Loading...
HomeMy WebLinkAbout2015-09-08 - AGENDA REPORTS - LOST CANYON BRIDGE WIDENING (2)Agenda Item• 6 o� �r.nr„ � '4CITY SANTA CLARITA F A , AGENDA REPORTl CONSENT CALENDAR APPROVAL: f DATE: September 8, 2015 SUBJECT: LOST CANYON ROAD BRIDGE WIDENING, CITY PROJECT 53029, FEDERAL PROJECT BHLO-5450(066) - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION AND CONSTRUCTION ENGINEERING SUPPORT CONTRACTS DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Lost Canyon Road Bridge Widening, City Project S3029, Federal Project BHLO-5450(066). 2. Award the construction contract to John S. Meek Company, Inc., in the amount of $979,593 and authorize a contingency in the amount of $146,939 for a total contract amount not to exceed $1,126,532. 3. Award the construction engineering support contract to Tetra Tech, Inc., in the amount of $117,962 and authorize a contingency in the amount of $11,796 for a total contract amount not to exceed $129,758. 4. Increase expenditure and revenue accounts as follows: S3029229-5161.001 (Highway Bridge Program funds) by $1,143,962; S3029233-5161.001 (TDA Article 8 funds) by $157,678; S3029230-5161.001 (Gas Tax funds) by $1,614; 229-4424.009 (Miscellaneous Federal Grant revenue) by $1,143,962; and 233-4421.002 (TDA Article 8 revenue) by $157,678. 5. Authorize the City Manager or designee to execute all necessary documents, subject to the approval of the City Attorney. 0 Page 1 Packet Pg. 37 i BACKGROUND The existing Lost Canyon Road bridge over the Sand Canyon wash (Los Angeles County Bridge B 1318) was constructed in 1960. The structure has a two-way asphalt road surface with metal guard rails along each side. In their semi-annual inspection, Los Angeles County identified this bridge as Functionally Obsolete. Functionally Obsolete is a term used to describe the operation of the bridge, not its structural integrity. This project will widen the bridge by an additional 16 feet. Upon completion, the bridge will have two 4 -foot shoulders, two 12 -foot travel lanes, and a 10 -foot wide multi -use path to accommodate a future trail project connecting to Sand Canyon Road. This project is funded by a grant from the Federal Highway Administration. This project supports the "Sustaining Public Infrastructure" theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2020. In an effort to reduce the impact the project may have on traffic in the area, staff has carefully phased the project to maintain an open driving lane in each direction at all times during construction. An invitation to bid was published three times: June 15, 19, and 24, 2015, and was advertised on the City's website. There were a total of eight bids submitted to the City and opened by Purchasing on July 29, 2015. The bid results are shown below: Company John S. Meek Company, Inc. C.A. Rasmussen, Inc. Beador Construction Company Peterson -Chase Construction CPO Enterprises Inc. Toro Enterprises Inc. Granite Construction Inc. Union Engineering Company Inc. Location Base Bid Gardena, CA $ 979,593.25 Santa Clarita, CA $ 996,145.00 Corona, CA $13043,700.00 Irvine, CA $150785033.94 Covina, CA $131399254.50 Oxnard, CA $1,174,988.50 Lancaster, CA $13228,205.00 Ventura, CA $1,5523326.80 Staff recommends awarding the construction contract to the lowest responsive bidder, John S. Meek Company, Inc. The contractor possesses a valid state contractor license and is in good standing with the Contractors State License Board. The bid from John S. Meek Company, Inc., was reviewed for accuracy and conformance to the contract documents and found to be complete. While the City maintains a "Support of Local Businesses" policy that can be utilized by the City Council when permissable, the City is governed by the State Public Contract Code with regard to public works project procurement. In these types of procurements, the State Public Contract Code does not permit a city to utilize a "Support of Local Businesses" policy and instead requires the contract be awarded to the "lowest responsive bidder." Page 2 Packet Pg. 32 0 The requested construction contingency will cover costs of unforeseen site conditions uncovered during excavation associated with the bridge widening; potential conflicts with unknown utilities; site and traffic control modification; potential removal of unsuitable soil; and the importation of soil for stabilization. To ensure efficient and proper procedures in construction inspection and materials testing, costs for these services were anticipated and identified in the original budget. A Request for Proposal (RFP) for Construction Engineering Support was sent to four qualified engineering firms on May 19, 2015. Construction Engineering Support includes structural engineering support; environmental monitoring; construction staking; material inspection and testing; and geotechnical support. The RFP asked firms to identify their relevant experience in similar projects and demonstrate their approach to this project. Of the four companies, only two firms, Tetra Tech, Inc., and Biggs Cardosa Associates, Inc., submitted proposals. Staff reviewed both proposals and based on their evaluations, scored the firms on a 100 -point scale. Rankine Company Location Score 1 Tetra Tech, Inc. Irvine, CA 96 2 Biggs Cardosa Associates, Inc. Orange, CA 87 The scoring system for the consultant selection purposes is heavily emphasized on the understanding of the required scope of work provided in the City's RFP; consulting firm experience with bridge design and construction; quality and completeness of the consultant's proposal; qualifications of the project team and their resources; and responsiveness to the contractor and project action items. Tetra Tech, Inc.'s proposal clearly illustrated their approach and their ability to meet all of the City's requirements. Tetra Tech, Inc., also demonstrated a clear understanding of both City and California Department of Transportation (Caltrans) construction requirements. Tetra Tech, Inc. has previously worked on City projects and proven themselves responsive to City staff and contractors. California Government Code 4526 prescribes selection of architectural and engineering services to be based on competence and professional qualifications necessary for the satisfactory performance of the services required and does not authorize the selection of professional architectural and engineering services based on cost. California Government Code 4526 does not require cost proposals to be sealed; however, federally funded design projects such as this, require the City to follow strict federal guidelines in the Caltrans Local Assistance Procedure Manual (LAPM). The Consultant Selection section of the LAPM states "Each consultants' cost proposal must remain sealed until negotiations commence with that particular consultant." Per these requirements, staff only opened Tetra Tech, Inc.'s sealed cost proposal and negotiated a final contract at a fair and reasonable price for the services requested in the RFP. The existing budget with the additional requested funding creates a budget of $1,375,392, which allows for awarding the construction and construction engineering support contracts totaling $1,256,290. The balance of $119,102 will provide for staff time for project management, public works inspection, labor compliance, and miscellaneous project administrative costs. Page 3 Packet Pg. 33 ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT The recommended action to increase the project budget by $1,303,254 combined with the existing budget of $72,138 provides a total budget of $1,375,392 for Fiscal Year 2015-16. This amount will adequately provide for the award of the construction and construction support contracts, staff time for project management, public works inspection, labor compliance, and miscellaneous project administrative costs. ATTACHMENTS Location Map Project Plans and Specifications (available in the City Clerk's Reading File) Bid Proposal for John S. Meek Company, Inc. (available in City Clerk's Reading File) Bid Proposal for Tetra Tech, Inc. (available in the City Clerk's Reading File) 0 Page 4 Packet Pg. 34 (6Z0£S 103PO21d `VNIN3OIM aEnus OVON NOANVO ISM : ZO£6) deW uoijeoo-j:juowyoBUV Lo v c a _ a d v Y gvoa nq�xr�quy; .. L,I. OM L .a r .L 1. ' n1 X16IS IIIJ se, i isl`l A Fal 7 STANDARD NOTES: 1. ALL WORK SHALL CONFORM TO THE LATEST EDITION OF THEA.P.W.A. 'STANDARD PLANS AND STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION"AND THE LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS STANDARD PLANS" IN EFFECT AS OF THE APPROVAL DATE OF THESE PLANS. 2. AN ENCROACHMENT PERMIT (NO FEE) SHALL BE OBTAINED FOR CONSTRUCTION INSPECTION TO THE DEPARTMENT OF PUBLIC WORKS, 23920 VALENCIA BOULEVARD, SUITE 140, SANTA CLARITA, CA, 91355, PHONE: (661) 255-4942, AT LEAST I WEEK PRIOR TO START OF WORK UNDER THIS CONTRACT 3. APPLICATION FOR INSPECTION BY THE CITY OF SANTA CLARITA SHALL BE MADE BY THE CONTRACTOR AT LEAST FORTY-EIGHT (48) HOURS BEFORE THE SERVICES THEREOF WILL BE REQUIRED. 4. THE CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERTAT (800) 227-2600 AT LEAST 14 DAYS PRIOR TO START OF WORK. 5. WORK IN PUBLIC STREETS, ONCE BEGUN, SHALL BE PROSECUTED TO COMPLETION WITHOUT DELAY SO AS TO PROVIDE MINIMUM INCONVENIENCE TO ADJACENT PROPERTY OWNERS AND TO THE TRAVELING PUBLIC. FAILURE TO COMPLY WITH THIS REQUIREMENT IS A VIOLATION OF THE CITY OF SANTA CLARITA MUNICIPAL CODE. 6. THE CONTRACTOR SHALL TAKEALL NECESSARYAND PROPER PRECAUTION TO PROTECT ADJACENT PROPERTIES FROM ALL DAMAGES THAT MAY OCCUR FROM STORMWATER RUNOFFAND/OR DEPOSITION OF DEBRIS RESULTING FROM ANYAND ALL WORK IN CONNECTION WITH THIS CONSTRUCTION. 7. ALL CONSTRUCTION JOINTS FOR P.C.C. CURBS, GUTTERS, DRIVEWAYS, AND SIDEWALKS SHALL BE IN ACCORDANCE WITH A.P. W.A. STANDARD PLAN NO. 112-2, 8. THERE SHALL BE NO ABOVE GROUND OBSTRUCTION IN ANY PORTION OF THE SIDEWALK EXCEPT WHERE THE WIDTH, EXCLUSIVE OF TOP OF CURB, IS SIX INCHES OR GREATER. 9. WHERE SIDEWALKS ARE ADJACENT TO CURB, CONSTRUCT RESIDENTIAL DRIVEWAYS PER A. P. W.A. STANDARD PLAN 1 10-1, UNLESS OTHERWISE SHOWN. PRIOR TO FORMING CURB AND GUTTER, THE CONTRACTOR SHALL CONFER WITH THE CITY INSPECTOR TO SECURE APPROVAL FOR ALL DRIVEWAY LOCATIONS AND WIDTHS. 10. PAVEMENT MARKERS SHALL BE INSTALLED IN STREETS ADJACENT TO FIRE HYDRANTS IN ACCORDANCE WITH CITY OF SANTA CLARITA STANDARDS. 11. DROP-OFFS ON THE PAVEMENT OVER ONE -INCH IN HEIGHT CREATED BYCOLD MILLING THAT WILL REMAIN OVERNIGHT SHALL BE RAMPED WITH TEMPORARYA.C. PAVEMENT. 12. DRIVEWAYS SHALL NOT ENCROACH IN THE FOURdNCH GUTTER PORTION OF LOCAL DEPRESSIONS (TO BE USED WHENEVER PLANS INCLUDE FOUR -INCH GUTTER LOCAL DEPRESSIONS). 13. THE PAVEMENT SECTIONS WERE DETERMINED BY TESTING AND REPORT BY ENGEO INCORPORATED, NOVEMBER 13, 2013. JOB N0: 9617.000.000 14, CONTRACTOR SHALL PROVIDE TRAFFIC CONTROL WORKAREA PER TRAFFIC CONTROL HANDBOOK (WATCH) OR MUTCD. CONTRACTOR SHALL SUBMIT TRAFFIC CONTROL PLAN AND PHASING TO CITY TRAFFIC DEPARTMENT FOR REVIEW AND APPROVAL.. 13 • • • ♦ _ • A. NOTES. 1, AS PER STATE REGULATIONS ONLYA QUALIFIED SWPPP DEVELOPER (QSD) SHALL PREPARE, REVISE, AMEND AND MAINTAIN THE PROJECT'S SWPPP WHERE MORE THAN ONE ACRE IS DISTURBED. 2. AS PER STATE REGULATIONS ONLYA QUALIFIED SWPPP PRACTITIONER (QSP) SHALL IMPLEMENT, MONITOR AND MAINTAIN THE BMPS IDENTIFIED IN THE PROJECT SWPPP. INCLUDED IN THESEACTIVITIES IS COMPLETION OF THE REQUIRED DOCUMENTATION MAINTAINED ON SITE. 3. ALL BMP CORRECTIONS SHALL BE COMPLETED WITHIN 72 HOURS (OR SOONER IF THERE'S A PREDICTED STORM') OF INSPECTORS NOTIFICATION TO CONTRACTOR. NOTE NOTIFICATION IS BYANY METHOD INCLUDING VERBAL, WRITTEN, EMAIL, ETCETERA. * BMP CORRECTIONS SHALL BE COMPLETED BEFORE THE PREDICTED STORM. 4. SOIL DISTURBANCE SHALL BE MINIMIZED AS MUCH AND/OR AS LONG AS POSSIBLE. 5. SOIL AND/OR SEDIMENT EROSION SHALL BE MINIMIZED THROUGH THE IMPLEMENTATION OF BEST MANAGEMENT PRACTICES (BMPS). EROSION CONTROLS ARE THE HIGHEST BMP PRIORITYAND SHALL NOT BE REDUCED BECAUSE OF ENHANCED SEDIMENT CONTROLS. 6. SOIL AND ALL OTHER MATERIALS SHALL NOT LEAVE THE SITE EITHER THROUGH STORM WATER RUNOFF, NON -STORM WATER RUNOFF, EQUIPMENT TRACKING OR TRANSPORT OR BY WIND. 7 SITE EXITS) FROM UNSTABILIZED AREAS SHALL BE STABILIZED WITH GRAVEL PAD OF AT LEAST 1-112" ROCK, AT LEAST 6" DEEP, WITH ADEQUATE LENGTH (GENERALLY50FT) AND WIDTH TO ACCOMMODATE ALL CONSTRUCTION TRAFFIC EXITING THE SITE THE STABILIZED EXIT SHALL BE CONSTRUCTED SUCH THAT IT CANNOT BE CIRCUMVENTED BY EXITING VEHICLES THE STABILIZED EXIT SHALL BE DEEMED INADEQUATEAND IN NEED OF IMPROVEMENT WHEN TRACKING IS PRESENT. REGULAR MAINTENANCE SHALL BE COMPLETED TO KEEP GRAVEL VOIDS OPEN AND SHAKER -PLATES CLEAN. 8. NON -STORM WATER DISCHARGES ARE NOT PERMITTED. 9. ALL SPILLS SHALL BE CLEANED IMMEDIATELY. A SPILL RESPONSE KIT WITH ABSORBENT MATERIALS (INCLUDING BOOMS, PILLOWS AND GRANULES), A SCOOP OR SHOVEL AND A COVERED CONTAINER WITH SECURABLE COVER SHALL BE KEPT ON-SITE DURING THE ENTIRE PROJECT. WORKERS SHALL BE TRAINED IN ITS LOCATIONAND CORRECT CLEAN-UP PROCEDURES. ALL POWERED EQUIPMENT SHALL BE KEPT OVER IMPERVIOUS CONTAINMENT DURING NON-WORKHOURS. 10. BULK STORAGE, GREATER -THAN -OR -EQUAL -TO 50 GALLONS, OFANY LIQUID, OTHER THAN CLEAN WATER, SHALL NOT BEALLOWED ON THE PROJECT SITE. EQUIPMENT FUELING SHALL OCCUR THROUGHA WET -HOSE OPERATION FROM PERIODIC SERVICE TRUCK VISITS. 11, WET OR UNCURED PORTLAND CEMENT CONCRETE (PCC) SHALL ONLY BE PLACED IN A DESIGNATED PCC WASHOUT CONTAINER. THE PCC WASHOUT CONTAINER SHALL BEABOVE-GROUND AND LIQUID -TIGHT. PCC WASHOUT WASTEWATER SHALL BE REMOVED AND PROPERLY DISPOSED OF PRIOR TO MOVING THE PCC WASHOUT CONTAINER. ALL PCC DELIVERY TRUCKS, FINISHING TOOLS, BOOTS, ONSITE MIXERS, GROUTS, MORTARAND OTHER CEMENTITIOUS-BASED MATERIALS SHALL ONLYCLEANED OVER THE PCC WASHOUT. THE PCC WASHOUT SHALL HAVE A 6° DEEP GRAVEL BED PLACED WHERE TRUCK TRAFFIC WILL DRIVEADJACENT TO IT WHEN THE QUANTITY OF WASHOUT CREATES MUD. ADDITIONAL PCC WASHOUT SHALL BEADDED WHEN THERE WILL BE MORE THAN TWO PCC DELIVERY TRUCKS WASHING OUT AT ANY ONETIME. PLASTIC SHALL BE PLACED UNDER ANY MIXING OR PUMPING OPERATIONS WHERE MATERIAL MAY SPILL. 12. STOCKPILES OF SOIL; SAND; BEDDING,• WOOD CHIPS; MULCH, SOIL AMENDMENTS; FERTILIZERS, DEMOLITION WASTES INCLUDING AC, PCC, MASONRY, LUMBER, STEEL, GLASS, PLASTICS, VEGETATION, ETCETERA SHALL BE PLACED UPON A BARRIER SUCH AS PLASTIC SHEETING OR AN IMPERVIOUS SURFACEAND COMPLETELY COVERED WITH PLASTIC SHEETING. THE PLASTIC SHEETING SHALL BE SECURELYANCHORED AND WILL RESIST WIND OR OTHER NATURAL FORCES WHICH MAY TRY TO REMOVE IT. ALL STOCKPILES SHALL BE INSPECTED EACH WORKING DAYAND AS -NEEDED DURING NON -WORK HOURS. 13. CONSTRUCTION WASTE, SHIPPINGAND/OR PACKAGING MATERIALS, SURPLUS SUPPLIES, LITTERAND CONSTRUCTION DEBRIS SHALL BE PLACED IN DESIGNATED WASTE OR RECYCLING CONTAINERS AT THE END OF THE DAY IT'S GENERATED. WASTE CONTAINERS SHALL BE COVERED DURING NON -WORK HOURS OR WHEN THERESA PREDICTION OF RAIN OR WIND. 14. HAZARDOUS MATERIALS SHALL BE KEPT IN THEIR ORIGINAL CONTAINERS, CLOSED AND CAPPED. ALL CONTAINERS SHALL BE KEPT IN SECONDARY CONTAINMENT, UNDER -COVER INA SECURED FACILITY. A 11..... WAY I r kapiref.1111 1 OVER SAND CANYON WASH BRIDGE NO. 53C-1024; BHLO-5450(066) 't v �Vo' i, , II LOST CANYON ROAD 15. TEMPORARY TOILETS SHALL BE PLACED UPON A LEVEL SURFACE, NO CLOSER THAN 75 FEET UPSTREAM DFA STORM DRAIN INLET OR DRAINAGE CHANNEL AND UTILIZE SECONDARY CONTAINMENT. TEMPORARY TOILETS SHALL BE REGULARLY SERVICED. 16. ALL DISTURBED AREAS NOT STABILIZED BYPROJECT IMPROVEMENTS SHALL BE STABILIZED BY THE CONTRACTOR AT THE END PROJECT. STABILIZATION SHALL USE MATERIALS DESCRIBED IN CASQAS BMP FACT SHEET ECS, SOIL BINDERS"WITH ALONG-LIVED APPLICATION. THE MATERIAL SELECTED SHALL BEAPPROPRIATE FOR THE SOIL TYPE AND CONDITIONS OF THE SITE. 17 ALL ACTIVITIES SHALL BE IN COMPLIANCE WITH ALL APPLICABLE REGULATIONS INCLUDING: CALIFORNIA CONSTRUCTION GENERAL PERMIT FOR DISCHARGERS OF STORM WATER ASSOCIATED WITH CONSTRUCTION AND LAND DISTURBANCE A CTIVITIES, ORDER NO. 2009-0009-DWQ AS MODIFIED BY2010-0014-DWQ, NPDES NO. CAS000002 STATE OF CALIFORNIA, CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD, LOS ANGELES REGION, ORDER NO. R4-2012-0175, NPOES PERMIT NO. CAS004001, WATER DISCHARGE REQUIREMENTS FOR MUNICIPAL STORM WATER AND URBAN RUNOFF DISCHARGES WITHIN THE COUNTY OF LOS ANGELES AND THE INCORPORATED CITIES THEREIN, EXCEPT THE CITY OF LONG BEACH 18. THE FOLLOWING NOVEMBER 2009 CALIFORNIA STORMWA TER QUALITY ASSOCIATION (CASQA) CONSTRUCTION BMP FACT SHEETS FOR CONTROLLING: EROSION, SEDIMENT TRACKING, WIND EROSION, NON-STORMWA TER MANAGEMENT AND WASTE MANAGEMENT & MATERIALS POLLUTION WHEN APPLICABLE SHALL BE IMPLEMENTED ON THE THIS PROJECT EROSION CONTROLS* TRACKING CONTROLS* EC -1 SCHEDULING EC -2 PRESERVATION OF EXISTING VEGETATION EC -3 HYDRAULIC MULCH EC4 HYDROSEEDING EC -5 SOIL BINDERS EC -6 STRAW MULCH EC -7 GEO TEXTILES AND MATS EC -8 WOOD MULCHING EC -9 EARTH DIKES AND DRAINAGE SWALES EC -10 VELOCITY DISSIPATION DEVICES EC -11 SLOPE DRAINS EC -12 STREAMBANKSTABILIZATION EC -13 RESERVED (FORMERLY PAM) EC -14 COMPOSTBLANKET EC -15 SOIL PREPARATION/ROUGHENING EC -16 NON -VEGETA TIVESTASILIZATION SEDIMENT CONTROLS* SE -1 SILT FENCE SE -2 SEDIMENT BASIN* SE -3 SEDIMENT TRAP SE4 CHECK DAM SE -5 FIBER ROLLS SE -6 GRAVEL BAG BERM SE -7 STREET SWEEPING AND VACUUMING SE4 SAND BAG BARRIER SE -9 STRAW BALE BARRIER SE -10 STORM DRAIN INLET PROTECTION* SE -11 ACTIVE TREATMENT SYSTEMS SE -12 TEMPORARY SILT DIKE SE -13 COMPOST SACKS AND BERMS SE -14 BIOFILTERBAGS WE -1 WIND EROSION CONTROL *MANDATORY MINIMUM BMPs �l. ge" i INDEX MAP SCALE. 1 " = 50' TC -1 STABILIZED CONSTRUCTION ENTRANCE/EXIT* TC -2 STABILIZED CONSTRUCTION ROADWAY TC -3 ENTRANCE/OUTLET TIRE WASH NON -STORM WATER BMPS* NS -1 WATER CONSERVATION PRACTICES NS -2 DEWATERING OPERATIONS NS -3 PAVING AND GRINDING OPERATIONS NS4 TEMPORARY STREAM CROSSING NS -5 CLEAR WATER DIVERSION NS -6 ILLICIT CONNECTION/DISCHARGE NS -7 POTABLE WATER IRRIGATION NS -8 VEHICLE AND EQUIPMENT CLEANING NS -9 VEHICLE AND EQUIPMENT FUELING* NS -10 VEHICLE AND EQUIPMENT MAINTENANCE NS -11 PILE DRIVING OPERATIONS NS -12 CONCRETE CURING NS -13 CONCRETE FINISHING NS -14 MATERIAL OVER WATER NS -15 DEMOLITION ADJACENT TO WATER NS -16 TEMPORARYBATCH PLANTS WASTE MANAGEMENT BMPS* WM-1 MATERIAL DELIVERYAND STORAGE* WM-2 MATERIAL USE* WM-3 STOCKPILE MANAGEMENT* WM4 SPILL PREVENTION AND CONTROL* WM-5 SOLID WASTE MANAGEMENT* WM-6 HAZARDOUS WASTE MANAGEMENT WM-7 CONTAMINATED SOIL MANAGEMENT WM-8 CONCRETE WASTE MANAGEMENT* Wm -9 SANITARY/SEPTIC WASTE MANAGEMENT* WM-10 LIQUID WASTE MANAGEMENT* t THE CONTRACTOR SHALL MONITOR AND DOCUMENT THE WEATHER DAILY THROUGH THE NATIONAL OCEANICAND ATMOSPHERICADMINISTRATION(NOAA)WEBSITEAT.• HTTP://FORECAST. WEA THER.GOV EROSION CONTROL BMPS ARE THE PRIMARY MEANS TO PREVENT CONTAMINATION INADEQUATE EROSION CONTROL BMPS SHALL NOT BE JUSTIFIED BYADDITIONAL SEDIMENT CONTROL BMPS. EVERYEFFORT SHALL BE MADE TO AVOID THE EXPOSURE OF CONSTRUCTION MATERIALS TO RAINFALL AND RUNOFF. INADEQUATE POLLUTION PREVENTION BMPS SHALL NOT BE JUSTIFIED BY INCREASED TREATMENT BMPS. MINIMUM BMPS INCLUDE ATTACHMENTC HOUSEKEEPING CONDUCT AN INVENTORY OF PRODUCTS TO BE USED OR EXPECTED TO BE USED AND THE END PRODUCTS COVER AND BERM LOOSE STOCKPILED CONSTRUCTION MATERIALS THAT ARE NOT ACTIVELYBEING USED STORE CHEMICALS IN WATERTIGHT CONTAINERS (WITH APPROPRIATE SECONDARY CONTAINMENT) OR INAN ENCLOSED STORAGE SHED. MINIMIZE EXPOSURE OF NON -OUTDOOR MATERIALS TO PRECIPITATION IMPLEMENT BMPS TO PREVENT OFFSITE TRACKING WASTE MANAGEMENT PREVENT DISPOSAL OF RINSE OR WASH WATER OR MATERIALS ON THE GROUND OR STORM DRAIN ENSURE CONTAINMENT OF SANITARY FACILITIES; CLEAN, INSPECT REGULARLY FOR SPILLS COVER WASTE CONTAINERS AT THE END OF EACH DAYAND DURING RAIN EVENTS PREVENT DISCHARGES FROM WASTE CONTAINERS CONTAIN STOCKPILED WASTE MATERIAL FROM RAINAND WIND AT ALL TIMES IMPLEMENT PROCEDURES TO CLEANAND DISPOSE OF SPILLS DEVELOPAND MAINTAIN SPILL RESPONSE CAPABILITIES INCLUDING EQUIPMENT AND MATERIALS FOR CLEAN UP, IMMEDIATE RESPONSE CLEAN UP AND DISPOSAL, DESIGNATED PERSONNEL AND TRAINING BENCHMARK L 5249 LT IN W CB @ N'LY END OF BRIDGE #B 3537 OVER SOLEDAD CYN WASH 21 FT W/O CIL SAND CYN RD & 0.2 MI N/O LOST CYN RD ELEV. 1546.889 ADJUSTMENT 1995 SPO ROAD CANYON PROJECT SITE y VICINITY MAP NOT TO SCALE INDEX TO PROJECT DRAWINGS SHEET NO. DRAWING DESCRIPTION CY 1 C-1 COVER SHEET 2 L-1 GEOMETRIC APPROVAL DRAWING 3 L 2 TYPICAL SECTIONS 4 L4 PLAN AND PROFILE 5 CS -1 CONSTRUCTION STAGING 1 6 CS -2 CONSTRUCTION STAGING 2 7 SS -1 SIGNING AND STRIPING PLAN 8 U-1 UTILITY PLAN 9 S-1 BRIDGE GENERAL PLAN 10 S 2 BRIDGE DECK CONTOURS 11 S4 BRIDGE FOUNDATION PLAN 12 S4 BRIDGE ABUTMENT LAYOUT 13 S4 BRIDGE ABUTMENT DETAILS No. 1 14 S-6 BRIDGE ABUTMENT DETAILS No. 2 15 S-7 BRIDGE ABUTMENT DETAILS No. 3 16 S-8 BRIDGE TYPICAL SECTION 17 S-9 BRIDGE PC/PS CONCRETE GIRDER DETAILS No, 1 18 S-10 BRIDGE PC/PS CONCRETE GIRDER DETAILS No. 2 19 S41 BRIDGE SCOUR PROTECTION SLAB 20 S-12 BRIDGE STRUCTURE APPROACH DETAILS 21 S43 LOG OF TEST BORINGS NO. 1 22 S-14 LOG OF TEST BORINGS NO, 2 23 S-15 LOG OF TEST BORINGS NO, 3 24 CA -1 CONDITIONS OR APPROVAL No. 1 25 CAw2 CONDITIONS OR APPROVAL No. 2 EARTHWORK SUMMARY RAW CUT (BRIDGE) 22 CY RAW FILL (BRIDGE) 14 CY RAW CUT (SCOUR PROTECTION SLAB) 536 CY RAW FILL (SCOUR PROTECTION SLAB) 361 CY RAW CUT (SLOPE GRADING FOR ROAD) 0 CY RAW FILL (SLOPE GRADING FOR ROAD) 120 CY (661) 265-7598 TIME WARNER CABLE RANDY HARRIS (818) (LOCAL BORROW) OVER -EX CUT 200 CY OVER -EX FILL 200 CY TOTAL CUT 758 CY TOTAL FILL 695 CY EXPORT 63 CY IMPORT 0 CY THE ABOVE LISTED QUANTITIES REFLECT THE ENGINEER'S ESTIMATE OF THE ACTUAL VOLUMES OF MATERIAL CUT AND FILLED. SHRINKAGE, SWELL, SUBSIDENCE, AND ANY REMOVALS ARE BASED ON DATA OBTAINED FROM THE SOILS REPORT. THE EARTHWORK QUANTITIES ARE BASED ON A FIELD SURVEY PERFORMED ON OCTOBER 31, 2012. FIELD CONDITIONS DURING CONSTRUCTION MAY VARY RFRI It TIKIr_ JKI ArTI JAI FARTHWORK 01 JANTITIFS DIFFFRFNT FROM THOSE ESTIMATES ABOVE. UTILITIES (CONTRACTOR SHALL NOTIFY THE FOLLOWING AGENCIES OR UTILITIES 3 WORKING DAYS PRIOR TO STARTING CONSTRUCTION OR EXCAVATION) SO CAL. EDISON KYLE CARDOZA (661) 257-8251 SO CAL GAS COMPANY JOHN CURRAN (818) 701-2567 SANTA CLARITA WATER DIVISION ROBERT MCDOUGAL (661) 964-3990 AT&T ROBERT KENRICK (661) 265-7598 TIME WARNER CABLE RANDY HARRIS (818) 535-4684 APPROVALS CITY OF SANTA I APPROVED FOR F ROBERT G. NEWMAN, P.E., L.S., DIRECTOR OF PUBLIC WORKS DETAIL -1 ESA ORANGE PLASTIC FENCE INSTALLATION CITY OF SANTA CLARI TA 0 WNERSHI P 626.61' SULPHUR SPRING COMMUNITY SCHOOL Z SANTA CLARI TA WATER COMPAN WELL STA TI ON CONSTRUCTION LIMITS INSTALL ORANGE CONSTRUCTION FENCE. SEE CONSTRUCTION DETAIL I HEREON PROPOSED GRADING, REMOVE AND RECOMPACT IT PER APPROVED SOILS REPORT. FILL MATERIAL TO BE OBTAINED BY CUT MATERIAL IN THE STREAM BED PENDING GRADATION TESTS. EXISTING ROCK BOULDERS TO BE rREMOVED AND RELOCATED (TYP) I 20 10 0 20 40 1 1/2 0 1 2 GRAPHIC SCALE: 1" = 20' EXIST RNV PLANS PREPARED FOR.- PROPAC PVMT N 88054'12" E397.32' 7+00 ST CIL EXIST EDGE OF PAVEMENT LO,T CANYON ..ROAD--, EXIST RETAINING WALL EXIST CONC WALK INSTALL NEW SURFACE MOUNTED DETECTABLE WARNING SURFACE TILES (FLAT BLACK) PINECREST SCHOOL 1 OVERLAY EXIST PVMT Ivy a .a a f/wlya X X X REMOVE EXISTING MULCH & INSTALL — APPROXIMATELY 15,000 SQUARE FEET OF MULCH (2") FROM LOST CANYON ROAD NORTH TO SAND CANYON ROAD BRIDGE ; , 3 , ; ; LINK �. >R 'LACE Z r ` F`\ 7 OF Z 1TTER 'ROPAC SIDEWALK I- REMOVE EXIST ( hWQf •L`UN(;WVt: iILA f r VwW 20 10 0 20 40 1 1/2 0 1 2 GRAPHIC SCALE: 1" = 20' EXIST RNV PLANS PREPARED FOR.- PROPAC PVMT N 88054'12" E397.32' 7+00 ST CIL EXIST EDGE OF PAVEMENT LO,T CANYON ..ROAD--, EXIST RETAINING WALL EXIST CONC WALK INSTALL NEW SURFACE MOUNTED DETECTABLE WARNING SURFACE TILES (FLAT BLACK) PINECREST SCHOOL 1 OVERLAY EXIST PVMT Ivy a .a a f/wlya X X X REMOVE EXISTING MULCH & INSTALL — APPROXIMATELY 15,000 SQUARE FEET OF MULCH (2") FROM LOST CANYON ROAD NORTH TO SAND CANYON ROAD BRIDGE ; , 3 , ; ; LINK �. >R 'LACE Z r ` F`\ 7 OF Z 1TTER 'ROPAC SIDEWALK I- REMOVE EXIST ( E TEMP K-RAh INSTALL NEI ;r GUARDRAIL ADJUST MANHOLE TO REMOVE AND GRADE IF NECESSARY RECONSTRUCT DRIVEWAY 28480 Avenue Stanford, Suite 200 Santa Clarita, CA 91355 (661)219-6000 (661) 775-2718 (FAX) www.psomas.com PLANS P SPARED UNDER THE DIREC77ON OF I r /13hj; JfREM JOHMSON RCE171475 DA 7E AND REMAINS a y Z CONSTRUCTION GATE X! (-INSTALL 15 GALLON I AFRICAN SUMAC AT I 20' SPACING AND RELOCATE BOULDERS I SOUTH OFACCESS ROAD II \-PLANTS AND RELOCATED BOULDERS � I I CONSTRUCTION STAGING AREA V,I INSTALL 6' CHAIN LINK FENCE , W/ GREEN FABRIC FENCE I I CURB EXIST PVMT PROP COW, ' CURB & GUTTER EXIST CURB _ & GUTTER I0 BENCHMARK y \ I I I I \ aI rTREEAND FENCE REMOVAL x REQUIRED TO CONSTRUCT I THE PROPOSED AC SIDEWALK f X.. x ._ b.T sx �— x PROP AC BERM / °"V / 4 FD. SPIKE AND WASHER PER fWFB 9615, PAGE 157H im N 88°54'12" E 15 .33' ! oa _F _ . srcit T EDGE OF € .MENT { i .� _ , `—REMOVE EXISTING GUARDRAIL, PROVIDE TEMP K -RAIL, AND INSTALL NEW GUARDRAIL REMOVE EXISTING CURB PROP CONC SIDEWALK L 5249 LT IN W CB @ N'LY END OF BRIDGE #B 3537 OVER SOLEDAD CYN WASH 21 FT W/O CIL SAND CYN RD & 0.2 MI NIO LOST CYN RD ELEV. 1546.889 ADJUSTMENT 1995 EXIST RNV O RESIDENTIAL HOME NO. REVISION REVISED BY ROV APPROVAL CITY OF SANTA CLARTA AS SHOWN 4plA NM�E s NUMBER APPROVALS DATE aen 03116/15 GMAEMC APPROVAL a?A ' NO. S3029 LOST CANYONROAD SAME *VL9WW sHEEr OVER SAND CANYON WASH (5X25) L4 2 OF 25 (20122081S1) 2012208.1 hWQf •L`UN(;WVt: iILA f -PROP"CZ3NC DECK N 88°54'12" ov 69.96' r BRIDGE E: — -EXIST E TEMP K-RAh INSTALL NEI ;r GUARDRAIL ADJUST MANHOLE TO REMOVE AND GRADE IF NECESSARY RECONSTRUCT DRIVEWAY 28480 Avenue Stanford, Suite 200 Santa Clarita, CA 91355 (661)219-6000 (661) 775-2718 (FAX) www.psomas.com PLANS P SPARED UNDER THE DIREC77ON OF I r /13hj; JfREM JOHMSON RCE171475 DA 7E AND REMAINS a y Z CONSTRUCTION GATE X! (-INSTALL 15 GALLON I AFRICAN SUMAC AT I 20' SPACING AND RELOCATE BOULDERS I SOUTH OFACCESS ROAD II \-PLANTS AND RELOCATED BOULDERS � I I CONSTRUCTION STAGING AREA V,I INSTALL 6' CHAIN LINK FENCE , W/ GREEN FABRIC FENCE I I CURB EXIST PVMT PROP COW, ' CURB & GUTTER EXIST CURB _ & GUTTER I0 BENCHMARK y \ I I I I \ aI rTREEAND FENCE REMOVAL x REQUIRED TO CONSTRUCT I THE PROPOSED AC SIDEWALK f X.. x ._ b.T sx �— x PROP AC BERM / °"V / 4 FD. SPIKE AND WASHER PER fWFB 9615, PAGE 157H im N 88°54'12" E 15 .33' ! oa _F _ . srcit T EDGE OF € .MENT { i .� _ , `—REMOVE EXISTING GUARDRAIL, PROVIDE TEMP K -RAIL, AND INSTALL NEW GUARDRAIL REMOVE EXISTING CURB PROP CONC SIDEWALK L 5249 LT IN W CB @ N'LY END OF BRIDGE #B 3537 OVER SOLEDAD CYN WASH 21 FT W/O CIL SAND CYN RD & 0.2 MI NIO LOST CYN RD ELEV. 1546.889 ADJUSTMENT 1995 EXIST RNV O RESIDENTIAL HOME NO. REVISION REVISED BY ROV APPROVAL CITY OF SANTA CLARTA AS SHOWN 4plA NM�E s NUMBER APPROVALS DATE aen 03116/15 GMAEMC APPROVAL a?A ' NO. S3029 LOST CANYONROAD SAME *VL9WW sHEEr OVER SAND CANYON WASH (5X25) L4 2 OF 25 (20122081S1) 2012208.1 EX '6Y RNV V-7" PROP TUBULAR HAND RAILING PER STRUCTURAL PLANS, SEE SHEET S-8 PROP ( O BARRIER (TYPE 26) PROP PC/PS CONC BOX GIRDER 4-5" CONDUITS FOR SCE SEE STRUCTURAL PLANS 16" PVC SLEEVE J SEE STRUCTURAL PLANS PROP PC/PS CONC BOX GIRDER 32'-0" 44'-5" 64'-0" EXIC/L 32'-0" 18'-0" EX S'LY,F 16'4 112" 14'4 3/4"t 14'-1 3/4"± WIDENING BRIDGE CIL EXIST PEDESTRIAN 10'-0" 4'O" 12'-0" 12'-0" 4'-0" 1'-5" CROSSING PROTECT IN PLACE AND REMAII CONC SIDEWALK SHLD ( SHLD OPEN AT ALL TIMES 6" CONC I CONC DECK i ii II a ,---s •, DECK ,•, t � II a 20 � MAX (MIN) 1% 1% I 0000� _,--------------- a tr,I -�-- SSS c '.�ii�sc�ttt - .. f �- --s-------- ----- L---- `----J I L--- J ----J I L ----J I L--- J I ----J EXIST GAS LINE REMOVE EXIST REMOVE EXIST MBGR ASPHALT, SEE EXIST PC/PS CONC & PLACE CONC BARRIER STRUCTURAL BOX GIRDER (TYPE 732) PLANS REMOVE j EXIST MB GR TYPICAL SECTION L INSTALL 16" STEEL CASING NOT TO SCALE LOST CANYON ROAD BRIDGE (PER STRUCTURAL PLAN) (FROM STA 7+70.71 TO STA 8+40.67) WITHIN BOX GIRDER FOR FUTURE WATER LINE RELOCATION. STEEL CASING SHALL EXTEND 3 FEET PAST BRIDGE DECK. CONTRACTOR TO COORDINATE WITH THE SANTA CLARITA WATER DIVISION FOR PREFABRICATION AND INSTALLATION OF BOX GIRDER AND STEEL CASING, INCLUDING SHOP DRAWING APPROVALS AND SCHEDULE OF WORK. EX NT Y RNV TREE REMOVAL EX S'LY RNV 64'-0" 32'-0" EX C/L 32'-0" I 12' ± VARIES 14'.+ VARIES 8'-0" (0' TO 6) I (12' TO 24 ) PROPOSED 3" AC SIDEWALK 2% MAX PROPOSED CONC CURB & GUTTER OVER 8" CMB, L L TYPE A2-6 PER SPPWC STD PLAN 120-2 ((FROM STA 8+40.67 TO 8+85.98 PROPOSED AC BERM, TYPE D1-6 PER SPPWC STD PLAN 120-2 (FROM STA 8+85.98 TO STA 9+22.00 CONSTRUCT 6"AC PAVEMENT OVER 8" CMB PER SOILS REPORT EX NT Y RNV VARIES (1-2W VARIES (1 2/o) r , ------------ __________ ------ _ i TYPICAL SECTION NOT TO SCALE EXISTING CURB LOST CANYON ROAD &GUTTER PROTECT /N PLACE (FROM STA 8+60.67 TO STA 9+22.00) 64' 0" 32'-0" CA U/L ( 12.7± 6'± 13.3± I PR POSED CONC CURB & 2" GRIND AND OVERLAY PROPOSED 3" GU ER, OVER 8" CMB, TREE REMOVAL AC SIDEWALK TYPE A2-6 PER SPPWC 2% MAX ST) PLAN 120-2 VARIES 1-2% VARIES 1-2% - TYPICAL SECTION NOT TO SCALE COTRUCTAC PAVEMENT OVER 8' CMB LOST CANYON ROAD PER SOILS REPORT (FROM STA 8+40.67 TO STA 8+60.67) EX N'LY RNV !-n yr VVLLJ vvwv vww u GUTTER, OVER 8" CMB, TYPE A2-6 PER SPPWC STD PLAN 120-2 EX N'LY RNV CONSTRUCT 6"AC PAVEMENT OVER 8" CMB PER SOILS REPORT VARIES (12' TO 189 PROPOSED GRADE BOUI DERS TO BE REL CATED(TYP) i EXISTING GRADE EDGE OF ------ PAVEMENT CONSTRUCT 6"AC PAVEMENT OVER 8" CMB PER SOILS REPORT 32'-0" VARIES (0' TO 6) 2% MAX r TYPICAL SECTION LOST CANYON ROAD (FROM STA 7+50.71 TO STA 7+70.71) 64 =0" 32'-0" 19.4'.t EX S'LY F 8' EX PEDESTRIAN CROSSING 5 PROTECT i -- `Y�1i IN PLACE ii,_ �-"---- I II d_______________L I li PROPOSED EXISTING MGS CONCRETE PROPOSED CONC CURB & CURB GUTTER, TYPE A2-6 PER SPPWC STD PLAN 120-2 32'-0" EX StYF GONGHL I t CURB EX S'LY F 14't 24 0" 8'-0" I i SIDEWALK 'I live 2% 2%—i --�r- ------------------------------- ---------------------------------------------------� TYPICAL SECTION NOT TO SCALE LOST CANYON ROAD (FROM STA 6+12.08 TO STA 7+50.71) EXISTING RETAINING WALL PROTECT IN PLACE IMPIALL EXISTING 'REPLACEABLE' CONCRETE CAST IN PLACE CURB DETECTABLE WARNING TILES ON BOTH RAMPS OF DRIVEWAY /OM OOnG1 C1 \ oni Dona I 1540 1540 HOR. lit, 20' SCALE: VERT. 1" = 4' 6+00 7+00 8+00 9+00 410+00 coNsrRucrion► ►vorEs _ —14 LOX 5+00 :ANY E -OH 18"SS--- — — ___-—18"SS— CURVE / LINE DATA O RADIUS LENGTH DELTA/BEARING TANGENT A - 18.50' N88°54'12"E - B 10.00' 765' 46009'18" 4.26' C - 12.59' N47°15'05"W D 45.29' N 8900129" W E 36.37' N 8300229" W F 20.00' 1 N 8900129" W 20 10 0 20 40 1 1/2 0 1 2 GRAPHIC SCALE: V = 20' PLANS PREPARED FOR: � � f 28480 Avenue Stanford, Suite 200 Santa Clarita, CA 91355 (661)219-6000 (661) 775-2718 (FAX) www.psomas.com PLANS PREPARED UNDER THE DIREC77ON OF. RCEI 71475 LA10 l INCA dK/UUt ANU REMAIN OPENA TALL OCONSTRUCT CONCRETE CURB & GUTTER, TYPE A2-6 PER SPPWC STD PLAN 1204, W=1.5' O2 CONSTRUCTASPHALT CONCRETE BERM, TYPE D1-6 PER SPPWC STD PLAN 120-2 O3 CONSTRUCT CONCRETE SIDEWALK PER STRUCTURAL PLANS AS PART OF TYPE 26 CONCRETE BARRIER OEXISTING BRIDGE WINGWALL TO BE REMOVED PER STRUCTURAL PLANS OEXISTING CONCRETE BARRIER & HANDRAIL TO BE REMOVE & REPLACE PER STRUCTURAL PLANS OREMOVE EXISTING AC PAVEMENT AND CONSTRUCT CONCRETE DECK PER STRUCTURAL PLANS O7 2" GRIND AND OVERLAY ON EXISTING AC PAVEMENT U.410+0 88 REMOVE & RELOCATE EXISTING SIGN, INSTALL NEW POST AND SLEEVE Z 9 PROTECT IN PLACE EXISTING UTILITY Nq 10 CONSTRUCTFAC PAVEMENT (TYPEA) OVER 8" CMB PER SOILS REPORT 11 INSTALL SURFACE MOUNTED DETECTABLE WARNING TILES, COLOR SHALL BE FLAT BLACK 12 CONSTRUCT NEW MIDWEST GUARDRAIL SYSTEM PER CALTRANS STD. PLANS RSP A77L i, A77U4, A77V1, & A77N1 13 UTILITY BOXADJUSTMENT BY OTHERS 14 PROTECT IN PLACE EXISTING AC PAVEMENT & CONCRETE 15 CONSTRUCT 3"AC SIDEWALK OVER COMPACTED EXISTING BASE MATERIAL TO 95% RELATIVE COMPACTION W/ 2"X 6" REDWOOD HEADER ALONG NORTHERN EDGE 16 REMOVE EXISTING CURB 17 CONSTRUCT 4" SIDEWALK BETWEEN EXISTING SIDEWALK & PROPOSED CURB & GUTTER 18 ADJUST SEWER MANHOLE TO GRADE IF NECESSARY. 19 REPLACE CONCRETE DRIVEWAYAPPROACH PER APWA 110-2, 6" THICK. EXISTING GRADES TO REMAIN. AP DATE CITY ! OF SANTA / A CLA i/ / A DA� AS SHOWN 03/16/15 PLAN AND PROFILE ✓0e a0. 53029 rRW= 100.- S3029 LOST CANYON ROAD BRVICE WZX 7 SHEET. OVER SAAR CANYM WASH (SW29) L_3 4 OF 25 (2012208151) 2012208.1 GRADING AS NECESSARY FOR a ULTIMATE CONDITION AND STAGE 11 TEMPORARY TRAVEL LANE Z TEMPORARY 3" v AC OVER COMPACTED a BASE MATERIAL i TO 95% R.C. EXIST CHAIN LINK FENCE REMOVE DURING CONSTRUCTION 04 O AS NEEDED FOR GRADING AND CONSTRUCTION STAGING. REPLACE AT END OF CONSTRUCTION (TYP) _ Z _ _.._ _. -_. -�-- — -- � EXIST �:.�.. EXIST WHITE STRIPE STA 6+11.63 COST CANYON 5+nn ST CIL f F----------- ACCESS ---------- ACCESS TO DRIVEWAY TO REMAIN OPEN AT ALL TIMES DURING EXIST RETAINING WALL -I CONSTRUCTION EXIST WHITE STRIPE N � 8+00 ..,..,.. I= STA 7+04.71 I STA 7+70.71 EXIST EDGE OF _ '--PAVEMENfi__-__, }€ EXISTBRIIGE . ABUTMENT - - - - - PROTECT EXISTING DWY - GUARDRAIL IN PLACE ------- -- ----- ---- EXIST CONC WALK-111 ALK ACCESS TO DRIVEWAY EXIST R/W 1 I TO REMAIN OPEN AT ALL TIMES DURING /= a CONSTRUCTION EXIST WOOD FENCE-� _ EXIST CHAIN LINK FENCE REMOVE DURING CONSTRUCTION AS NEEDED FOR GRADING AND CONSTRUCTION STAGING. REPLACE AT END OF CONSTRUCTION (TYP) EXIST WHITE STRIPE - - - - - - - - - - L QST CANYON ST CIL —� y N v-- --- --- --- ACCESS TO DRIVEWAY TO REMAIN OPEN AT ALL TIMES DURING EXIST RETAINING WALL CONSTRUCTION EXIST WHITE STRIPE 20 10 0 20 40 17 112 0 1 2 GRAPHIC SCALE: 1" - 20' EXIST 51111111111111 EXIST CONC WALK) TEMPORARY 3" AC OVER COMPACTED BASE MATERIAL TO 95% R.C. STAGE STA. 7+04,71 TO STA 9+06,67 ��I► Nil 7781 y i I i 1 i __ - / —7 I i EXIST BRIDGE / ABUTMENT PROTECT EXISTING DWY GUARDRAIL IN PLACE 30:1 JAPER -a r ui� nrvu 1 STA 9+06.67 i YEL�.OW STA8+40.67 RETROFLECTIVE IEXIST EDGE OF EXIST CURB ttr— — — — — — & GUTTER PAVEMENT } PROTECT EXISTING DWYh ..... GUARDRAIL IN PLACE •, EXIST PED XING TO ' REMAIN OPEN DURING ACCESS TO DRIVEWAY CONSTRUCTION TO REMAIN OPEN AT i ALL TIMES DURING ' CONSTRUCTION EXIST BARRIER \ 1 I I 11 EXIST CHAIN LINK FENCE (TYP) I / TEMPO RY 3"AC OVER COMPACTED BASEEXIST RAN MATERIAL TO 95% R.C. ��--�� F� \ i STA8+83.77 YEL OW y� RETROFLECTIVE EXIST CURB EXIST EDGE OF - - PAVEMENT &GUTTER � F GUARDRAIL IN PLACE _ PROTECT EXISTING r` DWS/ u , i �r `?-EXIST PED X/NG TO ACCESS TO DRIVEWAY f i REMAIN OPEN DURING ACCESS TO DRIVEWAY EXIST R/W J 5 TO REMAIN OPEN AT TO REMAIN OPEN AT ` ;CONSTRUCTION,t ALL TIMES DURING ALL TIMES DURING CONSTRUCTION CONSTRUCTION EXIST WOOD FENCE a EXIST' BARRIER _ _e CONSTRUCT/ON NOTES INSTALL TEMPORARY CENTERLINE, DETAIL 21(PAINT) O STAGE„ O FURNISH &INSTALL K -RAIL PER CAL TRANS STD PLAN T3A STA. 7+70.25 TO STA 9+24.09 PLANS PREPARED FOR. - O FURNISH & INSTALL CRASH CUSHIONS PER CAL TRANS STD. PLAN T1A, ARRAY TYPE TUI 1 O INSTALL TEMPORARY WHITE EDGE LINE, DETAIL 278 (PAINT) IV A 28480 Avenue Stanford, Suite 200 Santa Clarita, CA 91355 (661)219-6000 (661)775-2718 (FAX) www.psomas.com PLANS P SPARED UNDER THE DIREC77ON OF, XREUX0. JOHNSON RCqv 71475 DATE * No. C71475 = Exp. 12-31-15/,j NO. REVISION A EJC N'LYiA 1=8 EX S'I 64`0" -� r 1 32'O EX IC/L 32'0" 18''4 1/4" STAGE - I CONSTRUCTION REMOVE EXIST CONC BARRIER PROP PC/PS CONIC \ BOX GIRDER 16" STEEL CASING EX N'LYiA 3�liE'lX1-ri 44'-31/2" 1810 2111mOl 9'-91/2" 13'-21/2" 111/4" I LANE LANE EXIST PEDESTRIAN EXIST MBGR CROSSING i r II I III II Jyl TEMPORAREXIST PC/PS CONIC K -RAILING BOX GIRDER Y STAGE - TYPICAL SECTION NOT TO SCALE LOST CANYON ROAD BRIDGE 32'-0" EX S'L YiA 64'0". EX.CA 44'3112 1511314 15-0 131L2112" 11'-0" STAGE -11 2'0" I 11' 0" LANE CONSTRUCTION LANE „ 21/2" 32'0 1 1/4" 18'-0" 2 0 I EXIST PEDESTRIAN EXIST MBGR CROSS/NG r 4 P I t i� it O O O r— _J11. _ _ JI—I TEMPORARY PC/PS CONIC TEMPORARY TEMPORARY EXIST PC/PS CONC K -RAILING BOXGIRDER K -RAILING K-R4IUNG BOX GIRDER SECURED TO DECK STAGE - 11 TYPICAL SECTION NOT TO SCALE LOST CANYON ROAD BRIDGE LEGEND: UNDER CONSTRUCTION TEMPORARY 3"AC OVER COMPACTED BASE MATERIAL TO 95% R.C. CITY APPROVAL CITY OF SANTA C") WA AS SHOWN 'ROYALS DATE 03/16/15 CONK 7flLV7M STAGW JOB W. S3o29 7powc'T No. S3029 LOST CANYON ROAD BAME Wim .SHEET.' OWER SAAC) CANYON WASH OWN) 5 OF 25 (2o122os1s1) 2o12zos.1 ;I 7781 y i I i 1 i __ - / —7 I i EXIST BRIDGE / ABUTMENT PROTECT EXISTING DWY GUARDRAIL IN PLACE 30:1 JAPER -a r ui� nrvu 1 STA 9+06.67 i YEL�.OW STA8+40.67 RETROFLECTIVE IEXIST EDGE OF EXIST CURB ttr— — — — — — & GUTTER PAVEMENT } PROTECT EXISTING DWYh ..... GUARDRAIL IN PLACE •, EXIST PED XING TO ' REMAIN OPEN DURING ACCESS TO DRIVEWAY CONSTRUCTION TO REMAIN OPEN AT i ALL TIMES DURING ' CONSTRUCTION EXIST BARRIER \ 1 I I 11 EXIST CHAIN LINK FENCE (TYP) I / TEMPO RY 3"AC OVER COMPACTED BASEEXIST RAN MATERIAL TO 95% R.C. ��--�� F� \ i STA8+83.77 YEL OW y� RETROFLECTIVE EXIST CURB EXIST EDGE OF - - PAVEMENT &GUTTER � F GUARDRAIL IN PLACE _ PROTECT EXISTING r` DWS/ u , i �r `?-EXIST PED X/NG TO ACCESS TO DRIVEWAY f i REMAIN OPEN DURING ACCESS TO DRIVEWAY EXIST R/W J 5 TO REMAIN OPEN AT TO REMAIN OPEN AT ` ;CONSTRUCTION,t ALL TIMES DURING ALL TIMES DURING CONSTRUCTION CONSTRUCTION EXIST WOOD FENCE a EXIST' BARRIER _ _e CONSTRUCT/ON NOTES INSTALL TEMPORARY CENTERLINE, DETAIL 21(PAINT) O STAGE„ O FURNISH &INSTALL K -RAIL PER CAL TRANS STD PLAN T3A STA. 7+70.25 TO STA 9+24.09 PLANS PREPARED FOR. - O FURNISH & INSTALL CRASH CUSHIONS PER CAL TRANS STD. PLAN T1A, ARRAY TYPE TUI 1 O INSTALL TEMPORARY WHITE EDGE LINE, DETAIL 278 (PAINT) IV A 28480 Avenue Stanford, Suite 200 Santa Clarita, CA 91355 (661)219-6000 (661)775-2718 (FAX) www.psomas.com PLANS P SPARED UNDER THE DIREC77ON OF, XREUX0. JOHNSON RCqv 71475 DATE * No. C71475 = Exp. 12-31-15/,j NO. REVISION A EJC N'LYiA 1=8 EX S'I 64`0" -� r 1 32'O EX IC/L 32'0" 18''4 1/4" STAGE - I CONSTRUCTION REMOVE EXIST CONC BARRIER PROP PC/PS CONIC \ BOX GIRDER 16" STEEL CASING EX N'LYiA 3�liE'lX1-ri 44'-31/2" 1810 2111mOl 9'-91/2" 13'-21/2" 111/4" I LANE LANE EXIST PEDESTRIAN EXIST MBGR CROSSING i r II I III II Jyl TEMPORAREXIST PC/PS CONIC K -RAILING BOX GIRDER Y STAGE - TYPICAL SECTION NOT TO SCALE LOST CANYON ROAD BRIDGE 32'-0" EX S'L YiA 64'0". EX.CA 44'3112 1511314 15-0 131L2112" 11'-0" STAGE -11 2'0" I 11' 0" LANE CONSTRUCTION LANE „ 21/2" 32'0 1 1/4" 18'-0" 2 0 I EXIST PEDESTRIAN EXIST MBGR CROSS/NG r 4 P I t i� it O O O r— _J11. _ _ JI—I TEMPORARY PC/PS CONIC TEMPORARY TEMPORARY EXIST PC/PS CONC K -RAILING BOXGIRDER K -RAILING K-R4IUNG BOX GIRDER SECURED TO DECK STAGE - 11 TYPICAL SECTION NOT TO SCALE LOST CANYON ROAD BRIDGE LEGEND: UNDER CONSTRUCTION TEMPORARY 3"AC OVER COMPACTED BASE MATERIAL TO 95% R.C. CITY APPROVAL CITY OF SANTA C") WA AS SHOWN 'ROYALS DATE 03/16/15 CONK 7flLV7M STAGW JOB W. S3o29 7powc'T No. S3029 LOST CANYON ROAD BAME Wim .SHEET.' OWER SAAC) CANYON WASH OWN) 5 OF 25 (2o122os1s1) 2o12zos.1 n 0 0 m N 0 — — EXIST WHITE STRIPE LOST CANYON. 6+00 ACCESS TO DRIVEWAY TO REMAIN OPEN AT EXIST CHAIN LINK FENCE (TYP) EXI ST R/W ROAD STAG+75.01 7+00 STA 6+63.97 `— ____,. __. .... 4 ... 4 J _.__ —� DWY EXIST CONC WALK-111 ALK ACCESS TO DRIVEWAY TO REMAIN OPEN AT ALL TIMES DURING EXIST RETAINING WALL ALL TIMES DURING CONSTRUCTION CONSTRUCTION EXIST WHITE STRIPE —/ I— — EXIST WHITE STRIPE — LOST CANYON 5+00 Z8 1-I STC/L ACCESS TO DRIVEWAY TO REMAIN OPEN AT ALL TIMES DURING CONSTRUCTION ICA z Z '. I I srA7+sa.b0 STA 70. ----r--�--- --If — Si ,.._..,,.,, ._ . ,.-- ej STAT+69.� 1 ��`,.CONSTRUCTION,` . — EXIST BRIDGE / ABUTMENT /s .... —� — EXIST R/W J EXIST WOOD FENCE+ ' Z STAGE -III EXIST CHAIN LINK FENCE (TYP) EXIST R1W _ I_ STA. 6+63.97 TO STA 9+29.31 a Z vA Z "< II O � I Q EXIST CHAIN LINK FENCE (TYP) I I p _.__.....__ . / EXIST R/W -- Z 3 S S TA 9+1743 s A 9+1743 PSTA8+68.28 57 'oi 00 STA 9+29.31 �ST C/L AND YELLOW EXIST EDGE OFRETkZOFLECTNE PAVEMENT Q EXIST CURB DWY t 9 & GUTTER EXIST PED XING TO, REMAIN OPEN DURING ACCESS TO DRIVEWAY CONSTRUCTION TO REMAIN OPEN AT < ALL TIMES DURING CONSTRUCTION 1 EXIT BARRIER I I 0 EXIST CHAIN LINK FENCE (TYP) ' p i _._. _. _.—........ � PROPOSED PROPOSEDTRIW BARRIERCONCRETE —�� C SIDEWALK / O yI 3 (b —" - _— — _� — .. -. ._m.. t — STA9+16.37 ROAD STA 7+70.71` ` I \-Q2) _ ___ __ _, -... �_�_ - 8+00 00 9+00 7+00 _._........� — S t I YEL OW STA T+70.71 I �M► STA B+80,67 -� I 1 �' ' -� EXIST EDGE OF ( REF. OFLECTIVE EXIST EDGE OF PAVEMENT �— — — _ __...;, — PAVEMENT �n� ------ — -- --- DWY 77 ....._ACCESS TO EXIST CONC WALK DRIVEWAY EXIST RETAINING WALL JJJ TO REMAIN OPEN AT ALL TIMES DURING CONSTRUCTION EXIST WHITE STRIPE 20 10 0 20 40 1 1 0 1 2 GRAPHIC SCALE: 1" = 20' EXIST BRIDGE CONCRETE ABUTMENT _. . BARRIER ,.... _ _._ ..... __ — — EXIST CURB GUTTER —If DWYA,! & EXIST PED XING TO REMAIN OPEN DURING ACCESS TO DRIVEWAY EXIST R/WTO REMAIN OPEN AT CONSTRUCTION ALL TIMES DURING EXIST WOOD FENCE CONSTRUCTION EXIST BARRIER N I �; CONSTRUCTION NOTES s , � O INSTALL TEMPORARY CENTERLINE, DETAIL 21 (PAINT) STAGE 2O FURNISH & INSTALL K -RAIL PER CAL TRANS STD. PLAN T3A STA. 7+70.71 TO STA 9+16.37 O FURNISH & INSTALL CRASH CUSHIONS PER CALTRANS STD. PLAN TLA, ARRAY TYPE TUI 1 O INSTALL TEMPORARY WHITE EDGE LINE, DETAIL 27B (PAINT) EX N'LYeA TEMPORARY K -RAILING 64-0" 32'0" EX CIL 32'-0" 44-31/2" 18'-0" 261-001 11, 0" LANE 11'-0" LANE 18' 1314" I STAGE - III I CONSTRUCTION EXIST PEDESTRIAN CROSSING r 1% I 1% ii 0 s�r--� r �r _J L --- — PROP CONC PC/PS CONC TEMPORARY BARRIER BOX GIRDER K -RAILING EXIST PC/PS CONC 30' 1314" 14' 13/4" BOX GIRDER STAGE - III TYPICAL SECTION NOT TO SCALE LOST CANYON ROAD BRIDGE EX SILKA EX EX N'LYRIW S'LY 64'0" 32'-0" EX CIL 32'0" 1=7"I 44'-5" 18'-0" 16'0" 14'-0" 13'-0" 1=5" LANE I LANE 1'-0" 13'-0" 2' 0" STAGE - IV CONSTRUCTION EXIST PEDESTRIAN PROP TUBULAR CROSSING HAND RAILING i PROP CONC BARRIER — PROP CONC BARRIER PC/PS CONC TEMPORARY BOX GIRDER K -RAILING EXIST PC/PS CONC BOX GIRDER STAGE - IV TYPICAL SECTION NOT TO SCALE LOST CANYON ROAD BRIDGE LEGEND: N7. 777,277, UNDER CONSTRUCTION 14VI44VUIJI) LV IGGvu SIGNING AND STRIPING GENERAL NOTES: 1. ALL SIGNING SHALL BEACCORDING TO THE 2012 EDITION OF THE CALIFORNIA MUTCD AND SHALL BE NEW INSTALLATIONS, UNLESS OTHERWISE INDICATED. 2. ALL STRIPING AND PAVEMENT MARKINGS SHALL BE PER CAL TRANS STANDARD PLANS (2010 EDITION) AND SHALL BE THERMOPLASTIC UNLESS OTHERWISE INDICATED. 3. PRIOR TO APPLICATION OF THERMOPLASTIC ON ASPHALTIC OR CONCRETE PAVEMENT, THE CONTRACTOR SHALL GRIND PAVEMENT WHERE THERMOPLASTIC IS TO REAPPLIED, MECHANICALLY WIRE -BRUSH OR USEANABRASIVE BLAST TO CLEAN AND REMOVE CONTAMINANTS FROM THE PAVEMENT, AND PRIMER THE PAVEMENT PER CAL TRANS SPECIFICATIONS 2010 EDITION. 4. ALL CONFLICTING SIGNING AND STRIPING SHALL BE REMOVED PER CAL TRANS STANDARD SPECIFICATIONS (2010 EDITION). ALL PAINT STRIPE AND MARKINGS SHALL BE REMOVED BY WET SANDBLASTING. ALL THERMOPLASTIC STRIPE AND MARKINGS SHALL BE REMOVED BYGRINDING. PAVEMENT DAMAGED DUE TO REMOVING RAISED PAVEMENT MARKERS SHALL BE REPAIRED TO THE SATISFACTION OF THE CITY ENGINEER. 5. ALL LANE LINES A T INTERSECTIONAPPROACHES (LEAD LINES), EXCLUDING TURN LANES, SHALL BE 50'- 4" SOLID WHITE STRIPE WITH 3 TYPE C REFLECTIVE MARKERS (AT THE BEGINNING, MIDDLE, AND END) ABOVE THE STRIPE. 6. LANE WIDTHS SHALL BE MEASURED BETWEEN THE CENTER LINES OF EACH ADJACENT SINGLE OR DOUBLE STRIPE OR TOP OF CURB -FACE AS APPROPRIATE. 7. STRIPING SHALL BE CAT -TRACKED AND APPROVED BY THE CITY TRAFFIC DIVISION PRIOR TO FINAL INSTALLATION. 8. SIGN POSTS SHALL BE "UNISTRUT" SQUARE GALVANIZED STEEL POSTS WITH BREAKA WA YANCHOR POST, OR CITY -APPROVED EQUAL. UNISTRUT BASE SHALL BE WRAPPED WITH A 4"PIECE OF PVC OR FOAM MATERIAL (SEE CITY SPECIFICATIONS). 9. ALL SIGNS SHALL BE HIGH INTENSITY PRISMATIC RETRO -REFLECTIVE SHEETING AND SHALL BE CONVENTIONAL ROAD SIZES, UNLESS OTHERWISE INDICATED. 10. ALL REGULATORY PARKING AND NO STOPPING SIGNS WITH ARROWS SHALL BE INSTALLED AT APPROXIMATELY 45 DEGREES WITH THE LINE OF TRAFFIC FLOW IN ORDER TO BE VISIBLE FOR APPROACHING TRAFFIC. 11. ALL SALVAGED MATERIALS SHALL BE DELIVERED TO THE CITY OF SANTA CLARITA, STREETS DIVISION. CONTACT.. CRUZ CALDERA (661) 294-2520. ALL MATERIAL NOT SALVAGED BY CITY SHALL BE POSSESSION OF THE CONTRACTOR OR RECYCLED AT CONTRACTORS EXPENSE. 12. A POST WITH NO SIGNAFTER A SIGN REMOVALIRELOCATION, SHALL BE REMOVED COMPLETELY. HOLE IN GROUND SHALL BE PATCHED IN-KIND. 13, THIS PLANACCURA TE FOR SIGNING AND STRIPING WORKONLY. LOST CANYON R 20 10 0 20 40 1 1/2 0 1 GRAPHIC SCALE: 1" = 20' b ST CIL PROP EDGE OFPAVEMENT EXIST CHAIN LINK FENCE (TYP) EXIST EXIST EDGE OF EXIST WHITE EDGE PAVEMENT LINE TO BE REMOVED 7 7 000 T EXIST CONC WALK EXIST RETAINING WALL 3 2 ... roli,A1 o )A 7+70.71 � I APPROVAL DATE CITY OF SANTA CLAMTA w1�IIAtl II\ !1I � k .3 STA 7+70.71 { is EXIST BASIC SIGN HARDWARE INSTALLATION REQUIREMENTS: 1. SIGNPOSTS SHALL BE OF TELESPAR, UNISTRUT, UNIMATE OR EQUIVALENT MATERIAL THAT IS A FHWAAPPROVED. 2 POST ANCHOR AND SLEEVES SHALL BE OF SQUARE, PERFORATED, WELDED STEEL TUBING WITH FULL LENGTH PERFORATION 1"ON CENTER. THESE STANDARDS SHALL REPLACEALL 4 X4 POSTS, U -CHANNEL, GALVANIZED, ORANY OTHER POST THAT DOES NOT CONFIRM TO THESE STANDARDS. ANYAND ALL POSTS THAT ARE REMOVED DUE TO CONTRACTUAL OBLIGATIONS SHALL BE REPLACED WITH THEABOVE-MENTIONED STANDARD POST ANCHOR AND SLEEVE. 3. SIGNPOSTS TO BE 2"X 2" FULLY GALVANIZED SQUARE, FULLYPERFORATED 12 -GAUGE STEEL. 4. ANCHORS TO BE 2 -114"X2 -114"X 30"FULL Y GALVANIZED SQUARE, FULLY PERFORATED 12 -GAUGE STEEL. 5. SLEEVES TO BE2-112"X2-112"X 18" FULLY GALVANIZED SQUARE, FULLY PERFORA TED 12 -GAUGE STEEL. 6. ANCHOR AND SLEEVE TO BE IMBEDDED WITH NO MORE THAN 4 HOLES EXPOSED AND NO LESS THAN 2 HOLES EXPOSED. 7. IFANCHOR AND SLEEVEARE TO BE USED IN THE MEDIAN ISLAND WITH STAMPED CONCRETE, A 40 PVC SHALL BE USED ASA BUFFER BETWEEN CONCRETEAND SIGN HARDWARE. PVC SHOULD BE THE SAME DEPTH OF THE CONCRETE. 8. SIGNS MOUNTED ON EDISON LIGHT STANDARDS SHALL BE T MINIMUM SO AS NOT TO COVER STANDARD LD. TAG, 2.25, O O O O O 30" 3.5" O O 1 O 78" C) C ANCHOR SLEEVE PLANS PREPARED FOR.• T/PICAL GRADE z uni rc, EXPOSED ANCHOR & SLEEVE P 0 M A S 28480 Avenue Stanford, Suite 200 Santa Clarita, CA 91355 (661)219-6000 (661) 775-2718(FAX) www.psomas.com PLANS fP ARED UNDER THE DIREC17ON OF DERE . JOHNSON RCE,¢ 71475 DA rE au 17XyIIlCTAl DATE SUBMITTED DATE APPROVED FOR CONSTRUCTION I I { EXIST CHAIN LINK / FENCE (TYP) j 3 i ` -_._x .......x _ W..........__ ......... .x / EXIST R/W 4 / y R2-130 3 2 EXIST YELLOW �. CROSSWALK . STRIPING TO gTA'8+8067 W 7a +0 3 REMAIN ...... Z9±00 i� I, T STAB+5503 STA 9+28.46 ST CIL STA 8+40.67 2 ) EXIST WHITE EXIST EDGE OF :I EDGE LINE TO PAVEMENT EXIST WHITE STA 8+66.92 BE REMOVED ; STOP BAR WITH - - - - j � STOP' LETTERING EXISTCUR$-1 DwY & GUTTER EXIST RED CURB TO 4 REMAIN V CONSTRUCTION NOTES O INSTALL CENTERLINE, DETAIL 22 (THERMOPLASTIC) 2O INSTALL WHITE EDGE LINE, DETAIL 27B (THERMOPLASTIC) 3O RELOCATE EXISTING SIGN O EXISTING SIGN TO REMAIN, PROTECT IN PLACE UMKIOU REVISED BY NMIE k NtM6FR) CITY APPROVALS APPROVAL DATE CITY OF SANTA CLAMTA w1�IIAtl II\ !1I � k DATE c`lIG1iMYCa A/KJ �7Il'7/YGs IZ.f111/ 53029 PfiW&7 NO: 53029 LOST C=8AAVV ON ROAD W�Y1tfCa SHEET.. O►Efl CANYON WASH (83029) 00,4 7 OF 25 (20122081 S1) 2012208.1 U W2 Z W J W O, J Llj Q, �N a 13-3 Eur W=� W a.� Q o ti 20 UtU Q �Q W� Wo ;U ?� W� UOQ O W Z ti W ti vx�U vx� vFxxi vixx-jJf Wa LLia W LLi �p W� W U;. W CL — — — — E -OH — — — E -OH — — — E -OH — — — E -OH — .... r 2O Q W�- c 00p W -co --W a EXE ISTRI; ----Ef70H --- — E -OH — — ----14'1! --- "W --- —14"W—_ LOST CANYON ROAD ST CIL� 6+007+00 5+00- 1 F — —tls� - - — ——18"ss— —18-18 EXIST EDGF OF 1 sv . 1 "sem / ---.PAVEMENT- „? e a e r "F� i t r „5 r tc` 0 G -- —, ✓ - — f ZL Dwy Aid EXIST RETAINING WALL EXISTRM EXlST,NC WALK /y, u -Lu m ad> �vw,o` w W co k W i W w �m "w Wrjl W BENCHMARK L 5249 LT IN W CB @ N'LY END OF BRIDGE #B 3537 OVER SOLEDAD CYN WASH 21FT W/O CIL SAND CYN RD & 0.2 MI N/O LOST CYN RD ELEV. 1546.889 ADJUSTMENT 1995 20 10 0 20 40 1 1/2 0 1 2 GRAPHIC SCALE: 1" = 20' 'LL 14 W BRWGEK a FENCE 3 � U J m W J W W U C `[ �s tu W ZQj p m cj xxw yx T i-' — 2 cNc K h I I I Lu U W frL r %v ....... -E 0 .. _..._ 4,-EC�AIO I RlW h / •r I t w �. 4' -- = vL L� ,'��' � , ��' ,' — � ST CSL10 00 EXIST EDGE OF P'TCURB PAVEMENT _1a'ss UTTER Ile PW Awro x --.l EX/STRIW ,a //';\.� \ \ Y\:•• n NOTE. SEE STANDARD NOTE #4 ON SHEET C-1 FOR UNDERGROUND SERVICE ALERT REQUIREMENTS. FOR ACCURATE RIGHT OF WAY AND ACCESS DATA, SEE "ROAD PLANS" GB Sto 7+80.7 Elev 1542.42 GB Sta 7+70.71 Elev 1542.32 +1032% IN FG pout +0. PROFILE GRADE NO SCALE 50'-0"± MEASURED ALONG BB CL Exist LOST CANYON ROAD GB Sto 8+30.67 Elev 1542.86 GB Sto 8+40.67 Elev 1542.81 -0.50%1 -1 _: L -- F N yfi— D ,. ;, �� --------- II Abut 1 L Abut 2 DATUM Elev = 1 51 5. 7+50 8+00 MIRRORED ELEVATION 1" = 10, *See "HYDROLOGIC SUMMARY" on "BRIDGE FOUNDATION PLAN" sheet CITY R/W PC/PS CONCRETE BOX GIRDER—` PLAN \ PROPERTY LINE 111 - 10, H BRIDGE Z Exist LOST CANYON ROAD Exist PC/PS CONCRETE BOX GIRDER TYPICAL SECTION 3/16 11 = 1 ,-0" NOTES: OA Approach Slab © Metal Beam Guard Railing, see "Road Plans" © Concrete Barrier Type 26 © Steel Pile Abutment and W i ngwa I I , typ �E Existing Gas Pipe Line (3 inch) by So, Cal. Gas Company Concrete Barrier Type 732 © Tubular Handrai I ing (Modified) �H 5-4" Dia PVC conduit (Future) �I 16" dia Steel casing, Proposed 14" Dia Water line to be relocated into new bridge by Santa Clarito Water Company, O 16" dia PVC casing for future utilities. O 4-5" dia PVC ducts for SCE future utilities. © Scour Protection Slab O Exist steel pedestrian truss bridge to remain open during construction UN Original Grade shall be restored after placing the scour protection slab la Indicates limits of remove asphalt concrete 2. For General Notes and Index to Bridge Plans, see "BRIDGE DECK CONTOURS" sheet 3. For Pile Data Table, see "BRIDGE FOUNDATION PLAN" sheet LEGEND: Indicates Bridge Removal (Portion) — Indicates Existing Structure ==> Indicates Traffic Direction DESIGNED BY: PLANS PREPARED FAR' BIOOS CAROOSA Cc NO. REVISION aauiu� REVISED BY t Nu�em AP R ALS APPROVAL �� A'S SHOWN RBS ASSOCIATES INC - r■ L A rUkq� CITY Of SANTA C TA STRUCTURAL ENGINEERS �P yp F� FAQ BMW WOW DRAWN BY: OM N� PLANPRWECT NO.' 5X29 500 So. Main Sts Suit. 400 ffl1Tt THE CONTRACTOR MUST VERIFY ALL Orange California 92866 * No. 54676 * LAST CrW OV ROAD SHEET: 714-5850-4663 CHECKED BY: AWR Exp . 9 30 1 6 CONTROLLING FIELD DIMENSIONS BEFOREPANS EPAREO UNOER 7HEDIRECAON OF s �P OVER MAV �VYAN WA&V (MM) ORDERING OR FABRICATING ANY MATERIAL _ 12/05/2014 TqT TRUCTURPpQ� DATE: 12/05/2014 M! AA A. THANAS RSV,/ 54676 DATE F OF CW>F 9 OF 25 (20122081 S1) 2012208.1 15 Z Exist L( CANYON RO C Abut 2 r1i I Iwn�.:: a�r�u NOTES: 1. Contours indicate top of deck and top of approach slab elevation. 3. X Indicates 10' intervals measured along 'I Exist LOST CANYON ROAD 4. Contour interval = 0.20' 5. Contours do not include camber or falsework settlement. NOTE: THE CONTRACTOR MUST VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL PLAN 111 = 10' 42.6 12.6 SLAB Abut 1 Abut 2 ® STRUCTURAL CONCRETE, BRIDGE (F'C = 4.0 KSI AT 28 DAYS) ® PC/PS CONCRETE BOX GIRDER, SEE 'PRESTRESSING NOTES' ON "BRIDGE PC/PS CONCRETE GIRDER DETAILS N0, 2" SHEET ® STRUCTURAL CONCRETE, INFILL WALL (F'C = 3.6 KSI AT 28 DAYS) ® STRUCTURAL CONCRETE, APPROACH SLAB (F'C = 3.6 KSI, RAPID STRENGTH CONCRETE) ® STRUCTURAL CONCRETE, SCOUR PROTECTION SLAB (F'C = 3.6 KSI AT 28 DAYS) CONCRETE STRENGTH AND TYPE LIMITS PLANS PREPARED FOR. BIOOS CAROOSA mom W_ DESIGNED BY: RBS ASSOCIATES INC STRUCTURAL ENGINEERS moorr DRAWN BY: DM 500 So, Main St. Suite 400 Orange. California 92868 CHECKED BY: AWR 714-550-4885 PLANS UNDER THE DIRECAOYVV Or DATE: 12/05/2014 12/05/2014 M/ AEL A. THOMAS RSE/ 54676 DATE GENERAL NOTES LOAD & RESISTANCE FACTOR DESIGN DESIGN: AASHTO LRFD Bridge Design Specifications, 4th Edition and Caltrans Amendments, preface dated Nov. 2011 SEISMIC DESIGN: DEAD LOAD: LIVE LOAD: SEISMIC LOAD: 2.0 ABBREVIATIONS 1 .8 SHEET S-1 N0. TITLE GENERAL PLAN 0 .6 S-2 0 1 DECK CONTOURS LINES .4 S-3 A10D FOUNDATION PLAN 0 1 .2 S-4 OE ABUTMENT LAYOUT 3) A10F S-5 S-6 S-7 S-8 1 ABUTMENT DETAILS ABUTMENT DETAILS ABUTMENT DETAILS TYPICAL SECTION No. 1 No. 2 No. 3 .0 S-9 S-10 S-11 a PC/PS CONCRETE GIRDER PC/PS CONCRETE GIRDER SCOUR PROTECTION SLAB DETAILS No. 1 DETAILS No. 2 S-12 A62B STRUCTURE APPROACH DETAILS 0 S-13 S-14 S-15 AND + LOG OF TEST BORINGS LOG OF TEST BORINGS LOG OF TEST BORINGS No. No. No. 1 2 3 PLANS PREPARED FOR. BIOOS CAROOSA mom W_ DESIGNED BY: RBS ASSOCIATES INC STRUCTURAL ENGINEERS moorr DRAWN BY: DM 500 So, Main St. Suite 400 Orange. California 92868 CHECKED BY: AWR 714-550-4885 PLANS UNDER THE DIRECAOYVV Or DATE: 12/05/2014 12/05/2014 M/ AEL A. THOMAS RSE/ 54676 DATE GENERAL NOTES LOAD & RESISTANCE FACTOR DESIGN DESIGN: AASHTO LRFD Bridge Design Specifications, 4th Edition and Caltrans Amendments, preface dated Nov. 2011 SEISMIC DESIGN: DEAD LOAD: LIVE LOAD: SEISMIC LOAD: CONCRETE: Caltrans Seismic Design Criteria (SDC) Version 1.7 Includes 35 psf for future wearing surface. HL93 with Low -Boy and permit design load Soil profile: D, Vs3o = 329 m/s Moment magnitude: M7.2 Peak ground acceleration: 0.77g 0.0 1.0 2.0 3.0 4.0 5.0 Period, T (Sec) fy = 60 ks i f'c = 3.6 ksi (except as shown on "Concrete Strength & Type Limits" diagram) n = 8 PRESTRESSED CONCRETE: STRUCTURAL STEEL: (New Construction) STRUCTURAL STEEL: (assumed for evaluation of existing structure) CALTRANS 201 See "Prestressing Notes" on "BRIDGE PC/PS CONCRETE GIRDER DETAILS No. 21I sheet fy = ASTM A709 Grade 50 Steel H -Piles ASTM A572 Grade 50 fy = ASTM A7 fy = 39 ksi Al 2.0 ABBREVIATIONS 1 .8 Al 1 0 .6 0 1 LINES .4 3) A10D 0 1 .2 Al OE LINES AND SYMBOLS (SHEET 3 OF 3) A10F 1 A10G .0 a A10H 0.8 LEGEND - ROCK A62B 0 LIMITS OF PAYMENT FOR EXCAVATION AND + 0.6 BACKFILL - BRIDGE SURCHARGE AND WALL U a 0.4 BACKFILL - 0.2 0.0 CONCRETE: Caltrans Seismic Design Criteria (SDC) Version 1.7 Includes 35 psf for future wearing surface. HL93 with Low -Boy and permit design load Soil profile: D, Vs3o = 329 m/s Moment magnitude: M7.2 Peak ground acceleration: 0.77g 0.0 1.0 2.0 3.0 4.0 5.0 Period, T (Sec) fy = 60 ks i f'c = 3.6 ksi (except as shown on "Concrete Strength & Type Limits" diagram) n = 8 PRESTRESSED CONCRETE: STRUCTURAL STEEL: (New Construction) STRUCTURAL STEEL: (assumed for evaluation of existing structure) CALTRANS 201 See "Prestressing Notes" on "BRIDGE PC/PS CONCRETE GIRDER DETAILS No. 21I sheet fy = ASTM A709 Grade 50 Steel H -Piles ASTM A572 Grade 50 fy = ASTM A7 fy = 39 ksi Al OA ABBREVIATIONS (SHEET 1 OF 2) Al OB ABBREVIATIONS (SHEET 2 OF 2) Al OC LINES AND SYMBOLS (SHEET 1 OF 3) A10D LINES AND SYMBOLS (SHEET 2 OF 3) Al OE LINES AND SYMBOLS (SHEET 3 OF 3) A10F LEGEND - SOIL (SHEET 1 OF 2) A10G LEGEND - SOIL (SHEET 2 OF 2) A10H LEGEND - ROCK A62B LIMITS OF PAYMENT FOR EXCAVATION AND BACKFILL - BRIDGE SURCHARGE AND WALL A62C LIMITS OF PAYMENT FOR EXCAVATION AND BACKFILL - BRIDGE BO -3 BRIDGE DETAILS BO -13 BRIDGE DETAILS B6-21 JOINT SEALS (MAXIMUM MOVEMENT RATING = 2") B7-10 UTILITY OPENING - BOX GIRDER B7-11 UTILITY DETAILS B1 1-51 TUBULAR HAND RAILING B11-54 CONCRETE BARRIER TYPE 26 B11-55 CONCRETE BARRIER TYPE 732 LEGEND: B7-11 Indicates Standard Plan sheet No. U42 Indicates Detail No. A Indicates Section No. s5 Indicates sheet No. shown on 1 Indicates Detail No. s6 Indicates sheet No. shown on No. 54676 z 't Exp.9 30 16 apFTRUCT OF CPQ NO. REVISION REVISED CITY APPROVAL CITY OF SANTA CLARTA 9:iNANfiE T NAVEE k NUMBER AP ROV S DAT �/y,/��L D BMW DECK f. 0A f./S (201 AS S-2 10 OF 25 S2) 2012208.1 FOR ACCURATE RIGHT OF WAY AND,ACCESS DATA, SEE "ROAD PLANS" TEMPORARY LOCATION FOR 14" Dia WATER LINE, TO BE RELOCATED PRIOR TO CONSTRUCTION BY SANTA CLARITA WATER COMPANY, PROTECT IN PLACE ----. WWLOL N I Y^ o / A/ A I I I r Exist RETAINING WALL Exist GRADE CONTROL SLAB Exist SCE POLE, PROTECT IN PLACE Exist TELEPHONE BOX, PROTECT IN PLACE Exist TELEPHONE LINES, PROTECT IN PLACE Exist SCE (OH) LINES & CABLE TV (LINES ` WILL AU BE DEENERGIZED (ole) DURING CONSTRUCTION) isELECTRICAL BOX LXIST Icf Ula WAILM -aN WINGWALL PILES LINE TO BE RELOCATED. TIMBER LAGGING INTO NEW BRIDGE--- AO BE REMOVED BY SANTA CLARITY WATER w�__ COMPANY —TEMPORARY STRUCTURE` TO SHORE ROADWAY ,.e d Exist UNDER GROUND ELECTRICAL LINES WINGWALL PILES TO BE Exist GAS PIPE LINE REMOVED 3'-0" BELOW FG TO REMAIN 1P-i-�;n 9+00 l 1 I 1 I\/ 1\ PILE DATA TABLE LOCATION PILE TYPE NOMINAL RESISTANCE DESIGN TIP Elev (ft) SPECIFIED TIP Elev (ft) NOMINAL DRIVING RESISTANCE (kips) COMPRESSION TENSION ABUTMENT 1 HP 12x53 180 kips N/A 1497.0 (a), 1497.0 (b) 1497.0 180 ABUTMENT 2 HP 12x53 180 kips N/A 1497.0 (a), 1497.0 (b) 1497.0 180 WINGWALLS HP 12x53 N/A N/A 1515°0 (b) 1515.0 N/A NOTES: 1. Design tip elevations for Abutments and wingwalls are controlled by (a) Compression, (b) Lateral Load. 2. The specified tip elevation shall not be raised above the design tip elevation for lateral load. NOTE THE CONTRACTOR MUST VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL DESIGNED BY: RBS DRAWN BY: OM CHECKED BY: AWR DATE: 12/ PLANS PREPARED FOR: BIOOS CARDOSA ASSOCIATES INC STRUCTURAL ENGINEERS 500 So. Main St. Suite 400 Orange. California 92868 714-550-4665 PLANSIPREPARM UNDER THE D/REC77ON Or 12/05/2014 M/ HAEL A. THOMAS RW 54676 DATE 3A COMPANY, PLACE �,s.. - Exist 18" Dia SEWER LINE, PROTECT IN PLAC LEGEND= Indicates Bottom of Footing Elevation. 9.Indicates Spot Elevation H Indicates Existing Pile H Indicates Pile -- - -- Indicates Existing Structure Indicates Bridge Removal (Portion) NOTES 1. VERIFY UTILITY LOCATIONS WITH "UTILITY PLAN" 2. It is the responsibility of the contractor to coordinate with the Santa Clarito Water Company for final placement. HYDROLOGIC MONUMENT SUMMARY Elev (PROVIDED BY PSOMAS) LACDPW BM #1_5249 DRAINAGE AREA: 12.7 6433927.77 SQUARE MILES DESIGN FLOOD FREQUENCY (YEARS) 100 DISCHARGE (CUBIC FEET PER SECOND) 3671,00 WATER SURFACE (ELEVATION AT BRIDGE) 1542.35 VELOCITY (FEET PER SECOND) 10.48 FLOOD PLAIN DATA ARE BASED UPON INFORMATION AVAILABLE WHEN THE PLANS WERE PREPARED AND ARE SHOWN TO MEET FEDERAL REQUIREMENTS. THE ACCURACY OF SAID INFORMATION IS NOT WARRANTED BY BIGGS CARDOSA ASSOCIATES AND INTERESTED OR AFFECTED PARTIES SHOULD MAKE THEIR OWN INVESTIGATION. BENCH MARK AND DATUM MONUMENT ES Elev DESCRIPTION/LOCATION NORTHOORDINATEAST LACDPW BM #1_5249 1976406.57 6433927.77 1546.889 LT IN W CB G N'LY END OF BRIDGE #B 3537 OVER SOLEDAD CANYON WASH 21 FT W/O Z SAND CANYON ROAD & 0.2 MILES N/0 LOST CANYON ROAD NOTE: There is a vertical datum difference between the project datum (NAVD 88, 1995 adjustment) and the as-bu i I t datum (NGVD 29) . The following conversion was used in design: Datum conversion Elev (NAVD 88) = Elev (NAVD 29) + 2.3' Ccs. NO. REVISION REVISED BY CITY APPROVAL AS SHOWN ESS , Sx# AWK T NAME t NUMBER APPROVALS DATE CITY CF SANTA CIANTA A T � LLIIE `9� y FOUVA %M � ,roe r% S3029 (n Z PRCUECT NO: No. S4676 L psj (;� �� ^ SHEET 53029 Exp.9 30 16 �T9T TRUCT v��\P �� 3 F OF CP��F 11 OF 25 (2012208153) 2012208.1 GAS LINE PC/PS CONCRETE BOX GIRDER AND CONCRETE DECK NOT SHOWN, Typ PAVING NOTCH (ABOVE), SEE "BRIDGE STRUCTURE APPROACH DETAILS" SHEET L._.._.. _.._ -_ _.._.. _..^ .._.._..-.. ^ .._.._... Exist STEEL TRUSS PEDESTRIAN BRIDGE TO REMAIN OPEN DURING CONSTRUCTION Exist GRADE CONTROL SLA 22'-911+ (L 4-5" Dia PVC DUCTS OPENING 16" Dia PVC CASING OPENING 1611 Dia STEEL CASING OPENING 20'-1 3 11 4,_011 4,_011 81 1 8'/2I I Exist Lost Canyon Road Typ Typ Exist WINGWALL PILES TO BE REMOVED 3'-0" BELOW FG--� 4;4` 30'-1 Na ABUTMENT PLAN 1/4 If = 1 '-0" 1611 Dia STEEL CASING. SEE "BRIDGE PC/PS CONCRETE GIRDER DETAILS No. 1" 411 Dio -_ - SHEET. PROPOSED 1411 Dia WATER LINE drains 3-1 Exist GAS PIPE LINE TO BE RELOCATED INTO NEW BRIDGE RELOCATED BY So. Cal. BY SANTA CLARITA WATER COMPANY. 1611 Dia PVC GAS COMPANY CASING (SCHEDULE Exist LOST CANYON ROAD 18 -13 8 -0 80) FOR FUTURE STEEL PILE CAP I IUTILITIES A TO BE REMOVED g C 4-5'' Dia PVC ss 1 ss s5 A DUCTS (SCHEDULE 54 40) FOR FUTURE 56 I I UTILITIES ... . , . . , . _. .. l-..�.._..J L...n.._..J I �..�.._..J I L..�.._..J L..a.._..J ! L..b.._.. ) I ..L.. _1` �L.,_...�,i_„_.,.s Y. _ a� _ .,11 _ _ a.,_.,4,1_.r. �.0 1 I ' WWLOL = FACE OF STEEL PILE FLANGE .J J STEEL PILE, 00 CHECKED BY: Max TO BE FULL PENETRATION WELDED TO Exist STEEL PILE - DRIVE Exist c� TO :Z zz 00 _J J Qa 00 APPROVED LIJ w Crrr Z:):D Ln V) <c a MM 00 Abut = PILE i NOTE: THE CONTRACTOR MUST VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL Exist TIMBER LAGGING, TYP FURNISH RBS STEEL PILE, 7'-011 CHECKED BY: Max TO BE FULL PENETRATION WELDED TO Exist STEEL PILE - DRIVE Exist PILE TO SPECIFIED TIP ELEVATION OR APPROVED EQUAL DESIGNED BY: RBS DRAWN BY: DM CHECKED BY: AWR DATE: 12/05/2014 PLANS PREPARED FM, a ii 1 J n U) 0 Z Exist SCE (OH) LINES (LINES WILL NOT BE DEENERGIZED DURING CONSTRUCTION) -Exist AT&T (OH) COMM LINES (LINES WILL NOT BE DEENERGIZED DURING CONSTRUCTION) 22' ±2' Exist VERTIC!' CLEARANCE -SCOUR PROTECTION SLAB, SEE "BRIDGE SCOUR PROTECTION SLAB" SHEET i rL Elev 1532.0 Exist THREAT ROD AND NUT Elev 1 520.0 W SPECIFIED TIP Elev CONCRETE INFILL WALL EXTEND TO BOTTOM OF SCOUR PROTECTION SLAB, Typ BIGGS CAR®OSA ASSOCIATES INC �+ 1 AT'e9� STRUCTURAL ENGINEERS 1111/ 500 So. Main St, Suite 400 Orange, California 92868 No . S4676 a�77 714-550-4666 'k Exp.9 30/16 PLANS REPARED UNDER THE DIREC770N OFSTR(JV�Fp��\� 12/05/2014 qTF CT M7 HAEL A. THOMAS RSW 54676 DATE OF CPa NOTESO 1. Abutment 1 shown, Abutment 2 similar. 2. All timber to be Douglas Fir No. 1 or better and preservatives -treated. 3. No splice allowed in steel piles. Only CJP groove weld splices allowed outside no splice zone. 4. Maintain 121-0” minimum horizontaI and vertical clearance during pile driving from exist SCE (OH) lines. Lines will not be deenergized during construction. LEGEND= � Indicates Existing Pile Indicates Pile —.- - — Indicates Existing Structure Indicates Bridge Removal (Portion) Typ #6x' TOT) C, xist STEEL IPE CAP s 12 SECTION 0 rA 1 1 /211 = 1 '-011 S4 \� 1 V V I\ L 1 L INFILL WALL DETAIL 3/4" = 1 '-011 S4 )INT n I ca. 12 NO. REVISION REVISED BY CITY APPROVAL AS SHOWN 9GNRE IS ANNAME @ NUMBER ary oF SANTA aAAYrA DAM- fiFWW DATE p/ /�jy�/'� {�/�/ /'� Aon A931 if / " 1 OU ✓OB NO. 53029 PROJECT NO: ��+ p+p�/�y/ ��y SJO29 LWT CWCW C MAD SHEET. OVD4 &y4AD CAWY®W WASE/ (53M) s+_ 4 12 OF 25 (2012208154) 2012208.1 BB OR EB STRUCTURE APPROACH, SEE "BRIDGE STRUCTURE APPROACH DETAILS" SHEET I/8"x12" NEOPRENE STRIP PAVING NOTCH EXTENSION Exist Brg PAD JOINT SEAL B6-21 (MR = I/2) - -0 —TOP OF CONCRETE DECK I�yI � I �I I — — Exist PRESTRESSING STRAND - Exist PC/PS CONCRETE BOX GIRDER Exist STEEL PILE CAP u ii i r ii u ! y FG = OG 8 j 1 °I I j ! !`----Exist TIMBER LAGGING i I Exist STEEL PILE i�-- i. i n i ii SCOUR PROTECTION SLAB, SEE "BRIDGE SCOUR PROTECTION SLAB" SHEET SECTION A 3/4" = 1 '-0" S5 DESIGNED BY: RBS DRAWN BY: DM NOTED THE CONTRACTOR MUST VERIFY ALL CHECKED BY: AWR CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL DATE: 12/05/2014 #6 I PERVIOUS BO -3 BACKFILL 3-1 ;_0. 2" Dia HOLE, FILL WITH GROUT AFTER zl��UNITS HAVE BEEN PERMANENTLY PLACED TOP OF CONCRETE DECK 2" POLYSTYRENE OVER WATER LINE DRILL & GROUT ----- -- 1'-10" F1554 Gr 36 THREADED ROD IN 8" DEEP HOLE PRESTRESSING STRAND L _ `-PC/PS CONCRETE BOX GIRDER, SEE "BRIDGE PC/PS CONCRETE GIRDER DETAILS" SHEETS #4 OOH @ 12 #5, TOTAL 4 FFG = OG —SCUT HOLES IN STEEL PILE FOR WALL REINFORCING, DO NOT OVER CUT HOLES MORE THAN i/8" CLEAR AROUND REINFORCING SCOUR PROTECTION SLAB, SEE "BRIDGE SCOUR PROTECTION SLAB" SHEET a a SECTION B 3/4"= 1 '-0" S5 PLANS PREPARED FOR: BIGGS CARDOSA ASSOCIATES INC STRUCTURAL ENGINEERS 500 So. Main St, Suite 400 Orange, California 92868 714-550-4665 PLANS REPARED UNDER 7HE O/R£C770N OF.• 12/05/2014 A4/ALL A. THOMAS RSE,/ S4676 DATE ADDITIONAL #5 BB OR EB— STRUCTURE APPROACH, SEE "BRIDGE STRUCTURE APPROACH DETAILS" SHEET -� 2" POLYSTYRENE ADJUST Reinf AS REQUIRED AROUND PIPE JOINT #5 21-01t 2 -� @ 1 2 (TOTAL 3) CENTER ON PIPE JOINT— BUNDLE "A" BARS AS REQUIRED AROUND PIPE JOINT 16" Dia STEEL CASING,F •�• SEE "BRIDGE PC/PS �.. CONCRETE GIRDER DETAILS No. 1" SHEET 1. • ° °:. PROPOSED 14" Dia WATER LINE TO BE RELOCATED ° INTO NEW BRIDGE BY SANTA CLARITA WATER COMPANY 14" Dia WATER LINE TO BE RELOCATED BY SANTA CLARITA WATER COMPANY - V No. BB OR EB STRUCTURE APPROACH, SEE "BRIDGE STRUCTURE APPROACH DETAILS" SHEET %4" Dia ROD, SEE s1 I/8"x12" NEOPRENE STRIP PAVING NOTCH EXTENSION, SEE A Exist PRESTRESSING STRAND - Exist PC/PS CONCRETE BOX GIRDER Exist STEEL PILE CAP u ii i r ii u ! y FG = OG 8 j 1 °I I j ! !`----Exist TIMBER LAGGING i I Exist STEEL PILE i�-- i. i n i ii SCOUR PROTECTION SLAB, SEE "BRIDGE SCOUR PROTECTION SLAB" SHEET SECTION A 3/4" = 1 '-0" S5 DESIGNED BY: RBS DRAWN BY: DM NOTED THE CONTRACTOR MUST VERIFY ALL CHECKED BY: AWR CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL DATE: 12/05/2014 #6 I PERVIOUS BO -3 BACKFILL 3-1 ;_0. 2" Dia HOLE, FILL WITH GROUT AFTER zl��UNITS HAVE BEEN PERMANENTLY PLACED TOP OF CONCRETE DECK 2" POLYSTYRENE OVER WATER LINE DRILL & GROUT ----- -- 1'-10" F1554 Gr 36 THREADED ROD IN 8" DEEP HOLE PRESTRESSING STRAND L _ `-PC/PS CONCRETE BOX GIRDER, SEE "BRIDGE PC/PS CONCRETE GIRDER DETAILS" SHEETS #4 OOH @ 12 #5, TOTAL 4 FFG = OG —SCUT HOLES IN STEEL PILE FOR WALL REINFORCING, DO NOT OVER CUT HOLES MORE THAN i/8" CLEAR AROUND REINFORCING SCOUR PROTECTION SLAB, SEE "BRIDGE SCOUR PROTECTION SLAB" SHEET a a SECTION B 3/4"= 1 '-0" S5 PLANS PREPARED FOR: BIGGS CARDOSA ASSOCIATES INC STRUCTURAL ENGINEERS 500 So. Main St, Suite 400 Orange, California 92868 714-550-4665 PLANS REPARED UNDER 7HE O/R£C770N OF.• 12/05/2014 A4/ALL A. THOMAS RSE,/ S4676 DATE ADDITIONAL #5 BB OR EB— STRUCTURE APPROACH, SEE "BRIDGE STRUCTURE APPROACH DETAILS" SHEET -� 2" POLYSTYRENE ADJUST Reinf AS REQUIRED AROUND PIPE JOINT #5 21-01t 2 -� @ 1 2 (TOTAL 3) CENTER ON PIPE JOINT— BUNDLE "A" BARS AS REQUIRED AROUND PIPE JOINT 16" Dia STEEL CASING,F •�• SEE "BRIDGE PC/PS �.. CONCRETE GIRDER DETAILS No. 1" SHEET 1. • ° °:. PROPOSED 14" Dia WATER LINE TO BE RELOCATED ° INTO NEW BRIDGE BY SANTA CLARITA WATER COMPANY 14" Dia WATER LINE TO BE RELOCATED BY SANTA CLARITA WATER COMPANY - V No. 54676 � * Exp.9 * 30 16 161 REVISION o PERVIOUS BO -3 z BACKFILL 3-1 W ° Of r v1 U O ° PIPE JOINT TOP OF CONCRETE DECK PC/PS CONCRETE BOX GIRDER, SEE "BRIDGE PC/PS CONCRETE GIRDER DETAILS" SHEETS FG = OG �- -SEE B FOR DETAILS NOT NOTED SCOUR PROTECTION SLAB, SEE "BRIDGE SCOUR PROTECTION SLAB" SHEET ° a ° a SECTION c 3/4" = 1 '-0" S5 NOTED Holes to be filled with grout (ASTM C1107), SCALE.' REVISED BY CITY APPROVAL y OF SANTA a A A DAM AS SHOWN mD B 8 NUMBER wa APPROVALS DATE /V7� AN/130ff DIETMIS ft 1 ✓W NO. SM29 PROJECT NO: 53019 OST CW01uROAD BAVW WZE?R SHEET. OVER SAHs CWOV WASH (SSW) S-5 13 OF 25 (2012208155) 2012208.1 STEEL CASING, 1,0" - PVC CASING, OR PVC DUCTS TUBULAR HANDRAILING (MOD IFIED)—� CONCRETE BARRIER TYPE 26 B11-54 I N 4-5" Dia PVC DUCTS (SCHEDULE 40) FOR SCE FUTURE UTILITIES-- PC/PS CONCRETE BOX GIRDER --- 2/-o �_ Exist Lost Canyon Road 44'-5" 161- 1 1/211± 1 4'-1 %411± 1 4'-1 Y411+- 10 loff 4"±10'-0" 16 I -oil 16'-0" _4'-0"_,_4'-0"_,_ 20'-1 3/4"± _ I I 5-4" Dill PVC CONDUIT '(FUTUREj I EVEL j 16" Dia STEEL CASING SEE "BRIDGE PC/PS CONCRETE GIRDER DETAILS No. 1" SHEET. PROPOSED 14" Dia WATER LINE TO BE RELOCATED INTO NEW BRIDGE BY SANTA CLARITA WATER I RCOMPANY GRADE BREAK - I N 16" Dia PVC CASING (SCHEDULE 80) FOR FUTURE UTILITIES I GIRDER, Typ 3 SPACES 9 4'-0" 12/-011 DRILL AND BOND B11-54 #4 IN EACH HOOK, Typ 1�-#4 @ 129 Typ NOTE= THE CONTRACTOR MUST VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL 16/_1 3/d"± PROFILE GRADE REMOVE ASPHALT CONCRETE -1% --CONCRETE BARRIER TYPE 732 (B11_55 Y�.._.._..� +I STAGE Const :Exist PC/PS JOINT, Typ CONCRETE BOX N GIRDER TYPICAL SECTION 1 /4" = 1 '-0" DESIGNED BY: RBS DRAWN BY: DM CHECKED BY: AWR DATE: 12/05/2014 EDGE OF GIRDER - 41/211 Typ #4 Gd 12 NOTE: SEE "PLAN" ON "BRIDGE DECK CONTOURS" SHEET FOR FINAL BRIDGE DECK ELEVATIONS. 6" fin DRILL AND BOND #4 FIN 4" DEEP HOLE, MATCH STIRRUP SPACING OF NEW GIRDERS, SEE "BRIDGE PC/PS CONCRETE GIRDER DETAILS No, 1" SHEET, Typ STAGE Const JOINT, Typ - -2'-0" LAP, _ L ROUGHEN TO '/4" Typ N if U AMPLITUDE PARTIAL TYPICAL SECTION PLANS PREPARED FOR: 3/4" = 1'-0" BIGGS CARDOSA ASSOCIATES INC STRUCTURAL ENGINEERS 300 So, Main St, Suite 400 Orangle, California 92868 714-330-4665 PLANS PARED UNDER ME DIREC770W OF 12/05/2014 MOVAEL A. WOMAS RW 54676 DATE 4'-1 " ilk to] II.E 1, All d i mens i ons are measured normal to "Exist LOST CANYON ROAD" Line, 2. Transverse deck reinforcement shall be placed parallel with C Abut and spaced along "Exist LOST CANYON ROAD" Line. LEGEND Indicates Bridge Removal (Portion) -IWJ 0" Min - 8'-0" Max WHE I -ADJACENT TO DECK JOIN BC -11 1 1 11/16" SEE B1 1-51 FOR DETAILS NOT NOTED -0" Min - 10'-0" Max POST, Typ I No. S4676 'f Exp.9 30 16 �T9TFTRUC7V�F�F�\e OF CPQ END POST DECK JOINT ELEVATION 1/2 11 = 1 '-0" HSS 3x2x3/6 RAIL TUBE - B11 -51 SEE - AND ELEVATION FOR DETAILS NOT NOTED----� MORTAR N I _ 2-#4x1'-0" V POST POCKET = PARAPET T � TUBE POST `-HSS 2x2x3/6 RAIL TUBE, Typ 6, 2 " UO N N W N U 3x2x3/6 POST a- -HSS 2-#48x2'-6"8 -#4 " x2'-6 8 I All #4 c TOTAL 2 511x5"x0'-911 I n OR 5 " Dia x 9" Y� 11 POST POCKET TUBULAR HANDRAILING (MODIFIED) DETAIL 1" = 1'-0 NO. I REVISION CITY OF SANTACLARTA AS SHOWN S3029 04r qfl � S-1 16 OF 25 M S8) 2012208.1 � PC/PS CONCRETE BOX GIRDER I I 4 9 5" = 1`811 LEGEND: EXTERIOR UNIT • Denotes continuously bonded strand Denotes debonded strand and debonded length 10 in feet, measured from the ends of the PC/PS Concrete Box Girder #4 6 " KEYWAY, SEE NOTE 7 #4 n TOTAL 6, SPACE TO AVOID CONFLICT WITH 2" Dia HOLE FOR DOWEL r��] #4 TOTAL 5 3/4" DRIP GROOVE SEE "INTERIOR UNIT" FOR DETAILS NOT NOTED EXTERIOR UNIT [7 It = 1 ,-81 4 9 5" = 1 /_811 STRAND LAYOUT 1 1 /2" = 1 /_0 11 OPTIONAL FIELD BEND, Typ -- L Lo U 1'-4" LAP, Typ 3" FILLET, Typ Ln #5 Typ 4'-p il INTERIOR UNIT N �U PC/ PS CONCRETE BOX GIRDER UNITS 1 1/2 11 = 1 '-0" NOTE= THE CONTRACTOR MUST VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL INTERIOR UNIT = 1,-8' ROUGHEN TO 1/4" AMPLITUDE '7,111 2 11 Clr 5 " Typ Q0 r F #4 9 I KEYWAY OCCURS) 3/4" CHAMFER, Typ PRESTRESSING NOTES 1. The Jacking Force (P)'is the jacking force required at the point of control along the span. The jacking force does not include any fabrication specific losses. 2. The maximum temporary tensile stress (jacking stress) in the prestressing steel shall not exceed 80% of the specified minimum ultimate tensile strength of the prestressing steel. 3. Concrete strength f'ci is at time of initial stressing f 1 is at 28 days 4. Deflection components are informational and will be used to set screed line elevations. 5. Screed line elevations for deck concrete will be determined by the Contractor. 6. Prestressing strand shall be 270ksi low relaxation. 7. Keyways to be filled with grout (ASTM C1107) a minimum of 3 days prior to the placement of the composite concrete slab. PC/PS CONCRETE BOX GIRDER STEEL CASING I I (WHERE OCCURS) 916 TYPICAL UNIT UNIT WITH UTILITY OPENING INTERMEDIATE DIAPHRAGM 1 1 /2" = 1 '-0" FEEL CASING, PVC \SING OR PVC DUCTS {TEND 3'-0" PAST END GIRDER '/2 11 CLEARANCE AROUND OPENING %<LWwl lwlr 6Wl6 W. CONCRETE MIDSPAN NUMBER STRENGTH DEAD LOAD GIRDER GIRDER OF (ksi) DEFLECTION (In) LOCATION LENGTH (L) DEPTH (D) 0.6" 0 STRANDS JACKING FORCE (P) f'ci f'c DECK RAIL GIRDER 50'-0" 2'-3" 9 396 kips ( 44 kips/STRAND) 4.0 6.0 0.37 0.33 PC/PS CONCRETE BOX GIRDER STEEL CASING I I (WHERE OCCURS) 916 TYPICAL UNIT UNIT WITH UTILITY OPENING INTERMEDIATE DIAPHRAGM 1 1 /2" = 1 '-0" FEEL CASING, PVC \SING OR PVC DUCTS {TEND 3'-0" PAST END GIRDER '/2 11 CLEARANCE AROUND OPENING %<LWwl lwlr 6Wl6 W. 16'-011 TOE OF 1 40 SLOPE ---�� 11 '-Ott TOE OF FILL B Elev 1530,5 TOP OF S1l SA1 SLOPE Elev 1530,5 EDGE OF S11 CITY R/WON DECK ABOVE TOP OF FILL- ` I I I EIev 153700 I I 7+50 �_ Exist LOST CANYON ROAD - TOP OF SLOPE Elev 1540,5 I I I I I +1FACE OF Abut +' I I - I I - I --� rn I I i I I i I Ln I' In I I M FACE OF Abut ro I I I I I BB I I IEB I I I j 8+00 N 88° 54'1 211 E I I 8+50 I I I I I I +1 I I I + I I _+1 i - I L— ---I ---- -- L_ 1 ---I Lfl---------------- `\j ---------- - I N Elev 1533.5± Elev 1533,5± I CONFORM CONFORM \----Exist WINGWALL CITY R/W-` i Exist RETAINING WALL --_ i! NOTEo moi L_ ___._.._.. ..-. _ _.._.._.-.._.._. _.._..___.._.._.._.._..__ .._..J TOP OF ORIGINAL GRADE SHALL BE ! TOE OF SLOPE RESTORED AFTER PLACING Exist GRADE SLOPE THE SCOUR PROTECTION SLAB CONTROL SLAB LIMITS OF SCOUR PROTECTION SLAB 1 11 = 101 N #8 TOTAL 4 o - L ,N #5 (A 12 L #81 @ 9 311 311 Cir Clr N ---# 5 9 12 #8� @9 #5 @ 12 #8 TOTAL 2 / -nII NOTE THE CONTRACTOR MUST VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL 2'-611 LAP DESIGNED BY: RBS DRAWN BY: DM CHECKED BY: AWR DATE: 12/05/2014 FG = OG 2'-6" #8--/ 9 2'-611 EXCAVATE � CONCRETE A NATIVE SOI :a #8 #5 OUTSIDE FAi #8 1 INSIDE f 3,_oil 1'-6" Clr Exist GRADE n�nlTnr.I (`I nn SECTION A 3/411 = 1'-011 S1 PLANS PREPARED FOR# BIGGS CARDOSA ASSOCIATES INC STRUCTURAL ENGINEERS 500 So. Main St, Suite 400 Orange, California 92868 714-550-4885 PLANS ARED UNDER THE DIREC77ON OF 12/05/2014 MICHAEL A. WOMAS RgE-/' S4676 DA 7E _v L N I- `i v L. H I CUT-OFF WALL ELEVATION # � TOTAL 4- 311 — 3II Cir (V 3/81' = 1 '-0'1 #5�\_ 12 L #5 9 12, NU 5 (A 12 I a 2 L 2 11 Clr 81 @ 9 low 1'-1011 #8 TOTAL 2 SECTION B 3/411 = 1 `-011 S1 EDGE OF WINGWALL 12 $5 #8 ;E )RNER REVISED BY CITY APPROVAL +(ryi%%Y SANTA CLAAITA '� SHOW �OFESS/ NO. REVISION gq T NAME !NUMBER APPROVAL ATE G� A r OC 0.47E.• scow Pw Ecmv STAB A10.53029 N 2 vaa#!cr A'O:D29 No. S4676 Exp . 9 30 1 6 i` to 08T CAMW ROW BWW M?AE71 W SHEET. ot? MW CAWOv WA&V !SOMI $ 11 s�9T TRUCTVRP��\P F OF CPQ 19 OF 25 (20122081 S11) 2012208.1 `t 16 I- 0" All B S12 LONGITUDINAL Const JOINT, Typ SEE NOTE 3 FACE OF BARRIER FACE OF CURB EDGE OF DECK E PARALLEL TO FACE BB OF PAVING NOTCH -----`P "-BRIDGE DECK---- SEE NOTE 86-21 1 AND xl��J BUILDING PAPER C Exist LOST CANYON ROA FACE OF BARRIER--. EDGE OF DECK PLAN 1" = 10' SEE s1 1 '-6" #5 @ 6 L #6 @ 12 N_� 3/4" MALLEABLE IRON OR STEEL COUPLING NUT- A- ROADWAY PAVEMENT, SEE ROAD PLANS —"B" BARS "A" BARS 1 1/2"x31/2" CONTINUOUS RECESSED KEY .�'B" BARS 3/4" Dia ROD x 1 '-0" a I \,�"A" BARS 12 m THREAD ONE END STRUCTURE APPROACH SLAB, Typ SEE "PLAN" #5 BAR CHAIRS @ 3`-0"± TRANSVERSELY AND 4'-0"± LONGITUDINALLY S2 #5 @ 12 "B" BARS-� 1' --VI STAGE A STAGE B STAGE A STAGE B DRILL AND BOND /21 / #5x1 '-9" @ 1 2" 1 x3�2� CONTINUOUS INTO 6" DEEP HOLE-- RECESSED KEY TRANSVERSE CONTACT JOINT, MATCH Exist OR PROPOSED PAVEMENT 30° 3 NOTES= 1. For details not shown or noted, see Bridge Plans. Adjust bar reinforcement to clear a sawcut for sealed joint when required. 2. Space to avoid existing prestress anchorages and main reinforcement 3, Longitudinal construction joints, when permitted by the Engineer, shall be located on lane lines. 4. Couplers are required for stage construction. 5. Spacing of transverse reinforcement is measured along (� roadway. 6. Provide cross slope to match deck surface grade. See "TYPICAL SECTION" and "DECK CONTOURS" sheets. LEGEND: ® Remove all polystyrene after concrete is cured. TUBULAR HANDRAILING (MODIFIED) SEE STAGE A lSTAGE B LONGITUDINAL CONSTRUCTION JOINT ALTERNATIVES #5 Cont @ 18- 3/4 " = 1 '-0" STRUCTURE APPROACH 5'-0" Min #5x7'-0" �@ 9 SEE "ROAD - -------r --- ------------------------ PLANS _ %4" CHIAMFER I_ - ------------------ #5 @ 18 -- � I I<v c� #8 @ 6 � 1--- I #4 Cnt TOTAL 3 "A" BARS I I 6, ----� a1 -- -----J----------- _._.._..___.._.._._..___.. DRILL AND BOND #5^I'd ' ----------------------- `�------__J @ 18 INTO NEW AND `� SECTION A PVC CASING OR PVC- DUCT BEYOND, COUPLE, PAVING NOTCH- ' -0" Exist GIRDER EXTEND AND CAP 5/-0'' BEYOND THE END OF 3/4" = 1'-0" 51 THE APPROACH SLAB #5 Cont @ 18 STRUCTURE APPROACH #6 @ 12� #5x7'-0" @ 9 #5 Cont, ,TOTAL 4--, "A" BARS---/ "B" BARS SECTION c 3/4" = 1 '-O" S1 2 NOTE: THE CONTRACTOR MUST VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL CONCRETE BARRIER TYPE 732 #5x12'-0" @ 18 -FG ' �#5 Cont, TOTAL 4 5x41-011 @ 4/2 CROSS SLOPE, SEE N DRII "A" BARS --�/ "B" BARS SECTION B 3/4" = 1'-0" S1 #5x4'-0" @ 4'/2 'L 2f/411x 1 /4"X21/` 11 WITH 1" Dia HOLE %4" Dia ROD @ 24, WITH NUT AND THREADED ENDS. ROD TO BE ENCASED IN 1" Dia x 2" Clr 2/-4" PVC CONDUIT 8" CLEAR, _ OTHER DEPTHS SEE NOTE 1 2�/2 C I r MUST BE APPROVED 2�/2;, BY THE ENGINEER CONCRETE BARRIER TYPE 26 DRILL AND BOND rB1-54 -#5x12'-0" @ 18 MATCH DECK OVERHANG /�#5 Cont, TOTAL 4 T WINGWALL 30° -i L T - POLYSTYRENE #5 BAR DRILL AND BOND E2" Cir I 4 AROUND ANCHOR 1 '-0" INTO Exist cv I ASSEMBLY SEE NOTE 2 ----J I _ LIMIT OF CHAMFER 3'-0" EXCAVATION FOR MaxTING PAVINGNOTCHBAR CHAIR DETAIL 2 TIE DETAIL EXTENSION 1 112 = 1 '-0" 1 3/4" = 1'-0" 1 \GYIGGWIJI C! LV�f.f.VV REFERENCE: CALTRANS SOIL & ROCK LOGGING, CLASSIFICATION, AND PRESENTATION MANUAL (2010) GROUP SYMBOLS AND NAMES Graphic/Symbol Group Names Graphic/Symbol Group Names �: 5– 10 Well—graded GRAVEL – 10-30 Dense Lean CLAY Very Dense GW – 10% Little Gravel Lean CLAY with SAND – 25% Some Well—graded GRAVEL with SAND 307c – 45% Lean CLAY with GRAVEL Sand 50% 1'00% CL SANDY lean CLAY 1/64 – 1/16 Fine 000o 1/300 – 1/64 Poorly—graded GRAVEL Clay SANDY lean CLAY with GRAVEL 0 00° GP GRAVELLY lean CLAY 0 0 ° Poorly—graded GRAVEL with SAND GRAVELLY lean CLAY with SAND O o Well -graded GRAVEL with SILT SILTY CLAY GW -GM SILTY CLAY with SAND * Well -graded GRAVEL with SILT and SAND SILTY CLAY with GRAVEL CIL _ML SANDY SILTY CLAY YVell-graded GRAVEL with CLAY SILTY CLAY SANDY SILTY CLAY with GRAVEL � GW -GC for ell -graded GRAVEL with CLAY and SAND GRAVELLY SILTY CLAY . or SILTY CLAY and SAND) GRAVELLY SILTY CLAY with SAND oo Poorly -graded GRAVEL with SILT SILT o GP -GM SILT with SAND °o Poorly -graded GRAVEL with SILT and SAND SILT with GRAVEL ML SANDY SILT 0 o o o Poorl raded GRAVEL with CLAY (or L CLAY) SANDY SILT with GRAVEL GP -GC Poorly -graded GRAVEL with CLAY and GRAVELLY SILT ° 0 °° SAND (or SILTY CLAY and SAND) GRAVELLY SILT with SAND GRAVEL ORGANIC lean CLAY ToTlaSILTY GM ORGANIC lean CLAY with SAND SILTY GRAVEL with SAND ORGANIC lean CLAY with GRAVEL OL SANDY ORGANIC lean CLAY ° 9 Q0 CLAYEY GRAVEL SANDY ORGANIC lean CLAY with GRAVEL GC GRAVELLY ORGANIC lean CLAY 0/0 CLAYEY GRAVEL with SAND GRAVELLY ORGANIC lean CLAY with SAND SILTY, CLAYEY GRAVEL ORGANIC SILT GC -GM ORGANIC SILT with SAND SILTY, CLAYEY GRAVEL with SAND ORGANIC SILT with GRAVEL OL SANDY ORGANIC SILT ° Well -graded SAND SANDY ORGANIC SILT with GRAVEL SW GRAVELLY ORGANIC SILT Well -graded SAND with GRAVEL GRAVELLY ORGANIC SILT with SAND ° Poorly -graded SAND Fat CLAY SP Fat CLAY with SAND Poorly -graded SAND with GRAVEL Fat CLAY with GRAVEL CH SANDY fat CLAY ° Well -graded SAND with SILT SANDY fat CLAY with GRAVEL SW -SM GRAVELLY fat CLAY Well -graded SAND with SILT and GRAVEL GRAVELLY fat CLAY with SAND ell -graded S ND with CLAY (or SILTY CLAY Elastic SILT o SW -SC Elastic SILT with SAND ° ell -graded SAND with CLAYand GRAVEL or SILTY CLAY and GRAVE Elastic SILT with GRAVEL MH SANDY elastic SILT Poorly -graded SAND with SILT SANDY elastic SILT with GRAVEL SP -SM GRAVELLY elastic SILT Poorly -graded SAND with SILT and GRAVEL GRAVELLY elastic SILT with SAND Poorl _graded AND with CLAY ORGANIC fat CLAY • SP -SC (or S�L IY CLAY ORGANIC fat CLAY with SAND _ Poorl graded SAND with CLAY and GRAVEL (or SILTY CLAY and GRAVEL) ORGANIC fat CLAY with GRAVEL OH SANDY ORGANIC fat CLAY SILTY SAND SANDY ORGANIC fat CLAY with GRAVEL SM GRAVELLY ORGANIC fat CLAY SILTY SAND with GRAVEL GRAVELLY ORGANIC fat CLAY with SAND CLAYEY SAND ORGANIC elastic SILT SC ORGANIC elastic SILT with SAND CLAYEY SAND with GRAVEL ORGANIC elastic SILT with GRAVEL OH SANDY ORGANIC elastic SILT SILTY, CLAYEY SAND SANDY ORGANIC elastic SILT with GRAVEL SC -SM GRAVELLY ORGANIC elastic SILT SILTY, CLAYEY SAND with GRAVEL GRAVELLY ORGANIC elastic SILT with SAND — — ORGANIC SOIL PT PEAT ORGANIC SOIL with SAND ORGANIC SOIL with GRAVEL " OL/OH SANDY ORGANIC SOIL COBBLES SANDY ORGANIC SOIL with GRAVEL COBBLES and BOULDERS GRAVELLY ORGANIC SOIL BOULDERS GRAVELLY ORGANIC SOIL with SAND FIELD AND LABORATORY TESTING OC Consolidation (ASTM D 2435) CL Collapse Potential (ASTM D 5333) CP Compaction Curve (CTM 216) Corrosivity Testing CR (CTM 643, CTM 422, CTM 417) Consolidated Undrained CU Triaxial (ASTM D 4767) DS Direct Shear (ASTM D 3080) EI Expansion Index (ASTM D 4829) OMoisture Content (ASTM D 2216) OC Organic Content-% (ASTM D 2974) OPermeability (CTM 220) Pq Particle Size Analysis (ASTM D 422) PI Plasticity Index (AASHTO T 90) Liquid Limit (AASHTO T 89) PL Point Load Index (ASTM D 5731) PM Pressure Meter OR R -Value (CTM 301) SE Sand Equivalent (CTM 217) SG Specific Gravity (AASHTO T 100) SL Shrinkage Limit (ASTM D 427) SW Swell Potential (ASTM D 4546) Unconsolidated Undrained UU Triaxial (ASTM D 2850) UW Unit Weight (ASTM D 4767) APPARENT DENSITY OF COHESIONLESS SOILS Description SPT N 60 (Blows / 12 in.) Very Loose 0 – 5 Loose 5– 10 Medium Dense – 10-30 Dense 30 –50 Very Dense Greater than 50 MOISTURE Description Criteria Dry No discernable moisture Moist Moisture present, but no free water Wet Visible free water PERCENT OR PROPORTION OF SOILS Description Description Criteria Trace Particles be are present less than 5% but estimated to Few Cobble 5% – 10% Little Gravel 15% – 25% Some 3/4 – 3 307c – 45% Mostly Sand 50% 1'00% PLANS PREPARED FOR: PARTICLE SIZE REVSION Description CITY APPROVALS Size (in.) Boulder DATE.' 2/15/13 Greater than 12 Cobble JOB 53029 3 – 12 Gravel Coarse A3E No: AS N xxxxx-0 3/4 – 3 Fine 1/5 – 3/4 Sand Coarse 1/16 – 1/5 Medium 1/64 – 1/16 Fine 1/300 – 1/64 Silt and Clay -Less than 1/300 PLANS PREPARED FOR: 17675SIERRAHIGHWAY EN EO SAMA CLARFA, CALIFORNIA 91351 QROFESsip,� (661) 2574004 ,. o°� P. —Ex ect Excellence— ° P FAX (888) 279-2698 No. 2480 SAN RAMON-SAN JOSE - SANFRANCISCO- OAKLAND - ROCKLIN - RIPON Exp 8/30/2014 SANTA CLARRA- IRVINE -NEW ZEALAND * C PL PR PARfr, 1VQ =77ON OF. r2y �OTfCFI���p 2 s 01/18/13 TfOF CA��F° THEODORE P. SA YHAM GE# 2480 DA TE N0. REVSION REVISED BY (9GNANRE/PRINT kAME &NUMBER) CITY APPROVALS APPROVAL CITY OF SANTA CLARITA DATE LOG OF TEST BOR/NGS ND. 3 LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH {53029) SCALE. AS SHOWJN DATE.' 2/15/13 JOB 53029 A3E No: AS N xxxxx-0 SHEET.• 5+_1 2 lCG1CClitS1s V 26ICC081i .,,,.r ... o..�,....�...,.. s. .... xi...„� .x...:w w .. ry....s .,.r..e...d..... a x.:+..v:... w..x ,_.w. s.-Jf . . would be, conducted, if required try tf�e age des, prix tib any construction evitie , . would prevent the spread of invasive species onsite or �%, Erosion control seed and requires Of the regulatMagencies regarding protection the burro entad mixes, if used, would b composed porn-inv ive series, and all erosion control would be followed would be conducted in a manner that would not result in the sprue of invasive species_ 41. AM Trespawng7 sigma u l be; .. at the fr ame arm 57, Native fetation removed frorn the streambedwould be roved frot the site or 42. The -pr c ct area have an I=; fencen the w are and the ephemeral stockpiled in a distant location. drainage to restrict Worker and equipmen€, access to the drainage.; The fence wouldbe,Vegetation would becut at and. tosalxagelthe>`rpots acrd allow for ria-sp , lifted 12 inches off the ground loallow small wildlife to pass. 43, Tri trirri nirog Artdve4etafion cutting wopt # be approved before implement' ; 44, sNG wildlifie Would foe han-ned or harass,..by any 'of lie construdonpersonr d- 45- Prior to site arrival, all equipment + uld be pressure -washed at 140 degrees Fahrenheit tF) (ternperature,at point of contact. 155 degrees F at nozzle) to avoid spread of any aquatic invasive species such a °dery Zealand mud snails, Quagga,, and zebra mussels Eia N 4o. Only Construction equipment needed to complete the ire would be allowed to, mss iae.stret abed after it has,been iepeded and approved as clean and free of leakaL Personal; vehicles and forenian trucks ks would not be permitted to access ie .stfea' N 4T Ams to the strearribed or sensitive hataitatswbuld be blocked during rich -+neurit lours o With a barrier that is adequate to keep all rnotar vehicles from entering. 0 m 48, Excavations would be left sloped on at least one side no steeper than 2:1 durtnq non- work hours to allow.wddft that enters a rears to exit If the configuration hoes not permitsleng, 2X4 lumber would to placed with one end on the bottom and the otter' m Brad prod ding above surface lewd at a slo no steeper 2.:1 It Would anchored in ttre e�ccailation during pon-work hours; U 4g_ Night °c rk riot be,pertraitted, is;t rrretl :as sunset ridfor bef€r sunrise. 5€I_ Personnel from CDFW, USAGE, and other resource protection agencies may eater the t5�I rite area to observe and or veriflr compliance with these BMPs_ y� 3 d y Resident Z5 51- All wildlife observed ort site mould: be., reported ed to the � ^sesi dent En tee' immediately. _NO. REVISION REVISED BY CITY APPROVAL /�'�/ �'f � /� / /� Q/'� AS SHOWN fPLANS PREPARED FOR: (WIAWK/P T NME a Nume ) APPROVALS DATE C/ / / OF 47A/I / A Cf�/'7/7J l A VA S �iOESSI( 9/19/2014 52_ ions or repairs to S d be completed no later than taom after being 28480 Avenue Stanford, Suite 200 � PEEN JO�� COAVITUti�J' OFii�i�iL AD. % � � 53029 w notified of the correction. If there is a a25 percent forecast of rain in less than 72 trocars Santa Clarita, CA 91355 " ✓' � T A& o then the corrections would be completed before the tirl €e for which the stone is ` (661) 219-6000 (661) 775-2718 (FAX) * `-� No. C71475 z * 53029 LE predicted, www rIsomas.com Exp. 12-31-15 LOST CANYON ROAD � SHEET.• i o PLANS P ARED UNDER THE D1REC710N OF sf�� Ci V tl �ot���Q ®VFR SAfl� CANYON WASE/ (SW29) CA �/ �. hbet;ernesbc mei acs vaould be breaug t tart este: / : Z; _. ,, rl l OF C Al °p XRE AlOHNSON RCE) 71475 DA 24 OF 25 (2012208151) 2012208.1 ATTACIUVRIN 't3 Ctinttitio�a u{ f�ertiti¢atiisrr , File Nl o. 14-036 pursuant to 21 C"twft �31159(a),; lite rlpplsant shalt, comply with the following; additional conditions:' 1. The Applicant )rail submit to this 12 'anal Board PI? B a.•u copies cfi° any other s'snal perrzlits and agrcomerais required for this project, meluds& but not limited to, tine 11,8, 'Army Corps of Engineers' (ACOP) Section 404 permit rata the California Dtpartmsent of fish and Wildlife's (C 31' ) Stre..rmmt ed Alteration Agrc*eeznetit; These documents shall be to an prior submitted i p y discharge to waters of the 4tate:. " The Applicant shall adhere to the most stringent t PP condztons irclieacet with either Ilais. j' 4 Certification, the f:ll7P'`s :Streambc,d Alteration Agreement, or the t1C;C)I? Section 404 permit, , 3, The Applicant shall comply pp p y . wit h all water quality Objectives, prohibitions, and policies set forth in the Ife'ater Qu ?4 y Con of Pion, Less Angrier Region (1994), as arnens3e l 4 The Avoidance'Ivl'inimirat on riti°ife c a s Proposed by the Applicant as do Scribed in Attachment A No, 15 e ` additional are tti�oip(rrateci as edd(Iic tial eonditiiins teete=rs; 5. The Applicant and all contractors employed by the Applicant shall have copes of this. Certification, and all Lather regulatory rooters,=els for t13is projoet on site, at all tirrses and shrill be familiar with ail Conditions ret forth, lore )LTT kCHIME NT B Conditions of Certification Fite,-ix'o, 14-036 ,, copies of all agreementstrade between the Applicant and a third party rttaratsatton regarding compens'aarsty mitigation cfforrts. 2, The l` a t shall sub ti ' � glop Ic<m inti to this l;c�aonad )=t=art€ Arsnual ATitigaYion ltitcsnttursr<g ttcp€at+ts (Annual Reports) by January 0 of each year for as minimum pes'od of flue (3) years following this issuance of 401 C oitatac:anon or until mitigation success has been achieved and documented. The Annual Reports shil I descr thckadctail- all tf the pra?je(t(,eoatstrut•tior activities perforated during the previous year and all restoration and rnitigaticni efforts, including percent survived by plant species and percent cover. TheAnnualReports shall describe the status of other agreements (c.g., mitigation bankink) or any delays in `the mitigation process. At a camirnunt the Annual Reports shall include the following doccuillentaron; (a) Color photo docarnentaiiun of the pri;- and past-projeet'and mitigation site conditions; (bo l Geographical positioning System (CIPS) Coozdmatc:t in debi€zzlf-degrees fcnnat outlining the boundary" of the project and mitigation areas; (c) The overall staters of project including whether or not work has begun ou the,. Project arta a detailed schedule, (d) Collie.; of all per=mits revised as regtlitod 'to Additional Condition 1s,. to) Water quality monitoring: results for each reach (as required) compiled in an easy to imerpret for i n (f t A certified Statement of "iso act lose" of wetlands associated with this prolerit; (g) Discussion of any monitoring; activities anal exotic plant control eflcrm Azad (h) A certified Statement from the permittee or Bis4uir reptesentative that all cntrdit#ons of this C`<eni Reatiorn have been sect. 23, .All applications, reports, or information submittedio the Regional Boar4 shall be;sigi cd� (a) for Corporations, by a principal executive officer at least of the level of vice president or his dull` authorirxsd representative, if such representative is responsible for the overall operation orthe facility from which c iseltargie:originttc , (b) For a partslership, by a general partner, (o) For a sole proprietorship, by the proprietor. 11 5 Of 7 Conditions of Certification )rile Flo, 74.036 6, FwlinX lubrication, ina"tntettance, ripe anon; and storage of vehicles and equipment shall not result in a discharge or a threatened discharg=e to waters of the State. At no time shalt the, Applicant use any vehicle or equipment which leaks any substance,: that inky Impact tater quality, Staging and storage, areas for vehicles and equipment shall be located outside of waters Of the State. 7. All excavation, eonsnruction, or maintenance activities, shall hallow best, otanagement practices to minimize hirpacis to .nater quality and Ireneftcial users. Dust control activities shall be conducted in such a manner drat twill not produce do wns-trcam runoff, 8; Nit construction material, spoils, debris; or any ether substances associated with this project that may: adversely impact water quality, standards: shall ba located in a manner which may result in a t os e dischar or a threatened discharge to water. `t e 8- lac Stat i3exsyraaatea sp(til and waste areas shall be visually marked prior to any excavation and/or constructitnt activity:, and storage of the materials shall be,; confined to these areas. 9 All waste or dredged material removed Shall be relocated to a legal point of disposal :if applicable, A legal point of disposal is defined as one for which Waste Discha ggu Requirements have been established by a California Regional Water Quality Control Briard, and is in:full compliance therewith. 10: Tho Applicant shall implement all necessary Control Measures to prevent the degradationof wa.rr gzrfdlty fromtile proposed prtsiect in order to maintain utmplianu with the ='=rain flan.' The alt di ehar>e Shall Il, c s. E. a meet all ruftizxent limitations� and taAic; aid effluentstandards established to comply with the applicable water quality standards and other appropriate requirements, including the provisions of Sections 301, 302, 3013, 306, and -107 of the Clean Water Act, `l his Certification of€res not uziatfturire ahs. discharge is the applicant for tiny other vet' u } gP y tier reit ,ty than specifically described in the 404 Permit, 11, The discharge shall not; at degrade surface water Communities and populations • including, vd cbrale, nvLrtvbratc, uiLl plant species, h) promote the breeding of ffio4quitoes, gnats, black flies, midges, or other pests, c) altar the Color, create visual contrast with the natural appearance, nor Cause aesthetically undesirable discoloration of the receiving waters, 11 ciause formation o ad v s' . ` r a f sludge deposits; 5.: < 8, impost , , or adversely affect any de, agnhed� bsl'iczal ,ries, i'. '1'ite Applicant shall allow the Regional Board and its authorized representative entry to the i' h`- ' preen4e ,, including a71 itaitigattori sites, to inspect: and atmdeita3ce any activity to determine compliance with this Certification, or As otherwise .. authorized liy the California Water Code;' 11 Application of pesticides must be su tv.t,s ed by, a certified applicator rasa be an conformance with t n s,a'n ufaetairer"s specifications #kr use, Compounds used must be appropriate to the target speci,:s and habitat, All pesticides directed toward aquatic species must be approved 2of7 ATTAIC NIE;I` T i3 Conditions of Certification File No. 1.4436 tdj, For a municipal, State, or other public facility, by either a principal executive officer, aankjag elected official, or othor (July authorized employee, '?4, Eazh and arse rep€rrt submitted in der rdRnee: 'with this (ertifieaticnt snail ttritain: fire mllowing; completed deelarano t; "I declare under penalty of hiw that this document and all attachments were prepared under nzy direction or supervision in accordance with a s=ystem Josigned to assure that qualified personnel properly Tatter and evaluate the information submitted, Banc d on inn inquiry of the person or persons who managed the system or those directly responsible for gathering the nformation,, the information submitted is, to the best of my knowlcdgv and belief; teas,, accurate and complete, 1 ant :aware that there are Significant penalties for submitting f=alse information, including the possibility, of fide and inapirisctntneat for knowing v=eal ttiorts Executcx4 on the day of at i,'Signatmep ('fi lc)" 23: All communications regarding this project and submitted to this )regional Board shall Identify the Project FileNumber 14436, Submittals shall l be: sent to the anctttion of tate 461 Certification Unit, I . X Any modifications offlat proposed project may require submittal of a new (;lean h=ater Act `.lection 401 Water Quality Certifucationapplicatirm and appropriate filings lie, 27, The project shall comply unth the local regulations associates) with the Regpctmcl Board''$ Municipal Stormwater hermit issued to Us Angeles County and co -permittees under ,NPDES No. CAS004001, and Waste Discharge Requirements Order No, 114-2013-0175, The project shall also comply with all requirements of the National Pollutant Discharge Elimination System. (NPDE i) General Permit for Stettin Water Discharges Associated with Construction Activity, Order° No, '4012-0011»DWI , 411 strualwater otamem Systems ;shall be located outside of any water of the State and shalt not be used as a wefland'or riparian mitigation credit. 28. Coverage under this Certification may be transferred to the extent the underlying federal perant may legally be transferred and further p=rovided that the Applicant notifies the Executive Officer at least 30 days before the proposed transfer date, and the notice includes. a wriiten:agreetnciit between the existing and new Applicant, Containing a specific state of Covet'age,responsibility for compliance with this- Certification, and liability be.tween Brenn. 29The Applicant or their agems shall report any noncompliance. Any such information shall be provided verbally to the Executive Officer within 24 hours from the time the Applicant 6,of7 ATI= ACHNIFNT O Conditions of Certification Ftie;i't'o, by the )regional Board. Pesticide utilization shall be in accordancewilt State 1% Resources Control Board Water Quality Order 'Nos, 2611-002-DWQ arta 2004-00W t}V Qt I4, The Applicant shrill not conduct any construction activities within udaters of the, State during a rainfall event. The Applicant shall maintain a five-day (5 -dap) clear weather forecast before conducting any operations, withla waters orf the State. began, grading 15. if rain: is predicted after operations have ba.pian, z.radingi ks;:tiyitiu.4 ntr(st cease immediate);; and the site must be stabilized to prevent impacts to water equality, and minimize erosion air€#: ruatazif from the site, 16. iters 4pplicant Shall uhlize the scrc-;(_ al qualified biologist with expertise in riparian assessments during any, vegetation Clearing activities. The, biologist shall be available ori site during Construction activities to iertsure that all protected';arnas are Marked ptaperly Bird ensure that no vegetation outside the,; specified areasis removed. The iattlogist sFtall have the: authority to stop .the work, its necessary, if instructions are not foilinved. The biologist shall be available upiin retquest'frozn this Regional onal i3trard Por t'Tartsttltati€rtz within 24 hours of request of coasullatioa. 1:7. No atctivitics shall involve wet excavations (i.e., no excavations :shall occur below the ,scasonal high water table)., A minimum 5-f©ot huller 7irne sh=all be maintained:above tine existing groundwater level:' If construction or groundwater down€caring is proposed or anticipated, the Applicant $]tall file a Report of Waste Discharge (itCiWD) to this Regional. Board kind obtain any necessary 1xP131S p,crzzarts:Waste Discharge ltequirexsr>~•ztfs print tcr'. discharging; waste, iK. All project/ maintenance activities not included an this Certification, and which. -titan require a pemrftmust be reported to the Regional Board for appropriate pc rtttin;. Idanit: stAabiliiraition aria gradings, as well as € ny-other ground distu=rbances, are Subject to restoration. and rave elation r uircme: s ' rtC, dT3ai may require p eq may 1 .ate additional C.,trttizcatia7n rer=an. 19. All Surface waters, including ncluding ponded waters, shall: be €liuerted atway from ureas undergoing grading, construction, nt, excavation, vegetation removal, mid/or any other activity which may it ` d' result to a discharge arg,c to the receiving water,: if surface avatar diversions are anticipated, alae-. .Applicant shalt develop and submit a Surface Water Diversion )'late (plan) to this.E(eginual Board. The plan shall ' p s 1l tnclutle the proposed method arra duration of diversion activitiev;, structure cern#iguratian< coristrttctit>m materials; equipment, errtsion and ss:dinzcnt e€yntrnis; and a t=rap or drawing indicating the locations of diversion and diwh rige points. Cbntmgtncy' measures shall be a }tart of this plan to address various flow discharge rates, The plan shallbe sulit �prior to any surface water divcr.;ic/ns, If surface,- flows are present, then u stieinn and downsfenal montaringfor the followingshalt bcanpTerei, l 3off7 r,,E•'1: 1C,H.11l:ls'f' 8 !Conditions of Certification File Nov 14436 becosrses aware of the circumstances. aA written Submission shall also be provided within ftve clays of the time the applicant becomes aware of the circumstances, The written submission shall contain a. description of the noncompliance and its causer the period sof noncompliance, 3ixclatdmg exact dates and banes:, and if the noncota2pliance has not been corrected; the anticipated time it is expected to coat`snue and steps taken or planned to reduce, cl uralate and prevent recurrenec of tile noncompliance. The Exeentive Officer, or all v a ,: • • v autborir�d representative, tint s atYe the mitten: report on n casc`62 a,sr.e basis if the oral report has been mocimodwithm 24 hours. 30, Enforcement (a) In the event of any violation or threatener violation of the conditions of this Certification, the violation or threuiested violation shall he subject to any remedies, penalties, process or sanctions as provided for under S=tate law, For purposes of section' 401(d; ) of the Cleast Water Act, the applicability of my* State tats' authorizing mica dics,- peitaltics, process or sanctions for the violation or threatened violation constitutes a; limitation necessary to assure compliance with the water quality- standards and other pertinent rectuircmcnts incorporated into this Certification, (b) In response to a suspected violation of any condition of this Certification, the State Water Resources Control Board (SwRCB) or regional 1"ater rurality Control =bare) (ltWQCB) may require the holder of any perm` or license subject to this Cenificatual to furnish, under penalty of perjury, any technical or monitoring; reports the SWRCB eappropriate,s , provided that the burden, costsof the reports alta)) be a reasonable relationship to the need for the reports and the; benefits to he obtained frons the report {e) In response to any violation of the conditions of this Certification, the SWRCB or RW CR may cold to or modify the conditions of this. Certification as appropriate to C2 f ensure compliance. 31, This Certification shall expire five (5) years from crate of this C€ rtif"station, "1"fro rippllcan2 shall submit a complete application at least 90 days prior to termination ofthis-Crertificatinn ifeenewal is requested. Yf.T ttk"ffACHi WilsiT B t oudii ietss of Certification File No. 14-10 6 .pl'l . tctmperaature: ,dissolved oxygen turbidity total ,total suspended Solids(TSS) Analyses; must be -perforated casing; approved US Environmental Protection Agency mertho#s, where applicable. These constituents shall be measured at least once prior to diversion read, chest monitored for oil a daily bests during the first week of divcrsuan. artd/or dewatermi 5 l g. activities an the on a weekly basis,. until the in -strew work °ts complete, ;lete, activities, d o 2 , tr p.. . Results of the anatlyrses shall be submittal to this Regional Board by the 14th day of cwb ,subsequent sate Sampling momth: A ata or drawing indicating, the locations of Sampling tints p g iz g � f € l� Shall be m)ulna with each Diversisto activities shall not result in the degradation taeni ofi>ereficial uses or eXCeecatCe of water, qualityobjectivesof rieB4.ving t»r s,. Downstream TSS shall be maintained at ambient levels, Where natural turbidity-`ts"betive-en.. 0 anti 50 i'v'cp3t€ lometric Turbidity Units (NT( increases shall not exceed 20%, Where natttsraT turbidity is greater than Stl . NTf.,, increases alas,=) rzd5t exceed lt}"la. Any such violations may result in corrective, andlor enforcement actions, molra ing, increased monitoring and sample Collection. fl. The App )=cant .shah re, restoaiI areas ofTEMPORARY IMPACTS to avatars of the United States arid all orter areas of temporary disturbance which coubd scsu: in a discharge ora threatened discharge to waterrs of the ;late. Restoration shall include grading ofdtdisturbed areas tore- rri ect Contours and rev. etation with native species, Restored areas shall be p p 1 p :4- ` s<. o v `t rad nmaintainedwat7inatiue, ase w°u� f r0 e etxta: roans, (tr mid me. ,rine s. w y 21. The Applicane shall provide e CC'v1TidSAf3L% 1111CA'T ICN to offset rtes,proposed r permanent impacts tt, 0.75 6rerea of vegetation wislun u<ucrs of the United Stag to include bwasive plant removal (enhancecrrom) at a minimum 2z7 area replacement ratio 41.611 acres . 1Ie, mitigation tc shalbe located within 2h= S,ants Clara River 'Watershed u =ess Otherwise approved by this Regional Board. "he Applicant shall submit a Proposed Mitigation to Report which shall iuclude: a The boundary : ' the n sites all clearly identified `j ( nt h snit=. afro h be leton a m iii suitable } 8 ymap resolution and quality andshall also be defined by latitude and lanpx tulle. lt' '17te 5 er ' tilt' =errs ;=hall de -cal v.. r • ' e ori'^. and,. t {) type(-) f i tgsat be described d. gl , removal of x c a o rcplatt#irtg, with native Species, etc , I Success c t ia: s established, (c) Sac n er halIe e. it s blisltrd. Tltls information stnI1 be, submitted to this Regional Board for approval prior to any project art•twities which take place Within waters, of the United States and Shall include. 4±of7 PLANS PREPARED FOR. o Est 28480 Avenue Stanford, Suite 200 \` \ p11 EN d0 Santa Ciarita, CA 91355 " `� ✓ (661)219-6000 (661) 775-2718 (FAX) * No. C71475 z * www.psomas.com Exp. 12-31-15 PLANS PR TARED UNDER THE DIREC77ON Of LP Exp. Cl Vl� ���� OFCA�1 JERE dk° . JOHNSON RCEhf 7147.5 A NO. REVISION REVISED BY (51(:NA NT NAME R MUMax) CITY APPROVALS APPROVAL DATE CITY OF SANTA CL4R M MALE AS SHOWN ae>F 9/19/2014 COAV /%0/K7 OFARCRIOVAL ft, 2 ✓oe NO. 53029 LOST CANYON ROAD MEMO OVER SAAR CANYON WASH 6=29) v�oT NO: 53029 SHEET.• CA 2 25 OF 25 (ZU1 ZZUt51 Sl) ZU1 ZZU?J. I SECTION C: PROPOSAL FOR BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-53029 Project No. S3029 TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. Company Name: John S. Meek Company, Inc. Company Address By: Title: Signature: Date: BBLO-5450(066) Project No. 53029 14732 So. Maple Avenue Gardena, CA 90248 John S. Meek Print Name BID SCHEDULE BHLO=5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-53029 Project No. 53029 1 MOBILIZATION AND LS 1 SS C) <)C) Cl-Io00 DEMOBILIZATION PROTECT -IN-PLACE OF 2 EXISTING UTILITY; LS 1 w no r REMOVE & DISPOSAL /5000 ABANDONED LINES 16 INCH STEEL CASING 3 SLEEVE FOR THE SANTA LF 56 9 ayo °- CLARITA WATER DIVISION S ' 16 INCH DIAMETER PVC 4 CASING SLEEVE LF 86 /,j ySoo (SCHEDULE 80) 5 5 INCH DIAMETER PVC DUCT SLEEVE (SCHEDULE LF 345 a9 40 MAINTAINING OPEN CHANNEL FLOW & 6 IMPLEMENTATION OF LS 1 �t�3(�sg ENVIRONMENTAL CONDITIONS , IMPLEMENTATION OF BMP 7 PLAN PLUS POST CONST. LS 1 50w �7/ 35 DOO M STABILIZATION ITEMS 8 INSTALLATION OF TEMPORARY LF 620 oc CONSTRUCTION FENCE REMOVE AND INSTALL 6 a� 9 FOOT FENCE AND POST LF 160 'b 63 (IN KIND) 10 CLEARING AND GRUBBING LS 1 2" GRIND OF EXISTING 11 ASPHALT CONCRETE SF 520 S7s �9T 0°m PAVEMENT 12 REMOVE AC CURB LF 50 a i 9' // 7 -er 13 REMOVE AC SIDEWALK SF 100 / g°-' / 4" 00 ASPHALT CONCRETE — PG e 14 64-10; C-2 Mix; Y: inch TON 25�On= 5Q 00 Aggregate Size C-2 SHLO-5450(055) Projecl SM29 15 3" AC SIDEWALK SF 12000oe 75�° 7Soc� 16 ASPHALT CONCRETE LF 40 �p �f,� o0 �`JQO BERM 17 6" PCC CURB AND GUTTER LF 106 �G; yap 18 4" PCC SIDEWALK SF 110 *2-5 19 REMOVE AND REPLACE SF 400 ob f� u oo EXISTING DRIVEWAY MIDWEST GUARDRAIL o o!� 20 SYSTEM (CALTRANS RSP LF S 65 r A77L1, A77U4, A77V1, A77N1 MISCELLANEOUS 21 GRADING (REMOVE AND CY F 200 °O '� OOD RECOMPACT)ys 22 LOCAL BORROW CY F 120 57)L-9,0 61300.S 23 EXCAVATE AND EXPORT CY F 55 REMOVE EXISTING SIGN & 24 POST AND INSTALL NEW EA 3 �BspO 6 Ols� SIGN & POST REMOVAL OF EXISTING 25 STRIPING AND RAISED LS 1 3y�o 3 y�Q �- PAVEMENT MARKERS THERMOPLAST STRIPING - 26 DOUBLE YELLOW LINE LF 360 (DETAIL 21) including Blue Reflective Hydrant Marker THERMOPLAST STRIPING- oP 27 41NCH SOLID WHITE LINE LF 600 j DETAIL 27B DETECTABLE WARNING 28 SURFACE (ARMORCAST SF %6 �2S 2.50 SURFACE MOUNTED, � BLACK TRAFFIC CONTROL 22co 29 SYSTEM (INCLUDING ELEC. LS 1 -611 9 L5 3 �, 9 25 CONSTRUCTION MESSAGE BOARD 30 IMPLEMENTATION AND MAINTENANCE OF LS 1 1�7 7 491,_ Lk -711 45 9-1 Cj STAGING PLAN: I THRU IV TEMPORARY HOT MIXED 31 ASPHALT CONCRETE (3 inch) — C-2 Mix,''/ inch SF 2,080 [ fSi °m 93 by aggregate, and PG 64-10 C-3 BHLO-5050(088) Project S3029 C-4 BHLO- 50(W6) Project 53029 BRIDGE REMOVAL 32 (PORTION) & LS 1 ?7 ocX 37, oOO¢ REHABILITATION 33 STRUCTURAL EXCAVATION CY F 22 o 30 o° Fjp (BRIDGE) STRUCTURAL 00 34 EXCAVATION (SCOUR CY F 536 aaw° It 744? PROTECTION SLAB 35 STRUCTURAL BACKFILL CY F 14 99 9S ¢° 33O (BRIDGE) STRUCTURAL BACKFILL 36 (SCOUR PROTECTION CY F 361 SLAB 37 FURNISH STEEL PILING LF S F 394 ��� 17 730 : (HP 12 X 53) 38 DRIVE STEEL PILE X EA 13 7b� (yo 9�Q 6C) (HP 12 53) 39 STRUCTURAL CONCRETE, CY F 51 qSSqo. BRIDGE 40 STRUCTURAL CONCRETE, CY F 36 70 APPROACH SLAB 41 STRUCTURAL CONCRETE, CY F 175 oo SCOUR PROTECTION SLAB 42 INFILL WAL STRUCTURAL CONCRETE, CY F 21 /8So – �� 9,50 43 DRILL AND BOND DOWEL LF F 400 oOoo FURNISH PRECAST 44 PRESTRESSED CONCRETE EA 4 1,o)6oa 82y�la��U BOX GIRDER (50 FEET S LENGTH ERECT PRECAST a o^ 45 PRESTRESSED CONCRETE EA 4 2 500 p� oc5 v GIRDER 46 JOINT SEAL (MR Y:") LF 89 47 BAR REINFORCING STEEL LB F 4,502 1 7 S 7� 78 - (BRIDGE) (,— BAR REINFORCING STEEL 48 (SCOUR PROTECTION LB F 17,722 SLAB 49 (INRIRLWAFLL) STEEL LB F 2,924 3w 977;-o© C-4 BHLO- 50(W6) Project 53029 TOTAL BASE BID IN FIGURES V ` 19,,513• )-5 '"TOTAL BASE BID IN WORDS: U .q-z-Ny_}`�zyt2±� !V �_ i4c� .n.l Five n 4Rc.� fo+h�4y }kRee- bM r5 G„S. Twrniy -Fwc Cen}S The award of contract, if made, will be to the lowest responsible BIDDER determined solely by the AGENCY as follows: The basis for award of contract shall be the Contractor's Base Bid. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The AGENCY will pay THE PLAN DIMENSIONS for the bid items' Units in Linear Feet (LF), Square Feet (SF), Each(EA), and Cubic Yard (CY)except for those bid items designated as Final Pay (F) which will be paid in the quantities in full as listed in the bid schedule if the scope does not change. The Item designated as (S) is a Specialty Item. This item may be performed by the subcontractor and the amount of any such Specialty item(s) performed may be deducted from the Contract Price before computing the amount of contract labor, materials, and equipment required to be performed or provided by the General Contractor. The BIDDER agrees to hold all unit prices in this bid schedule constant throughout the duration of the project up to the last contract working day. No additional compensation will be allowed for Alternates added by Contract Change Order beyond the amount shown on the original bid. G5 BHL04450(O ) ProjectS3029 DESIGNATION OF SUBCONTRACTORS BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-S3029 Project No. S3029 Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of '% of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub contractor is participating as a DBE. Subcontractor DBE STATUS: Dollar Value of Work 6�F(OAdelcC44A Dai 4 a3A6pvo Age of firm: Certifying Agency: Annual Gross Receipts: rbnctor nd Place of Business (�res5 �A C tA, 5 Description of Work,a.e,a1 � � r� ;n. Location and Place of Business 5aA�4rk A qA (A Cost Schedule Item Nos: Description of Work It,�a,l3,ly,3a,H3 rv�tul-���U�i License No. Sq0 3 fQ Exp. Date: Phone Subcontractor 5mpaiior 6M11C DBESTATUS: /VO Dollar Value of Work $)%11/10111110 ave I hn DBE STATUS: Ato Dollar Value of Work 16, X00'°J: Location and Place of Business Lakcvtt,A) Terraces , Certifying Agency:Annual Gross Receipts: rbnctor nd Place of Business (�res5 �A dule Item Nos: Description of Work,a.e,a1 � � r� ;n. 77(o 3®t� Exp. Date: Phone TV4fS-9w0 Subcontractor 5mpaiior 6M11C DBESTATUS: /VO Dollar Value of Work $)%11/10111110 Age of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business Lakcvtt,A) Terraces , Cost Schedule Item Nos: y( Description of Work Scour Pro+cd /01\ License No. 3100 Exp. Date: Phone s l gg 516 � Ct/ C(41 C-6 BHLO-5450(066) Project 53029 DESIGNATION OF SUBCONTRACTORS BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-S3029 Pro'ect No. S3029 Subcontractor DBE STATUS: Dollar Value of Work Hkirl v v Znc. No x;49 '- "v Age of f m: ICertifying Agency: Annual Gross Receipts: Loc= "on and Pla a of Business CA Rci L� Cost Schedule Itemos: Age of firm: Description of Work 11,lq(1S1 16 31 Location and Place of Business rD, & fi5 baM' LicenseNo..72\TclT)�- Exp. Date: Phone Vill_ g4iq-f(s1 M NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. (Use additional sheets as needed) C-7 BHLO-5460(066) Project S3029 DBE STATUS: Dolls; Value of Work d Subcontractor 5 -ir w t -fu Subcontractor A/O 6 Z - -u Age of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business rD, & cif rcSs, cA Cost Schedule Item os: Desc ' tion of Work 40,97 qj,qq,s1 e Sa TiUr-{' I CCarle r -M License No. 6 065`1 Exp. Date: Phone 0-1b NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. (Use additional sheets as needed) C-7 BHLO-5460(066) Project S3029 Subcontractor DBE STATUS: Dollar Value of Work S 7-1'6 60 Age of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business cif rcSs, cA Cost Schedule Item Nos: Description of Work 211-30 TiUr-{' I CCarle r -M License No. i�t6l5k Exp. Date: Phone 71`1-676 $960 NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. (Use additional sheets as needed) C-7 BHLO-5460(066) Project S3029 DESIGNATION OF SUBCONTRACTORS BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-53029 Project No. S3029 Subcontractor DBE STATUS: Dollar Value of Work ACe Fen c¢ Co,. prnv bv�' I * 951 a C5 0 Age of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business ' q 1- l YLlY15 Cost Schedule Item Nos: Location and Place of Business 4511 S2 Annual Gross Receipts. La hurn+e_ CA Exp. Date: Phone Cost Schedule Itefn Nos: Description of Work I `1 C�`t - - 1n 1 LI 619,2.0150 F,enc:e... Ra4%t5 License No. Exp. Date: Phone `t9 hSi-J Exp. Date: G zb - 333 - 0'7 27 Subcontractor DBE STATUS: Dollar Value of Work Arz L- `d I.L — Age of firm: Certifying Agency: Annual Gross Receipts- Location and Place of Business canhUri o G A Cost Schedule Item Nos: Description of Work 4511 S2 Annual Gross Receipts. License No. Exp. Date: Phone 44 Cos 7 40 I I `1 C�`t - - 1n 1 LI NOTE: A contractor or subcontractor shall not be qualified to bid on, he listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. (Use additional sheets as needed) C-7 BHLO-5450(088) Poled 53029 Subcontractor DBE STATUS: Dollar Value of Work cold-Cas+le Qre-c�,s+ NO ec �f8 oco Age of firm: Certifying Agency: Annual Gross Receipts. Location and Place of Business Par,_15, c A Cost Schedule Item Nos: Description of Work tt`A, 45 %-irke'S License No. 4% El 0`1 Exp. Date: Phe cAonI - 657- 60"13 NOTE: A contractor or subcontractor shall not be qualified to bid on, he listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. (Use additional sheets as needed) C-7 BHLO-5450(088) Poled 53029 BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-S3029 Project No. S3029 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies including Caltrans experience for which BIDDER has performed similar work within the past 3 years: The Contractor is also recommended to list the projects performed in both public agencies and Caltrans on separate sheets. 1. County of Orange, 1152 E. Fruit Street, Santa Ana CA 92701 Name and Address of Owner! Agency/Caltrans and District Hamid Abed Zadeh (714) 245-4501 Name and Telephone Number of Person Familiar with Project $1,240,000.00 Bridge Rehabilitation May 23, 2014 Contract Amount Type of Work Date Completed of Los Angeles, 900 S. Fremont Avenue, Alhambra CA 91803 and uistrict Robert Eisenhamer (626) 458-3155 and Telephone Number of Person Familiar with Project $29880,000.00 Contract Amount 3. City of La Canada Name and Address Retrofit 2013 1327 Foothill Blvd., La Canada Flintridge CA 91011 Nasser Shoushtarian (818) 790-8882 $12280,000.00 212013 The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: BHLO-5450(066) Project No. S3029 John S. Meek Company, Inc. Contractors Name TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-S3029 Project No. S3029 City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. C-11 BHLO-5450(066) Project No. S3029 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION * * * (Must be filled out by the Bidder and ALL subcontractors over $109000) * * * BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-53029 Project No. 53029 City of Santa Clarita, California This bidder John S. Meek Co.. Inc., proposed subcontractor , hereby certifies that he has X has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has X , has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: John S. Meek Company, Inc. By: John S. Meek Title: President Date: July 28, 2015 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Note: This form must be received by the AGENCY from all subcontractors no later than 4:00 PM on the 4`h business day after the bid opening. Prime contractor is to submit certificate at bid opening. C-12 BHLO-5450(066) Project No. 53029 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: John S. Meek Company, Inc. Business Address: 15027 So. Maple Avenue, Gardena CA 90248 Telephone No.. (310) 830-6323 State CONTRACTOR's License No. & Class: 709151 A, B Haz Original Date: May 12, 1995 Expiration Date: July 31, 2017 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: John S. Meek, President John S. Meek, Secretary The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: N/A C-13 BHLO-5450(066) Project No. 53029 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 28th day of July 2015. � G�vBIDDER: / Signature John S. Meek, President Name and Title of Signatory John S. Meek Company, Inc. Legal Name of Bidder 14732 So. Maple Ave., Gardena CA 90248 Address (310)830-6323 Telephone Number 33-0664950 Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this Notary day of 2015. C-14 BHLO-5450(066) Project No. S3029 (SEAL) CALIFORNIA ALLoPURPOSE ACKNOWLEDGMENT CIVIL CODE § 11 -3 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State or Californ ) County of im ) On 28 20! 11_before me,-•�� Dateo it Insert Name and personally appeared Name(s) of Signer(s) the Officer who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)r is/are subscribed to the within instrument and acknowledged to me that he/stere/they executed the same in his/ber/thelF authorized capacity(is6), and that by his/her/their signatures) on the instrument the person(a), or the entity upon behalf of which the person(s) acted, executed the instrument. ANNA LISA PAILA Commission # 1978245 Z 'p. Notary Public . California Z t Los Angeles County My Comm. Expires May 14, 2016 + Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a "certified/cashier's check payable to the order of the City of Santa Clarita for: Lo"lo o f �'itl dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH City Project S3029 // Federal -Aid No. BHLO-5460(066j1 Bidder's John S. Me6k Company, Inc. 14732 So. Maple Avenue Address Gardena, CA 90248 City, State, Zip Code Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. C-15 BHLO-5450(066) Project No. S3029 SureTec BID BOND KNOW ALL MEN BY THESE PRESENTS, that we John S. Meek Company. Inc. as principal, hereinafter called the `Principal," and SURETEC INSURANCE COMPANY, 1330 Post Oak Boulevard ste 1100, Houston, TX 77056, as surety, hereinafter called the "Surety," are held and firmly bound unto City of Santa Clarita as obligee, hereinafter called the Obligee, in the sum of Ten Percent of the Amount Bid ($10% Bid Amount) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Los Canyon Bridge Widening Over Sand Canyon Wash - Street Improvements. Bid # ENG -14-15-S3029. NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form, acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project; and PROVIDED, FURTHER, unless the bid documents require that bid security remain in effect for a longer period of time, Surety shall have no liability hereon if a contract for the bid amount is not awarded to Principal within 60 days of the date hereof. SIGNED, sealed and dated this 23`' day of July, 2015. John S. Meek Company, Inc. BY: Preident BY: CIIAJ� Erik Johansson, Attorney -in -Fact Bid Bond Copy Rev 1.1.06 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT notary public or other officer completing this certificate verifies only the identity of the individual who signed e document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that STATE OF CALIFORNIA OF Orange } JUL 2 3 2015 before me, Melissa A. Lopez Notary Date appeared Erik Johansson (here insert name and title of the officer) 10 proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/aza bscribed to the within instrument and acknowledged to me that he/skvAhMt executed the same his/booWw& authorized capacity (i*, and that by hist signature(g) on the instrument e person(a), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the paragraph is true and correct. my hand and official seal. MELISSA A. LOPEZ Commission # 2011076 g 's Notary Public - California g " Orange County My Comm. Expires Mar 22, 2017 Signature: {Seal) OPTIONAL Description of Attached Document Title or Type of Document: Document Date: Other: Number of Pages: 510083 SureTec Insurance Company LIMITED POWER OF ATTORNEY Snow All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Kevin S. Bogart, Scott M. Milne, Erik Johansson its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, herebv ratifying and confvming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in farce until tni31rmis and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Viae -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate hearingfacsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any band or undertaking to which it is attached.. (Adopted at a meeting held an 20" of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 21 at day of March, A.D. 2013. SURETEC INSURANCE COMPANY fs�AANpFc wUf By: 01 5 f JohnVIsid— W ent State of Texas ss: County of Harris On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly swam, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that be signed his name thereto by like order. L(qJAcOUELVN MALDONADO VK Notary Pualic Scala of Texas MV Comm. exp.5ila)2017 Jacg telyn Maldonado, Notary Public My commission expires May 18, 2017 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. JUL 2 3 2015 Given trader my hand and the seal of said Company at Houston, Texas this day of --—Y A.D. , Breift Beaty, Assistant Secretary Any instrument issued In excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call (713) 812.0800 any business day between 8:00 am and 5:00 pm CST. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califor 'a ) County A )... e�•_L�. On 24?201f before me, , Date / J( Insert Name and Title Vffhe Officer personally appeared �a'�"'�-'/�� Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personw whose name(2) is/are subscribed to the within instrument and acknowledged to me that he/she/these executed the same in his/het/thWauthorized capacity(ies), and that by his/W/their signature(s) on the instrument the person(a), or the entity upon behalf of which the person(sracted, executed the instrument. ANNA LISA PAILA Commission # 1976245 Notary Public • California = Los Angeles County > My Comm. Expires May 14, 2016 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Trustee ❑ Other: Signer Is Representing: ❑ Attorney in Fact ❑ Guardian or Conservator 02014 National Notary Association a www.NationaiNotary.org a 1 -800 -US NOTARY (1-800-876-6827) Item #5907 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-S3029 Project No. 53029 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE `BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. C-17 BHLO-5450(066) Project No. S3029 NON -COLLUSION AFFIDAVIT BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-53029 Project No. S3029 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA COUNTY OF LOS ANGELES § John S. Meek being first duly sworn deposes and says that he is the President (sole owner, a partner, president, etc.) of John S. Meek Corn . the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Title Subscribed and sworn to and before me this day of 20_ Seal of Notary C-18 BBLO-5450(066) Project No. S3029 CALIFORNIA ALLmPURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califon a ) County Q� On j before me, Date � ' }//� �N�e� Insert Name and Tit the Officer personally appeared Ar Z21' Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personK whose name(Br is/are subscribed to the within instrument and acknowledged to me that he/sWe/they executed the same in his/WF/thdfr authorized capacity(Les), and that by his/hef/tWir signature(ey on the instrument the person(e), or the entity upon behalf of which the person(a) acted, executed the instrument. _ ANNA LISA PAILA Commission # 1976245 ,`+h `...i Notary Public - California Los Angeles County My Comm. Expires May 14, 2016+ I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: '/1JY '.R<ti n'rNFi e�q✓ .vh• .vE :i�:� ' ..s/4'ni ' Q • • • 0 a ILI I• • • • err . ��• •r BIDDER'S QUESTIONNAIRE BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-S3029; Project No. S3029 City of Santa Clarita, California If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. Submitted by: John S. Meek Principal Office Address: Inc. Telephone: (310) 830-6323 2. Type of Firm: Corporation Corporate: Other: Individual: 0 If a corporation, answer these questions: Date of Incorporation: May 12. 1995 President's Name: John S. Meel Vice -President's Name: James F. Secretary or Clerk's Name: Johi Treasurer's Name: of Incorporation: California 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR's license: John S. Meek Company. Inc. License number: 209151 Class: A. B Ha Expiration Date: July 31, 2017 5. CONTRACTOR'S Representative: Ken Allred Title: Project Managpr Alternate: Title: 63 List the major construction projects your organization has in progress as of this date: Owner: (A) (B) Project Location: Type of Project: C-19 BHLO-5450(066) Project No. S3029 CERTIFICATION OF NON -SEGREGATED FACILITIES BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-53029 Project No. 53029 City of Santa Clarita, California The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The CONTRACTOR agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. John S. Meek Company, Inc. CONTRACTOR Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). C-20 BHLO-5450(066) Project No. 53029 NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS BHLO-5450(066) LOST CANYON ROAD BRIDGE WIDENING OVER SAND CANYON WASH BID # ENG -14-15-53029 Project No. S3029 City of Santa Clarita, California The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. C-21 BHLO-5450(066) Project No. S3029 DISCLOSURE OF LOBBYING ACTIVITIES u3a 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑ a. contract ❑ a. bid/offer/application Ela. initial b. grant b. initial award b. material change c. cooperative agreement c. post -award d. loan For Material Change Only: e. loan guarantee year quarter f. loan insurance date of last report 4. Name and Address of Reporting Entity Prime Subawardee Tier ,if known Congressional District, if known 6. Federal Department/Agency: S. Federal Action Number, if known: 10. a. Name and Address of Lobby Entity (If individual, last time, first name, MI) 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applical 9. Award Amount, if known: b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (check all that apply) 13. $ ❑ actual [] planned 12. Form of Payment (check all that apply): ea. cash — b. hr -kind; specify: nature Type of Payment (check all that apply) a. retainer b. one-time fee c. commission d. contingent fee e deferred f. other, specify 14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheets) attached: Yes 11 16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the for above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352, This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. No 11 Signature:�' Print Name: James F. Title: Vice President Telephone No.:_(310) 830-6323 Date: 7/28/15 C-22 BHLO-5450(066) Project No. S3029 C-23 BHLO-5450(066) Project No. 53029 Standard Form - LLL ADDENDUM No. 1 Lost Canyon Road Bridge Widening over Sand Canyon Wash Project No. 53029 Bid No. ENG -14-15-S3029 City of Santa Clarita, California July 21, 2015 This Addendum forms as a part of the Contract Documents for the above -identified project and modifies the original Plans, Specifications, and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in the Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. 1. Base use the updated wage rate, see attached, with a modification number 7117/2015. 2. BID SCHEDULE (SECTION C OF THE PROJECT SPECIFICATIONS) • Bid Item 10 (Clearing and Grubbing) —See Item 6 (Special Provisions) below for the update to the measurement and payment. 3. INSTRUCTIONS TO BIDDERS (SECTION B OF THE PROJECT SPECIFICATIONS • BUY AMERICA REQUIREMENTS — Attached sample forms (Form M and Certificate of Compliance) are the required forms to be submitted prior to the issuance of the notice to proceed and either during the course of the construction or prior to the project acceptance, respectively. In addition, the Contractor is also required to submit mill test results when applicable. 4. GENERAL PROVISIONS (SECTION F OF THE PROJECT SPECIFICATIONS) • COMMENCEMENT OF THE WORK (Section 6-1.2) — City will issue two "Notice to Proceed" letters to the awarded contractor, one for material procurement and one for the start of physical construction. Issuance of Notice to Proceed for Material Procurement — As soon as the Contractural agreement is executed, the City will issue the material procurement notice for the procurement of concrete box girders and other necessary long lead time construction materials, as determined by the contractor and approved by the City, that are needed for the proposed improvements. The Contractor shall not proceed with ordering or purchasing of the materials until submittals are approved by the City. Issuance of Notice to Proceed for the start of physical construction — The City will issue the notice to proceed with physical construction with the anticipated start date of November 2, 2015 if feasible, but after the City's approval of the preconstruction submittal as listed on Section 6-1.2. The City's project manager will count working days from the date of the first working day noted on the notice to proceed letter. 5. SPECIAL PROVISIONS (SECTION F OF THE PROJECT SPECIFICATIONS) — Deletion and/or Modification of the following bid items to the bid schedule. • Utility Information (Section 5) — Santa Clarita Water Division (SCWD) has recently completed installing their temporary water line and it's the contractor's responsibility to protect in place. The as -built information of the temporary water line is included in the addendum. SCWD also removed the section of their 14 inch ACP water line in the streambed but if the remaining section of their 14 inch ACP water line is in conflict with the proposed improvements, the Contractor is required to contact and coordinate with SCWD for the pipe removal. 6. SPECIAL PROVISIONS (SECTION G OF THE PROJECT SPECIFICATIONS) — Deletion and/or Modification of the following bid items to the bid schedule. • Bid Item 10 (Clearing and Grubbing) - Contractor shall include the cost in the lump sum price for removal of all man-made deleterious materials from the project area. Page 10£2 Due to the recent rain and work performed by SCWD, the Contractor may be required to re - stabilize in and around the streambed area for site accessibility and mobilization purposes. The cost for this work shall be included in the lump sum price for clearing and grubbing. T. BIDDER'S QUESTIONS AND RESPONSES Question: The preconstruction documents checklist requires that the Bidder's List of Subcontractors (DBE and non -DBE) part 1 and If (12-G Bidder's list of Subcontractors) be turned in with the bid proposal along with the designation of subcontractors. The 12-G documents are very detailed and time consuming documents to fill out. Would it be possible to turn in the Designation of Subcontractors forms with the proposal and the 12-G documents by 4 pm of the 4t" business day after bid opening? Answer: As stated on page B-11 of the project specifications, " If the DBE commitment form is not submitted with the bid, the apparent low bidder, the 2n° low bidder, and the 3rtl low bidder must complete and submit the DBE Commitment form to the Agency. DBE Commitment form must be received by the Agency no later than 4:00 p.m. on the 4th business days of the request." Bidders shall acknowledge Addendum No. 1 by executing Addendum 1 and returning with the bid. Rob .rt G. Newman, P.E., L.S. Director of Public Works City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. I also acknowledge that there are a total of 2 pages, not counting pages pertaining to the attachments, in the Addendum No. 1. July 2$, 2015 Date t ders Signature THIS DOCUMENT TO BE SUBMITTED WITH BID Page 2 of 2 M Ca A.L. H 3 04 :31 m a N N �i m W L m Ln Ln G1 M 7 `i O O m Q t6 U �� co 4! 'C t6 O f0 > N U O `i �+ N N +r. ++ M 3 m N Vf Nf 3 04 :31 m a N N �i m W City of Santa Clarita PROPOSAL TO PROVIDE PROFESSIONAL SERVICES FOR CONSTRUCTION ENGINEERING SUPPORT INCLUDING MATERIAL TESTING, ENGINEERING SURVEY STAKING, AND ENVIRONMENTAL MONITORING FOR THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CITY PROJECT S3029, BHLO-5450(066) CITY OF SANTA CLARITA 23920 VALENCIA BOULEVARD, SUITE 120 SANTA CLARITA, CA 91355 June 11. 2015 OTETRATECH ti. I -� .�r•�—�efiy fR r 1 I_, yL1 u�9 � • 1 � � OI ' 1 � - i l - r NTETRATECH June 11. 2015 James Tong Associate Engineer City of Santa Clarita 23920 Valencia Boulevard, Suite 120 Santa Clarita, CA 91355 Reference: Request for Proposal - Professional Services for Construction Engineering Support Including Material Testing, Engineering Survey Staking, and Environmental Monitoring for the Construction of Lost Canyon Road Bridge Widening Over the Sand Canyon Wash, City Project 53029; BHLO-5450(066) Dear Mr. Tong: Tetra Tech is pleased to submit our proposal to provide professional services for the Construction of the Lost Canyon Road Bridge Widening over the Sand Canyon Wash. Tetra Tech brings the City of Santa Clarita (City) a record of successfully completed construction projects where we provided construction support services. Tetra Tech, a corporation established in 1966, has served over 5,000 different clients successfully solving design and construction challenges through our innovative approaches to "real world" design and construction activities. Tetra Tech's reputation as a leader in consulting engineering is validated by Top 10 ratings annually by Engineering -News Record. Tetra Tech has a history of successful work on construction projects within the City of Santa Clarita. This previous experience provides us with knowledge of the needs of city staff and an understanding of processes within the City that will ensure successful, on time completion of the project. We have developed a responsive and experienced team to provide services to the City of Santa Clarita. Our team will be led by our Project Manager, Joe Dietz, P.E., S.E. who has a history of delivering successful projects to the City of Santa Clarita and has 14 years of experience designing and providing construction engineering support for similar bridge construction projects. Tetra Tech is confident that our response to this solicitation will demonstrate the well-suited capabilities of our team. The proposed leadership and team members are dedicated to supporting the City of Santa Clarita. We firmly believe our past experience is a significant benefit to your project, and we are committed to providing the unmatched professionalism, tested leadership, and superb technical fluency required to successfully deliver your project. We are proud of our association with the City of Santa Clarita and look forward to continue this working relationship. Please feel free to contact me if you have further questions or requests for additional information at (949) 809-5198 or atjoe.dietz@tetratech.com. Joe Dietz, P.E., S.E. Director Water, Environment & Infrastructure 17885 Von Karmen Ave., Suite 500, Irvine, CA 92614 Tel 949.809.5000 Fax 949.809.5010 w .tetratech.com �. THE CONSTRUCTION OF 4` .. LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH enc~ dnwM� TABLE OF CONTENTS Cover Letter PAGE Section1 Introduction............................................................................................................. 1 Section 2 Qualifications of Firm and Assigned Staff................................................................ 3 Section3 Work Statement...................................................................................................... 10 Section4 Schedule.................................................................................................................. 15 Section 5 Total Cost/ Cost Proposal....................................................................................... 15 Section 6 Sub-Consultants....................................................................................................... 15 Section 7 Disadvantaged Business Enterprise (DBE) Involvement .......................................... 17 Section 8 Labor Compliance Program..................................................................................... 17 Section 9 Statement of Offer and Signature........................................................................... 17 Section 10 Statements and Agreements................................................................................... 17 APPENDIX Statements and Agreements - Attachments Resumes CITY OF SANTA CLARITA TETRA TECH & Ths duumenl is prbihM m Aihiiwk, IQOdf. RKWkd P W'hiw pmper which gsc zi=== esnnnufxsussei endretywrth(:reen enemfslwind-genaan3 daidciry. CITY OF SANTA CLARITA TETRA TECH THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CITY PRC- f.7x11lIOtt] `f11IOY11RO1111IW0to) 01 Tetra Tech's strength lies in the qualifications of our project team and steadfast commitment of our firm, coupled with our sound knowledge of the City of Santa Clarita's agencies and stakeholders. Our project team includes engineers in multiple professional disciplines, who are brought together to ensure successful completion of your future projects. PROJECT UNDERSTANDING The construction of the Lost Canyon Road Bridge Widening Project will create a multi -use pedestrian and bicycle path along the north edge of the existing bridge approximately 10 feet wide. The proposed bridge expansion is 50 feet long by 16 feet wide and will be constructed similar to the existing structure with the addition of four pre -stressed, precast concrete box girders, extending the existing abutments and repositioning the wingwalls on the downstream side. Construction of the bridge structure and road surface will be primarily from the top, however, equipment and materials will need to access the wash for the purpose of grading and construction of the abutments, constriction of the scour protection slab, and repositioning the wingwalls. The proposed project crosses the Sand Canyon wash, which is an ephemeral soft -bottom drainage that's tributary to the Santa Clara River; upstream of the bridge there is wood - plank shoring on the west and wire -revetment on the east which provide flood control and help protect the abutments of the existing bridge. Downstream of the bridge the wash is an earthen channel with pushed -up earthen berms to direct flood waters, it contains very minor native and non-native vegetation in and downstream of the project area. Limiting the impact to the soft bottom channel and native habitat will be key to conforming to the project permit requirements. We understand the project is federally funded by the Highway Bridge Replacement and Rehabilitation Program (HBRR) and administered by Caltrans. Tetra Tech will support the City and ensure that the applicable federal guidelines and requirements are satisfied. Tetra Tech has provided design and construction engineering support on previous Caltrans Highway Bridge Replacement and Rehabilitation (HBRR) projects and has intimate knowledge of the specific project requirements. In addition, we have provided design and construction support on many Caltrans Local Assistance projects and are knowledgeable of the policies in the Caltrans Local Assistance Procedure Manual. By joining with RT Frankian & Associates (RTF&A), GPA Consulting (GPA), and Pinnacle Land Surveying, Tetra Tech has assembled the best team with the right experience to successfully deliver this project. Our proposed team has extensive experience working with and for the City, and through our completion of these projects, we have gained a thorough understanding of City policies and procedures. We have worked with the agencies and stakeholders involved, and have completed projects similar to this work. Our qualifications and the strength of our team described in Section 2 "Qualifications of Firm and Assigned Staff' demonstrates our proven track record and technical expertise required to support the successful construction of the Lost Canyon Road Bridge Widening Over The Sand Canyon Wash. KEY PROJECT ISSUES Timely Response During Construction Quick response to contractor Submittals and Requests for Information (RFIs) are critical to maintain the project construction schedule. Slow CITY OF SANTA CLARITA TETRA TECH - 1 - response times can affect the contractor's critical path schedule and could be the potential basis for construction delays that would ultimately affect project completion dates and could lead to costly change orders to the City. Our team has proven through our previous work with the City that we respond quickly and completely to construction issues. Our goal is to identify critical issues early, and have a plan in place to deal with potential issues before they affect the schedule. In addition, quick response to requests for Construction Staking and Project Observations will also be key to keeping the project on schedule. Throughout the project duration, Tetra Tech will monitor the contractor's schedule and identify field work required by our team. Our team has shown on previous construction projects with the City that we can respond within 24-48 hours of most requests. We will continue to provide this quick turnaround for field work requests on this Project. Environmental Challenges We understand that there are project specific monitoring and oversight requirements as part of the various environmental permits for the Project. GPA was involved in the preparation of permit documents and assisted the City in obtaining the permits from the various outside regulatory agencies. They have an intimate knowledge of their requirements and will assist the City's Environmental Monitor in conforming to the requirements of these permits. GPA will augment the City Environmental staff in completing THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH DIV P80JM 5029'. OHLO 5450(665) necessary surveys and monitoring activities as stated in the Scope of Work. Our team will work as a partner with the City to ensure permit requirements are met so that the regulatory agencies are satisfied and project activities can continue uninterrupted by regulatory agency stoppages or fines. Compliance with Procedures and Policies Funding forthe Lost Canyon Road Bridge Widening Project is administered through Caltrans Local Assistance. This funding source comes with specific requirements from Caltrans for testing and oversight during the construction phase. Tetra Tech and our subconsultants are familiar with these requirements and policies and will implement them throughout the construction duration. For example, all testing of construction materials is required to be performed in a Caltrans approved testing laboratory. Our materials testing subconsultant RTF&A has a Caltrans certified testing laboratory within the City limits that they will utilize for Concrete and aggregate testing. The City of Santa Clarita also has specific requirements for quality assurance through their Quality Assurance Program (QAP). Our team is experienced with the requirements of the QAP and will follow the requirements during construction oversight activities. Finally, Tetra Tech and our subconsultants are experienced with the City's requirements for providing certified payroll during construction projects and following all City and State Labor Compliance protocols. Tetra Tech will work with the City Project Manager and Labor Compliance Specialist to provide all necessary forms and record information along with our invoices and as required throughout the project activities. CITY OF SANTA CLARITA TETRA TECH -2- THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CITY PRO :r._' SECTION 2 QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Statement of Qualifications (SOQ) Since 1966, Tetra Tech has solved complex design and construction challenges for clients through innovative approaches to design and construction projects. Based on the wide range of services provided by our 13,000 employees in 300 offices around the world, Tetra Tech provides design and construction services to clients for transportation, navigation, port infrastructure, Department of Defense facilities, and other projects. Tetra Tech is a leading provider of consulting, engineering, program management, construction management, and technical services focusing on resource management, infrastructure, and the environment. We typically begin at the earliest stage of a project by applying science to problems and developing solutions tailored to our clients' needs and resources. Our solutions may span the entire life -cycle of the project and include applied science, research and technology, environmental compliance, engineering, design, construction management, construction, operations and maintenance, and information technology. Tetra Tech consistently ranks among the top engineering firms annually according to Engineering News -Record (ENR), a highly regarded industry news magazine. Tetra Tech was ranked the No 7 Design Firm (amongst the Top 500 Design Firms) per ENR in 2015. Tetra Tech has achieved this success by being selective with the projects we pursue and ensuring that our team's capabilities meet or exceed the project's requirements. a solid financial position in the industry. Our annual revenues exceed $2.5 billion (2014). Additionally, Tetra Tech carries no debt. Thus, we are in an excellent financial position and can provide necessary resources to rapidly deploy and meet aggressive project schedules. With the depth and resources of a large firm, complemented by our local, unified team of experienced professionals, Tetra Tech is highly regarded by its clients and among its peers in the fields of infrastructure, transportation, and site development. We pledge to provide you with the required design services in a professional and cooperative manner that will enhance a high level of service to the City and all project stakeholders. The Tetra Tech team is committed to open communications, joint problem solving, partnering, and teamwork to accomplish the goals of the assignment. Financial Stability Tetra Tech is listed on the NASDAQ Exchange (TTEK), our annual revenues exceed $2.5 billion (2014). Additionally, we carry very little debt. Thus, we are in an excellent financial position and can provide necessary resources to rapidly deploy and meet aggressive project schedules. Tetra Tech develops creative and cost-effective designs that address the site- specific concerns unique to each project. We will guide your projectfrom conception through construction completion with our suite of full-service capabilities. As one of the largest engineering consulting firms in the United States, Tetra Tech has built Comparable Work and Experience As one of the largest consulting engineering firms in the United States, our team's success has been built on technical expertise, quality design, fiduciary duty, and development of practical solutions that meet industry standards for good engineering practices. The representative project descriptions provided CITY OF SANTA CLARITA TETRA TECH -3- below serve as a sampling of projects that validate the depth of our team's expertise in the range of engineering disciplines associated with this project. Our team understands the technical demands associated with your project and will provide the required construction support services for the successful completion of the Lost Canyon Road Bridge Widening Project. We also understand the Riverside Drive Bridge (near Zoo Drive) over Los Angeles River Client: City of Los Angeles, Bureau of Engineering Reference/Contact: Mr. Jing Jaw, Project Manager, (213) 485-5174, jing.jaw@lacity.org Duration: 2012 — Ongoing Amount: $1,250,000 (Design), $8.5M (Construction) Key Staff: Joe Dietz, Joe Conroy, & Eric Metz With this historic bridge falling below current design standards, Tetra Tech has completed the environmental documentation and permitting, THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CIN PROJECT 53029: BHLO-5450(066) importance of partnering and close communication within the project team. In each of our projects identified below, we demonstrate our ability to collaborate with the contractor and project team and obtain approvals to successfully complete construction. We encourage potential clients to contact our references to get a firsthand account of the level of service and expertise our team provides. geotechnical and hydraulic analyses, bridge widening and retrofit, bikeway underpass, traffic and lighting upgrades, and 100% plans, specifications, and estimates (PS&E) in an effort to fix geometric deficiencies, barrier rail vulnerabilities, structural weaknesses, and Los Angeles River Bicycle Lane impedance issues. The project team, including GPA, has prepared the technical analysis and CEQA/NEPA documentation for the project. The team has prepared a Historic Property Survey Report, Finding of Adverse Effect document, and Memorandum of Agreement in accordance with Caltrans' Section 106 Caltrans Programmatic Agreement. The team has also prepared a Natural Environmental Study, Wetland Delineation, and Visual Impact Assessment for the project, and is currently preparing the draft Initial Study/Environmental Assessment with Programmatic Section 4(f) Evaluation. During final design, the team completed the regulatory permitting process, and obtained a Section 404 Permit, 1602 Streambed Alteration Agreement, and 401 Certification required for project construction. Tetra Tech worked closely with the City, Caltrans, and other stakeholders to ensure that the design of the bridge reduces impacts to the historic integrity of the bridge to the extent feasible. In addition, mitigation measures, including recordation and design features, have been developed to mitigate these impacts. The Tetra Tech team is coordinating with stakeholders and agencies to ensure that the contract objectives and milestones are being met. This is a federally funded project and plan reviews and approvals by Caltrans District 7 and the Federal Highway Administration (FHWA) are required. CITY OF SANTA CLARITA TETRA TECH -4- SOTO STREET BRIDGE OVER MISSION ROAD AND HUNTINGTON DRIVE Client: City of Los Angeles, Bridge Improvement Division Reference/Contact: Mr. Dung D. Tran, (213) 485-5046 Duration: 2014 —Ongoing Amount: $890,000 (Engineering Construction Support), $10M (Construction) Key Staff: Joe Dietz, Joe Conroy, & Eric Metz The City of Los Angeles proposed the removal of THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CIN PROJECT MOM BHLO-5450(066) Soto Street Bridge (currently extending between Supreme Court and Turquoise Street) and reconfiguration of the intersections Soto Street / Mission Road and Huntington Drive South / Huntington Drive North. The proposed project would result in reconfiguration of Mission Road, Soto Street, Huntington Drive North and Huntington Drive South to provide major north—south through traffic movements between Mission Road and Huntington Drive North. Tetra Tech is currently providing engineering construction support services including project management, response to RFls, submittal review, attending weekly construction meetings, providing construction surveying services, performing materials testing, completing design modifications during construction, and construciton schedule review. Tetra Tech was not the engineer of record for the orginal design of the project and took over the engineering construction support from the previous consultant during construction activities. When Tetra Tech took over the engineering construction support responsibilies, there were several existing conditions that had added approximately 170 days to the construction schedule. Through partnering with the Contractor, The City of Los Angeles, and other project stakeholders, the Project Team mitigated several project issues and devised a modified construction sequencing plan that is likely to recover a majority of the 170 days lost. MCBEAN REGIONAL TRANSIT CENTER (MRTC) PARK AND RIDE Client: City of Santa Clarita, Public Works Department Reference/Contact: Mr. James Tong (661) 255-4366, jtong@santa-clarita.com Duration: 2012 — 2014 Amount: $654,000 (Design and Construction Support) Tetra Tech was selected to provide 100% PS&E and construction support services to the City of Santa Clarita (City) for the expansion of the MRTC. The project improvements include the addition of five new bus layover pads with five canopies, the widening of the existing bus entry ways, and the addition of a new park and ride facility with 285 new parking spaces. Tetra Tech completed the final design package in 2012 and assisted the City in bidding the construction project. During the construction phase from 2013-2014, Tetra Tech and our team of subconsultants including RTF&A and Pinnalce Land Surveying provided engineering construction support including response to RFls, submittal review, attendance at weekly construction meetings, review of the contractor schedules, review of contractor change orders, preparation of design change notices, construction CITY OF SANTA CLARITA TETRA TECH -5- THE CONSTRUCTION OF LAST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CIN PROJECT 53029: BHLO-5450(066) inspections, materials testing, and construction staking. During the construction support, the project team complied with all City of Santa Clarita requirements for conformance to the Quality Assurance Program and Labor Compliance policies. The project was successfully completed in late 2014 in large part due to the partnering and teamwork that occurred between the City, Contractor and engineering construction support team. Tetra Tech and our Project Team responded quickly to contractor issues and City requests and helped keep the project on schedule. PROJECT TEAM We have assembled a project team comprised of Tetra Tech, RT Frankian & Associates (RTF&A), Galvin Preservation Associates (GPA), and Pinnacle Land Surveying. Our team members have successfully provided construction engineering support services for projects together as a team and with similar elements of the Lost Canyon Road Bridge Widening over the Sand Canyon Wash Project. We pledge to provide you with the required construction engineering support services in a professional and cooperative manner that will enhance a high level of service to the City and all project stakeholders. The Tetra Tech team is committed to open communications, joint problem solving, partnering, and teamwork to accomplish the goals of the assignment.We have carefully analyzed the City's Scope of Work and have developed a cohesive team with experienced staff in all disciplines needed to ensure successful execution and completion of this project. Team Organization Each member of our team has been selected to add strength in their unique area of expertise. The team organization chart presents our team members and indicates the support role and responsibility. PROJECT TEAM ORGANIZATION CHART City of Santa Clarita CITY OF SANTA CLARITA TETRA TECH -6- Critical to the success of completing this project is our proposed Project Manager, Mr. Joe Dietz, P.E., S.E.. Mr. Dietz will bring his well-rounded experience in civil and structural engineering projects to lead the design team. His experience includes project management of a variety of public works, commercial, educational, and federal projects. Mr. Dietz acts as the Bridge Program lead for Tetra Tech in the Southern California area. He brings 14 years of experience on bridge and other large infrastructure projects that have had funds administered through the Caltrans Local Assistance Program. In addition to Mr. Dietz's design experience, he has also had the benefit of performing construction services for projects he has designed. Construction services performed include response to RFI's, assistance with contractor claims, field change requests, structural observations, and structural inspections. This valuable construction experience allows him to design projects with the ultimate construction in mind and to help eliminate construction issues during the design process. His experience also includes the civil and structural design for recent projects in the City of Santa Clarita including the FY 12-13 Bridge Rehabilitation Project, McBean Regional Transit Center, and the John Russell Drive Pedestrian Overcrossing Replacement Project to name a few. Mr. Dietz has extensive working knowledge of the California Building Code (CBC), AASHTO Design Manuals, the Caltrans Design Manuals and their application to civil and structural engineering projects. Mr. Dietz will have a side-by-side working relationship with the project team. He will provide expertise, design direction, coordination, and technical oversight for the design to the project team ensuring that the City receives a quality and cohesive project design. Mr. Dietz has strong leadership capabilities in THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CIN PROJECT MOM BHLO-5450(066) team development, communication within the team, and builds durable client relationships through communication. Roadway/Civil Support - Mr. David Jarvi, P.E. has extensive experience in the design of street and transportation projects for municipal clients throughout the Southern California area. His 16 years of municipal project experience provides him with the unique design expertise to handle projects of all sizes. His extensive knowledge of roadway layout, reconstruction, and rehabilitation are evident by a growing list of local agencies that seek his street improvement. Mr. Jarvi has been responsible for the preparation of street plans, cross sections, and details for a wide range of roadways from single intersections to miles of large arterial. He has worked on several median, street rehabilitation, and beautification projects. Mr. Jarvi has ample experience with the design and traffic control required to construct projects that need to maintain existing traffic patterns during construction. Roadway/Civil Support - Mr. Joe Conroy, P.E. is a California Professional Civil Engineer with seven years of experience in planning and design of civil projects for both commercial and government entities. Mr. Conroy brings to the team experience in conceptual and final design on roadway and highway improvement projects. He has been involved in a wide variety of transportation engineering and design projects, including roadway design, traffic management, traffic analysis, and GIS mapping. His roadway design work includes concept designs, horizontal and vertical alignments, traffic signal plans, pavement marking and sign plans, cost estimating, and utility installation. His design work also includes extensive work with traffic management plans for all roadway classifications. Additionally, Mr. Conroy has worked with Caltrans and various local agencies, and is experienced in right-of-way and environmental processes involving coordination with federal, state and municipal level agencies. He is also experienced with Caltrans Local Assistance CITY OF SANTA CLARITA TETRA TECH -7- Procedures through his work on several Caltrans funded projects. Structural Support - Mr. David Kuang, P.E., S.E. has over 23 years of experience in structural engineering design, including structural analysis of bridges, schools, water reservoirs, custom residential homes, retaining structures, and box culverts. Mr. Kuang is knowledgeable in the structural design of all construction materials, including structural steel and reinforced concrete design, both conventionally reinforced and prestressed. He has a comprehensive knowledge of seismic retrofit design coupled with extensive experience in conducting on-site assessments and evaluations of earthquake damaged structures. Mr. Kuang also has design experience in both concrete and masonry tilt -up retrofit construction. Materials Testing/Special Inspections — Mr. Alan Rasplicka, P.E., G.E. has over 20 years of experience in the field of geotechnical and environmental engineering. His experience includes field and laboratory work, field supervision, and environmental and geotechnical investigations. Mr. Rasplicka has performed geotechnical investigations and provided grading and foundation recommendations for many projects, including shopping centers, industrial centers, residences, apartments, office buildings, bridges, tunnels, aqueducts, and critical facilities, including medical buildings, schools, and fire stations. His field experience has included construction inspection for hillside grading operations, compacted earth fills, excavations, pile driving, soil cement bank protection, vibratory stone columns, and slope repair. Mr. Rasplicka has provided recommendations or evaluated data associated with liquefaction, critical facilities, expansive soils, ground shaking, slope stability, geogrid reinforced slopes, retaining walls, MSE retaining walls, shallow foundations, deep foundations, dewatering, pile driving, compaction grouting, slope inclinometers, settlement monitoring, evaluation of Gamma Gamma IoggingforClDH pile THE CONSTRUCTION OF LAST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CIN PROJECT 53029: BHLO-5450(066) integrity, evaluation of wave equation analysis for pile capacity, soil cement construction, surface water infiltration, Environmental Impact Reports, and Phase I Environmental Assessments. Mr. Rasplicka has performed peer review of geotechnical reports performed by other geotechnical consultants and also regulatory review of geotechnical reports for the City of Santa Clarita. Mr. Rasplicka has performed geotechnical safety hazard evaluations for several single family residences for the City of Santa Clarita from conditions resulting from the 2005 rain season. Environmental - Ms. Marieka Schrader (GPA) has been managing the environmental process for projects since 2000. She received her B.A. in Environmental Studies from the University of California, Santa Cruz. At GPA, Ms. Schrader conducts a variety of technical analyses, prepares environmental documents and permit applications, performs quality -control reviews, and conducts public outreach efforts and construction monitoring. Her expertise includes environmental compliance pursuant to NEPA, CEQA, Section 106, Section 4(f), Endangered Species Act, Clean Water Act, and other various environmental laws. Ms. Schrader also manages projects from initiation, including development of scope of work, project description, and preliminary site assessments through final design, PS&E, and constructing monitoring for environmental compliance. Ms. Schrader has worked with a number of federal, state, and local lead agencies throughout California, including FTA, FHWA, HUD, Metro, and Caltrans. Ms. Schrader previously worked as a Project Manager at another environmental firm, where she managed the environmental process for a number of capital improvement projects throughout California. Ms. Schrader also worked at Caltrans (District 7), where she managed the environmental process for several major highway projects. Environmental — Mr. Stan Glowacki (GPA) has been working in the fish biology and aquatic ecology fields since 1991. At GPA, Stan manages CITY OF SANTA CLARITA TETRA TECH _g_ biology and environmental compliance for a variety of projects, including bridge replacements, bridge retrofits, bank stabilization projects, highway improvement projects, flood -control projects, fish migration barrier removal projects, riparian restoration projects, and fisheries habitat restoration projects. He performs biological surveys, wetland delineations, protected -species protocol surveys, and prepares technical reports. He also conducts construction monitoring and mitigation site monitoring. Stan is also experienced in implementing resource agency approved bird and bat exclusion procedures. Having worked with protected species in both the public and private sector, Stan has a broad understanding of environmental regulatory processes, environmental planning, project permitting, construction site surveys and monitoring, and environmental protection measures that minimize project impacts on protected species and their habitat. His ten years of service as a federal biologist has afforded him accredited expertise with federally and state -listed protected species, as well as regulatory procedures and processes involved with federal and state laws, including NEPA, CEQA, Endangered Species Act (ESA) Section 7, ESA Section 10, Clean Water Act Section 404 Permits, Clean Water Act Section 401 Water Quality Certifications, and California Department of Fish and Wildlife Streambed Alteration Agreements. Survey — Mr. Habib Chababi (Pinnacle) has over 25 years of professional experience as a Land Surveyor. Mr. Chababi is Principal of Pinnacle THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CIN PROJECT MOM BHLO-5450(066) Land Surveying, Inc. for 15 years. He has extensive experience in multi phased residential development projects, hillside subdivisions, construction staking, boundary and topographic surveys throughout Los Angeles, Ventura, Orange, Kern, Riverside, and San Bernardino Counties. As well as working with public agencies including City of Santa Clarita, Castaic Lake Water Agency, Newhall Water District, and Valencia Water Company. Survey - Mr. Eric Metz, PLS is a professional land surveyor experienced in both civil engineering and land surveying aspects of construction and land development projects. Mr. Metz has designed and prepared both small and large federal, municipal, commercial, and residential grading and drainage plans, as well as utility plans and project associated public improvement plans. Mr. Metz is experienced in the preparation of Tract Maps, Records of Surveys, and other surveying items for transportation, site development, water, and wastewater projects. Mr. Metz has performed field boundary, GPS surveys and topographic surveys, as well as construction staking, certification and monitoring, and ALTA/ACSM surveys. Mr. Metz has considerable experience researching boundary and chain of title information, and preparing legal descriptions. His current duties include organizing and maintaining the full service survey crew and setup in our local office. Full description resumes for our project management staff and task leaders are included in the Appendix CITY OF SANTA CLARITA TETRA TECH -9- f10(IY 0 0]011111CIVirLI) R VC 1IFA Y D13171QY I TASK 1 GENERAL CONSTRUCTION ENGINEERING (CE) SUPPORTS Subtask 1.1 Construction Meetings At the start of the project, Tetra Tech will establish a Project Development Team (PDT) comprised of the City Project Manager, City representatives, and the Tetra Tech team. Representatives from other entities may be added as needed. Tetra Tech's Project Manager and the PDT will communicate project decisions and commitments throughout the life of the project. The PDT's aim is clear and frequent communication across the group to maintain the project schedule and drive a successful project. Tetra Tech's Project Manager will attend the preconstruction meeting at the City to meet with the City's construction team and respond to any of the Contractor's initial questions on the construction phase. In addition, we will attend construction meetings, as required during construction. It is anticipated that approximately Thirty (30) construction meetings will be required. Output: Attendance at Pre -construction meetings (assumed 8 hours) and weekly or bi- weekly meetings for a total not to exceed 30 site meetings and 4 hours per job -site meeting. Subtask 1.2 Site and Field Observations Tetra Tech will provide weekly or bi-weekly site structural observations and field observations with the City's Project Manager or Inspector and address questions related to the construction of the bridge and road work. It is assumed that the site and field observations will occur directly before or after the construction meetings in subtask 1.1 Output: Attendance at Site and Field Observations before or after the weekly or bi- weekly construction meetings. THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CITY PROJECT 53029; BHLO-5450(066) Subtask 1.3 RFI and Submittal Review Tetra Tech will review contractor Requests For Information (RFIs), submittals and baseline schedules, as requested by the City. Shop drawings will be reviewed for general conformance with the plans and specifications. Each submittal or shop drawing will be reviewed and returned to the City, stamped with our shop drawing stamp and marked accordingly. This scope includes a total of 100 hours of review time by our team consisting of our civil and structural engineer. Note: Our construction support will exclude review of contractor submittals related to construction means and methods including, but not limited to falsework and shoring submittals. Output: Review of contractor RFIs and submittals and assist City's project manager in review of baseline schedule. Review comments will be provided to the City in PDF format. Subtask 1.4 Contractor's Change Order Requests Tetra Tech will assist the City's Project Manager in review and making recommendations to Contractor Contract Change Orders (CCOs) on an as -needed basis. When requested by the City, we will prepare a cost estimate for cost analysis of the CCO work. This scope includes a total of 18 hours of review time. Output: CCO review comments, recommendations and cost estimates will be provided to the City in PDF format. Subtask 1.5 Design Changes When requested in writing by the City, we will review design change requests and prepare design revisions on an as -needed basis. Changes to the contract plans will be overlaid on contract plans with changes will be clouded, noted with a delta and description of the change. This scope includes a total of 24 hours of review time by our team consisting of our civil and structural engineer. Output: Review and Respond to Contractor requested design changes. . CITY OF SANTA CLARITA TETRA TECH -10- Subtask 1.6 Design Bulletin(s) Prepare informational design bulletin(s) for the Contractor regarding design clarification(s) or address design revisions for accommodating the field constraints. The scope includes a total of 8 hours for Design Bulletins Output: Design Bulletins for the contractor regarding design clarifications. Subtask 1.7 Final Inspection and Punch List Upon completion of the construction, Tetra Tech's project manager will perform a final walk through of the project to develop a final punch list for the Contractor. This final walk through will be performed with the City's Project Manager, City Inspector, and representatives from the Contractor as required. Output. Attending the final inspection and preparation of the final punch list. Subtask 1.8 Record Drawings Upon completion of the construction contract, Tetra Tech will prepare record drawings by updating the original project "as -advertised" plan sheets showing changes that occurred during construction. Record drawings will be prepared by transferring the updates from red- lined plans received from the City and markups recorded by the project team during construction. The record drawings will be completed in the as -advertised project CADD Autocad files. "Record Drawing" cells will be included on each plan sheet and updates will be clouded to provide distinction from the original design. It is assumed that all AutoCAD format drawings from the original engineer of record will be provided for our use. Output: One (1) 17"x17" set of record drawings for submittal to City, One set of final record drawings in PDF format, and One set of record drawing CADD files in AutoCAD 2014 format. TASK 2 SPECIAL INSPECTION INCLUDING MATERIAL TESTING AND GEOTECHNICAL SUPPORT THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CIN PROJECT 530M BHLO 5450(066) The sub -consultant for this task, RTF&A will comply with the City's Quality Assurance Program (QAP) dated September 2014. The tester and the qualifying consulting firm shall also possess the certification of proficiency and qualifying laboratories issued by Caltrans. The credential shall be included in the proposal for verification. Please refer to the CAP for the future requirements needed for Caltrans requirements. Subtask 2.1 Fill Testing and Excavated Subgrade Materials Testing of compacted fill and excavated subgrade material for walkway and roadway and the compacted roadway asphaltic concrete, as requested. Cost includes up to 10 part-time site visits. Samples of soils utilized for construction of compacted fills and backfills would be provided to our laboratory for maximum density determination, as requested. Cost includes up to two samples. Output: Test reports as part of the Final Report of Observation. Subtask 2.2 Structural Fill Testing and Excavation Testing of structural fill and excavation for the approach slab and scour protection slab in the streambed, as requested. Cost includes up to 20 part-time site visits. Samples of soils utilized for construction of compacted fills and backfills would be provided to our laboratory for maximum density determination, as requested. Cost includes up to two samples. Output. Test reports as part of the Final Report of Observation. Subtask 2.3 Concrete Cylinder Testing Preparation of concrete cylinders for testing structural concrete (bridge, infill wall, approach slab, and scour protection slab) and asphalt cylinder tests for the asphalt concrete, as requested. Cost includes 30 part-time 4 -hour sampling visits with three concrete cylinders prepared per sampling visit; inspections will be billed using industry standard 4 -hour and 8 -hour CITY OF SANTA CLARITA TETRA TECH -11- minimum charges per site visit, to be performed during up to four site visits. Output: Test reports as part of the Final Report of Observation. Subtask 2.4 Pile Driving Inspection Observation and inspection during pile driving and the verification of tip elevation and bearing value per project documents, as requested. Cost includes up to 40 hours of on-site observation and inspection. The Project Foundation Report, prepared by Engeo, dated November 13, 2013, provides an option forthe contractorto perform a "retap" of existing piles utilizing Pile Driving Analysis (PDA) to determine actual pile capacity; PDA services are not included under the scope of this proposal but could be provided at additional cost, if required. Output: Test reports as part of the Final Report of Observation. Subtask 2.5 Inspection of Rebar, Scour Slab, Bridge Deck, and Approach Slab Inspection of the rebar placement at infill wall, scour protection slab, bridge deck, and approach slab, as requested. Cost includes up to 16 hours of site inspection, to be performed during up to four site visits. Output. Site Inspection Report Subtask 2.6 Welding Inspection Inspection of welding on steel pile splices, as requested. Cost includes up to 10 hours of site inspection. Output: Site Inspection Report Subtask 2.7 Shop Inspection Shop inspection for the pre-stressed/pre-cast concrete girder, if requested, including up to 8 hours of inspection at fabricator shop. Output. Shop Inspection Report Subtask 2.8 Final Reporting The preparation of a Final Report of Observation and Testing would include summarizing the THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH "0=9 BHLO-5450(066) results of field observation and testing and laboratory testing services Output. Final Report of Observation. Y IGt<y,tci[KU�`6�I Y:ilf�ll Y Dh`F711G1;1IQ[M Construction staking and survey services will be performed by a licensed land surveyor within the State of California. The Survey Crew anticipates for up to 10 site visits with 4 hours minimum of field time and 2 to 4 hours of office time. A total of 80 hours of survey time is anticipated. Subtask 3.1 Temporary Control Points Temporary control points for construction shall be established utilizing control monumentation indicated on the plans. Output. Temporary control points and cut - sheets for use by the Contractor Subtask 3.2 Existing Monuments Existing monuments which will be lost due to construction shall be located and referenced by or under the direction of licensed land surveyor or registered civil engineer prior to roadway improvements and referenced with either a corner record or record of survey to comply with the State of California PLS Act 8871(b). If any monument is destroyed, damaged, covered, or otherwise obliterated a new monument or permanent witness monument will be reset in the surface of the new construction. A corner record or record of survey referencing any reset monuments will be filed with the county surveyor prior to the recording of a certificate of completion for the project. Output. Corner Records as required for existing monumentation within the project limits. Subtask 3.3 Right -of -Way (R/W) R/W and limits of clearing will be flagged at 100 - foot intervals, at alignment angle points, and changes in direction. Output. Field Stakes as required for items above. CITY OF SANTA CLARITA TETRA TECH -12- Subtask 3.4 Slope Staking Rough grade stakes and slope staking will be placed at 50 -foot intervals on centerline, at all begin and end of curves and grade breaks, at top of slope and at toe of slope. Intermediate slope staking shall be provided with spacing of 50 -foot to control cut slope or fill slope in excess of 5 feet. Output. Field Stakes as required for items above. Subtask 3.5 Contour Grading Contour grading shall be staked at all grade breaks with a maximum spacing of 50 -foot intervals. Output. Field Stakes as required for items above. Subtask 3.6 Bridge Staking Bridge staking: one set of abutment fill stakes; one set of stakes for abutment and wing wall piles; one set of offset staking to layout line for both abutments, the layout line of the wing walls; one set of stakes for edge of deck and finished deck elevations; one set of stakes for scour protection slab. Output: Field Stakes as required for items above. Subtask 3.7 Fence, Curb, AC Dike, Ditches, Railings, and Barriers Staking Fence, curb, AC dike, ditches, railings and barriers will be staked at no greater than 25 -foot intervals, at begin and end of curves, alignment angle points. Output: Field Stakes as required for items above. Subtask 3.B Final Grading Stakes Finished grade stakes will be provided at 25 -foot intervals, at begin and end of curves, grade breaks, and alignment Output: Field Stakes as required for items above. THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CIN PROJECT 530M BHLO 5450(066) 0F"M;9,lNQV/IK01013MaIF:106111101Y[111NI0[e Subtask 4.1 Bat Surveys and Exclusion Output: During biological reconnaissance surveys conducted for the project, a single bat was observed roosting under the bridge; therefore, there is a high potential that bats may be using this bridge for roosting. Project approvals states that surveys will be completed outside of the breeding season; however, since construction is proposed for late summer or early fall of 2015, surveys will likely need to be conducted within the breeding season. GPA will conduct bat surveys prior to construction to identify any active roosts and/or bat roosting cavities in the bridge structure. A determination will be made as to whether any roosting bats are individuals or part of a maternal colony; if a maternal colony is present, no work will be authorized within 100 feet of the bridge until the maternal colony has left the site. If no maternal colony is present, bats observed roosting in the bridge structure will be passively excluded with the California Department of Fish and Wildlife (CDFW) approved exclusionary devices when they are absent from the structure. A bat eviction and exclusion plan will be prepared and submitted to CDFW biologist Jeff Humble for approval prior to eviction and/or exclusion. Bats roosting in the bridge will be safely evicted under the direction of a bat specialist and under consultation with the CDFW. Once it has been determined that all roosting bats have been safely evicted from roosting cavities, exclusionary devices approved by the CDFW will be installed and maintained to prevent bats from roosting in these cavities prior to and during construction. Regular updates will be provided to the City and CDFW, and a summary memorandum will be prepared and submitted to the City and CDFW. Output: electronic copy of the bat survey memorandum Subtask 4.2 Nesting Bird Surveys and Monitoring CITY OF SANTA CLARITA TETRA TECH -13- For construction within the nesting season (typically February 1 through September 1), GPA will conduct nesting bird surveys no more than 48 hours prior to construction to determine if nesting birds, raptors, or active nests are in or within 500 feet of the project area. There is a moderate amount of vegetation surrounding the bridge; however, if construction begins in August or September of 2015, and is completed prior to February 2016, the potential for active nests will be reduced. Surveys will be repeated if construction activities are suspended for five days or more, or for new areas of vegetation removal. If an active nest is found, GPA will create an appropriate avoidance buffer around the nest to ensure its protection, in coordination with the regulating agencies as needed to comply with the Migratory Bird Treaty Act and California Fish and Game Code. GPA will monitor active nests until the young have fledged, are no longer within the project area, or are "out of harm's way." Regular updates will be provided to the City, and a summary memorandum will be submitted to the City documenting the results of the surveys and monitoring. Output: electronic copy of the nesting bird survey memorandum Subtask 4.3 Burrowing Owl Surveys A low potential for burrowing owls to be in the project area was identified, based on the presence of small mammal burrows. GPA will conduct burrowing owl surveys no more than seven days prior to construction to determine if burrowing owls are within 500 feet of the project area. GPA will walk and visually survey the entire project area and 500 -foot buffer zone for burrowing owls or their sign (white wash, pellets, prey remains, etc.). If burrowing owls are detected, GPA will contact and coordinate with CDFW and additional surveys and measures will be implemented as appropriate, in coordination with the CDFW, to avoid impacts on burrowing owls. Regular updates will be provided to the City and CDFW, and summary memorandum will be submitted to the City THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH "0=9 BHLO-5450(066) documenting the results of the surveys and monitoring. Output. electronic copy of the burrowing owl survey memorandum Subtask 4.4 Wildlife Surveys and Vegetation Flagging GPA will conduct general wildlife surveys no more than 48 hours prior to the start of construction to ensure that no special -status or otherwise protected wildlife species are in the construction area. If any special -status or otherwise protected species are found in or adjacent to the construction area, GPA will coordinate with City and resource agencies, if warranted, to develop and implement appropriate avoidance measures. Surveys will be repeated if construction activities are suspended for five days or more. GPA will also monitor vegetation removal to ensure that any wildlife in the area is protected, including nesting birds and other wildlife. GPA will summarize the results of the surveys and any subsequent coordination in a memo format for the project file. During pre -construction surveys, GPA will identify and flag any exotic invasive vegetation within the construction area so it may be properly removed and disposed of prior to grading. Output: electronic copy of the wildlife survey memorandum Subtask 4.5 Water Diversion Plan Review Because the wash is dry the majority of the time, with the exception of short-term flows associated with storm events, water diversion may not be needed. However, if water diversion is required, GPA will review and provide guidance for the Contractor's Water Diversion Plan prior to submission to the CDFW. Output: electronic copy of comments on the water diversion plan CITY OF SANTA CLARITA TETRA TECH -14- THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CITY PRC- 11DION11to] OKA WillaIrlDili IV The schedule for the construction of the Lost Canyon Road Bridge Widening Project will be created by the Contractor based on the requirements of the project bid documents. Tetra Tech will work with the City and the Contractor on the baseline schedule to provide input, and review the schedule for feasibility. Since the Contractor will be driving the schedule, not Tetra Tech, it is impossible at this point to provide a detailed schedule. Tetra Tech can provide our response times to contractor and project action items as follows: Construction Meeting Weekly Response to RFIs Within 3 Days Review of Submittals Within 7 Days Review of Contractors Change Order Requests Within 7 Days Review of Contractors Design Change Requests Within 7 Days Final Inspection Within 2 Days of Request Record Drawings Within 7 Days Special Inspections 48 Hour Notice Materials Testing 48 Hour Notice Construction Staking 48 Hour Notice Site Inspections 48 Hour Notice Environmental 48 Hour Notice Monitoring SECTION S TOTAL COST / COST PROPOSAL As required by the RFP, our fee estimate for the Construction of Lost Canyon Road Bridge Widening Over the Sand Canyon Wash, City Project S3029, BHLO-5450(066), has been prepared on a lump sum (firm) basis based on the hours provided in the project descriptions. Our fee estimate has been broken down by subtask, as identified in Section 3 "Work Statement" of our proposal. Reimbursable costs for reproduction, postage, automobile mileage, and other expenses directly related to the project are incorporated into our estimated fees. Tetra Tech will invoice the City per the terms of the executed contract. Tetra Tech's Total Cost Fee Proposal has been provided in a separate sealed envelope with the proposal as instructed in the RFP. SECTION 6 SUB -CONSULTANTS RT Frankian & Associates (RTF&A) Project Role: Geotechnical, Special Inspections, and Materials Testing 26027 Huntington Lane Suite A Santa Clarita, CA. 91355 Tel: 818-531-1501 R. T. Frankian & Associates (RTF&A) is a consulting firm that specializes in geotechnical engineering, geoenvironmental engineering, engineering geology, and geotechnical testing services. RTF&A's central office and laboratory are located in Santa Clarita, California. The firm was founded in 1963 and has practiced throughout California including many notable projects within the City of Santa Clarita. RTF&A has provided consulting services for a wide variety of projects, including residential, commercial and industrial developments, schools, churches, bridges, roadways and environmental investigations and remediations. Clients have included numerous municipal and CITY OF SANTA CLARITA TETRA TECH -15- other public works agencies, developers, other design professionals, and construction firms. RTF&A's personnel consist of an experienced staff of geotechnical engineers and geologists, along with technicians qualified in soil testing services and a high degree of experience in foundation investigations, liquefaction and landslide hazard mitigation, and related reports. Their professional staff averages twenty years of experience working in the Southern California area. This group is supported by an efficient clerical and office staff that ensures the timely submittal of professional reports and correspondence. Associates and consultants with specific expertise are retained for projects requiring additional specialization. RTF&A maintain an in-house quality assurance program, including staff participation in continuing education programs and seminars for skill maintenance at the current standard practice. Services provided are reviewed by the principal engineer and/or other registered professionals, as appropriate. RTF&A's professional staff routinelytakes part in various committees and panels in the areas of their selected disciplines. These have included the Los Angeles County Committees for Liquefaction Analysis and Slope Stability Analysis, as well as SEACISC Committee for preparing and reviewing proposed changes to the Uniform Building Code and the International Building Code. RTF&A's staff has also contributed as members of various municipal committees, including the Rancho Palos Verdes Panel for the Abalone Cove Landslide mitigation and Countyof Los Angeles, Department of Public Works, Land Development Advisory Committee. GPA Consulting (GPA) Project Role: Environmental Monitoring 231 California Street EI Segundo, CA 90245 Tel: 310-792-2690 THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CITY PROJECT 53029', BHLO 5450(066) GPA specializes in obtaining environmental project approvals related to CEQA and NEPA for projects across California. GPA provides a range of services to help clients comply with federal and state environmental laws, and to successfully achieve project approval and implementation. Many of GPA's projects involve work within or near waterways, and GPA has successfully managed multiple projects requiring regulatory permitting, including permits from the California Department of Fish and Wildlife, U.S. Army Corps of Engineers, and Regional Water Quality Control Board (RWQCB). GPA excels in communicating with the project team, agency staff, stakeholders, other agencies, and decision makers on every project. GPA has the capability to allocate staff and resources to projects immediately as needed to meet the project schedule. Pinnacle Land Surveying Project Role: Construction Staking, Survey Support 28348 Constellation Road, Suite 800 Suite 800 Santa Clarita, CA. 91355 Tel: 661-254-1928 Pinnacle Land Surveying, Inc., located in the City of Santa Clarita, was founded in 2001. The firm has been providing professional land surveying services throughout California for the past 10 years. Pinnacle Land Surveying specializes in Hillside Residential and Commercial Site Development. The firm serves on a broad range of projects for both private and public sectors providing services such as aerial topography, A.L.T.A. surveys, boundaries and "records of survey", design and as -built topographic surveys, mapping services, monumentation, rough grade staking, construction layout, quantity surveys, monitoring surveys, residential and commercial land development surveying, structure layout including bridges, and riverbank protection. Field surveying projects have contributed to planning, design CITY OF SANTA CLARITA TETRA TECH -16- and construction of water treatment plants, wastewater treatment plants, pumping stations and pipelines, reservoirs, residential developments, roads, bridges, landfills, commercial buildings, parks, fire stations, as well as infrastructure. Their experienced staff of professional land surveyors located in their Santa Clarita office have provided surveying services for the City of Santa Clarita on several projects including the Golden Valley Road Bridge, GVR Bike path just south of said bridge and the Newhall Library. Pinnacle Land Surveying believes in having the latest equipment in order to be competitive in the construction surveying market. Their inventory includes the latest top of the line GPS, Robotic Total Station and Electronic Level systems made by Trimble. SECTION 7 DISADVANTAGED BUSINESS ENTERPRISE (DBE) INVOLVEMENT Tetra Tech understands that this Project is subject to Title 49 CFP 26.13 (b). The DBE goal as stated in the RFP is 0.0%. Tetra Tech has reviewed the requirements stated in the Request for Proposal Solicitation, and understands that the City of Santa Clarita requires compliance with the Disadvantaged Business Enterprise (DBE) Program. Although this project does not have a percentage DBE participation, we have included GPA Consulting (GPA) on our team as a certified DBE subconsultant. Based on the Request for Proposal's Scope of Work, our team's project approach, and our understanding of the project, we estimate a DBE subconsultant participation of approximately 20%. Since the project team participation exceeds the required participation, a Good Faith Efforts is not required. Refer to attachments H and I for required DBE forms. SECTION 8 LABOR COMPLIANCE PROGRAM Labor Compliance Program (LCP) is established by public agencies to enforce prevailing wage requirements on public works construction THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CITY PROJECT 53029', OHL0 5450(066) projects. LCPs are required, among otherthings, to inform contractors about their prevailing wage obligations, monitor compliance by obtaining and reviewing certified payroll reports, investigate complaints and other suspected violations, and take appropriate enforcement action when violations are found. Tetra Tech fully understands the regulations and ensures that requirements of the policies are entirely fulfilled. Our staff has represented our clients in administering LCPs during federally funded projects. Additionally, Tetra Tech has a construction division which complies with the requirements of Title 29, Part 5 (29 CFR 5) of the Code of Federal Regulations. SECTION 9 STATEMENT OF OFFER AND SIGNATURE Through the signature of our authorized representative on the cover letter of this proposal, Tetra Tech certifies that to the best of our knowledge and belief, the information included in this proposal is true and correct. This proposal shall remain valid for a period of no more than 120 days from the date of the submittal. Tetra Tech will complete the proposed scope of work as outlined in Section 3, "Work Statement" for the not -to -exceed amount outlined in our Fee Proposal. Tetra Tech has reviewed the sample contract and would be willing to execute the City's Professional Services Agreement without change, upon receipt of a notice to proceed. SECTION 10 STATEMENTS AND AGREEMENTS On the following pages we have provided the fully executed forms and disclosure statements: • Attachment A - City of Santa Clarita Disclosure Statement • Attachment B - Equal Opportunity/Affirmative Action Statement • Attachment C - Hold Harmless Agreement CITY OF SANTA CLARITA TETRA TECH -17- • Attachment D — Procurement Procedures of Federal Highway Administration (FHWA) Funded Projects (For Reference Only) Tetra Tech acknowledges the City desires that we meet all requirements of the FHWA so as to appropriately secure and protect federal funds used in this project. Tetra Tech understands all applicable federal requirements and to assist the City in meeting its responsibilities as grantee under law. • Attachment E — Designation of Sub - Consultants, Supplier and Vendor • Attachment F - Exhibit 10-F Certification of Consultant, Commissions & Fees • Attachment G - Exhibit 10-1 Notice To Proposers DBE Information • Attachment H - Exhibit 10-01 Consultant Proposal DBE Commitment • Attachment I — Exhibit 10-02 Consultant Contract DBE Information • Attachment J - Exhibit 10-P Nonlobbying Certification For Federal -Aid Contracts: Tetra Tech certifies by signing this proposal, to the best of our knowledge and belief, we are in compliance with the requirements set forth for nonlobbying certification for federal -aid contracts. • Attachment K — Exhibit 10-Q Disclosure of Lobbying Activities • Attachment L— Debarment and Suspension Certification, Title 2, Code of Federal Regulations, Parts 180 & 1200: THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CITY PROJECT 53029', BHLO 5450(066) Tetra Tech, under penalty of perjury, certifies that, except as noted below, by signing this proposal that Tetra Tech or any other person associated therewith in the capacity of owner, partner, director, officer, and manager are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under 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 stolen property; are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. CITY OF SANTA CLARITA TETRA TECH -18- III '' `11 Statements and Agreements - Attachments PROPOSAL TO PROVIDE PROFESSIONAL SERVICES FOR CONMUCNON ENGINEERING SUPPORT :NCLUC!NG MATERIAL TESTING, ENGP®SNG SURVEY STARING, AND ENVIRONMENTAL MONITORING FOR THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH INC•S:UIItlx6Yti4ia:➢UIaLY�YiT:`:Il ATTACHMENT A CITY OF SANTA CLARITA DISCLOSURE STATEMENT The following information must be disclosed: 1. List the names of all persons having a financial interest in the Request for Qualifications. N/A 2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all individuals owning more than ten percent of the shares in the corporation or owning any partnership interest in the partnership. WW 3. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or trustor of the trust. N/A 4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If yes, please indicate the person(s) with whom you have conducted business. N/A NOTE: Attach additional pages as necessary. Signature of Offeror Joe Dietz Print or Type Name of Offeror 11, 2015 IM ATTACHMENT B EQUAL OPPORTUNITY/AFFIRMATIVE ACTION STATEMENT The offeror hereafter described will not discriminate against any employee or applicant for employment because of race/color, national origin, sex, sexual preference, religion, age, or handicapped status in employment or the provisions of services. —.w Signature Joe Dietz, Director Typed Name and Title ATTACHMENT C HOLD HARMLESS AGREEMENT Offeror agrees to indemnify and hold harmless the City of Santa Clarita against and from any and all damages to property or injuries to or death of any person or persons, including employees or agents of the City, and shall defend, indemnify and hold harmless the City, its officers, agents and employees, from any and all claims, demands, suits, actions or proceedings of any kind or nature, of or by anyone whomsoever, in any way resulting from or arising out of the negligent or intention all acts, errors, or omissions of the offeror or any of its officers, agents, or employees. Signature Joe Dietz, Director Typed Name and Title ATTACHMENT D FEDERAL HIGHWAY ADMINISTRATION (FHWA) The Local Assistance Procedures Manual (LPM) dated February 1, 1998 and all relative subsequent Local Programs Procedures (LPP) are determined by the City of Santa Clarita to be applicable to this proposed project. The City desires to meet all requirements of the FHWA so as to appropriately secure and protect federal funds used in this project. It is the consultant's responsibility to understand all applicable federal requirements and to assist the City in meeting its responsibilities as grantee under law. Access to the LPM and LPPs is possible through the Caltrans website: www.dot.ca.gov/hq/LocalPrograms. ATTACHMENT E DESIGNATION OF SUB -CONSULTANTS, SUPPLIER AND VENDOR Listed below are the names and locations of the places of business of each sub -contractor, supplier, and vendor who will perform work or labor or render service in excess of 1/2 of I percent, or $10,000 (whichever is greater) of the prime CONTRACTOR's total bid. DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. See Appendix E for additional requirements. Photocopy additional sheets if needed. Sub -contractor: RT Frankian Age of Firm: 52 Portion of Work & Dollar Value: Annual Gross Receipts: < $500,000_ $500,000<_<$ lmillion ; ; DBE certified? Yes/No: No Agency Certifying: >$lmillion_; $1-$2million_X_; >$5million $2-$5million ; Location and Place of Business 26027 Huntington Lane, Suite A, Santa Clarita, CA 91355 (include business address) LICENSE NO. N/A EXP. DATE: PHONE (818) 531-1501 Sub -contractor: GPA Consulting Age of Firm: 10 Portion of Work & Dollar Value: Annual Gross Receipts: <$500,000_; $500,000<_<$ lmillion; 20% DBE certified? Yes/No Yes >$lmillion ; $1-$2million $2-$5million X ; >$5million Agency Certifying: CALTRANS Location and Place of Business: 231 California Street, El Segundo, CA 90245 (include business address) LICENSE NO. N/A EXP. DATE: PHONE (310) 792-2690 ATTACHMENT E DESIGNATION OF SUB -CONSULTANTS, SUPPLIER AND VENDOR Listed below are the names and locations of the places of business of each sub -contractor, supplier, and vendor who will perform work or labor or render service in excess of 1/2 of I percent, or $10,000 (whichever is greater) of the prime CONTRACTOR's total bid. DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. See Appendix E for additional requirements. Photocopy additional sheets if needed. Sub -contractor: Pinnacle Land Surveying Age of Firm: 14 Portion of Work & Dollar Value: Annual Gross Receipts: < $500,000_ ; $500,000<_<$ lmillion ; DBE certified? Yes/No: No Agency Certifying: >$lmillion_; $1-$2million_X_; $2-$5million ; >$5million Location and Place of Business 28348 Constellation Road, Suite 800, Santa Clarita, CA 91355 (include business address) LICENSE NO. N/A EXP. DATE: / / PHONE (661) 254-1928 Sub -contractor: Age of Firm: Portion of Work & Dollar Value: Annual Gross Receipts: <$500,000_; DBE certified? Yes/No $500,000<_<$ lmillion ; Agency Certifying: >$lmillion_; $1-$2million_; $2-$5million ; >$5million Location and Place of Business: (include business address) LICENSE No. EXP. DATE: / / PHONE ( ) ATTACHMENT F EXHIBIT 10-F CERTIFICATION OF CONSULTANTS COMMISSIONS & FEES I HEREBY CERTIFY that I am the Director , and duly authorized representative of the firm of Tetra Tech , whose address is 17885 Von Karman Avenue, Suite 500, Irvine, CA 92614 stated, neither I nor the above firm that I represent have: , and that, except as hereby expressly (a) employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this contract; nor (b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the contract; nor (c) paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind, for or in connection with, procuring or carrying out this contract. I acknowledge that this Certificate is to be made available to the California Department of Transportation (Caltrans) in connection with this contract involving participation of federal -aid highway funds, and is subject to applicable state and federal laws, both criminal and civil. Tune 11, 2015 (Date) Distribution: 1) Local Agency Project File (Original & Contract) 2) DLAE (with contract copy) (Signature) ATTACHMENT G EXHIBIT 10-1 NOTICE TO PROPOSERS DBE INFORMATION The Agency has established a DBE goal for this Contract of 0% OR The Agency has not established a goal for this Contract. However, proposers are encouraged to obtain DBE participation for this contract. 1. TERMS AS USED IN THIS DOCUMENT • The term "Disadvantaged Business Enterprise" or "DBE" means a for-profit small business concern owned and controlled by a socially and economically disadvantaged person(s) as defined in Title 49, Code of Federal Regulations (CFR), Part 26.5. • The term "Agreement" also means "Contract." • Agency also means the local entity entering into this contract with the Contractor or Consultant. • The term "Small Business" or "SB" is as defined in 49 CFR 26.65. 2, AUTHORITY AND RESPONSIBILITY A. DBEs and other small businesses are strongly encouraged to participate in the performance of Contracts financed in whole or in part with federal funds (See 49 CFR 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs"). The Consultant must ensure that DBEs and other small businesses have the opportunity to participate in the performance of the work that is the subject of this solicitation and should take all necessary and reasonable steps for this assurance. The proposer must not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. B. Proposers are encouraged to use services offered by financial institutions owned and controlled by DBEs. 3, SUBMISSION OF DBE INFORMATION If there is a DBE goal on the contract, Exhibit 10-01 Consultant Proposal DBE Commitment must be included in the Request for Proposal. In order for a proposer to be considered responsible and responsive, the proposer must make good faith efforts to meet the goal established for the contract. If the goal is not met, the proposer must document adequate good faith efforts. All DBE participation will be counted towards the contract goal; therefore, all DBE participation shall be collected and reported. Exhibit 10-02 Consultant Contract DBE Information must be included with the Request for Proposal. Even if no DBE participation will be reported, the successful proposer must execute and return the form. 4. DBE PARTICIPATION GENERAL INFORMATION It is the proposer's responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the Department's DBE program developed pursuant to the regulations. Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). B. A certified DBE may participate as a prime consultant, subconsultant, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. A DBE proposer not proposing as a joint venture with a non -DBE, will be required to document one or a combination of the following: 1. The proposer is a DBE and will meet the goal by performing work with its own forces. 2. The proposer will meet the goal through work performed by DBE subconsultants, suppliers or trucking companies. 3. The proposer, prior to proposing, made adequate good faith efforts to meet the goal. D. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined portions thereof. Responsibility means actually performing, managing, and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest. E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. F. The proposer shall list only one subconsultant for each portion of work as defined in their proposal and all DBE subconsultants should be listed in the bid/cost proposal list of subconsultants. G. A prime consultant who is a certified DBE is eligible to claim all of the work in the Contract toward the DBE participation except that portion of the work to be performed by non -DBE subconsultants. 5. RESOURCES A. The CUCP database includes the certified DBEs from all certifying agencies participating in the CUCP. If you believe a firm is certified that cannot be located on the database, please contact the Caltrans Office of Certification toll free number 1-866-810-6346 for assistance. B. Access the CUCP database from the Department of Transportation, Office of Business and Economic Opportunity Web site at: http://www.dot.ca.gov/hq/bep/. 1. Click on the link in the left menu titled Disadvantased Business Enterprise; 2. Click on Search for a DBE Firm link; 3. Click on Access to the DBE Query Form located on the first line in the center of the page. Searches can be performed by one or more criteria. Follow instructions on the screen. 6. MATERIALS OR SUPPLIES PURCHASED FROM DBES COUNT TOWARDS THE DBE GOAL UNDER THE FOLLOWING CONDITIONS: A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. A DBE manufacturer is a firm that operates or maintains a factory, or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A DBE regular dealer is a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment shall be, by a long-term lease agreement and not an ad hoc or Agreement -by -Agreement basis. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services. ATTACHMENT H EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT (Inclusive of all DBEs listed at bid proposal. Refer to instructions on the reverse side of this form) Consultant to Complete this Section L Local Agency Name: City of Santa Clarita, Department of Public Works 2. Project Location: Lost Canyon Road Bridge Over The Sand Canyon Wash Construction Engineering Support Including Material Testing, Engineering Survey Staking, and 3. Project Description: Environmental Monitoring For The Construction of Lost Canyon Road BridgeWidening Over The Sand Canyon Wash 4. Consultant Name: Tetra Tech 5. Contract DBE Goal %: 0.00% DBE Commitment Information 6. Description of Services to be Provided 7. DBE Finn Contact Information 8. DBE Cert. Number 9. DBE % Environmental / Permitting GPA Consulting, Andrea Galvin 310 792-2690 36278 20 Local Agency to Complete this Section 10. Total Claimed 20 /a 16. Local Agency Contract Number 17. Federal -aid Project Number: 18. Proposed Contract Execution Date: Local Agency certifies that all DBE certifications are valid and the information on this form is complete and accurate: 11. Preparer's Signature Joe Dietz 12. Preparer's Name (Print) Director 13. Preparer's Title June11,2015 (949)809-5000 14. Date 15. (Area Code) Tel. No. 19. Local Agency Representative Name (Print) 20. Local Agency Representative Signature 21. Date 22. Local Agency Representative Title 23. (Area Code) Tel. No. Distribution: (1) Original — Consultant submits to local agency with proposal (2) Copy— Local Agency files INSTRUCTIONS - CONSULTANT PROPOSAL DBE COMMITMENT Consultant Section The Consultant shall.: 1. Local Agency Name — Enter the name of the local or regional agency that is funding the contract. 2. Project Location - Enter the project location as it appears on the project advertisement. 3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc.). 4. Consultant Name - Enter the consultant's fimi name. 5. Contract DBE Goal % - Enter the contract DBE goal percentage, as it was reported on the Exhibit 10-I Notice to Proposers DBE Information form. See LAPM Chapter 10. 6. Description of Services to be provided - Enter item of work description of services to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant's own forces, if the prime is a DBE. If 100% of the item is not to be performed or famished by the DBE, describe the exact portion to be performed or famished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 7. DBE Firm Contact Information - Enter the name and telephone number of all DBE subcontracted consultants. Also, enter the prime consultant's name and telephone number, if the prime is a DBE. 8. DBE Cert. Number - Enter the DBEs Certification Identification Number. All DBEs must be certified on the date bids are opened. (DBE subcontracted consultants should notify the prime consultant in writing with the date of the decertification if their status should change during the course of the contract.) 9. DBE % - Percent participation of work to be performed or service provided by a DBE. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 10. Total % Claimed — Enter the total DBE participation claimed. If the Total % Claimed is less than item "6. Contract DBE Goal", an adequately documented Good Faith Effort (OFF) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 11. Preparer's Signature — The person completing this section of the form for the consultant's firm must sign their name. 12. Preparer's Name (Print) — Clearly enter the time of the person signing this section of the form for the consultant. 13. Preparer's Title - Enter the position/title of the person signing this section of the form for the consultant. 14. Date - Enter the date this section of the form is signed by the preparer. 15. (Area Code) Tel. No. - Enter the area code and telephone number of the person signing this section of the form for the consultant. Local Agency Section: The Local Agency representative shall: 16. Local Agency Contract Number - Enter the Local Agency Contract Number. 17. Federal -Aid Project Number - Enter the Federal -Aid Project Number. 18. Contract Execution Date - Enter date the contract was executed and Notice to Proceed issued. See LAPM Chapter 10, page 23. 19. Local Agency Representative Name (Print) - Clearly enter the name of the person completing this section. 20. Local Agency Representative Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 21. Date - Enter the date the Local Agency Representative signs the form. 22. Local Agency Representative Title - Enter the position/title of the person signing this section of the form. 23. (Area Code) Tel. No. - Enter the area code and telephone number of the Local Agency representative signing this section of the form. ATTACHMENT EXHIBIT 10-02 CONSULTANT CONTRACT DBE INFORMATION (Inclusive of all DBEs listed at contract award. Refer to instructions on the reverse side of this form) Consultant to Complete this Section 1. Local Agency Name: City Of Santa Clarita, Department of Public Works 2. Project Location: Lost Canyon Road Over The Sand Canyon Wash Construction Engineering Support Including Material Testing, Engineering Survey Staking And Environmental 3. Project Description: Monitoring For The Construction Of Lost Canyon Road Bridge Widening Over Tha Sand Canyon Wash 4. Total Contract Award Amount: $ 5. Consultant Name: Tetra Tech 6. Contract DBE Goal %: 0.00% 7. Total Dollar Amount for all Subconsultants: $ 8. Total Number of all Subconsultants: Three (3) Award DBE/DBE Information 9. Description of Services to be Provided 10. DBE/DBE Firm Contact Information 11. DBE Cert. Number 12. DBE Dollar Amount Environmental / Permitting GPA Consulting, Andrea Galvin (310) 792-2690 36278 Local Agency to Complete this Section 13. Total Dollars Claimed 20. Local Agency Contract Number: 21. Federal -aid Project Number: 22. Contract Execution Date: Local Agency certifies that all DBE certifications are valid and the information on this form is complete and accurate: 14. Total Claimed 23. Local Agency Representative Name (Print) 24. Local Agency Representative Signature 25. Date 15. Preparer's Signature Joe Dietz 26. Local Agency Representative Title 27. (Area Code) Tel. No. 16. Preparer's Name (Print) Director 17. Preparer's Title June 11, 2015 (949) 809-5000 18. Date 19. (Area Code) Tel. No. Caltrans to Complete this Section Caltrans District Local Assistance Engineer (DLAE) certifies that this form as been reviewed for completeness: 28. DLAE Name (Print) 29. DLAE Signature 30. Date Distribution: (1) Copy —Email a copy to the Caltrans District Local Assistance Engineer (DLAE) within 30 days of contract award. Failure to send a copy to the DLAE within 30 days of contract award may result in delay of payment. (2) Copy—Include in award package sent to Caltrans DLAE (3) Original—Local agency files INSTRUCTIONS - CONSULTANT CONTRACT AWARD DBE INFORMATION Consultant Section The Consultant shall.: 1. Local Agency Name - Enter the name of the local or regional agency that is funding the contract. 2. Project Location - Enter the project location as it appears on the project advertisement. 3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 4. Total Contract Award Amount - Enter the total contract award dollar amount for the prime consultant. 5. Consultant Name - Enter the consultant's firm name. 6. Contract DBE Coal % - Enter the contract DBE goal percentage, as it was reported on the Exhibit 10-I Notice to Proposers DBE Information form. See LAPM Chapter 10. 7. Total Dollar Amount for all Subconsultants - Enter the total dollar amount for all subcontracted consultants. SUM = (DBE's + all Non -DBE's). Do not include the prime consultant information in this count. 8. Total number of all subconsultants - Enter the total number of all subcontracted consultants. SUM = (DBE's + all Non -DBE's). Do not include the prime consultant information in this count. 9. Description of Services to be Provided - Enter item of work description of services to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant's own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or famished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 10. DBE Firm Contact Information - Enter the name and telephone number of all DBE subcontracted consultants. Also, enter the prime consultant's name and telephone number, if the prime is a DBE. 11. DBE Cert. Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on the date bids we opened. (DBE subcontracted consultants should notify the prime consultant in writing with the date of the decertification if their status should change during the course of the contract.) 12. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime consultant if the prime is a DBE, and include DBEs that are not identified as subconsultants on the Exhibit 10-01 Consultant Proposal DBE Commitment form. See LAPM Chapter 9 for how to count full/partial participation. 13. Total Dollars Claimed - Enter the total dollar amounts for column 13. 14. Total % Claimed - Enter the total DBE participation claimed for column 13. SUM = (item "14. Total Participation Dollars Claimed" divided by item "4. Total Contract Award Amount"). If the Total % Claimed is less than item "6. Contract DBE Goal", an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-A DBE Information - Good Faith Efforts of the LAPM). 15. Preparer's Signature - The person completing this section of the form for the consultant's firm must sign their time. 16. Preparer's Name (Print) - Clearly enter the time of the person signing this section of the form for the consultant. 17. Preparer's Title - Enter the position/title of the person signing this section of the form for the consultant. 18. Date - Enter the date this section of the form is signed by the preparer. 19. (Area Code) Tel. No. - Enter the area code and telephone number of the person signing this section of the form for the consultant. Local Aaencv Section: The Local Agency representative shall: 20. Local Agency Contract Number - Enter the Local Agency Contract Number. 21. Federal -Aid Project Number - Enter the Federal -Aid Project Number. 22. Contract Execution Date - Enter the date the contract was executed and Notice to Proceed issued. See LAPM Chapter 10, page 23. 23. Local Agency Representative Name (Print) - Clearly enter the time of the person completing this section. 24. Local Agency Representative Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 25. Date - Enter the date the Local Agency Representative signs the form. 26. Local Agency Representative Title - Enter the position/title of the person signing this section of the form. 27. (Area Code) Tel. No. - Enter the area code and telephone number of the Local Agency representative signing this section of the form. Caltrans Section: Caltrans District Local Assistance Engineer (DLAE) shall. 28. DLAE Name (Print) - Clearly enter the name of the DLAE. 29. DLAE Signature - DLAE must sign this section of the form to certify that it has been reviewed for completeness. Date - Enter the date that the DLAE signs this section the form. ATTACHMENT EXHIBIT 1O -P NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies by signing and submitting this proposal/bid to the best of his or her knowledge and belief that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard 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 this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his/her proposal/bid that he/she shall require that the language of this certification be included in all lower -tier subcontracts which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly. ATTACHMENT K EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES 1. Type of Federal Action: ❑ a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: ❑ a. bid/offer/application b. initial award c. post -award 4. Name and Address of Reporting Entity ❑ Prime ❑ Subawardee Tier , if (mown Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if (mown: 5. 7. 3. Report Type: ❑ a. initial b. material change For Material Change Only: year_ quarter_ date of last on If Reporting Entity in No. 4 is aw ee, Enter Name and Address of Pr Congressional Dis Yk m Federal Progra a rn non: CFDA N if IqWfe 9. Award Am 10. Name and Address of Lobby Entity 11. IFividual eV'orming Services (including (If individual, last name, first name, MI) 4f& a ess if d1rerent from No. I Oa) aNAMPfirst name, MI) (attach Continuati heet(s) if essary) 12. Amount of Payment (check all that apply Type of Payment (check all that apply) $ ❑ actual ❑ pl d a. retainer 13. Form of Payment (check all ❑a. cash b. in-kind; specify: if 15. Brief DescriptionServi officer(s), emp e(s), or b. one-time fee ply C. commission d. contingent fee e deferred a f. other, specify rformed or to be performed and Dates) of Service, including er(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 16. Conti anon et(s) attached: Yea ❑ No ❑� 1], Info atio equested ough this form is authorized by Title 31 U. S 1 This disclosure of lobbying reliance Signature: was plat above when his transaction was made or is disclosure is required pursuant to 31 U.S.C. Print Name: Joe Dietz . T is rrnation will be reported to Congress sem wally and will be available for public inspection. Any person o fails to file the required disclosure shall be subject Title: Director to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Telephone No.: (949) 809-5000 Date: June 11, 2015 Authorized for Local Reproduction Federal Use Only: Distribution: Orig- Local Agency Project Files Standard Form — LLL INSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is or has been secured 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 follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates 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 but are not limited to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned 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 the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. 11. Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (Ml). 12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting 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, enter the cumulative amount of payment made or planned to be made. 13. Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 14. Check all boxes that apply. If other, specify nature. 15. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 16. Check whether or not a continuation sheet(s) is attached. 17. The certifying official shall sign and date the form, and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 -minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SF -LLL -Instructions Rev. 06-04 ATTACHMENT DEBARMENT AND SUSPENSION CERTIFICATION TITLE 2, CODE OF FEDERAL REGULATIONS, PARTS 180 & 1200 The Consultant, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under 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 stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Exceptions will not necessarily result in denial of award, but will be considered in determining proposer responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. APPENDIX Resumes PROPOSAL TO PROVIDE PROFESSIONAL SERVICES FOR CONSTRUCTION ENGINEERING SUPPOR! 'NCLUO:NG MATERK TESTING, ENGINEERING SURVEY SMNG, ANO ENRIONMENTAL MONITORING FOR THE CONSTRUCTION OF LOST CANYON ROAD BRIDGE WIDENING OVER THE SAND CANYON WASH CITY PROJECT 65020; EIHLO-6460�006f OTETRATECH Joseph Dietz, P.E., S.E. Project Manager Mr. Dietz has well rounded experience in civil and structural engineering stemming from his involvement in a variety of residential, commercial, educational and federal projects. His experience includes work on both public and private jobs of varying sizes and construction material types. Mr. Dietz has extensive experience providing construction oversight, inspections, and engineering support during construction on a wide variety of public works construction contracts. Duties during construction phase include the review of contractor claims, contractor change order requests, requests for information, creating and maintaining construction schedules, approving contractor payment requests, construction observer, inspections, and resident engineer. Mr. Dietz's civil engineering experience includes design of bridges, sewer transmission systems, water distribution systems, street and storm drain improvements and grading activities varying from mass grading to final precise grading plans. To compliment Mr. Dietz's experience in traditional civil engineering practices, his structural engineering experience includes structural retrofits of substandard structures, analysis of existing structures and the design of new structures. Construction materials used for projects include timber, reinforced concrete, pre- and post -tensioned concrete, reinforced masonry and steel. EXPERIENCE Second Street Bridge Replacement Over Warm Creek, City of San Bernardino, CA — The City of San Bernardino has contracted Tetra Tech for the design of the replacement of the Second Street Bridge built in 1952 and widened in 1965 over Warm Creek between Arrowhead Avenue and Mt View Avenue. This bridge is founded on timber piles that have been driven into the earth and extend approximately 10 feet below the natural invert of the Creek. In 2006, a Bridge Inspection Report (BIP) was prepared by Caltrans and was flagged structurally deficient with a health index of 51.3. In 2010, the City initiated a field review of the bridge and concluded that a total of 7 timber piles were estimated to have 55 percent or less of their original structured capacity; 6 of the 7 piles identified were found to provide no support to the bridge at all, as they were completely decayed. As Project Manager, Mr. Dietz is directing the Tetra Tech team to improve the longevity of the bridge, reduce maintenance, improve seismic performance, and bring the design into compliance with AASHTO standards. The purposed bridge replacement will be designed to conform to the alignment, profile, and cross section of the existing bridge, except that the sidewalks would be 6 feet wide and bridge barrier railings conforming to AASHTO standards would be included. Additional project tasks include: PS&E, bridge type selection report, utility research and coordination, surveying and mapping, geotechnical/foundation reports, pavement design reports, hydrology and hydraulics study reports, scour analysis, cultural resources, and noise assessment. In addition, the project requires environmental documents, including: biologic services, plant/wildlife surveys, environmental studies/assessment, jurisdictional delineation, and permit processing. Alta Madera Drive Pedestrian Overcrossing Replacement, City of Santa Clarita, CA - Structural engineer responsible charge of planning, design, and construction phase services to replace the existing pedestrian overcrossing (POC) over Alta Madera Drive. Constructed in 1979, the timber superstructure showed signs of insect infestation, dry rot, and de -lamination of the glue Education: California Polytechnic State University, San Luis Obispo. B.S. Architectural Engineering, 2002 Registrations/Certifications Registered Professional Engineer California No. 67032 Nevada No. 17356 Registered Structural Engineer California No. 5251 Hawaii No. 16323-S LEEDO Accredited Professional Office: Irvine, California Years of Experience: 14 Years with Tetra Tech: 13 O TETRATECH Joseph Dietz, P.E., S.E. Project Manager laminated girders. In spring of 2011, Tetra Tech initiated the geotechnical investigation and preparation of plans, specifications, and estimates to replace the structure. Through continued partnership, Tetra Tech and City engineers worked together during the construction phase of the project to complete inspections, respond to contractor RFIs, approve contractor payment requests and complete the project within time and within budget. McBean Regional Transit Center Park and Ride Project, City of Santa Clarita, CA — Assistant Project Manager for the preparation of the 100% PS&E to expand the existing McBean Regional Transit Center (MRTC) through the addition of five new bus layover pads with five canopies, and the addition of a new park and ride facility with approximately 282 new parking spaces. The existing MRTC cannot accommodate commuter buses or passengers due to the lack of parking spaces and bus bays. To satisfy these needs, the City's Transit Division secured ARRA and CMAQ grant funding through the FTA and MTA to expand the center. The expansion will provide much-needed public parking and offer a dedicated passenger pick-up and drop-off area. The MRTC expansion will add value to the community by increasing safety, landscaping vacant property, improving traffic circulation, and encouraging alternative transportation modes. Tetra Tech has prepared a complete PS&E package for the improvements to the MRTC and will assist the City during the construction phase of the project. The scope of work includes survey, LID elements (bioswales, permeable pavement, basins), retaining walls, landscaping, geotechnical investigation, oil company coordination, electrical and lighting design, canopy structures, SWPPP, USMP, and drainage design. Riverside Dr, near Zoo Dr. Bridge over Los Angeles River, Bridge No. 53C-1298, City of Los Angeles, CA — With this historic bridge falling below current design standards, Mr. Dietz is managing the completion of environmental documentation and permitting, geotechnical and hydraulic analyses, bridge widening and retrofit, traffic and lighting upgrades, and 100% plans, specifications, and estimates (PS&E) in an effort to fix geometric deficiencies, barrier rail vulnerabilities, structural weaknesses, and Los Angeles River Bicycle Lane impedance issues. Mr. Dietz is coordinating with sub -consultants, stakeholders, and agencies, and is providing regular schedule updates and holding progress meetings to review contract objectives and milestones. This is a federally funded project and plan reviews and approvals by Caltrans District 7 and the Federal Highway Administration (FHWA) are required. This project is currently in the 90% design stage. Soto Street Bridge over Mission Road and Huntington Drive, City of Los Angeles, CA — Project Manager for the engineering construction support services including responses to RFIs, submittal review, attending weekly construction meetings, providing construction surveying services, performing materials testing, completing design modifications during construction, and construciton schedule review. Peck Park Canyon Stormwater Quality Enhancement Project, City of Los Angeles Bureau of Engineering, San Pedro, CA — QA/QC Manager, Construction Observer, and Structural Engineer of record for the rehabilitation of natural watersheds, reconstruction of trails, bridges and various other park features to improve water quality and trail use. This project for the City of Los Angeles, Bureau of Engineering's Department of Public Works also included planning, layout and design of park trail facilities, signage, utilities, infrastructure and recreational facilities. The project incorporated the latest Low Impact Development design strategies in water quality improvement, BMPs, landscape architecture, and Leadership in Energy and Environmental Design (LEED). Mr. Dietz was involved with the project throughout completion also providing construction support services to the City of Los Angeles including responding to contractor RFIs, providing field inspections, reviewing contractor claims and change orders and reviewing project schedules. Los Angeles River Greenway — West Valley, City of Los Angeles, CA — Structural Engineer for the preparation of Plans, Specifications, and Estimate (PS&E) for a new bikeway along the Los Angeles River channel from Winnetka Avenue to Mason Avenue. The proposed bikeway is inside the channel, requiring modifications to the channel cross section and retaining wall design. The project tasks include bikeway plans and profiles, signing and striping, lighting plans, and structural plans for the retaining walls and bikeway. Services also included construction phase assistance including response to Contractor RFIs, managing geotechnical testing services during construction, and reviewing contractor change order requests. QTETRATECH Mr. Jarvi has over 17 years of experience in General Civil and Transportation Engineering. He specializes in local roadway planning and design projects with experience in design engineering with a focus on civil and transportation projects. His extensive knowledge of roadway layout, reconstruction, and rehabilitation are evident by a growing list of local agencies that seek his street improvement involvement (Los Alamitos, Cypress, Anaheim, Stanton, Long Beach, Downey, Costa Mesa, Industry, Yorba Linda, Newport Beach, Orange, Dana Point, Irvine, Mission Viejo, San Clemente, Lake Forest, San Juan Capistrano, and Laguna Niguel). Mr. Jarvi has been responsible for the preparation of street plans, cross sections and details for a wide range of roadways from single intersections to miles of large arterial. EXPERIENCE Lakewood Boulevard Improvements Phase 3A, City of Downy, Downey, CA — Project Engineer for the design of streetscape and roadway improvements on Lakewood Boulevard in the City of Downey. Tetra Tech prepared preliminary and final plans for streetscape and engineering improvements for the 4,000 foot segment of Lakewood Boulevard from 5th Street to Florence Avenue in the City of Downey. The project included additional through lanes, extensive median and parkway improvements, decorative lighting, street furniture and both potable and recycled water improvements. Great care was taken to minimize impacts to private development and to provide a seamless transition between old and new areas. The project created an aesthetically pleasing corridor, while decreasing construction cost savings of over $500,000 through the use of recycled pavement. Atlantic Avenue / Pacific Coast Highway Intersection Improvements, City of Long Beach, Long Beach, CA — Project Engineer for the design of parking lot and roadway improvements for the Atlantic/PCH intersection in the City of Long Beach. Tetra Tech prepared preliminary and final plans for roadway rehabilitation, right turn pocket widening, storm drain, utility, and parking lot improvements at this key intersection in the City of Long Beach. The widening portion of the project impacted the adjacent high school parking lot, necessitating coordination with the school district and the reconstruction and new layout of the parking lot. The project also entailed obtaining an encroachment permit from Caltrans for the work within Pacific Coast Highway. The project included the design of parking lot improvements consisting of lighting, fencing, striping, paving, and drainage; coordination with a landscape architect; traffic signal and traffic control; storm drain inlets and pipe reconstruction to meet current standards; and roadway rehabilitation and widening improvements. La Palma Avenue / Kraemer Boulevard Intersection, City of Anaheim, Anaheim, CA — Project Engineer for the $2.4 million widening of La Palma and Kraemer Intersection for the City of Anaheim Orange County, including right- of-way engineering and utility coordination. Tetra Tech prepared plans, specifications and cost estimates for the widening of this key arterial intersection in the City of Anaheim. The project involved the development of a Precise Alignment Plan, Landscape Concept Plan, and legal descriptions for 8 parcels. The project included the design of a raised, landscaped median, parkway landscaping in both the City area as well as a large slope in Caltrans right -of - David Jarvi, P.E. Roadway/Civil Education: B.S., Civil Engineering, California State University, Chico Registrations/Certifications Professional Engineer, California, No. 66792 Office: Irvine, California Years of Experience: 17 Years with Tetra Tech: 17 Q TETRATECH David Jarvi, P.E. Roadway/Civil way, and significant redesign of private property improvements impacted by the roadway widening. The approval process included obtaining an easement and encroachment permit from the County of Orange as well as an encroachment permit from Caltrans. Other elements of the project included the design of a traffic signal, traffic control, a MSE retaining wall, and utility improvements. Orangethorpe Avenue Widening, City of Buena Park, Buena Park, CA — Project Engineer for the widening of the south side of Orangethorpe Avenue from Stanton Avenue to Thomas Street. Topographic survey of 50 -foot cross sections were completed and site investigation and research of the crown elevation and gutter lip elevations were provided. Additional detail collected at each location where new ADA curb ramps, cross gutters and storm drain infrastructure were constructed. Tetra Tech also provided submittal review, RFI responses, site inspections, and 100% Plans, Specification and Estimates to the City Firestone Boulevard Rehabilitation Old River School Road to Lakewood Boulevard, City of Downey, Downey, CA — Project Engineer for the construction of sidewalk and pavement rehabilitation of an over one mile reach of Old River School Road in the City of Downey. The project includes pavement reconstruction and rehabilitation, reconstruction of curb ramps per current ADA criteria, and signing and striping. Chapman Avenue Widening, City of Orange, Orange CA — Project Engineer for the alignment study for a one mile segment of Chapman Avenue. Responsibilities include the development of base plans and cross sections for the purpose of alignment analysis and the completion of a summary report outlining roadway widening costs and right- of-way impacts for various alignment alternatives. Tetra Tech completed alignment plans and is designing final PS&E for a 1 mile widening of Main Street from Palmyra Avenue to Chapman Avenue. This project included design of roadway, water line, drainage, utility, landscape, and lighting improvements. Project also included traffic control plans, signing and striping plans and traffic signal modification plans. Parking lot modifications were also involved on the project. Workman Mill Road Improvements, Los Angeles County Sanitation District, Industry, CA — Project Engineer for the widening of Workman Mill Road in the City of Industry, including right-of-way engineering and utility coordination. Tetra Tech evaluated access corridor alignments of a dedicated access roadway between the existing Puente Hills Materials Recovery Facility (MRF) and the proposal Puente Hills Intermodal Facility (PHIMF) in the City of Industry. Tetra Tech evaluated alternative conceptual designs for the dedicated roadway between the two facilities. The final grade separation was based on a depressed access road and a raised and realigned Workman Mill Road. Components included the design of two bridges, a storm water pump station design, significant right-of-way acquisition, and extensive coordination with virtually all divisions of the Los Angeles County of Public Works, the City of Industry, all dry and wet utility owners in the vicinity, and the UPRR. Studebaker Road Storm Drain and Street Rehabilitation, City of Norwalk, Norwalk, CA — Project Engineer for the preparation the final PS&E for the rehabilitation of one mile of Studebaker Road between Imperial Highway and Cecilia Street in the City of Norwalk. The project included pavement reconstruction/rehabilitation, storm drain line extension, reconstruction of curb ramps per ADA criteria, cross gutter upgrades, and signing/striping. Broadway Street Improvements, City of Laguna Beach, Laguna Beach, CA — Project Engineer for street rehabilitation work, local drainage revisions and a flooding analysis of the area in the vicinity of Cliff Drive and Broadway Street within the City of Laguna Beach. A significant portion of the surrounding residential area drains towards this intersection. Roadway improvements included pavement rehabilitation of Broadway Street in conjunction with traffic calming at Cliff Drive. Plans were prepared and submitted to Caltrans for the pavement rehab and for the renovation of underground storm drains in the area. Katella Avenue Smart Street Improvements, Orange County, CA — Project Engineer for sections of the Katella Avenue Smart Street running through the cities of Los Alamitos, Cypress, Anaheim and Stanton. Responsibilities included the preparation of street plans, cross sections, utility coordination, water vault design and the preparation of legal plats and descriptions. OTETRATECH Mr. Conroy has been involved in a wide variety of transportation engineering and design projects, including roadway design, traffic management, traffic analysis, and GIS mapping. Mr. Conroy's roadway design work includes concept designs, horizontal and vertical alignments, traffic signal plans, pavement marking and sign plans, cost estimating, and utility installation. Mr. Conroy's design work also includes extensive work with traffic management plans for all roadway classifications. Mr. Conroy's traffic analysis includes data collection, trip generation and distribution, capacity analysis, SYNCHRO modeling, traffic signal warrant analysis, and the preparation of graphics for reports and presentations. Mr. Conroy also has experience with GIS mapping with ESRI ArcMap. Prior to joining the Tetra Tech team Mr. Conroy joined McMahon Associates in the summer of 2007 as a co-op student. After completing multiple co-op rotations and graduating from Northeastern University with a Bachelor of Science in Civil Engineering, he joined McMahon Associate's full-time staff in the June 2009. EXPERIENCE Riverside Dr. near Zoo Dr. Bridge over Los Angeles River, Bridge No. 53C- 1298, City of Los Angeles, CA — Design Support for this is a federally funded project, responsible for conducting plan reviews and approvals by Caltrans District 7 and the Federal Highway Administration (FHWA), when required. With this historic bridge falling below current design standards, Tetra Tech has been contracted for the completion of environmental documentation and permitting, geotechnical and hydraulic analyses, bridge widening and retrofit, traffic and lighting upgrades, and 100% plans, specifications, and estimates (PS&E) in an effort to fix geometric deficiencies, barrier rail vulnerabilities, structural weaknesses, and Los Angeles River Bicycle Lane impedance issues. Golden Valley Road Bike Trail Connection, City of Santa Clarita, CA - Tetra Tech was contracted by The City of Santa Clarita to complete a connection between the existing bike path along Golden Valley Road and the bike ramp at the Santa Clara River Bridge. This connection will give cyclists travelling to and from Soledad Canyon Road access to the Golden Valley Road Bridge, allowing them to cross the Santa Clara River and connecting them to the existing bike trail network. The Tetra Tech team to conduct site inspection and survey reviews of the area of the proposed work as well as an area 10'-25' beyond the area to understand how the proposed improvements tie into the existing site. Survey data was also collected for sidewalks, curb and gutter, cross slope, trees greater than 4 -inches in diameter, surface features of underground utilities and location of above ground utilities. Additional tasks included: site preparation plan, 100% PS&E, and bid phase support. Bus Stop Improvements Project, City of Santa Clarita, CA — Tetra Tech was contracted by The City of Santa Clarita to improve safety, ease, and accessibility for the City's bus patrons through improvements to selected bus stops within Santa Clarita. The bus stops and amenities addressed the needs of the riders, bus drivers, passengers with disabilities, cyclists, motoring public, and people living and working near the stops. Tetra Tech designed a concrete pad and right-of-way for a bus shelter and furniture to avoid damage to the asphalt caused by repeated stopping/starting. In addition, Tetra Tech designed a small retaining wall to Joe Conroy, P.E. Roadway/Civil Education: B.S., Civil Engineering, Northeastern University, 2009 Reg istrati ons/Certifi cations: Registered Professional Engineer California No. 82944 Professional Affiliations: Institute of Transportation Engineers Office: Irvine, California Years of Experience Years with Tetra Tech: O TETRATECH Joe Conroy, P.E. Roadway/Civil maximize impact to the grassy slope, grading of the stop area to avoid flowing water that could disrupt the boarding or waiting areas, placement of the shelters, benches, and trash receptacles. ADA clearances for the sidewalk were required. Interface between the bus stop sites and the two doors of the bus were considered to ensure that the curb height is appropriate, and visibility of the bus stop and signage to enhance the rider's convenience. The Tetra Tech team analyzed the project locations to ensure safe approach and departure of the bus in relation to the driveway adjacent to the bus stop. MassDOT Sign Contract Assignment 2: I-495 Lowell to Methuen, MassDOT, MA — As the Staff Engineer (McMahon Associates), Mr. Conroy was responsible for the design and installation of various classes of guide signs (exit signing, overpass street names, distance signing, etc.) along I-495 from Lowell to Methuen. Responsibilities included designing layout of all guide, regulatory, and warning signs, including customized legends for guide signs. Walnut Street Reconstruction, City of Newton, MA — As the Staff Engineer (McMahon Associates), Mr. Conroy was responsible for developing traffic signal plans at three locations and sign and pavement markings plans for the reconstruction of Walnut Street, from just south of Homer Street to the intersection with Centre Street, as well as, part of Centre Street, from east of Walnut Street to just south of Centre and Boylston Street (Route 9) in Newton, MA. The permanent roadway work will include a provision of limited urban design amenities, such as bicycle lanes and bicycle racks along with cold planning and full -depth reclamation/reconstruction of existing roadway pavement, reconstruction of sidewalks and curb ramps, and minor landscape restoration. Neponset River Bridge On -Call Traffic Management Plans, MassDOT, Boston/Quincy, MA — As the Staff Engineer (McMahon Associates), Mr. Conroy was responsible for providing traffic engineering consulting services to the contractor for the development and monitoring of the traffic management plans on an on-call basis. Other responsibilities included monitoring the flow of traffic through construction zones at the Neponset Circle and approach roadways in Boston and Quincy, and recommending changes to the contractor by on-site traffic monitoring. This project included the use of a "swing lane" that alternates directions to accommodate directional traffic flow within the peak periods. Holloway Street over Route 140 Northbound Bridge Replacement, MassDOT, Taunton, MA — As the Staff Engineer (McMahon Associates), Mr. Conroy was responsible for providing design services for the proposed bridge superstructure replacement that carnes Holloway Street over Route 140 Northbound in Taunton, MA. Mr. Conroy was responsible for design of the approach roadways to the bridges over Route 140. The permanent roadway work will include a raised profile of Holloway Street along with cold planning and full -depth reclamation/ reconstruction of existing roadway pavement, reconstruction of sidewalks and curb ramps, and minor landscape restoration. Standard Traffic Management Plans (TMP) for Central Artery/Tunnel (CA/T), MassDOT, Boston/Somerville, MA — As the Staff Engineer (McMahon Associates), Mr. Conroy was responsible for assisting in the preparation of TMPs for future lane and ramp closures due to construction within the limits of the CA/T project. Fiber Optic Installation, Veroxity Technology Partners, LLC/ Lightower Fiber Networks, MA — As the Staff Engineer (McMahon Associates), Mr. Conroy was responsible for assisting in the preparation of As -Built plans for fiber optic conduit and manhole installations. Mr. Conroy conducted on-site observations during the construction and obtained measurements for use in the As -Built plan. The plan included the existing surface features on the roadway, the underground utilities within the street, the new fiber optic conduit, the new manhole (if applicable), and any other features associated with the installed conduit. O TETRATECH David Kuang, P.E., S.E. Structural Mr. Kuang has over 27 years of experience in structural engineering design, Education: including structural analysis of all types of transportation related structures, B.S., Architectural Engineering, including roadway bridges, drainage infrastructure (box culverts, open channels, California State Polytechnic junction structures, bridges), soundwalls and retaining walls. University, San Luis Obispo, 1988 Mr. Kuang is knowledgeable in the structural design of all construction materials, including structural steel and reinforced concrete design, both conventionally reinforced and prestressed. He has a comprehensive knowledge of seismic retrofit bridge design coupled with extensive experience in conducting on-site assessments and evaluations of earthquake damaged transportation related structures. Mr. Kuang also has design experience in both concrete and masonry tilt -up retrofit construction. Mr. Kuang's bridge experience includes the design of nearly a dozen bridges for various local city and county governmental agencies, including Caltrans, OCTA, and TCA. He is skilled in the use of SEISAB, BDS, STAAD III, and other bridge design software. EXPERIENCE Awma Road Bridge Structural Review and Analysis, South Orange County Wastewater Authority, Laguna Niguel, CA — Tetra Tech performed a structural evaluation for an existing roadway bridge along Awma Road that provides access to SOCWA's Coastal Treatment Plant across Aliso Creek, an existing unlined earthen flood control channel, in the City of Laguna Niguel. This bridge provides secondary access to the treatment plant. The existing bridge superstructure is composed of a single span with an asphalt covered glue - laminated timber bridge deck supported on glue -laminated rectangular girders. Its substructure is supported on cast -in-place reinforced concrete seat -type abutments supported on deep pile foundations. The objective of the structural evaluation was to identify vulnerable elements and components of the bridge structure through structural analysis, based upon available provided documentation, visual on-site observations, and current bridge design standards, which may potentially place the safety of the public using this bridge in jeopardy now and in the foreseeable future. Ice House Canyon Wash Bridge Replacement, Globe, AZ - Gila County Public Works — Structural Engineer responsible for the design, preparation of plans & specifications and construction phase services for the replacement of an existing two-lane, 74 -foot, three span reinforced concrete bridge, with a two- lane, 110 -foot, single span concrete composite AASHTO Girder bridge over Ice House Canyon Wash. The replacement bridge was located approximately 200 - feet downstream (northeast) of the existing bridge along the realigned Jesse Hayes Road, near the city of Globe, Arizona. Bridge Pipeline Crossing Over Coyote Creel, Suburban Water Systems, La Mirada, CA — Structural Engineer assisting with the design, preparation of plans and construction phase services for the replacement of existing pipe supports for a 12 -inch diameter welded steel pipeline attached to the side of an existing concrete slab bridge that spans Coyote Creek along Firestone Boulevard in the city of La Mirada, California. The pipe supports were designed to resist gravity loading from the pipe, as well as vertical and lateral seismic loading. Reg istrati on slCe rtifi cat ions: Registered Structural Engineer, California No. 3945 Registered Civil Engineer, California No. 47499 Professional Affiliations: American Institute of Steel Construction Structural Engineers Association of Southern California Field Safety Certifications Confined Space Fall Protection Office: San Dimas, California Years of Experience: 27 Years with Tetra Tech: 27 O TETRATECH David Kuang, P.E., S.E. Structural I-5/Hasley Canyon Road Interchange, Newhall Land and Farming Company, Castaic, CA — Provided structural construction support for the design and analysis of Hasley Canyon Road overcrossing and Castaic Creek Bridge retrofit/widening. Tetra Tech prepared the PS&E for the reconfiguration of I-5/Hasley Canyon Road Interchange, north of the City of Santa Clarita. The project provides southbound hook ramps to The Old Road at Sedona Way and provides modern roundabout intersections at the northbound ramps' intersection with Hasley Canyon Road and at Hasley Canyon Road/The Old Road intersection. Project was proposed by the County of Los Angeles to provide increased capacity, improve operations, enhance safety, and accommodate planned growth. Project tasks included overall project management, roadway design, drainage, utilities, traffic handling, and coordination with Caltrans District 7. Bridge tasks included replacement of the Hasley Canyon Bridge and the seismic retrofit and widening of the Castaic Creek Bridge. The Hasley Canyon replacement involved two stages of construction to maintain all local and mainline traffic. The Castaic Creek Bridge will be widened to accommodate the revised ramps and signal distances. The seismic retrofit required large diameter shafts and soil enhancements to limit the seismic displacement to the capacity of the non -ductal pier walls. Extensive field tasks included identification of existing utilities and verification of structure as -built conditions. Jeffrey Road Grade Separation, City of Irvine, CA — Provided structural construction support for the pedestrian overcrossing and retaining walls. Tetra Tech prepared PS&E for the Jeffrey Road undercrossing grade separation at the Metrolink rail crossing. Design work tasks included survey, mapping, and right-of-way services; geotechnical investigation; utility identification and relocations; arterial street widening and realignment; two new railroad bridges and a new pedestrianibicycle bridge; design of shoofly and track realignment; storm drainage with pump station; retaining walls; signing, striping, and electrical plans; landscape and irrigation; and construction staging and traffic control. Other project tasks included community outreach; public participation; and coordination with Metrolink, Amtrak, OCTA, CPUC, and BNSF Railroad. Noise mitigation with a temporary soundwall will also be provided during construction. Yuma Proving Grounds Bridge Rehabilitations, Yuma, AZ — For the Yuma Projects office of the US Army Corp of Engineers, Mr. Kuang served as Structural Project Engineer assisting with the preparation of plans and specifications for the rehabilitation of two existing bridge overcrossings and one new dry creek crossing at three Joint Experimental Research Complex (JERC-1, JERC-2 and JERC-3) sites within the Yuma Proving Grounds (YPG) located outside of Yuma, Arizona. Bridge Repair for U.S. Army Corps of Engineers, Yuma Proving Grounds, AZ — Structural Project Manager for Tetra Tech, which prepared plans and specifications for the rehabilitation of two existing bridge overcrossings and one new dry creek crossing at three Joint Experimental Research Complex (JERC-1, JERC-2 and JERC-3) sites within the Yuma Proving Grounds (YPG) located outside of Yuma, Arizona. Tetra Tech's workscope for the JERC- 1 site included replacement of the existing deteriorating ill positioned timber supports at each end of the existing vehicular bridge steel superstructure (adapted from two 90 -foot long flatbed railcars welded together side-by-side and with the wheel assemblies removed) and replacement with a new concrete seat -type abutment, providing repositioned support points at the former wheel assembly locations, inboard of the existing timber support points. The new abutment included wingwalls at each end to contain the approach fill, all supported on a spread footing, designed for lateral soil pressure and military vehicle live loading. Other design features included the addition of structural steel safety barrier guardrailing along each side of the superstructure. Tetra Tech's workscope at the JERC-2 site was similar to that at the JERC-1 site, but instead required the structural retrofit of existing concrete abutment walls at each end with the addition of pier walls supported on new extensions of the existing spread footing in order to reposition bearing points of the existing superstructure at the former wheel assembly locations (like at JERC-1), inboard from the existing support points. Tetra Tech performed a hydrology study at the JERC-3 site in order to determine the required cross sectional area of the unimproved/natural dry creek in order to facilitate Tetra Tech's grading design upstream and downstream of a proposed new triple barrel precast concrete box culvert as well as to determine the required sizes of the boxculvert barrels themselves. Tetra Tech's grading design included the specification of gabion gravity walls to serve as approach wingwalis, and the approach fills themselves. RTSA Alan Raplicka, P.E., G.E. ..�m.,cµ.�,....,..,.o,....,� W�. Materials Testing/Special Inspection Mr. Rasplicka has over 24 years of experience in the field of geotechnical Education: and environmental engineering. His experience includes field and Bachelor of Science Degree, Civil laboratory work, field supervision, and environmental and geotechnical Engineering, California State investigations. Polytechnic University EXPERIENCE Registrations/Certifications: California Registered Geotechnical Mr. Rasplicka has performed geotechnical investigations and provided Engineer, No. 2558 grading and foundation recommendations for many projects, including California Registered Civil shopping centers, industrial centers, residences, apartments, office Engineer, No. 53575 buildings, bridges, tunnels, aqueducts, and critical facilities, including Registered Environmental medical buildings, schools, and fire stations. He has also investigated Assessor, No. 07575 several distressed residences, apartment buildings, condominiums, slopes, OSHA 40 -Hour Hazardous Waste and shopping centers. Expert witness services have been provided for Operations distressed residences, expansive soils, church retaining walls, gross slope stability, and surficial stability. Numerous annual refresher courses Field experience has included construction inspection for hillside grading Unexploded ordnance training operations, compacted earth fills, excavations, pile driving, soil cement bank protection, vibratory stone columns, and slope repair. Mr. Rasplicka 8 Hour Lead Awareness Training has provided recommendations or evaluated data associated with DPIC Contract Review and liquefaction, critical facilities, expansive soils, ground shaking, slope Revision stability, geogrid reinforced slopes, retaining walls, MSE retaining walls, Cone Penetration Testing Short shallow foundations, deep foundations, dewatering, pile driving, Course compaction grouting, slope inclinometers, settlement monitoring, evaluation of Gamma Gamma logging for CIDH pile integrity, evaluation Colorado State University Building on Expansive and Collapsing Soils of wave equation analysis for pile capacity, soil cement construction, surface water infiltration, Environmental Impact Reports, and Phase I Slope Indicator Inclinometer Environmental Assessments. Training Virginia Polytechnic Institute Slope Mr. Rasplicka has performed peer review of geotechnical reports Stability Seminar performed by other geotechnical consultants and also regulatory review of geotechnical reports for the City of Santa Clarita. Mr. Rasplicka has Deep Foundation Institute Soil performed geotechnical safety hazard evaluations for several single family Mixing Specialty Seminar 2006 residences for the City of Santa Clarita from conditions resulting from the Deep Foundation Institute Deep 2005 rain season. Foundations Seminar 2006 AWARDS, PUBLICATIONS, PRESENTATIONS Universityiliyand Wisconsin Slope Stability and Landslide Seminar CGEA 2001 Outstanding Project of the Year Environmental Data Resources Due Diligence Seminars Cal Poly Pomona Civil Engineering Senior Project Judge (2008) Co-author: "Stabilization of a Portion of the Honby Landslide, CGEA 2001 Annual Conference 1998 Long Beach Liquefaction Using a Multi -Directional Approach" in ASCE Seminar Geotechnical Special Publication No. 126 Geotechnical Engineering for Transportation Projects, 2004 Presenter at ASCE Geo -Trans 2004, Los Angeles, California CONSULTING SPA Marieka Schrader, a Senior Biologist and Environmental Planner at GPA, has been managing the environmental process for projects since 2000. At GPA, Ms. Schrader manages the biology group. She also conducts a variety of technical analyses, prepares environmental documents and permit applications, performs quality -control reviews, and conducts construction monitoring. Ms. Schrader's expertise includes environmental compliance pursuant to the National Environmental Policy Act (NEPA), California Environmental Quality Act (CEQA), Section 106 of the National Historic Preservation Act (Section 106), Section 4(f) of the US Department of Transportation Act (Section 4(f)), the federal and state Endangered Species Acts (FSA), Clean Water Act (CWA), and other environmental laws. Ms. Schrader manages completion of the environmental process for projects from initiation through final design, and construction. Ms. Schrader has worked with a number of federal, state, and local lead agencies throughout California, including the Federal Transit Administration (FTA), Federal Highway Administration (FHWA), US Department of Housing and Urban Development (HUD), the California Department of Transportation (Caltrans), and the Los Angeles County Metropolitan Transportation Authority (Metro). Ms. Schrader previously worked as a project manager at PMC, where she managed the environmental process for a number of capital improvement projects in California. Ms. Schrader also worked at Caltrans District 7, where she managed the environmental process for multiple highway projects. For this project, Marieka will serve as the Biology Task Lead and will QA/QC work products. EXPERIENCE Santa Claus Lane Bike Path, MNS Engineers/SBCAG, City of Carpinteria, Carpinteria, CA — Senior Biologist/Biology Task Lead. The Santa Barbara County Association of Governments, in coordination with Caltrans, proposes to construct a bike lane along U.S. 101 in the City of Carpinteria. Ms. Schrader participated in biological field surveys, including vegetation and habitat mapping, wetland delineation, and plant identification, and is preparing the Jurisdictional Delineation for the project. Ms. Schrader is also performing quality control reviews for the CEQA/NEPA documentation. Cottonwood Creek Bridge Replacement, County of Tulare, Tulare County, CA - Senior Biologist/Biology Task Lead. The County of Tulare, in coordination with Caltrans, proposes to replace the existing bridge on Avenue 364 over Cottonwood Creek in Tulare County. Ms. Schrader performed biological field surveys for the project, including vegetation and habitat mapping and plant identification, and is preparing the Impact Natural Environmental Study for the project. Ms. Schrader is also performing quality control reviews for the CEQA/NEPA documentation. West Main Street Shoulder Improvements, Stanislaus County, Stanislaus County, CA — Senior Biologist/Biology Task Lead. The County of Stanislaus, in coordination with Caltrans, proposes to install shoulders along a segment of West Main Street in Stanislaus County. Ms. Schrader participated in biological surveys for the project, including habitat assessment and plant identification, and is managing preparation of the Natural Environmental Study report for the project. Ms. Schrader is also performing quality control reviews for the CEQA/NEPA documentation. Marieka Schrader Environmental Education: B.A, Environmental Studies, University of California, Santa Cruz, 1999 Reg istrati ons/Certifications N/A Professional Affiliations: N/A Office: EI Segundo, California Years of Experience: 14 Years with GPA: Six CONSULTING SPA Marieka Schrader Environmental Lake Road Shoulder Improvements, Stanislaus County, Stanislaus County, CA — Senior Biologist/Biology Task Lead. The County of Stanislaus, in coordination with Caltrans, proposes to install shoulders along a segment of Lake Road in Stanislaus County. Ms. Schrader is managing preparation of the Minimal Impacts Natural Environmental Study report for the project and performing quality control reviews for the CEQA/NEPA documentation. RV and Boat Storage, TetraTech/South Coast Water District, Dana Point, CA — Senior Biologist/Biology Task Lead. The South Coast Water District proposes to develop a currently vacant parcel for RV and boat storage in the City of Dana Point. Ms. Schrader is managing the regulatory permitting and agency consultation for the project. Higuera Street Bridge Replacement, ICF/City of Culver City, Culver City, CA - Senior Biologist/Biology Task Lead. The City of Culver City, in cooperation with Caltrans, proposes to replace the Higuera Street Bridge over Ballona Creek. Ms. Schrader managed preparation of the Natural Environmental Study for the project, pursuant to City and Caltrans requirements, and regulatory permitting. Ms. Schrader is also performing quality control reviews for the CEQA/NEPA documentation. Magnolia Street Bridge, Biggs Cardosa Associates/City of Huntington Beach, Huntington Beach, CA - Senior Biologist. The City of Huntington Beach, in coordination with Caltrans, proposes to repair and rehabilitate Magnolia Street Bridge. Ms. Schrader managed coordination of the Essential Fish Habitat consultation, Section 7 consultation, regulatory permitting, and agency consultation for the project, pursuant to City and Caltrans requirements. Brookhurst Street Bridge, Biggs Cardosa Associates/City of Huntington Beach, Huntington Beach, CA - Senior Biologist. The City of Huntington Beach, in coordination with Caltrans, proposes to repair and rehabilitate Brookhurst Street Bridge. Ms. Schrader is managing the Section 7 consultation, regulatory permitting, and agency consultation for the project, pursuant to City and Caltrans requirements. Sepulveda Boulevard Bridge Widening, HDR, Inc./City of Manhattan Beach, Manhattan Beach, CA - Senior Biologist. Caltrans and the City of Manhattan Beach propose to widen the Sepulveda Boulevard Bridge to provide an additional northbound lane. Ms. Schrader oversaw preparation of the NES(MI) report and the Visual Issues Memorandum for the project, pursuant to City and Caltrans requirements. Ms. Schrader also performed quality control reviews for the CEQA/NEPA documentation. Lewis Road Landscaping, Wall, and Monument Project, City of Camarillo, Camarillo, CA — Senior Biologist. The City of Camarillo plans to improve the appearance of Lewis Road. Ms. Schrader managed preparation of the NES(MI) and coordination with regulatory agencies. Admiralty Drive Bridge, Biggs Cardosa Associates/City of Huntington Beach, Huntington Beach, CA - Senior Biologist/Biology Task Lead. The City of Huntington Beach, in coordination with Caltrans, proposes to repair and rehabilitate the Admiralty Drive Bridge. Ms. Schrader is managing the Natural Environmental Study, Essential Fish Habitat consultation, and regulatory permitting for the project, pursuant to City and Caltrans requirements. Ms. Schrader is also performing quality control reviews for the CEQA/NEPA documentation. Humboldt Drive Bridge, Biggs Cardosa Associates/City of Huntington Beach, Huntington Beach, CA - Senior Biologist/Biology Task Lead. The City of Huntington Beach, in coordination with Caltrans, proposes to repair and rehabilitate the Humboldt Drive Bridge. Ms. Schrader is managing the biology studies (Natural Environmental Study), Essential Fish Habitat consultation, and regulatory permitting for the project, pursuant to City and Caltrans requirements. Ms. Schrader is also performing quality control reviews for the CEQA/NEPA documentation. CONS VLTINC G PTA Stan Glowacki, a Senior Biologist at GPA Consulting, has been working in the fish biology and aquatic ecology fields since 1991. He has extensive experience working on projects that involve State and federally protected aquatic species. At GPA, Mr. Glowacki manages biology for a variety of projects. Mr. Glowacki conducts construction monitoring, mitigation site monitoring, technical analyses, onsite biological surveys, protected -species protocol surveys, and prepares environmental documents. Having worked with protected species in both the public and private sector over the past 15 years, Mr. Glowacki has a broad understanding of environmental regulatory processes, environmental planning, project permitting, construction site surveys and monitoring, and environmental protection measures that minimize project impacts on protected species and their habitat. Mr. Glowacki has also been trained in Army Corps of Engineers wetlands delineation. Prior to joining GPA, Mr. Glowacki was a steelhead fisheries biologist for the National Marine Fisheries Service (NMFS) Protected Resource Division at the Southern California Office. His ten years of service as a federal biologist has afforded him accredited expertise with regulatory procedures and processes involved with federal and state laws, including NEPA, CEQA, Endangered Species Act (ESA) Section 7, ESA Section 10, Clean Water Act Permits, and California Department of Fish and Game Streambed Alteration Agreements. With his combined experience as a biologist for NMFS and several consulting firms, Mr. Glowacki is adept at providing clients regulatory guidance and technical assistance on projects that may affect protected species. Mr. Glowacki's project experience includes bridge replacements, bridge retrofits, bank stabilization projects, highway improvement projects, flood -control projects, fish migration barrier removal projects, riparian restoration projects, and fisheries habitat restoration projects. EXPERIENCE North Spring Street Viaduct, Psomas/City of Los Angeles, Los Angeles, CA — Senior Biologist. The City of Los Angeles is widening the historic North Spring Street Bridge over the Los Angeles River. Mr. Glowacki performed pre - construction nesting bird and bat species surveys. Mr. Glowacki will be responsible for implementing continuing springtime biological surveys, protected species surveys, construction monitoring, and permit compliance monitoring during the four years of construction. Old Creek Road Bridge Replacement Project, County of Ventura, Ventura County, CA — The County of Ventura, with support from Caltrans and CDFG, replaced a low-water crossing with a multi -span bridge to provide safe year- round vehicular crossing over San Antonio Creek and to restore steelhead habitat. As Senior Biologist, Mr. Glowacki is responsible for providing permitting agencies with project completion reports, managing the mitigation monitoring of the project site, evaluating success criteria for the re -vegetation sites in the impact areas, and providing yearly Mitigation Monitoring Reports to Ventura County and CDFW for the duration of the five-year mitigation monitoring period. Stan Glowacki Environmental Education: M.S., Fisheries Biology, Humboldt State University, 2003 B.A., Aquatic Biology, University of California, Santa Barbara, with honors, 1990 Training/Certifications: 2015: Biology and Conservation of the California Tiger Salamander; Elkhorn Slough Coastal Training Program 2013: Biology and Management of the California Red -legged Frog; Elkhorn Slough Coastal Training Program 2013: Southwestern Willow Flycatcher Survey; Southern Sierra Research Station 2013: Managing Habitats for California Red -legged Frog; Elkhorn Slough Coastal Training 2011: Wetland Delineation Training for U.S. Army Corps of Engineers Methodology 2010: Salmonid Fish Passage Workshop and Field Training Office: EI Segundo, CA Years of Experience: 24 Years with GPA: Five CONS VLr INC G PTA Stan Glowacki Environmental Fletcher Drive Bridge Seismic Retrofit, City of Los Angeles, Los Angeles, CA — The City of Los Angeles is currently retrofitting the Fletcher Drive Bridge over the Los Angeles River to meet Caltrans' updated seismic standards. As Senior Biologist, Mr. Glowacki is responsible for managing construction monitoring, permit compliance, and permit revisions that are needed throughout the project. Mr. Glowacki is also responsible for photograph documentation, conducting weekly biological surveys of the construction site, and generating project reports for permitting agencies. Riverside Drive Bridge Widening, Tetra Tech/City of Los Angeles, Los Angeles, CA — The City of Los Angeles is widening the Riverside Drive Bridge over the Los Angeles River. As the Senior Biologist, Mr. Glowacki performed springtime biological surveys and nesting bird surveys throughout the project site. Mr. Glowacki also performed a wetland delineation on the project site and produced a wetland delineation report which was submitted to the U.S. Army Corps of Engineers for verification. Mr. Glowacki also drafted the Natural Environment Study for the project. SR 150 Santa Paula Creek Bank Stabilization and Fishway Project, Caltrans, Ventura County, CA — Caltrans constructed a large-scale bank stabilization and fish passage project on Santa Paula Creek adjacent to SR -150 near the City of Santa Paula. As the Senior Biologist, Mr. Glowacki managed the biological monitoring of the project site, and provided permit compliance oversight and technical assistance to Caltrans during construction. Mr. Glowacki also performed periodic fish surveys within the project area, and captured and relocated endangered southern California steelhead, and other fish species, out of the project area. Now that the fish passage construction is complete, Mr. Glowacki is performing testing and monitoring of the fishway to ensure that it meets resource agency guidelines and protocols for endangered steelhead passage. US 101 HOV Widening, Caltrans District 7, Ventura/Santa Barbara Counties, CA — Senior Biologist. Caltrans is constructing HOV lanes along a 6 -mile segment of US 101. Mr. Glowacki conducted pre -construction protected species surveys, nesting bird surveys, and construction monitoring. Mr. Glowacki also relocated sensitive amphibian species from the project impact area. Mr. Glowacki will continue performing protected species surveys and monitoring through 2013. Admiralty Drive Bridge, Biggs Cardosa Associates/City of Huntington Beach, Huntington Beach, CA — The City of Huntington Beach, in coordination with Caltrans, proposes to repair and rehabilitate the Admiralty Drive Bridge in the Huntington Beach Harbour. As Senior Biologist, Mr. Glowacki performed species surveys for the Natural Environmental Study, and prepared the Essential Fish Habitat Assessment (EFH) in preparation for the ETH consultation with NMFS, pursuant to City and Caltrans requirements. Humboldt Drive Bridge, Biggs Cardosa Associates/City of Huntington Beach, Huntington Beach, CA — Senior Biologist. The City of Huntington Beach, in coordination with Caltrans, proposes to repair and rehabilitate the Humboldt Drive Bridge in the Huntington Beach Harbour. Mr. Glowacki performed species surveys for the Natural Environmental Study, and prepared the EFH Assessment in preparation for the EFH consultation with NMFS, pursuant to City and Caltrans requirements. Avenue 26 Bridge Seismic Retrofit, TetraTech/City of Los Angeles, Los Angeles, CA — Senior Biologist conducted biological fieldwork and research, coordinated with regulatory agencies, and prepared the NES(MI). Agoura Road Widening Project, Kimley-Horn Associates/City of Agoura Hills, Agoura Hills, CA — Senior Biologist. The City of Agoura Hills is widening a section of Agoura Road. Mr. Glowacki surveyed debris basins and surrounding habitat within the project area for sensitive plant and animal species and confirmed the jurisdictional wetlands delineation performed for the project. Higuera Street Bridge Replacement, IDC/City of Culver City, Culver City, CA — Culver City, in cooperation with Caltrans, proposes to replace and widen the Higuem Street Bridge over Ballona Creek to meet current California earthquake safety standards and accommodate pedestrians and bicyclists safely. As Senior Biologist, Mr. Glowacki performed onsite biological surveys and is completing the Natural Environment Study for the project. OTETRATECH Mr. Metz has been a member of the Tetra Tech team for over 14 years, with experience on both public and private sector projects of varying size. Mr. Metz is experienced in the design and preparation of plans for sewer transmission systems, water distribution systems, street and storm drain improvements and grading activities varying from mass grading to final precise grading plans. Mr. Metz also holds a working knowledge of cost estimating. He is also well -versed in the preparation of plans for structural engineering projects. Mr. Metz is accomplished in CAD Design with extensive knowledge in Autodesk's Civil 3d, Revit & Navisworks BIM software along with the operation and maintaining of standards and details. Mr. Metz has been appointed a Designated Liaison with Tetra Tech's information technology department, and continues to be at the forefront of CAD and computer technology -related ideas and upgrades. EXPERIENCE Rehabilitation of Huntington State Beach Parking Lot, City of Huntington Beach, Huntington Beach, CA — Survey Lead in charge of identifying and collecting data along the perimeter of the proposed improvements for the purpose of verifying the design edge and join conditions. Tetra Tech provided a Plans, Specifications, and Estimate (PS&E) package for the rehabilitation of the Huntington State Beach parking lot located along Pacific Coast Highway for the City of Huntington Beach. Houghton Park Community Center, City of Long Beach, Long Beach, CA - Survey Lead in charge of completing the horizontal and vertical site control, topographic survey, cross-sections and profile survey, preparation of horizontal control plans, and preparation of existing conditions base map. Tetra Tech was contracted to provide civil engineering services, including survey services and permitting support services for the new Houghton Park Community Center in Long Beach, California. The current center is utilized for youth, teen, adult and senior programs. Past studies and inspection of the center have concluded that in order to meet the needs of the community, a full replacement is desired. The City of Long Beach seeks to build an approximately 20,000 square feet building with shared spaces that can be programmed in a variety of ways and transformed easily into spaces of varying size. The final design is intended to efficiently house staff and support services, improve site safety, command and control and sustainably provide for the needs of the community. Mr. Metz lead the survey team to compete the following: horizontal and vertical site control, topographic survey, cross- sections and profile survey, preparation of horizontal control plans, and preparation of existing conditions base map. Riverside Dr. near Zoo Dr. Bridge over Los Angeles River, Bridge No. 53C- 1298, City of Los Angeles, CA — Performed field survey for the bridge widening project and retrofit of this historic bridge which was falling below current design standards. Mr. Metz performed field surveys and site surveys to support the bridge widening and retrofit, traffic and lighting upgrades, and 100% plans, specifications, and estimates (PS&E) in an effort to correct geometric deficiencies, barrier rail vulnerabilities, structural weaknesses, and Los Angeles River Bicycle Lane impedance issues. This was a federally funded project and plan reviews and approvals by Caltrans District 7 and the Federal Highway Administration (FHWA) were required. Eric Metz, PLS Survey Education: Allan Hancock College, Business Marketing, Liberal Arts Transfer Studies Allan Hancock College Design Courses: -Architectural Drawing -Architectural Delineation - Architectural Graphics - Computer -Aided Drafting - Networking Essentials - PC Care and Upgrading Reg i stratio n s/Certifications: Registered Professional Land Surveyor California No. 9198 Computer Technician A+ Certification Office: Irvine, California Years of Experience: 14 Years with Tetra Tech: 14 O TETRATECH Eric Metz, PLS Survey Surveying and Mapping at Naval Air Weapons Station (NAWS) China Lake, NAVFAC SW, China Lake, CA — Performed surveying and mapping to establish new horizontal and vertical control monuments in the areas at and surrounding the runway to provide a uniform set of horizontal and vertical values for consistency of datums for future work done within these areas. Tetra Tech prepared Horizontal and Vertical Control Map including the basis of coordinates, benchmark, procedure of survey, vicinity map indicating monument locations, point listing, monument stamping, northing, easting, latitude, longitude, elevation, plane convergence, grid scale factor, elevation scale factor and combined factor. Also, provided concrete survey monument with bronze survey marker set above grade and stamped following Government standards. All survey research material and related documents were scanned and hyperlinked as required by NAVFAC SW. Boundary Surveys for NRCS Easements, Natural Resources Conservation Services, CA —Performed field surveys for the Natural Resources Conservation Services (NRCS) Wetland Restoration and Protection (WRP) Easement Program. Tetra Tech was contracted by the NRCS to provide boundary surveys, legal descriptions and exhibits, and GIS data for 33 separate sites in 12 Northern California counties. Project sites range in size from 1 I to 2,871 acres and located primarily in agricultural crop or grazing land. The survey work consists of performing field boundary surveys to define the parent parcel, and topographic surveys to define the WRP easement boundary. Once the boundaries are defined, legal descriptions and plats are produced to accompany warranty deeds, thus creating the easements. The final stage of the project includes monumenting the angle points of the easement. Tetra Tech will install easement witness posts at 500 foot intervals along the boundary of the easement. Once these tasks are completed, Tetra Tech will file Records of Survey for the boundaries in the county in which the WRP Easement is located. Critical to this project is adherence to an aggressive schedule of 90 days for completion of each site's survey tasks. Facilities Rehab and Enlargement of Building 510, Air Force Plant 42, Kishimoto Architects, Palmdale, CA — Performed field surveys of the existing site to support the preparation of Design -Bid -Build plans and specifications for an upgraded communications hub. Project scope includes topographic survey of existing site, civil upgrades for a new parking lot and upgraded security fencing. Structural upgrades include a new concrete shell for blast protection and seismic upgrades, upgraded mechanical systems, electrical, communications, dry type fire protection, and fire alarm design services for the rehabilitation and enlargement of Building 510. Design/Build Services for Fiber Optic Network Project, Port of Long Beach, Long Beach, CA — Provided as - built survey services to document the actual physical location of the installed fiber optic network. This project is a Design/Build for the Port of Long Beach to build a secure fiber optic network connecting Security Personnel, First Responders, and Regional Stakeholders. This project involves laying over 16 miles of fiber, setting manholes and handholes, and connecting existing buildings and security devices onto the network. The network was designed to be self -healing and was installed using a unique blown fiber technique. Elmer Avenue Phase II Project, City of Los Angeles BOE, Sun Valley, CA — Performed field survey for this City of Los Angeles Bureau of Engineering, Proposition O project. This project is an essential part of advancing green infrastructure approaches that transform neighborhoods and environments, and an important step towards a more complete green streets and infrastructure toolkit for the City of Los Angeles Department of Public Works. Mr. Metz performed field and site surveys to support the design of new catch basins and storm drain piping that collects and conveys additional stormwater to the infiltration galleries. Daggett Ridge Wind Farm, AES Wind Generation, Inc., Barstow, CA — Field Survey/Mapping for an 82.5 MW wind energy project located south of Barstow, CA. Mr. Metz assisted in the preparation of legal descriptions for easements and the project boundary, as well as preformed a power line survey to verify clearances below high power electrical lines. Survey services performed included the preparation of Records of Survey, ALTA surveys, and coordination of aerial topography and access easements across federal HIM land and private. Comprehensive site surveys were conducted to locate overhead power transmission lines for Metropolitan Water District. i W4