>03</strong> Control Point - CP Eastridge (MP 7.40) 1 LS LUMP SUM $4.04 Control Point - CP Harley (MP 12.10) 1 LS LUMP SUM $4.05 Control Point - CP Nuevo (MP 16.50) 1 LS LUMP SUM $4.06 Control Point - CP Mapes (MP 21.00) 1 LS LUMP SUM $4.07 Intermediate Signal - 81 (MP 8.50) 1 LS LUMP SUM $4.08 Intermediate Signal - 82 (MP 8.90) 1 LS LUMP SUM $4.09 Intermediate Signal - 101 & 102 (MP 10.50) 1 LS LUMP SUM $4.10 Intermediate Signal - 141 & 142 (MP 14.40) 1 LS LUMP SUM $4.11 Intermediate Signal - 201 & 202 (MP 20.08) 1 LS LUMP SUM $55 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 4 - SystemsSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price4.12 Leaving Signal (MP 0.75) 1 LS LUMP SUM $4.13 Leaving Signal (MP 0.92) 1 LS LUMP SUM $4.14 Leaving Signal (MP 7.17) 1 LS LUMP SUM $4.15 Electric Lock - H<strong>and</strong> Throw Switch (MP 18.99) 1 LS LUMP SUM $4.16 Station Case (MP 1.42) 1 LS LUMP SUM $4.17 Station Case (MP 8.65) 1 LS LUMP SUM $4.18 Station Case (MP 20.95) 1 LS LUMP SUM $4.19 Crossing Warning System - Citrus Ave. (MP 0.70) 1 LS LUMP SUM $4.20 Crossing Warning System - Palmyrita Ave. (MP 1.00) 1 LS LUMP SUM $4.21 Crossing Warning System - Columbia Ave. (MP 1.24) 1 LS LUMP SUM $4.22 Crossing Warning System - Marlborough Ave. (MP 1.50) 1 LS LUMP SUM $4.23 Crossing Warning System - Spruce St. (MP 2.02) 1 LS LUMP SUM $4.24 Crossing Warning System - Blaine St. (MP 2.66) 1 LS LUMP SUM $4.25 Crossing Warning System - Mt. Vernon Ave. (MP 3.41) 1 LS LUMP SUM $56 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 4 - SystemsSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price4.26 Crossing Warning System - Poarch Rd. (MP 5.02) 1 LS LUMP SUM $4.27 Crossing Warning System - River Crest Dr. (MP 7.00) 1 LS LUMP SUM $4.28 Crossing Warning System - Moreno Valley Ped (MP 8.63) 1 LS LUMP SUM $4.29 Crossing Warning System - San Jacinto Ave. (MP 18.05) 1 LS LUMP SUM $4.30 Crossing Warning System - 2nd Street Ped. (MP 18.20) 1 LS LUMP SUM $4.31 Crossing Warning System - W. 4th St. (MP 18.34) 1 LS LUMP SUM $4.32 Crossing Warning System - W. 7th St. (MP 19.10) 1 LS LUMP SUM $4.33 Crossing Warning System - South D St. (MP 19.17) 1 LS LUMP SUM $4.34 Crossing Warning System - S. Perris Blvd. (MP 19.37) 1 LS LUMP SUM $4.35 Crossing Warning System - G St. (MP 19.68) 1 LS LUMP SUM $4.36 Crossing Warning System - E. Ellis Ave. (MP 19.87) 1 LS LUMP SUM $4.37 Express Conduit, Pull Boxes <strong>and</strong> Copper Cables 1 LS LUMP SUM $57 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 4 - SystemsSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceRailway CommunicationsNote : All Communication Equipment/Shelters <strong>and</strong> associated work areincluded in each respective LS cost.4.38 Communications Systems - CP Citrus (MP 0.60) 1 LS LUMP SUM $4.39 Communications Systems - <strong>Riverside</strong> Hunter Park Station (MP 1.43) 1 LS LUMP SUM $4.40 Communications Systems - CP Marlborough (MP 1.44) 1 LS LUMP SUM $4.41 Communications Systems - CP Eastridge (MP 7.40) 1 LS LUMP SUM $4.42 Communications Systems - Moreno Vy/March Field Station (MP 8.64) 1 LS LUMP SUM $4.43 Communications Systems - CP Harley (MP 12.10) 1 LS LUMP SUM $4.44 Communications Systems - CP Nuevo (MP 16.50) 1 LS LUMP SUM $4.45 Communications Systems - Downtown Perris Station (MP 18.30) 1 LS LUMP SUM $4.46 Communications Systems - CP Mapes (MP 21.00) 1 LS LUMP SUM $4.47 Communications Systems - South Perris Station (MP 21.01) 1 LS LUMP SUM $4.48 Communications Systems - South Perris Layover Facility (MP 21.15) 1 LS LUMP SUM $4.49 Communications Systems - East Maintenance Facility 1 LS LUMP SUM $58 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 4 - SystemsSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base Price4.50 Communications Systems - Santiago Peak Mountain Top Site 1 LS LUMP SUM $4.51 Communications Systems - Sunset Ridge Mountain Top Site 1 LS LUMP SUM $4.52 Communications Systems - Pomona Metrolink Operations Center 1 LS LUMP SUM $4.53 Fiber Optic Cable Backbone 1 LS LUMP SUM $4.54 Shared Use Caltrans Fiber Access Points 1 LS LUMP SUM $Total Base Price - Schedule 4$59 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 5 - OthersSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceDivision 02 - Existing Conditions5.01 Stockpile, Export <strong>and</strong> Disposal of chemically-impacted soil 1 Allowance $ 400,000 $ 400,0005.02 Stockpile Management of unregulated soil prior to testing for export. 1 LS LUMP SUM $Division 09 - Finishes5.<strong>03</strong> Painted super graphics <strong>and</strong>/or applied PVC film with digital images along3,350 linear feet (x 10 feet high) of l<strong>and</strong>scape walls in two (2) locations1 Allowance $ 270,000 $ 270,000Division 33 - Utilities5.04 48" Water Main Line Crossing 1 LS LUMP SUM $Division 34 - <strong>Transportation</strong>Railway Signaling <strong>and</strong> Control Equipment (See Schedule 4)Railway Communications (See Schedule 4)60 Addendum No. 512 December, 2012


RCTC Perris Valley LineSchedule 5 - OthersSCHEDULE OFQUANTITIES AND PRICESRCTC AgreementNo. 13-33-049-00Item Work Description Quantity Unit Unit/Price Base PriceTraffic Signals5.05 San Jacinto Ave at Redl<strong>and</strong>s Ave 1 Allowance $ 250,000 $ 250,000Total Base Price - Schedule 5$61 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSDISCREPANCIES IN BIDS: Bidder shall furnish a price for all Bid items in the Bid PriceForm (Schedule of Quantities <strong>and</strong> Prices), <strong>and</strong> failure to do so will render the Bidder’s Bid informal <strong>and</strong>may cause its rejection. In the event there are unit price Bid items in the Bid Price Form (Schedule ofQuantities <strong>and</strong> Prices) <strong>and</strong> the “amount” indicated for a unit price Bid item does not equal the product ofthe unit price <strong>and</strong> quantity, the unit price shall govern <strong>and</strong> the amount will be corrected accordingly. Inthe event there is more than one Bid item in the Bid Price Form (Schedule of Quantities <strong>and</strong> Prices) <strong>and</strong>the total indicated for the Bid Price Form (Schedule of Quantities <strong>and</strong> Prices) does not agree with the sumof the prices Bid on the individual items, the prices Bid on the individual items shall govern <strong>and</strong> the totalfor the schedule will be corrected accordingly.The original signed hard copy Bid Price Form (Schedule of Quantities <strong>and</strong> Prices) must besubmitted with the Bid Documents.The Bidder underst<strong>and</strong>s <strong>and</strong> agrees that the Gr<strong>and</strong> Total Bid Price, lump sum prices <strong>and</strong> ContractUnit Prices are inclusive of all labor, materials, <strong>and</strong> equipment or supplies necessary to complete the workas described in the Project Bid Package, <strong>and</strong> if this Bid is accepted the undersigned Bidder agrees to enterinto <strong>and</strong> execute the Contract with the necessary bonds <strong>and</strong> accept the total of prices <strong>bid</strong> times actualquantities as compensation in full for all work under the Contract.This Bid Form shall be executed only by a duly authorized official of the Bidder:By:__________________________________Type or Print Name__________________________________Signature__________________________________Title62 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>.<strong>03</strong> BID BOND[BID BOND FORM ON FOLLOWING PAGE]63 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSBID BONDPROJECT: Perris Valley Line Commuter Rail Extension ProjectKNOW ALL MEN BY THESE PRESENTS:THAT _____________________________________________________, as Principal, <strong>and</strong>_____________________________________________________, as Surety, are held firmly bound untothe <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong> Commission, hereinafter called the COMMISSION in the sum of________________________________________________ DOLLARS ($______________________),being not less than ten percent (10%) of the total <strong>bid</strong> price; for the payment of which sum will <strong>and</strong> truly tobe made, we bind ourselves, our heirs, executors, administrators, successors, <strong>and</strong> assigns, jointly <strong>and</strong>severally, firmly by these presents.WHEREAS, said Principal has submitted a <strong>bid</strong> to the COMMISSION to perform all workrequired for the Perris Valley Line Extension Commuter Rail Project. The estimated constructionduration is [***INSERT NUMBER OF CALENDAR DAYS***] calendar days, as set forth in theProject Bid Package dated _________________.NOW, THEREFORE, if said Principal is awarded a Contract for the work by the COMMISSION<strong>and</strong>, within the time <strong>and</strong> in the manner required by the above- referenced Project Bid Package, enters intothe written form of Contract bound with said Bid Documents <strong>and</strong> Forms, <strong>and</strong> furnished the requiredbonds, one to guarantee faithful performance <strong>and</strong> the other to guarantee payment for labor <strong>and</strong> materials,<strong>and</strong> furnished the required certificate of insurance, then this obligation shall be null <strong>and</strong> void; otherwise itshall remain in full force <strong>and</strong> effect. In the event suit is brought upon this bond by the COMMISSION<strong>and</strong> judgment is recovered, said Surety shall pay all costs incurred by the COMMISSION in such suit,including reasonable attorneys’ fees to be fixed by the court.SIGNED AND SEALED, this _____ day of ____________________, 2012._______________________________Principal(SEAL)_______________________________Surety(SEAL)By:_______________________________SignatureBy:_______________________________Signature64 Addendum No. 512 December, 2012


<strong>03</strong>.04 NON-COLLUSION DECLARATIONThe undersigned declares:<strong>03</strong> BID DOCUMENTS AND FORMSI am the ___________________of ___________________, the party making the foregoing <strong>bid</strong>.The <strong>bid</strong> is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,association, organization, or corporation. The <strong>bid</strong> is genuine <strong>and</strong> not collusive or sham. The <strong>bid</strong>der has notdirectly or indirectly induced or solicited any other <strong>bid</strong>der to put in a false or sham <strong>bid</strong>. The <strong>bid</strong>der has notdirectly or indirectly colluded, conspired, connived, or agreed with any <strong>bid</strong>der or anyone else to put in asham <strong>bid</strong>, or to refrain from <strong>bid</strong>ding. The <strong>bid</strong>der has not in any manner, directly or indirectly, sought byagreement, communication, or conference with anyone to fix the <strong>bid</strong> price of the <strong>bid</strong>der or any other<strong>bid</strong>der, or to fix any overhead, profit, or cost element of the <strong>bid</strong> price, or of that of any other <strong>bid</strong>der. Allstatements contained in the <strong>bid</strong> are true. The <strong>bid</strong>der has not, directly or indirectly, submitted his or her <strong>bid</strong>price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto,to any corporation, partnership, company association, organization, <strong>bid</strong> depository, or to any member oragent thereof to effectuate a collusive or sham <strong>bid</strong>, <strong>and</strong> has not paid, <strong>and</strong> will not pay, any person or entityfor such purpose.Any person executing this declaration on behalf of a <strong>bid</strong>der that is a corporation, partnership, jointventure, limited liability company, limited liability partnership, or any other entity, hereby represents thathe or she has full power to execute, <strong>and</strong> does execute, this declaration on behalf of the <strong>bid</strong>der.I declare under penalty of perjury under the laws of the State of California that the foregoing is true <strong>and</strong>correct <strong>and</strong> that this declaration is executed on ____________________[date], at___________________[city], ___________________[state].__________________________________Type or Print Name__________________________________Type or Print NameBy:__________________________________SignatureBy:__________________________________Signature__________________________________Title__________________________________Title__________________________________Date__________________________________Date65 Addendum No. 512 December, 2012


STATE OF CALIFORNIA )COUNTY OF )<strong>03</strong> BID DOCUMENTS AND FORMSOn ____________________, 2012 before me,, Notary Public,personally appeared, who proved to me on the basis ofsatisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument <strong>and</strong>acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), <strong>and</strong> thatby his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which theperson(s) acted, executed the instrument.I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoingparagraph is true <strong>and</strong> correct.WITNESS my h<strong>and</strong> <strong>and</strong> official seal.Signature:(SEAL)66 Addendum No. 512 December, 2012


<strong>03</strong>.05 LIST OF SUBCONTRACTORS FORM<strong>03</strong> BID DOCUMENTS AND FORMSIn compliance with the Subletting <strong>and</strong> Subcontracting Fair practices Act (Chapter 2 [commencingat Section 4100], Division 5, Title 1 of the Government Code of the State of California) <strong>and</strong> anyamendments thereof, each Bidder shall complete all portions of the List of Subcontractors form attachedhereto. The prime Contractor shall list only one subcontractor for each such portion as is defined by theprime Contractor in this Bid. Bidders are required to make these designations on the Bid Form titled “Listof Proposed Subcontractors” which has been included with this Project Bid Package, <strong>and</strong> they mustinclude these <strong>forms</strong> with their Bid(s). Pursuant to Public Contract Code Section 4104, the Commissionhas determined that it will not allow Bidders twenty-four (24) additional hours after the deadline forsubmission of Bids to submit certain information requested by the Commission about each subcontractor.Therefore, all information required about subcontractors on the List of Proposed Subcontractors formmust be submitted with the Bid.If a Bidder fails to specify a subcontractor, he shall be deemed to have agreed that he is fullyqualified to perform that portion himself, <strong>and</strong> that he shall perform that portion himself.No prime Contractor whose Bid is accepted shall (a) substitute any subcontractor, (b) permit anysubcontract to be voluntarily assigned or transferred or allow it to be performed by anyone other than theoriginal subcontractor listed in the original Bid, or (c) sublet or subcontract any portion of the work,unless authorized by law <strong>and</strong> approved by Commission. Subletting or subcontracting of any portion of thework in excess of one-half of one percent of the prime Contractor’s total Bid as to which no subcontractorwas designated in the original Bid shall only be permitted in cases of public emergency or necessity, <strong>and</strong>then only after a finding reduced to writing as a public record of the authority awarding this Contractsetting forth the facts constituting the emergency or necessity.Contractor agrees to bind every subcontractor to the terms of the Contract Documents as far assuch terms are applicable to subcontractor’s work. If Contractor subcontracts any part of this Contract,Contractor shall be as fully responsible to Commission for the acts <strong>and</strong> omissions of its subcontractor <strong>and</strong>of persons either directly or indirectly employed by his subcontractor, as he is for acts <strong>and</strong> omissions ofpersons directly employed by himself. Nothing contained in these Contract Documents shall create anycontractual relationship between any subcontractor <strong>and</strong> Commission. Commission shall be deemed to bethe third party beneficiary of the contract between the Contractor <strong>and</strong> the subcontractors. Commission’sconsent to or the approval of any subcontractor under this Contract shall not in any way relieveContractor of its obligations under this Contract <strong>and</strong> no such consent or approval shall be deemed towaive any provision of this Contract. Substitution or addition of subcontractors shall be permitted only asauthorized in chapter 4 (commencing at section 4100), part 1, division 2 of the California Public ContractCode.<strong>03</strong>.05.APre-Qualified Subcontractors for Specialty Work.From a list of pre-qualified subcontractors, Bidder shall also specify subcontractors that are prequalifiedto perform: (i) construction of track work under live freight; <strong>and</strong> (ii) the construction of traincontrols, signals <strong>and</strong> communication, <strong>and</strong> grade crossing warning systems. A copy of the list of prequalifiedsubcontractors may be obtained from the Commission’s website, www.rctc.org/doingbusiness/rfps-rfqs-ifbs.67 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSLIST OF PROPOSED SUBCONTRACTORSName:Provide Complete Description of Work to be Performed:Business Address:Contact Person:DBE FirmYes or NoTelephone:( )Fax:( )License Number <strong>and</strong> Classification:Subcontract Dollar Value <strong>and</strong> Percentage of Total BidAmount:License Expiration: $ _____________ ____________ %Name:Provide Complete Description of Work to be Performed:Business Address:Contact Person:DBE FirmYes or NoTelephone:( )Fax:( )License Number <strong>and</strong> Classification:Subcontract Dollar Value <strong>and</strong> Percentage of Total BidAmount:License Expiration: $ _____________ ____________ %68 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSLIST OF PROPOSED SUBCONTRACTORSName:Provide Complete Description of Work to be Performed:Business Address:Contact Person:DBE FirmYes or NoTelephone:( )Fax:( )License Number <strong>and</strong> Classification:Subcontract Dollar Value <strong>and</strong> Percentage of Total BidAmount:License Expiration: $ _____________ ____________ %Name:Provide Complete Description of Work to be Performed:Business Address:Contact Person:DBE FirmYes or NoTelephone:( )Fax:( )License Number <strong>and</strong> Classification:Subcontract Dollar Value <strong>and</strong> Percentage of Total BidAmount:License Expiration: $ _____________ ____________ %69 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSLIST OF PROPOSED SUBCONTRACTORSName:Provide Complete Description of Work to be Performed:Business Address:Contact Person:DBE FirmYes or NoTelephone:( )Fax:( )License Number <strong>and</strong> Classification:Subcontract Dollar Value <strong>and</strong> Percentage of Total BidAmount:License Expiration: $ _____________ ____________ %Name:Provide Complete Description of Work to be Performed:Business Address:Contact Person:DBE FirmYes or NoTelephone:( )Fax:( )License Number <strong>and</strong> Classification:Subcontract Dollar Value <strong>and</strong> Percentage of Total BidAmount:License Expiration: $ _____________ ____________ %70 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSLIST OF PROPOSED SUBCONTRACTORSName:Provide Complete Description of Work to be Performed:Business Address:Contact Person:DBE FirmYes or NoTelephone:( )Fax:( )License Number <strong>and</strong> Classification:Subcontract Dollar Value <strong>and</strong> Percentage of Total BidAmount:License Expiration: $ _____________ ____________ %Name:Provide Complete Description of Work to be Performed:Business Address:Contact Person:DBE FirmYes or NoTelephone:( )Fax:( )License Number <strong>and</strong> Classification:Subcontract Dollar Value <strong>and</strong> Percentage of Total BidAmount:License Expiration: $ _____________ ____________ %71 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSLIST OF PROPOSED SUBCONTRACTORSName:Provide Complete Description of Work to be Performed:Business Address:Contact Person:DBE FirmYes or NoTelephone:( )Fax:( )License Number <strong>and</strong> Classification:Subcontract Dollar Value <strong>and</strong> Percentage of Total BidAmount:License Expiration: $ _____________ ____________ %Name:Provide Complete Description of Work to be Performed:Business Address:Contact Person:DBE FirmYes or NoTelephone:( )Fax:( )License Number <strong>and</strong> Classification:Subcontract Dollar Value <strong>and</strong> Percentage of Total BidAmount:License Expiration: $ _____________ ____________ %(The preceding page may be duplicated if needed.)72 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>.06 BUY AMERICA CERTIFICATESCERTIFICATE OF COMPLIANCE WITH 49 USC §5323(J)(1)The Contractor hereby certifies that it will meet the requirements of 49 USC 5323(j)(1) <strong>and</strong> theapplicable regulations in 49 CFR Part 661.5.__________________________________Type or Print Name__________________________________Type or Print NameBy:__________________________________SignatureBy:__________________________________Signature__________________________________Title__________________________________Title__________________________________Date__________________________________DateNOTE: Any steel, cement, lumber <strong>and</strong> all manufactured products used in the Contract <strong>and</strong> for thecontract projects supported by Federal funds (FTA) must be produced in the United States of America.This Contract is an FTA funded project <strong>and</strong> the Contractor must keep all product manufacturelocations on file <strong>and</strong> must present on dem<strong>and</strong>. Furthermore, these files will be turned over to Commissionupon Contract completion.CERTIFICATE OF NON-COMPLIANCE WITH 49 USC §5323(J)(1)The Contractor hereby certifies that it cannot comply with the requirements of 49 USC§5323(j)(1), but it may qualify for an exception pursuant to 49 USC §5323(j)(2)(B) or (j)(2)(D) <strong>and</strong> theregulations in 49 CFR 661.7.__________________________________Type or Print Name__________________________________Type or Print NameBy:__________________________________SignatureBy:__________________________________Signature__________________________________Title__________________________________Title__________________________________Date__________________________________Date73 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>.07 DEBARMENT AND SUSPENSION CERTIFICATIONCERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION, ANDOTHER RESPONSIBILITY MATTERS PURSUANT TO TITLE 49 CFR PART 29The undersigned certifies to the best of his or her knowledge <strong>and</strong> belief, that_______________________________ (name of Contractor) <strong>and</strong> its principles:1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, orvoluntarily excluded from covered transactions by any Federal department or agency;2. Have not within a three-year period preceding this Contract been convicted of or had acivil judgment rendered against them for commission of fraud or a criminal offense in connection withobtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contractunder a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolenproperty;3. Are not presently indicted for or otherwise criminally or civilly charged by agovernmental entity (Federal, State, or local) with commission of any of the offenses enumerated inParagraph 2 of this certification; <strong>and</strong>4. Have not within a three-year period preceding this Contract had one or more publictransactions (Federal, State, or local) terminated for cause or default. The Contractor certifies or affirmsthe truthfulness <strong>and</strong> accuracy of the contents of the statements submitted on or with this certification <strong>and</strong>underst<strong>and</strong>s that the provisions of 31 USC Sections 3801 et seq. are applicable thereto.__________________________________Type or Print Name__________________________________Type or Print NameBy:__________________________________SignatureBy:__________________________________Signature__________________________________Title__________________________________Title__________________________________Date__________________________________Date74 Addendum No. 512 December, 2012


<strong>03</strong>.07 DEBARMENT AND SUSPENSION CERTIFICATION<strong>03</strong> BID DOCUMENTS AND FORMSCERTIFICATION OF SUBCONTRACTOR REGARDING DEBARMENT, SUSPENSION, ANDOTHER RESPONSIBILITY MATTERS PURSUANT TO TITLE 49 CFR PART 29(To be provide for each first tier subcontractor following <strong>bid</strong> award <strong>and</strong> prior to Notice to Proceed)The undersigned certifies to the best of his or her knowledge <strong>and</strong> belief, that_______________________________ (name of Subcontractor/Supplier) <strong>and</strong> its principles:1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, orvoluntarily excluded from covered transactions by any Federal department or agency;2. Have not within a three-year period preceding this subcontract been convicted of or had acivil judgment rendered against them for commission of fraud or a criminal offense in connection withobtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contractunder a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolenproperty;3. Are not presently indicted for or otherwise criminally or civilly charged by agovernmental entity (Federal, State, or local) with commission of any of the offenses enumerated inParagraph 2 of this certification; <strong>and</strong>4. Have not within a three-year period preceding this subcontract had one or more publictransactions (Federal, State, or local) terminated for cause or default. We shall require each lower tierSubcontractor to likewise complete this Certification. The Subcontractor certifies or affirms thetruthfulness <strong>and</strong> accuracy of the contents of the statements submitted on or with this certification <strong>and</strong>underst<strong>and</strong>s that the provisions of 31 USC Sections 3801 et seq. are applicable thereto.__________________________________Type or Print Name__________________________________Type or Print NameBy:__________________________________SignatureBy:__________________________________Signature__________________________________Title__________________________________Title__________________________________Date__________________________________Date75 Addendum No. 512 December, 2012


<strong>03</strong>.08 WORKERS’ COMPENSATION CERTIFICATE<strong>03</strong> BID DOCUMENTS AND FORMSWORKERS’ COMPENSATION CERTIFICATEI, the undersigned Contractor, am aware of the provisions of Section 3700 et seq. of theCalifornia Labor Code which require every employer to be insured against liability for Worker’sCompensation or to undertake self-insurance in accordance with the provisions of the Code. I agree to<strong>and</strong> will comply with such provisions before commencing the work governed by this Contract.CONTRACTOR:Name of Contractor:_____________________________________________________Type or Print NameBy:__________________________________Signature__________________________________Title__________________________________Date76 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>.09 CERTIFICATION OF RESTRICTIONS ON LOBBYINGLOBBYING CERTIFICATEThe prospective participant certifies, to the best of his or her knowledge <strong>and</strong> belief, that:1. No Federal appropriated funds have been paid or will be paid, by or on behalf of theundersigned, to any person for influencing or attempting to influence an officer or employee of anyFederal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Memberof Congress in connection with the awarding of any Federal contract, the making of any Federal grant, themaking of any Federal loan, the entering into of any cooperative agreement, <strong>and</strong> the extension,continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperativeagreement.2. If any funds other than Federal appropriated funds have been paid or will be paid to anyperson for influencing or attempting to influence an officer or employee of any Federal agency, a Memberof Congress, an officer or employee of Congress, or an employee of a Member of Congress in connectionwith this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete <strong>and</strong>submit St<strong>and</strong>ard Form-LLL, “Disclosure of Lobbying Activities,” in accordance with its instructions.This certification is a material representation of fact upon which reliance was placed when thistransaction was made or entered into. Submission of this certification is a prerequisite for making orentering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to filethe required certification shall be subject to a civil penalty of not less than $10,000 <strong>and</strong> not more than$100,000 for each such failure.The prospective participant also agrees by submitting his or her <strong>bid</strong> or proposal that he or sheshall require that the language of this certification be included in all lower tier subcontracts, whichexceeds $100,000 <strong>and</strong> that all such subrecipients shall certify <strong>and</strong> disclose accordingly.__________________________________Type or Print NameBy:__________________________________Signature__________________________________Title__________________________________Date77 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSDISCLOSURE OF LOBBYING ACTIVITIESComplete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352Type of Federal Action:____ a. contract____ b. grant____ c. cooperative agreement____ d. loan____ e. loan guarantee____ f. loan insuranceStatus of Federal Action:____ a. <strong>bid</strong>/offer/application____ b. initial award____ c. post-awardReport Type:____ a. initial filing____ b. material changeFor material change only:Year _______ quarter _______Date of last report___________Name <strong>and</strong> Address of Reporting Entity:____ Prime _____ SubawardeeTier______, if Known:If Reporting Entity in No. 4 is Subawardee,Enter Name <strong>and</strong> Address of Prime:Congressional District, if known:Federal Department/Agency:Congressional District, if known:Federal Program Name/Description:CFDA Number, if applicable: ____________Federal Action Number, if known:$Award Amount, if known:a. Name <strong>and</strong> Address of Lobbying Registrant(if individual, last name, first name, MI):b. Individuals Performing Services (includingaddress if different from No. 10a)(last name, first name, MI):11. Information requested through this form is authorized bytitle 31 U.S.C. section 1352. This disclosure of lobbyingactivities is a material representation of fact upon whichreliance was placed by the tier above when this transactionwas made or entered into. This disclosure is requiredpursuant to 31 U.S.C. 1352. This information will be reportedto the Congress semi-annually <strong>and</strong> will be available for publicinspection. Any person who fails to file the requireddisclosure shall be subject to a civil penalty of not less than$10,000 <strong>and</strong> not more than $100,000 for each such failure.Federal Use OnlySignature: __________________________________Print Name: _____Title: _____Telephone No.: ____________ Date: _______Authorized for Local ReproductionSt<strong>and</strong>ard Form - LLL (Rev. 7-97)78 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSINSTRUCTIONS FOR COMPLETION OF SF-LLL,DISCLOSURE OF LOBBYING ACTIVITIESThis disclosure form shall be completed by the reporting entity, whether subawardee or primeFederal recipient, at the initiation or receipt of covered Federal action or a material change to previousfiling pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment oragreement to make payment to lobbying entity for influencing or attempting to influence an officer oremployee of any agency, a Member of Congress, an officer or employee of Congress or an employee of aMember of Congress in connection with a covered Federal action. Attach a continuation sheet foradditional information if the space on the form is inadequate. Complete all items that apply for both theinitial filing <strong>and</strong> material change report. Refer to the implementing guidance published by the Office ofManagement <strong>and</strong> Budget for additional information.1. Identify the type of covered Federal action for which lobbying activity is <strong>and</strong>/or has beensecured to influence, the outcome of a covered Federal action.2. Identify the status of the covered Federal action.3. Identify the appropriate classification of this report. If this is a followup report caused bya material change to the information previously reported, enter the year <strong>and</strong> quarter in which the changeoccurred. Enter the date of the last, previously submitted report by this reporting entity for this coveredFederal action.4. Enter the full name, address, city, state <strong>and</strong> zip code of the reporting entity. IncludeCongressional District if known. Check the appropriate classification of the reporting entity thatdesignates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g.,the first subawardee of the prime is the first tier. Subawards include by are not limited to subcontracts,subgrants <strong>and</strong> contract awards under grants.5. If the organization filing the report in Item 4 checks “Subawardee” then enter the fullname, address, city, state <strong>and</strong> zip code of the prime Federal recipient. Include Congressional District, ifknown.6. Enter the name of the Federal agency making the award or loan commitment. Include atleast one organization level below agency name, if known. For example, Department of <strong>Transportation</strong>,United States Coast Guard.7. Enter the Federal program name or description for the covered Federal action (item 1). Ifknown, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperativeagreements, loans <strong>and</strong> loan commitments.8. Enter the most appropriate Federal identifying number available for the Federal actionidentification in item 1 (e.g., Request for Proposal (RFP) number, Invitation to Bid (IFB) number, grantannouncement number, the contract grant, or loan award number, the application/proposal control numberassigned by the Federal agency). Include prefixes, e.g., “RFP-DE-90-001.”9. For a covered Federal action where there has been an award or loan commitment by theFederal agency, enter the Federal amount of the award/loan commitments for the prime entity identifiedin item 4 or 5.79 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS10. (a) Enter the full name, address, city, state <strong>and</strong> zip code of the lobbying entity engaged bythe reporting entity identified in item 4 to influence the covered Federal action.(b) Enter the full names of the individual(s) performing services <strong>and</strong> include full addressif different from 10(a). Enter Last Name, First Name <strong>and</strong> Middle Initial(MI).11. Enter the amount of compensation paid or reasonably expected to be paid by thereporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made(actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enterthe cumulative amount of payment made or planned to be made.12. Check the appropriate box(es). Check all boxes that apply. If payment is made throughan in-kind contribution, specify the nature <strong>and</strong> value of the in-kind payment.13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.14. Provide a specific <strong>and</strong> detailed description of the services that the lobbyist has performedor will be expected to perform <strong>and</strong> the date(s) of any services rendered. Include all preparatory <strong>and</strong>related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s) contact or the officer(s), employee(s) or Member(s) of Congress that were contacted.15. Check whether or not a continuation sheet(s) is attached.16. The certifying official shall sign <strong>and</strong> date the form, print his/her name, title <strong>and</strong> telephonenumber.Public reporting burden for this collection of information is estimated to average 30 minutes perresponse, including time for reviewing instruction, searching existing data sources, gathering <strong>and</strong>maintaining the data needed, <strong>and</strong> completing <strong>and</strong> reviewing the collection of information. Sendcomments regarding the burden estimate or any other aspect of this collection of information, includingsuggestions for reducing this burden, to the Office of Management <strong>and</strong> Budget, Paperwork ReductionProject (<strong>03</strong>48-0046), Washington, D.C. 205<strong>03</strong>.80 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>.010 ELIGIBILITY CERTIFICATION FOR FEDERALLY FUNDED CONTRACTSThe award of this Contract is subject to a financial assistance contract between the <strong>Riverside</strong><strong>County</strong> <strong>Transportation</strong> Commission <strong>and</strong> the U.S. Department of <strong>Transportation</strong>. Any name appearing onthe Comptroller General’s list of ineligible Contractors for federally financed or assisted contracts is noteligible for this Contract.The Bidder/Offeror hereby certifies that neither the Bidder/Offeror nor any of its officers orholders of a controlling interest are on the U.S. Comptroller General’s list of ineligible Contractors forfederally funded <strong>and</strong> assisted contracts. In the event any of the above persons or parties become includedon such a list during the performance of this project, Commission shall be promptly informed of this fact.__________________________________Type or Print NameBy:__________________________________Signature__________________________________Title__________________________________Date81 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>.011 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATIONThe <strong>bid</strong>der _____, proposed subcontractor _____, hereby certifies that he has _____, has not_____, participated in a previous contract or subcontract subject to the equal opportunity clauses, asrequired by Executive Orders 10925, 11114, or 11246, <strong>and</strong> that, where required, he has filed with theJoint Reporting Committee, the Director of the Office of Federal Contract Compliance, a FederalGovernment contracting or administering agency, or the former President’s Committee on EqualEmployment Opportunity, all reports due under the applicable filing requirements.Note: The above certification is required by the Equal Employment Opportunity Regulations ofthe Secretary of Labor (41 CFR 60-1.7(b)(1)), <strong>and</strong> must be submitted by <strong>bid</strong>ders <strong>and</strong> proposedsubcontractors only in connection with contracts <strong>and</strong> subcontracts which are subject to the equalopportunity clause. Contracts <strong>and</strong> subcontracts which are exempt from the equal opportunity clause areset forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.)Currently, St<strong>and</strong>ard Form 100 (EEO-1) is the only report required by the Executive Orders ortheir implementing regulations.Proposed prime contractors <strong>and</strong> subcontractors who have participated in a previous contract orsubcontract subject to the Executive Orders <strong>and</strong> have not filed the required reports should note that 41CFR 60-1.7(b)(1) prevents the award of contracts <strong>and</strong> subcontracts unless such contractor submits areport covering the delinquent period or such other period specified by the Federal HighwayAdministration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.__________________________________Type or Print NameBy:__________________________________Signature__________________________________Title__________________________________Date82 Addendum No. 512 December, 2012


STATE OF CALIFORNIA )COUNTY OF )<strong>03</strong> BID DOCUMENTS AND FORMSOn ____________________, 2012 before me,, Notary Public,personally appeared, who proved to me on the basis ofsatisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument <strong>and</strong>acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), <strong>and</strong> thatby his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which theperson(s) acted, executed the instrument.I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoingparagraph is true <strong>and</strong> correct.WITNESS my h<strong>and</strong> <strong>and</strong> official seal.Signature:(SEAL)83 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>.012 GUARANTYTo the <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong> Commission, as Agency.The undersigned guarantees the construction <strong>and</strong> installation of the work included in this Project.Should any of the materials or equipment prove defective or should the work as a whole or in partprove defective, due to faulty workmanship, material furnished or methods of installation, or should thework or any part thereof fail to operate properly as originally intended <strong>and</strong> in accordance with theContract Documents, due to any of the above causes, all within two years after the date on which thisContract is completed <strong>and</strong> accepted by the Agency, or the date of recordation of Notice of Completion,whichever is the later, the undersigned agrees to reimburse the Agency upon dem<strong>and</strong>, for its expensesincurred in restoring said work to the condition contemplated in said Project, including the cost of anysuch equipment or materials replaced <strong>and</strong> the cost of removing <strong>and</strong> replacing any other work necessary tomake such replacement or repairs, or upon dem<strong>and</strong> by the Agency, to replace any such material <strong>and</strong> torepair said work completely without cost to the Agency so that said work will function successfully asoriginally contemplated.The Agency shall have the unconditional option to make any needed replacements or repairs itselfor to have such replacements or repairs done by the undersigned. In the event the Agency elects to havesaid work performed by the undersigned, the undersigned agrees that the repairs shall be made <strong>and</strong> suchmaterials as are necessary shall be furnished <strong>and</strong> installed within a reasonable time after the receipt ofdem<strong>and</strong> from Commission. If the undersigned shall fail or refuse to comply with his obligations underthis guaranty, the Agency shall be entitled to all costs <strong>and</strong> expenses, including attorneys’ fees, reasonablyincurred by reason of the said failure or refusal.__________________________________Type or Print NameBy:__________________________________Signature__________________________________Title__________________________________Date84 Addendum No. 512 December, 2012


<strong>03</strong>.013 SAFETY PROGRAM FORM<strong>03</strong> BID DOCUMENTS AND FORMSBidder affirms by signature below, that it has in place an established Safety Program whichcomplies with the provisions of these Contract Documents, <strong>and</strong> that con<strong>forms</strong> to all governmentregulations including: Railroad safety regulations of the Federal Railroad Administration, CaliforniaLabor Code Section 6401.7 <strong>and</strong> Cal/OSHA General Industry Order, Title 8, Subchapter 7, Section 3002,as amended, <strong>and</strong> related statutory provisions.Bidder shall also complete <strong>and</strong> submit with its <strong>bid</strong> the Industrial Safety Record contained herein.This Bid Form shall be executed only by a duly authorized official of the Bidder:__________________________________Type or Print NameBy:__________________________________Signature__________________________________Title__________________________________Date85 Addendum No. 512 December, 2012


Bidder's Industrial Safety Record:This information must include all construction work undertaken in the State of California by theBidder <strong>and</strong> any partnership, joint venture or corporation that any principal of the Bidderparticipated in as a principal or owner for the last five (5) calendar years <strong>and</strong> the current calendaryear prior to the date of the <strong>bid</strong> submittal. Separate information shall be submitted for eachparticular partnership, joint venture, corporation or individual Bidder. The Bidder may berequested to submit additional information or explanation of data which the COMMISSIONrequires for evaluating the safety record.Previous 5 Years2008 2009 2010 2011 20121) Total Hours Worked (in thous<strong>and</strong>s)Nationwide:California:_________________________________________________________________________2)* Number of fatalitiesNationwide:California:________________________________________________________________________3)* Number of lost workdays casesNationwide:California:_______________________________________________________________________4)* Number of injury/illness cases involving restricted work activityNationwide:California:______________________________________________________________________5)* Number of lost workdaysNationwide:California:_____________________________________________________________________6)* Number of days of restricted workactivity due to injury/illnessNationwide:California:_______________________________________________________________85A Addendum No. 512 December, 2012


7)** Incidence Rate 2008 2009 2010 2011 2012Lost Workday CasesNationwide:California:Days LostNationwide:California:_______________________________________________________________8) Workers' Compensation Experience ModifierNationwide:California:______________________________________________________________The above information was compiled from the records that are available to me at this time <strong>and</strong> Ideclare under penalty that the information is true <strong>and</strong> accurate within the limitation of thoserecords.______________________Name of Bidder (Print)______________________Address________________________________________Signature________________________________________Telephone Number______________________City Zip Code---------------------------------------------------------------------* The information required for items is the same as required for columns 3 to 6, Code 10,Log <strong>and</strong> Summary of Occupational Injuries <strong>and</strong> Illnesses, OSHA (Cal/OSHA) Form 200.** Incidence Rate = No. Injuries (Cases) x 200,000Total Hours Worked85B Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>.014 BIDDERS LISTThe U.S. Department of <strong>Transportation</strong> (DOT) requires the Commission to create <strong>and</strong> maintain a “BiddersList” containing information about all firms (DBE <strong>and</strong> non-DBE) that <strong>bid</strong>, propose or quote on theCommission’s DOT-assisted contracts, in accordance with 49 CFR Part 26.11. The Bidder/Proposer is tocomplete all requested information for every firm who submitted a <strong>bid</strong>, proposal or quote, including theprimary Bidder/Proposer, <strong>and</strong> submit the “Bidders List” form with their <strong>bid</strong>/proposal, or within 48 hours of <strong>bid</strong>opening or proposal due date <strong>and</strong> timeline. The Commission will utilize this information to assist in theCommission’s Overall Annual DBE goal setting process. The “Bidders List” content will not be consideredin evaluating the <strong>bid</strong>/proposal or determining award of any contract.Prime Bidder/Proposer Information:Name of Prime’s Firm: Phone: ( )Firm Address:Fax: ( )Type of work/services/materials provided:Number of years in business:Contact Person: Title:Is the firm currently certified as a DBE under 49 CFR Part26? Yes NoCheck the box below for your firm’s annualgross receipts last year: Less than $1 million Less than $5 million Less than $10 million Less than $15 million More than $15 millionProvide the following information for every firm (DBE <strong>and</strong> non-DBE) that submitted a <strong>bid</strong>, proposal or quoteon this DOT-assisted project, whether successful or unsuccessful in their attempt to obtain a contract:Firm Name: Phone: ( )Firm Address:Fax: ( )Type of work/services/materials provided:Number of years in business:Contact Person: Title:Is the firm currently certified as a DBE under 49 CFR PartCheck the box below for your firm’s annual86 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS26? Yes No gross receipts last year: Less than $1 million Less than $5 million Less than $10 million Less than $15 million More than $15 millionIf necessary, this “Bidders List” form can be duplicated to include all firms (DBE <strong>and</strong> non-DBE) that have submitted a <strong>bid</strong>, proposal or quote on this DOT-assisted project, whether successfulor unsuccessful in their attempt to obtain a contract.Failure of the Bidder/Proposer to submit the required “Bidders List” form may deem theBidder/Proposer non-responsive.87 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>.015 AUTHORIZED AGENT CERTIFICATE (If Applicable)The undersigned declares that he or she is the authorized officer of each of the parties to the jointventure or partnership submitting a Bid for the Perris Valley Line Commuter Rail Extension Project(hereinafter referred to as the “Project”), <strong>and</strong> submitted it to the <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong>Commission (hereinafter referred to as the “Commission”) on behalf of:________________________________ (hereinafter referred to as the “Bidder”).This certification form satisfies the requirement set forth in the Notice to Bidders for the<strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong> Commission Perris Valley Line Commuter Rail Extension Project that aBidder that is a joint venture or partnership submit a certification, signed by authorized officers of each ofthe parties to the joint venture or partnership, naming the individual who shall be the agent of the jointventure or partnership, who shall sign all necessary <strong>documents</strong> for the joint venture or partnership <strong>and</strong>who, should the joint venture or partnership be the successful Bidder, shall act in all matters relative to theProject Contract resulting therefrom for the joint venture or partnership.I declare under penalty of perjury under the laws of the State of California that the followingindividual shall be the agent of the above-named joint venture or partnership, who shall sign all necessary<strong>documents</strong> for the joint venture or partnership <strong>and</strong> who, should the joint venture or partnership be thesuccessful Bidder, shall act in all matters relative to the Contract resulting therefrom for the joint ventureor partnership:__________________________________Name of Authorized Agent (Print or Type)__________________________________TitleApproved <strong>and</strong> executed on this day _____ of 2012at ___________________________ by thefollowing party to the joint venture or partnership:________________________________________________Name of Party to Joint Venture or Partnership (Print or Type)By: _________________________________Signature_____________________________________Print Name_____________________________________Title88 Addendum No. 512 December, 2012


STATE OF CALIFORNIA )COUNTY OF )<strong>03</strong> BID DOCUMENTS AND FORMSOn ____________________, 2012 before me,, Notary Public,personally appeared, who proved to me on the basis ofsatisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument <strong>and</strong>acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), <strong>and</strong> thatby his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which theperson(s) acted, executed the instrument.I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoingparagraph is true <strong>and</strong> correct.WITNESS my h<strong>and</strong> <strong>and</strong> official seal.Signature:(SEAL)89 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMS<strong>03</strong>.016 BID LETTERThe Bid Letter must be completed as set forth below.1. The Bid Forms <strong>and</strong> Letter must be printed in ink or typewritten.2. The Bid Letter must be signed by the Bidder or on its behalf by the person or personshaving the authority to do so. Proof of the authority to act on behalf of the firm must be submitted. Theproof shall be in the form of a certified copy of an appropriate corporate resolution, certificate ofpartnership or joint venture, or other appropriate document. If Bidder is an entity made up of multipleparties <strong>and</strong> no person or persons are designated to act on its behalf, all parties shall execute the Bid.Letter.3. Addenda - Receipt of addenda must be acknowledged in the space provided in the Bid4. Prices - Lump sum prices must be entered in the appropriate spaces provided. The sumof each Lump Sum Bid item shall be equal to the “Total Bid Price.”5. The Bidder shall not delete, modify, supplement or make substitutions thereof, on theprinted matter of the Bid Forms or Bid Letter.6. Corrections shall be initialed by the person who signs the Bid Letter.7. Exceptions or qualifications to the Project Bid Package are strictly for<strong>bid</strong>den. Anycomment by the Bidder which the Commission determines can be construed as altering the requirementsof the Special Provisions or the terms <strong>and</strong> conditions of the Contract will render the Bid nonresponsive<strong>and</strong> disqualify the Bidder from consideration for award.[BID LETTER FORM ON FOLLOWING PAGE]90 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSHonorable Chair <strong>and</strong> Members ofThe <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong> Commission4080 Lemon Street, 3rd Floor<strong>Riverside</strong>, California 92501Mailing Address: P.O. Box 12008<strong>Riverside</strong>, California 92402-2208In response to the Notice to Bidders inviting Bids dated ________________ for:<strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong> CommissionPERRIS VALLEY LINE COMMUTER RAIL EXTENSION PROJECTRCTC AGREEMENT NO. 13-33-049-00The work to be performed as part of the Project includes, but is not limited to, the construction ofThe Project is described in more detail in the Contract Documents. All work under this Contractmust be completed within six-hundred <strong>and</strong> forty (640) calendar days after issuance of the Notice toProceed, <strong>and</strong> in accordance with any completion schedule developed pursuant to provisions of theContract Documents.All capitalized terms shall have the meanings ascribed to them in the Contract Documents for theProject.The undersigned authorized representative of Bidder, hereby declares that Bidder has carefullyexamined the location of the proposed work <strong>and</strong> have read <strong>and</strong> examined the Project Bid Package,including the General Conditions, Special Provisions, Contract Plans <strong>and</strong> all Addenda, if any.The undersigned representative of the Bidder is solely responsible for reviewing the ContractDocuments, investigating the work site, <strong>and</strong> calculating the quantities necessary to fully <strong>and</strong> adequatelycomplete the Project. We also acknowledge that the successful Bidder is required to submit a detailedSchedule of Quantities <strong>and</strong> Prices within the time provided in, <strong>and</strong> conforming to the provisions thereof,the Contract Documents.We hereby propose to furnish all labor, materials, equipment, tools, transportation, <strong>and</strong> services,<strong>and</strong> to discharge all duties <strong>and</strong> obligations necessary <strong>and</strong> required to perform <strong>and</strong> complete the work asrequired in the Contract Documents for the price(s) set forth in the Bid Schedule for a TOTAL BIDPRICE AS SET FORTH BELOW:Perris Valley Line Commuter Rail Extension ProjectRCTC Agreement No. 13-33-049-00________________________________________________________________________DOLLARS($______________).The undersigned agree that these Bid Submission Documents / Bid Forms constitute a firm offerto the Commission which cannot be withdrawn for one-hundred <strong>and</strong> eighty (180) calendar days from <strong>and</strong>after the <strong>bid</strong> opening date or until a Contract for the work is fully executed by the Commission <strong>and</strong> a thirdparty, whichever is earlier.Attached hereto is a certified check, a cashier’s check or a <strong>bid</strong> bond in the amount of_______________________________________________ Dollars ($_____________) said amount beingnot less than ten percent (10%). The undersigned agree that said amount shall be retained by the91 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSCommission if, upon award, we fail or refuse to execute the Contract <strong>and</strong> furnish the required bonds <strong>and</strong>certificates of insurance within the time provided.If awarded a Contract, the undersigned agrees to execute <strong>and</strong> deliver to the Commission theformal Contract Documents which will be prepared by the Commission for execution, within five (5) daysof the Notice of Award for the Contract, <strong>and</strong> will deliver to the Commission prior to execution of theContract the necessary original Certificates of Insurance, Performance <strong>and</strong> Payment Bonds.The undersigned offers <strong>and</strong> agrees that if this Bid is accepted, it will assign to the Commission allrights, title, <strong>and</strong> interest in <strong>and</strong> to all causes of action it may have under Section 4 of the Clayton Act (15U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business <strong>and</strong>Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to theCommission pursuant to the <strong>bid</strong>. Such assignment shall be made <strong>and</strong> become effective at the time theCommission tenders final payment to the Contractor.Enclosed herewith is evidence of Bidder’s good st<strong>and</strong>ing <strong>and</strong> evidence that the person signingthis Bid is authorized to bind Bidder to this Bid <strong>and</strong> to a contract resulting therefrom.All Bid Documents <strong>and</strong> Forms are attached hereto <strong>and</strong> by this reference incorporated herein <strong>and</strong>made a part of the Contract Documents. Bidder acknowledges that data submitted with its BidDocuments <strong>and</strong> Forms which it requires to be incorporated into any Contract arising out of this submittalhas been so identified by Bidder. Bidder further acknowledges that the Commission may, at itsdiscretion, incorporate any of the remaining data submitted herewith into a contract arising out of thisBid.The undersigned acknowledges receipt, underst<strong>and</strong>ing <strong>and</strong> full consideration of the followingaddenda to the Contract Documents.Addenda Nos. _______________________The undersigned certifies that it has examined <strong>and</strong> is fully familiar with all of the provisions ofthe Contract Documents <strong>and</strong> also certifies compliance with the State of California, Department of FairHousing (DFEH) regulations, Chapter 5, Subcontract 1, Section 8193, <strong>and</strong> is satisfied that the provisionsare accurate; <strong>and</strong> it has carefully checked all the words <strong>and</strong> figures <strong>and</strong> all statements made in this Bid;that it has satisfied itself with respect to the actual site conditions <strong>and</strong> the nature <strong>and</strong> locations of thework, the general <strong>and</strong> local conditions to be encountered in the performance of the work, <strong>and</strong> othermatters which in any way affect the work or the cost thereof. The undersigned hereby agrees that theCommission will not be responsible for any errors or omissions in this Bid.[SIGNATURES ON FOLLOWING PAGE]92 Addendum No. 512 December, 2012


<strong>03</strong> BID DOCUMENTS AND FORMSBy: _____________________________ _____________________________SignatureBusiness Street Address_____________________________ _____________________________Type or Print NameCity, State <strong>and</strong> Zip Code_____________________________ _____________________________TitleTelephone NumberBidder’s/Contractor’s State of Incorporation: ______________________NOTES:1. By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy ofthe representations made on the Bid Form with regard to the Contractor’s license number, class <strong>and</strong>expiration date.2. If Bidder is a corporation, enter State of Incorporation in addition to Business Address; ifa partnership or joint venture, give full names of all partners or joint venturers. Attach evidence to theBid that the person signing on behalf of the corporation, partnership or joint venture has the authority todo so.93 Addendum No. 512 December, 2012


SECTION 04 80 14NOISE BARRIER/ BLOCK WALLPART 1 - GENERAL1.01 SUMMARYA. Section includes Noise Barrier/ Block Wall, consisting of a reinforced hollow unit masonryblock stem, reinforced concrete grade beam <strong>and</strong> case-in-drill hole pile, shall be constructedin conformance with the provisions in Section 19, “Earthwork, Section 52, Reinforcement,<strong>and</strong> Section 90, Portl<strong>and</strong> Cement Concrete, of the Caltrans St<strong>and</strong>ard Specifications <strong>and</strong>this section.B. Related Sections include but are not necessarily limited to:1. Section 01 33 00: Submittal Procedures2. Section 01 43 00: Quality Assurance3. Section 09 96 23: Graffiti-Resistant Coatings, for graffiti-resistant products appliedto exterior surfaces of unit masonry assemblies.4. Section 34 80 22: Cast-In-Drilled Hole (CIDH) Piles5. Section 34 80 41: Structural Concrete for Railroad <strong>and</strong> Civil Works1.02 REFERENCE STANDARDSA. ASTM International (ASTM):1. ASTM C90, St<strong>and</strong>ard Specification for Load Bearing Concrete Masonry Unit2. ASTM C91, St<strong>and</strong>ard Specification for Masonry Cement3. ASTM C144, St<strong>and</strong>ard Specification for Aggregate for Masonry Mortar4. ASTM C207, Type S Mortar, St<strong>and</strong>ard Specification for Hydrated Lime forMasonry Purpose5. ASTM C270, St<strong>and</strong>ard Specification for Mortar for Unit Masonry6. ASTM C331, St<strong>and</strong>ard Specification for Lightweight Aggregates for ConcreteMasonry Units7. ASTM C404, St<strong>and</strong>ard Specification for Aggregates for Masonry Grout8. ASTM C426, St<strong>and</strong>ard Test Method for Linear Drying Shrinkage of ConcreteMasonry Units9. ASTM C476, St<strong>and</strong>ard Specification for Grout for Masonry10. ASTM D1751 or D2000 M2AA 805, St<strong>and</strong>ard Specification for Pre-formedExpansion Joint FillerB. California Department of <strong>Transportation</strong> (Caltrans) St<strong>and</strong>ard Specifications.C. Quality Assurance:<strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong> Commission 04 80 14 - 1Perris Valley Line Addendum No. 5RCTC Agreement No. 13-33-049-00 12 December 2012


Noise Barrier/Block Wall Section 04 80 141. The Masonry Units Manufacturer <strong>and</strong> Erector must be an active member of TheNational Concrete Masonry Association (NCMA).2. Comply with Section 01 43 00.3. Conform to requirements of NBS-HABK74 <strong>and</strong> NCMA TEK.4. Source Quality Control – Perform testing as required by local codes.1.<strong>03</strong> SUBMITTALSA. Shop Drawings:1. See Section 01 33 00, Submittal Procedures, for requirements for the mechanics<strong>and</strong> administration of the submittal process.2. Product Technical data including:a. Acknowledgement that products submitted meets requirements of st<strong>and</strong>ardreferenced.b. Contractor shall submit to Resident Engineer the proposed sources of thematerials together with test data from an independent testing laboratory formortar tested in conformance with California Test 515.PART 2 - PRODUCTS2.01 MATERIALSA. Cast-in-Place Concrete – Comply with 34 80 41, Structural Concrete for Railroad <strong>and</strong> CivilWorks.B. Concrete Masonry Units (CMU):1. Concrete masonry units shall be hollow, load bearing, medium weight class unitsconforming to the requirements in ASTM Designation: C 90.2. The CMU shall be closed-end.3. The masonry unit shall be nominal size with split face texture, <strong>and</strong> of uniform color<strong>and</strong> shall comply with ASTM C331 <strong>and</strong> ASTM C426.4. The masonry units shall be in two different colors, selected from the manufacturer’sst<strong>and</strong>ards.5. When high-strength concrete masonry units with fm=2500 psi are shown on thestrength masonry units shall have a minimum compressive strength of 3750 psi,based on net area.6. When high-strength concrete masonry units with fm=2000 psi are shown on theplans, the high-strength masonry units shall have a minimum compressive strengthof 2800 psi, based on net area.7. Each high-strength concrete masonry unit shall be identified with a grooveembedded in an interior corner. The groove shall extend from a mortar surface fora length of about 2 inches <strong>and</strong> shall have a depth of about 3/16 inch.04 80 14 - 2 <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong> CommissionAddendum No. 5Perris Valley Line12 December 2012 RCTC Agreement No. 13-33-049-00


Section 04 80 14Noise Barrier/ Block Wall8. When regular strength concrete masonry units with fm = 1500 psi are shown on theplans, the regular strength masonry units shall have a minimum compressivestrength of 1900 psi based on net area.C. Mortar1. Mortar shall be colored to match the units. Coloring shall be chemically-inert, faderesistantmineral oxide or synthetic type.2. Mortar s<strong>and</strong> shall be commercial quality <strong>and</strong> shall conform to ASTM C144, ASTMC270, <strong>and</strong> ASTM 476.3. Mortar for laying masonry units shall consist, by volume, of one-part cementitiousmaterial, zero to 0.5 part hydrated lime, <strong>and</strong> 2.25 to 3 parts mortar s<strong>and</strong>. Sufficientwater shall be added to make a workable mortar. Each bath of mortar shall beaccurately measured <strong>and</strong> thoroughly mixed. Mortar shall be freshly mixed asrequired. Mortar shall not be re-tempered more than one hour after mixing.4. Pre-packaged mortar materials <strong>and</strong> mortar containing admixtures may be usedwhen approved in writing by the Resident Engineer, provided the mortar shall notcontain more than 0.05 percent soluble chlorides when tested in conformance withCalifornia Test 422, or more than 0.25 percent soluble sulfates, as SO, whentested in conformance with California Test 417.5. Before laying masonry units using pre-packaged mortar materials or mortarcontaining admixtures, the Contractor shall submit to the Resident Engineer theproposed sources of the materials together with test data from an independenttesting laboratory for mortar tested in conformance with California Test 515. Thetest data shall be from specimens having a moist cure, except that the sample shallnot be immersed in lime water. The average 28-day compressive strength of themortar shall be not less than 2500 psi.D. Aggregates – Comply with 34 80 41, Structural Concrete for Railroad <strong>and</strong> Civil Works.E. Cementitious MaterialF. Grout1. Cementitious material for wall stems shall conform to the provisions in Section 90-2.01, “Cementitious Materials,” of the Caltrans St<strong>and</strong>ard Specifications.2. Masonry cement shall conform to ASTM C91, Type II.1. At the option of the Contractor, grout for filing masonry units may be proportionedeither by volume or weight. Grout shall contain only enough water to cause thegrout to flow <strong>and</strong> fill the voids without segregation. The maximum amount of freewater shall not exceed 0.7 times the weight of the cementitious material for regularstrength masonry. The maximum amount of free water shall not exceed 0.6 timesthe weight of the cementitious material for high-strength masonry.2. Grout proportioned by volume for regular strength masonry shall consist of at leastone-part cementitious material <strong>and</strong> 4.5 parts aggregate. Grout proportioned byvolume for high-strength masonry shall consist of at least one-part cementiousmaterial <strong>and</strong> 3.5 parts aggregate. Aggregate volumes shall be based on a loose,air-dry condition, <strong>and</strong> comply with ASTM C404.3. Grout proportioned by weight for regular strength masonry shall contain not lessthan 550 pounds of cementitious material per cubic yard. Grout proportioned by<strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong> Commission 04 80 14 - 3Perris Valley Line Addendum No. 5RCTC Agreement No. 13-33-049-00 12 December 2012


Noise Barrier/Block Wall Section 04 80 14weight for high-strength masonry shall contain not less than 675 pounds ofcementitious material per cubic yard.4. Measurement, mixing <strong>and</strong> proportioning shall conform to ASTM C476.PART 3 - EXECUTION3.01 ERECTIONA. Reinforced concrete masonry unit wall stems shall be constructed with mortar joints inconformance with the following:1. Concrete masonry unit construction shall be true <strong>and</strong> plumb in the lateral direction<strong>and</strong> shall conform to the grade shown on the plans in the longitudinal direction.Bond beam units or recess for horizontal reinforcement shall be provided.2. Mortar joints shall be approximately 3/8-inch wide. Walls <strong>and</strong> cross webs formingcells to be filled with grout shall be full-bedded in mortar to prevent leakage ofgrout. All head <strong>and</strong> bed joints shall be solidly filled with mortar for a distance infrom the face of the wall or unit not less than the thickness of the longitudinal faceshells. Head joints shall be shoved tight. Use 1/2-inch wide joints if plan called forslump blocks.3. Mortared joint around cells to be filled shall be placed so as to preserve theunobstructed vertical continuity of the grout filling. Any overhanging mortar or otherobstruction or debris shall be removed from the inside of such cells.4. 4. Reinforcement shall be securely held in position at top <strong>and</strong> bottom with eitherwire ties or spacing devices, <strong>and</strong> at intervals not exceeding 192-bar diametersbefore placing any grout. Wire shall be 16-gage, or heavier. Wooden, aluminum,or plastic spacing devices shall not be used.5. Splices in vertical reinforcement shall be made only at the locations shown on theplans.6. Only those cells containing reinforcement shall be filled solidly with grout. All groutin the cells shall be consolidated at the time of placement by vibrating <strong>and</strong>reconsolidated after access moisture has been absorbed but before plasticity islost. Grout shall not be sliced with a trowel.7. Walls shall be constructed in 4-foot maximum height lifts. Grouting of each lift shallbe completed before beginning masonry unit construction for the next lift. Groutshall not be sliced with a trowel.8. A construction joint shall be constructed at the top of the top course to permitplacement of the mortar cap. The mix design for the mortar cap shall be asapproved by the Resident Engineer.9. Construction joints shall be made when the placing of grout, in grout-filled cells, isstopped for more than one hour. The construction joint shall be approximately 1/2-inch below the top of the last course filled with grout.10. Bond beams shall be continuous. The top of unfilled cells under horizontal bondbeams shall be covered with metal or plastic lath.11. When fresh masonry joins masonry that is partially or totally set, the contactsurface shall be cleaned, roughened, <strong>and</strong> lightly wetted.04 80 14 - 4 <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong> CommissionAddendum No. 5Perris Valley Line12 December 2012 RCTC Agreement No. 13-33-049-00


Section 04 80 14Noise Barrier/ Block Wall12. Surfaces of concrete on which the masonry walls are to be constructed shall beroughened <strong>and</strong> cleaned, exposing the aggregate, <strong>and</strong> shall be flushed with water<strong>and</strong> allowed to dry to a surface-dry condition immediately before laying themasonry unit.13. Where cutting of masonry unit is necessary, all cuts shall be made with a masonrysaw to neat <strong>and</strong> true lines. Masonry units with cracking or chipping of the finishedexposed surfaces will not be acceptable.14. Masonry shall be protected in the same manner specified for concrete structures inSection 90-8, “Protecting Concrete,” of the Caltrans St<strong>and</strong>ard Specifications <strong>and</strong>these project specific specifications.15. Protect all cells from inclement weather during erection by covering partiallycompleted walls. The covering shall be waterproof fabric, plastic or papersheeting, or other approved material. Wooden boards <strong>and</strong> planks shall not beused as covering materials. The covering shall extend down each side of masonrywalls approximately 2 feet.PART 4 - MEASUREMENT AND PAYMENT4.01 MEASUREMENTA. Work of this section completed in accordance with the Contract Documents will bemeasured by the contract unit or fraction thereof listed in the Schedule of Quantities <strong>and</strong>Prices. The quantities contained on the Schedule of Quantities <strong>and</strong> Prices as derived fromthe drawings <strong>and</strong> measured by the Resident Engineer will be used as the basis for thismeasurement. For Lump Sum, measurement of partial payment will be in accordance to theSchedule of Values addendum submitted by the Contractor per Specification Section 01 2900.B. Excavation, backfill <strong>and</strong> cast-in-place concrete including reinforcement for grade beam,reinforcement for Noise Barrier/ Blockwall Wall shall be considered incidental to themeasurement of Noise Barrier/ Blockwall Wall <strong>and</strong> no separate measurement shall madetherefor.C. Cast-in-Drilled-Hole (CIDH) piles for Noise Barrier/ Blockwall Wall will be measured perSection 34 80 22, Cast-In-Drilled-Hole (CIDH) Piles.4.02 PAYMENTA. Work of this section completed in accordance with the Contract Documents will be paid forat the applicable unit price as listed in the Schedule of Quantities <strong>and</strong> Prices. This priceshall be full compensation for furnishing all labor, materials, tools, equipment, supplies,supervision <strong>and</strong> incidentals necessary to complete the work of this section as described bythe Contract Documents. For Lump Sum, partial payment will be in accordance to theSchedule of Values addendum submitted by the Contractor per Specification Section 01 2900.B. Excavation, backfill <strong>and</strong> cast-in-place concrete including reinforcement for grade beam,reinforcement for Noise Barrier/Blockwall Wall shall be considered incidental to thepayment of Noise Barrier/ Blockwall Wall <strong>and</strong> no separate payment shall be made therefor.<strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong> Commission 04 80 14 - 5Perris Valley Line Addendum No. 5RCTC Agreement No. 13-33-049-00 12 December 2012


Noise Barrier/Block Wall Section 04 80 14C. Cast-in-Drilled-Hole (CIDH) piles for Noise Barrier/Blockwall Wall will be paid per Section34 80 22, Cast-In-Drilled-Hole (CIDH) Piles.END OF SECTION04 80 14 - 6 <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong> CommissionAddendum No. 5Perris Valley Line12 December 2012 RCTC Agreement No. 13-33-049-00


EE15451540MATCH LINE SEE DWG C-C-122CONSTRUCTION NOTES13+00TC 52.24FL 51.57TC 52.58FL 51.91TC 53.94FL 53.277750.7751.132%8610+00 11+00 12+00LINE G50.249.7549.962%1549.452%8613TC 49.84FL 49.1748.9248.837713+001212"TC 52.45FL 51.78TC 51.20FL 50.5315+00121314152027INSTALL RCP, SIZE AND D-LOAD PER PLANCONSTRUCT CURB INLET CATCH BASIN PER COUNTYOF RIVERSIDE STD PLAN 300CONSTRUCT LOCAL DEPRESSION PER COUNTY OFRIVERSIDE STD PLAN 311INSTALL MANHOLE NO.1 PER RCFCWCD STD PLANMH251REINFORCED CONCRETE BOX (RCB) PER CALTRANSSTD PLAN D-813" SOLID PVC DRAIN PIPEUSER = barrazd12/12/2012 2:35:16 PMI:\Projects\40137<strong>03</strong>\40137<strong>03</strong>_0001\Drawings\CIV\PV206-C-C-123.shtG:\Cad\St<strong>and</strong>ards\SCRRA\St<strong>and</strong>ards\PenTable\PlotStam p.tblG:\Cad\St<strong>and</strong>ards\SCRRA\St<strong>and</strong>ards\Plotdrv\SCRRA_pdf_Half.pltcfgM A TC H LINE SEE D W G C-C-12610’S=1.0%549.46 INVS=1.0%L=51.20’1249.30 INVL=35.135 12-12-12 ADDENDUM #5TC 55.21FL 54.54TC 55.29FL 54.62TC 55.64FL 54.98TC 56.19FL 55.5212"12NAPLOT 10APN 297-100-04210-18-12 100% FINAL DESIGNACCESS ROAD 212"56.64 RIM6048.95 INV LAT(48.45 INV)TC 56.00FL 55.41TC 55.63FL 54.96TC 57.09FL 56.4254.55FL 54.43FL 54.8254.5554.9055.1056.2655.3<strong>03</strong>%54.5554.93FL 53.92TC 52.30FL 51.63TC 52.33FL 51.67TC 52.49FL 51.82TC 54.37FL 53.70202+0<strong>03</strong>%D=D 2<strong>03</strong>+001 2=24", S=48.95R=48.98(S=0.50%)(S=0.50%)TC 55.34FL 54.67TC 53.24FL 52.57FS 52.57FS 52.51TC 53.24FL 52.57TC 53.24FS 52.5754.46TC 52.27FL 51.6053.94TC 51.91FL 51.24TC 52.86FL 52.19BYREV. DATE SUB. APP.14+0015+00LINE A16+000.4%2%51.41TC 51.90FL 51.23TC 54.11FL 53.44TC 54.11FL 53.44TC 52.75FL 52.091555TC 54.85FL 54.1853.02TC 53.1FL 52.43TC 52.83FL 52.16TC 52.50FL 52.32TC 53.17FL 52.50TC 51.84FL 51.17TC 53.02FL 52.36TC 53.24FL 52.5417+00INFORMATION CONFIDENTIAL:STANDARDS, GUIDELINES ANDCRITERIA WILL BE FOLLOWEDTO THE GREATEST EXTENTPRACTICABLE FOR ENGINEERINGTC 51.86FL 51.19TC 51.91FL 51.241% 15.00’5953.80 RIM7(47.99 INV) PERSURVEY PT #425<strong>03</strong>3%DESIGN AND PLAN PREPARATION4.23%TC 51.351.53FL 50.63TC 51.49FL 50.82TC 50.96FS 0"59All plans, drawings, specifications,<strong>and</strong> or information furnishedherewith shall remain the propertyof the <strong>Riverside</strong> <strong>County</strong><strong>Transportation</strong> Commission <strong>and</strong>shall be held confidential; <strong>and</strong>shall not be used for any purposenot provided for in agreements withthe <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong>CommissionCURRENT SCRRA CADD DRAFTING15+001.77%4%TC 51.41FL 50.75TC 50.83FL 50.1651.12TC 50.91FL 50.243%DESIGNED BYDRAWN BYCHECKED BYAPPROVED BYDATEGRADE BREAK515.00’2.05%1.0%50.7752.1851.1451.19TC 50.54FL 49.92FS 50.19FS 49.96TC 50.78FL 50.11TC 50.95FL 50.22TC 52.57FL 51.90J. DAVIDSOND. BARRAZAM. SATISHR. QUIRK10-18-1216+0050.8451.<strong>03</strong>587550.09TC 50.39FL 49.72TC 50.91FL 50.23FS 49.8214+0049.8950.6350.82TC 50.46FL 49.7958 581.0%-2.0%1.88%VAR49.88FS 49.6649.952.4%TC 50.99FL 50.32FS 51.13580.8%FL 49.9450.4250.61TC 50.61TC 50.23FL 49.57TC 50.30FL 49.6349.9649.3949.2614+0049.3249.6249.96FL 49.831.0%49.4350.1250.31TC 50.02FL 49.35TC 50.19FL 49.5250.16TC 49.93FL 49.26TC 50.33FL 49.66HP (49.34)50.1850.09CF 0"11+00 1512+00APPROVED - BY SCRRASTV Incorporated14+0015+00MATCH LINE SEE DWG C-C-12412"13271275 75 5875772%49.821%FL 49.25155050.1449.93TC 50.55FL 49.89TC 50.71FL 50.04TC 50.76FL 50.09TC 50.38FL 49.71TC 50.30FL 49.63FL 49.35TC 50.<strong>03</strong>0" CURBTC 50.44FL 49.75TC 50.01TC 50.08FL 49.4149.74FL 49.61RIVERSIDE COUNTY TRANSPORTATION COMMISSIONENGINEERS/ARCHITECTS/PLANNERS/CONSTRUCTION MANAGERS9130 ANAHEIM PLACE, SUITE 21018"27RANCHO CUCAMONGA, CA. 91730-85401214141212"75 752%130.7%130.5%0.5%0.5%APPROVED - BY RCTC12" 121558 5914120.5%5312"5815581549.74591% 1.68% 1.91%132%14FL 51.10FOR CANOPYGRADING ANDDRAINAGE SEEDWG C-C-119AND C-C-1297750.3213+0014+0050.43SGRETITC 51.77TC 50.68FL 50.00TC 51.06FL 50.29E RTC 51.52FL 50.85ETC 50.69FL 50.02TC 50.82FL 50.13D PROFESS ONALENGINNo.IJ. DavidsonC59446Exp. 12/31/13CIVILSTATE OF CA I ORNI AL FRFS 51.39FS 51.441550(36" RCP)155016+001535DIRT MAINTENANCE ROAD35.60EXISTING1530STORM DRAIN CHANNEL(MJPA MAINTAINED)M A TC H LINE SEE D W G C-C-12760778635INSTALL JUNCTION STRUCTURE WITH MANHOLE PERSPPWC STD PLAN 322-1CONSTRUCT WATER QUALITY BIORETENTION CELLPER WATER QUALITY MANAGEMENT PLAN ANDDETAIL 2 DWG C-C-512CONSTRUCT WATER QUALITY BIOSWALE PER WATER QUALITYMANAGEMENT PLAN AND DETAIL 1 DWG C-C-512REMOVAL NOTESREMOVE EXISTING CMP RISER AND CONNECT TO EXISTINGSTORM DRAINREMOVE INTERFERING PORTIONSBENCHMARKPRIMARY BENCHMARK OR NETWORK CONTROL POINT TO BEUSED FOR THIS STATION IS PVC701, A 2-INCH ALUMINUM DISKSTAMPED, "SCRAA RCTC PVC701 RSE CONTROL POINT" SETON TOP OF CONCRETE CURB IN DWY MEDIAN TO NORTHPARKING LOT ENTRANCE TO BLDG. NO. 14350 MERIDIAN PRKWY.ELEVATION = 1563.95’ (NAVD88)STATION C KEY MAPNOT TO SCALECONTRACT NO.RCTC PERRIS VALLEY LINEDRAWING NO.STA/SEGMENTMORENO VALLEY / MARCH FIELD STATION CC C-123GRADING PLANSHEET 3 OF 10585975CONSTRUCT LOW FLOW TRENCH DRAIN, SLOPE TO PLANTERCONSTRUCT WATER QUALITY INFILTRATION TRENCHINSTALL 3" PERFORATED PVC UNDERDRAIN WITH CLEAN-OUT7 ADJUST TO GRADEELEVATION NOTE:N5ADD +1,500’ TO FINISHED GRADES TO REACH PROJECT DATUM.STATION PLATFORMC-C-123MERIDIAN PARKWAYREVISIONSCALEN20 15 10 5 0 20 401" = 20’-0"13-33-049-00DISCIPLINE/SEQUENCESHEET NO.1021 OF 25991" = 20’- 0"


EESTOP(15")NN1450MATCH LINE SEE DWG E-C-145CONSTRUCTION NOTES45 INSTALL 2" DOMESTIC WATER LINER/W46INSTALL 4" PVC SEWER LATERAL PER EMWD STD PLAN 5B-177FOR AT-GRADE CROSSING SEEDWGS E-W-245 TO E-W-2524748INSTALL 4" SEWER CLEAN-OUT PER EMWD STD PLAN SB-52INSTALL 2" WATER SERVICE CONNECTION AND BACKFLOWDEVICE REDUCED PRESSURE TYPE PER EMWD STD PLANB-597PileR/WSIGNAL SHELTER10+00LINE B311+00 312+00CONTRACTOR TO VERIFY UTILITY ABANDONMENTAND RELOCATE OR REMOVE INTERFERING PORTIONS ASREQUIRED1450FUTURE SJBL TRACK (BY OTHERS)EXISTING TRACK TO BE REMOVEDPVLM TRACK1115+00 1116+00 1117+00 1118+00 1119+00STOPSAN JACINTO AVENUER/WTRASHFACILITYSTORAGEGOLF CARTSTORAGESTOPSTOPR/W13+008" TRANSITE WATER LINECITY OF PERRIS PER LICENSE #148652POTHOLE NOTHING FOUNDCONTRACTOR TO VERIFY UTILITY ABANDONMENTAND RELOCATE OR REMOVE INTERFERING PORTIONS ASREQUIREDDirtC STREET14+00 15+0012+00110+00 111+00 112+00 113+00 114+00LINE CLINE CPOINT OF CONNECTION(FOR CONTINUATION OFSEWER AND WATERSEE PLUMBING PLANS)11+001452.22 RIM1445.39 INVS=0.08845Pile4847L=18.37L=11.2046L=18.24’464716+001452.02 RIM1446.38 INVS=0.088EXISTING 1" WATERMETER (DOMESTIC)BUSESONLY10+0010+001ST STREET5EXISTING SEWER MANHOLE1451.18 RIM1443.75 INVS=0.088EXISTINGPLATFORMM A TC H LINE SEE D W G E-C-142E-C-141310+00USER = barrazd12/12/2012 2:51:43 PMI:\Projects\40137<strong>03</strong>\40137<strong>03</strong>_0001\Drawings\CIV\PV206-E-C-141.shtG:\Cad\St<strong>and</strong>ards\SCRRA\St<strong>and</strong>ards\PenTable\PlotStam p.tblG:\Cad\St<strong>and</strong>ards\SCRRA\St<strong>and</strong>ards\Plotdrv\SCRRA_pdf_Half.pltcfgSTOP5 12-12-12 ADDENDUM #510-18-12 100% FINAL DESIGNAsphaltBYREV. DATE SUB. APP.1455INFORMATION CONFIDENTIAL: DESIGNED BYAll plans, drawings, specifications,<strong>and</strong> or information furnishedherewith shall remain the propertyof the <strong>Riverside</strong> <strong>County</strong>DRAWN BY<strong>Transportation</strong> Commission <strong>and</strong>shall be held confidential; <strong>and</strong>shall not be used for any purposenot provided for in agreements with CHECKED BYthe <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong>CommissionCURRENT SCRRA CADD DRAFTINGSTANDARDS, GUIDELINES ANDCRITERIA WILL BE FOLLOWEDTO THE GREATEST EXTENT DATEPRACTICABLE FOR ENGINEERINGDESIGN AND PLAN PREPARATIONJ. DAVIDSOND. BARRAZAM. SATISHAPPROVED BYR. QUIRK10-18-12R/WSTV IncorporatedGateRIVERSIDE COUNTY TRANSPORTATION COMMISSIONAPPROVED - BY SCRRAAPPROVED - BY RCTCENGINEERS/ARCHITECTS/PLANNERS/CONSTRUCTION MANAGERS9130 ANAHEIM PLACE, SUITE 210RANCHO CUCAMONGA, CA. 91730-8540SGRETIEE RID PROFESS ONALENGINJ. DavidsonNo. C59446Exp. 12/31/13CIVILSTATE OF CA I ORNI AL F(8")R(12")STOPRCTC PERRIS VALLEY LINEDOWNTOWN PERRIS STATION ESTATION E KEY MAPNOT TO SCALE20 15 10 5 0 20 401" = 20’-0"COMPOSITE UTILITY PLANBAY ASHEET 1 OF 7CONTRACT NO.DRAWING NO.STA/SEGMENTREVISIONSCALEE13-33-049-00DISCIPLINE/SEQUENCESHEET NO.C-1411102 OF 25991" = 20’- 0"


EELINE EELEC CONDUITLINE FLINE GMATCH LINE SEE DWG F-C-143ELEC CONDUIT22 2217+00BUS LOOP11+00ELEC CONDUITLINE LELEC CONDUITLINE M56CONSTRUCTION NOTES18 INSTALL 6" PVC DOMESTIC WATER LINE22INSTALL 4" PVC SEWER LATERALINSTALL SEWER CLEANOUTINSTALL PVC SLEEVE FOR IRRIGATION PIPE, SEE IRRIGATIONPLANS FOR DETAILS23 INSTALL 10" PVC FIRE LINE PIPE29INSTALL FIRE HYDRANT PER EMWD STD DWG B-5172222 222222NOTE:FOR ELECTRICAL CONDUIT DETAILS SEE ELECTRICAL PLANS.22M A TC H LINE SEE D W G F-C-1412210+0022LINE K18FOR DETAILS SEE DWGSF-P-111 AND F-P-11214+00 10+00 11+002310+00(6")Unpaved1415(10")2214159’5’14’25’14152210+001239+00 1240+00 1241+00 1242+00 1243+00FUTURE TRACK22PVLM TRACKSOUTHERLY R/WELEC CONDUITNORTHERLY R/WCASE ROAD2910+00FOR DETAILS SEE DWGSF-P-101DRINKING FOUNTAIN182310+001417.40 RIM1413.12 INVLINE T69’5’S=1.0%FOR DETAILS SEEDWG F-P-10114’525’10+0022ELEC CONDUIT51415STATION PLATFORMF-C-142CASE ROADUSER = barrazd12/12/2012 4:45:53 PMI:\Projects\40137<strong>03</strong>\40137<strong>03</strong>_0001\Drawings\CIV\PV206-F-C-142.shtG:\Cad\St<strong>and</strong>ards\SCRRA\St<strong>and</strong>ards\PenTable\PlotStam p.tblG:\Cad\St<strong>and</strong>ards\SCRRA\St<strong>and</strong>ards\Plotdrv\SCRRA_pdf_Half.pltcfg5 12-12-12 ADDENDUM #510-18-12 100% FINAL DESIGN1415BYREV. DATE SUB. APP.INFORMATION CONFIDENTIAL: DESIGNED BYAll plans, drawings, specifications,<strong>and</strong> or information furnishedherewith shall remain the propertyof the <strong>Riverside</strong> <strong>County</strong>DRAWN BY<strong>Transportation</strong> Commission <strong>and</strong>shall be held confidential; <strong>and</strong>shall not be used for any purposenot provided for in agreements with CHECKED BYthe <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong>CommissionCURRENT SCRRA CADD DRAFTINGSTANDARDS, GUIDELINES ANDCRITERIA WILL BE FOLLOWEDTO THE GREATEST EXTENT DATEPRACTICABLE FOR ENGINEERINGDESIGN AND PLAN PREPARATIONJ. DAVIDSOND. BARRAZAM. SATISHAPPROVED BYR. QUIRK10-18-12R/WRIVERSIDE COUNTY TRANSPORTATION COMMISSIONAPPROVED - BY SCRRAAPPROVED - BY RCTCSTV IncorporatedENGINEERS/ARCHITECTS/PLANNERS/CONSTRUCTION MANAGERS9130 ANAHEIM PLACE, SUITE 210RANCHO CUCAMONGA, CA. 91730-8540SGRETIEE RID PROFESS ONALENGINJ. DavidsonNo. C59446Exp. 12/31/13CIVILSTATE OF CA I ORNI AL FRSTATION F KEY MAPNOT TO SCALE20 15 10 5 0 20 40NCONTRACT NO. 13-33-049-00DRAWING NO.STA/SEGMENT DISCIPLINE/SEQUENCERCTC PERRIS VALLEY LINESOUTH PERRIS STATION FF C-142COMPOSITE UTILITY PLANSHEET 2 OF 5N1" = 20’-0"REVISION SHEET NO.1183 OF 2599SCALE1" = 20’- 0"


EELINE MLINE QELEC CONDUITLINE PLINE OACCESS ROAD 3FUTURE PARKINGCONSTRUCTION NOTES5 INSTALL 4" PVC SEWER LATERAL618 INSTALL 6" PVC DOMESTIC WATER LINE22INSTALL SEWER CLEANOUTINSTALL PVC SLEEVE FOR IRRIGATION PIPE, SEEIRRIGATION PLANS FOR DETAILS23 INSTALL 10" PVC FIRE LINE PIPE50 INSTALL 3" PVC RECYCLED WATER LINE22 222222 2222 22POINT OF CONNECTIONFOR IRRIGATION SERVICENOTE:22FOR ELECTRICAL CONDUIT DETAILS SEE ELECTRICAL PLANS.11+00 12+00 13+00 14+00 15+00M A TC H LINE SEE D W G F-C-14222510+00229’5’14’FOR DETAILS SEE DWGSF-P-111 AND F-P-11225’10+0010+00FUTURE RESTROOMSIGNAL SHELTERCOMMUNICATION SHELTER1244+00 1245+00 1246+00 1247+00 1248+00STA 1244+49.42 PVLM(1392.86 INV) PERFOR CONTINUATION OF 2" DOMESTICWATER SEE PLUMBING DWG F-P-101S=1.0%EMWD SD-3225INSTALL 4" SEWER WYEPER EMWD STD PLAN SB-176AND SB-177 ALT. ELEV. C(S=0.16%)S=2.0%5S=2.0%1417.00 RIM1411.00 INV221823ELEC CONDUIT6PROPOSED 4" SEWER WYE CONNECTION6221417.30 RIM1412.95 INV22LINE T10+00NORTHERLY R/WEXISTING 24" VCP SEWER MAINPER EMWD SD-3225522CASE ROAD10+00PVLM TRACKSOUTHERLY R/W(3")(6")(10")50FUTURE TRACK9’5’14’ELEC CONDUITM A TC H LINE SEE D W G F-C-145STATION PLATFORMCASE ROADF-C-144USER = barrazd12/12/2012 5:10:00 PMI:\Projects\40137<strong>03</strong>\40137<strong>03</strong>_0001\Drawings\CIV\PV206-F-C-144.shtG:\Cad\St<strong>and</strong>ards\SCRRA\St<strong>and</strong>ards\PenTable\PlotStam p.tblG:\Cad\St<strong>and</strong>ards\SCRRA\St<strong>and</strong>ards\Plotdrv\SCRRA_pdf_Half.pltcfg5 12-12-12 ADDENDUM #510-18-12 100% FINAL DESIGNBYREV. DATE SUB. APP.INFORMATION CONFIDENTIAL: DESIGNED BYAll plans, drawings, specifications,<strong>and</strong> or information furnishedherewith shall remain the propertyof the <strong>Riverside</strong> <strong>County</strong>DRAWN BY<strong>Transportation</strong> Commission <strong>and</strong>shall be held confidential; <strong>and</strong>shall not be used for any purposenot provided for in agreements with CHECKED BYthe <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong>CommissionCURRENT SCRRA CADD DRAFTINGSTANDARDS, GUIDELINES ANDCRITERIA WILL BE FOLLOWEDTO THE GREATEST EXTENT DATEPRACTICABLE FOR ENGINEERINGDESIGN AND PLAN PREPARATIONJ. DAVIDSOND. BARRAZAM. SATISHAPPROVED BYR. QUIRK10-18-12RIVERSIDE COUNTY TRANSPORTATION COMMISSIONAPPROVED - BY SCRRAAPPROVED - BY RCTCSTV IncorporatedENGINEERS/ARCHITECTS/PLANNERS/CONSTRUCTION MANAGERS9130 ANAHEIM PLACE, SUITE 210RANCHO CUCAMONGA, CA. 91730-854023.5’ 1-4" CONDUIT 1-2" DIAMETER CABLE31’ 2-4" CONDUITS T-2" DIAMETER CABLE34’ 1-2" DIAMETER CABLE - DIRECT BURYSGRETIEE RID PROFESS ONALENGINJ. DavidsonNo. C59446Exp. 12/31/13CIVILSTATE OF CA I ORNI AL FRNSTATION F KEY MAPNOT TO SCALE20 15 10 5 0 20 401" = 20’-0"NCONTRACT NO. 13-33-049-00DRAWING NO.STA/SEGMENT DISCIPLINE/SEQUENCERCTC PERRIS VALLEY LINESOUTH PERRIS STATION FF C-144COMPOSITE UTILITY PLANSHEET 4 OF 5REVISION SHEET NO.1185 OF 2599SCALE1" = 20’- 0"


RHOOSHAN G M OZAFFAPIPE MATERIAL SCHEDULEFIXTURE SCHEDULESERVICE PIPE FITTINGSHOT AND COLD WATERCOPPER TYPE "L" HARD DRAWNWROUGHT COPPERRECYCLED WATERCOPPER TYPE "L" HARD DRAWNWROUGHT COPPERSPECIFICATIONSECTION 22 11 00SECTION 22 11 00TAGNO.HYD1DESCRIPTIONGROUND HYDRANT, 3/4", ENCASED, INTEGRAL ANTI-SIPHON VACUUM BREAKER, CAST NICKEL BRONZE BOXAND HINGED COVER, STAINLESS STEEL FACE PLATE,KEY OPERATED CONTROL VALVE.CWCONNECTION SIZE (IN)SUPPLYHWWASTE/VENTDRAIN3/4 - - -REMARKSSANITARY SEWERINDUSTRIAL WASTE, GRAVITYCAST IRON HUBLESSPVCCAST IRON HUBLESSPVCSECTION 33 30 00DF1ACCESSIBLE DRINKING FOUNTAIN, SQUARE CONCRETEPEDESTAL MOUNTED, TWO LEVEL MODEL, POLISHEDSTAINLESS STEEL BASIN W/ EMBOSSED BUBBLERPAD & FLEXI-GUARD SAFETY BUBBLER.1/2 - 1 1/2-INDUSTRIAL WASTE, FORCEDDUCTILE IRONDUCTILE IRONSECTION 33 30 00FS1FLOOR SINK, ACID RESISTANT COATED, WITH SQUARENICKEL BRONZE TOP AND DOME BOTTOM STRAINER.-- 3 -VENT PIPINGCAST IRON HUBLESSCAST IRON HUBLESS5COMPRESSED AIRCOPPER TYPE "M"WROUGHT COPPERSECTION 22 15 13USER = ocdamig12/12/2012 4:31:36 PMY:\Projects\40137<strong>03</strong>\40137<strong>03</strong>_0004\Drawings\SUB\121018-100prcnt-Final-Design-Cam era-Ready-Submittal\121212-Addendum-No5-Rev-5\STV\Plum\PV206-S-P-601.SHTG:\Cad\St<strong>and</strong>ards\SCRRA\St<strong>and</strong>ards\PenTable\PlotStam p.tblG:\Cad\St<strong>and</strong>ards\SCRRA\St<strong>and</strong>ards\Plotdrv\SCRRA_pdf_Half.pltcfg5TAG NO.BFP1BFP2PRV1PRV2NOT FOR CONSTRUCTION12-12-12 ADDENDUM #510-18-12 100% FINAL DESIGNLOCATIONMODULAR BUILDING,STATIONS A, C & ESTATION F, ANDLAYOVER FACILITY FMODULAR BUILDING,STATIONS A, C & ELAYOVER FACILITY FBYREV. DATE SUB. APP.PLUMBING EQUIPMENT SCHEDULEMANUFACTURERWATTSWATTSZURNWILKINSZURNWILKINSMODELSERIES 909INFORMATION CONFIDENTIAL:All plans, drawings, specifications,<strong>and</strong> or information furnishedherewith shall remain the propertyof the <strong>Riverside</strong> <strong>County</strong><strong>Transportation</strong> Commission <strong>and</strong>shall be held confidential; <strong>and</strong>shall not be used for any purposenot provided for in agreements withthe <strong>Riverside</strong> <strong>County</strong> <strong>Transportation</strong>CommissionCURRENT SCRRA CADD DRAFTINGSTANDARDS, GUIDELINES ANDCRITERIA WILL BE FOLLOWEDTO THE GREATEST EXTENTPRACTICABLE FOR ENGINEERINGDESIGN AND PLAN PREPARATIONSIZE2"SERIES 909 6"500YSBR500YSBR2"3"DESIGNED BYDRAWN BYCHECKED BYAPPROVED BYDATEG. OCDAMIA10-18-12DESCRIPTIONREDUCED PRESSURE ZONE ASSEMBLIES BACKFLOW PREVENTER.(PROVIDE PROTECTIVE ENCLOSURE).PRESSURE REDUCING VALVE-PILOT CONTROLLEDAND DIAPHRAGM ACTUATED PRESSURE CONTROL VALVE, STRAIGHTOR ANGLE PATTERN, FLANGED INLET AND OUTLET CONNECTION,VANDAL RESISTANT, SET ON 80 PSI OR EQUAL.H. MOZAFFARIV. ISARADHARMA. VENTURATOAPPROVED - BY SCRRARIVERSIDE COUNTY TRANSPORTATION COMMISSIONSTV IncorporatedENGINEERS/ARCHITECTS/PLANNERS/CONSTRUCTION MANAGERS9130 ANAHEIM PLACE, SUITE 210RANCHO CUCAMONGA, CA. 91730-8540APPROVED - BY RCTCWC1L1FD1ATP1WHA1GD1EWS1EW1ACCESSIBLE WATER CLOSET (ELECTRONIC SENSORFLUSH VALVE), VITREOUS CHINA, FLOOR MOUNTED,17" HIGH BOWL, AT 1.28 GALLONS PER FLUSH.ADA TYPE 18"X16" SIZE, VITREOUS CHINA, 4"CENTER FAUCET. (METERED) 0.5 GPM. W/MIXING VALVE.FLOOR DRAIN, CAST IRON BODY, NO-HUB PIPINGCONNECTION W/ FLAT NICKEL BRONZE STRAINER.AUTOMATIC TRAP PRIMER, CAST BRONZE W/ ACCESSPANEL.REGISTEREDPROFES SIONALENGINEERM-22289Exp. _______ 12-31-13IM ECHANI CALSTATE OF CAL IFORNIA1-1/2WATER HAMMER ARRESTOR. 3/4GUTTER DRAIN, LOW DOME, CAST IRON BODYCOMBINATION DRENCH EYEWASH/SHOWER STATION, BARRIERFREE, PEDESTAL MOUNTED PLASTIC SHOWER HEAD, STAINLESSSTEEL BOWL WITH DUST COVER. PROVIDE ANTI-FREEZE VALVEAND MANUFACTURER RECOMMENDED EMERGENCYTHERMOSTATIC MIXING VALVE.EYEWASH STATION, BARRIER FREE, PEDESTAL MOUNTED WITHSTAINLESS STEEL BOWL AND HINGED DUST COVER. PROVIDEANTI-FREEZE VALVE AND MANUFACTURER RECOMMENDEDEMERGENCY THERMOSTATIC MIXING VALVE.RCTC PERRIS VALLEY LINE-----41/2 1/2 1-1/21/2-11/2PROJECTWIDEPLUMBING FIXTURE SCHEDULE---3--32221/1/2----1-1/4 -CONTRACT NO. 13-33-049-00DRAWING NO.STA/SEGMENT DISCIPLINE/SEQUENCES P-601REVISION SHEET NO.1610 OF 2599SCALENTS

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!