Loading...
HomeMy WebLinkAbout2014-06-24 - AGENDA REPORTS - NEWHALL RANCH RD WIDNG S1039 (4)CONSENT CALENDAR DATE: SUBJECT: DEPARTMENT: Agenda Item: 10 CITY OF SANTA CLARITA AGENDA REPORT City Manager Approval Item to be presented by: June 24, 2014 'i/..4 -.*10' NEWHALL RANCH ROAD BRIDGE WIDENING, PROJECT S1039 - AWARD DESIGN CONTRACT Public Works RECOMMENDED ACTION City Council: 1. Award the design contract for the Newhall Ranch Road Bridge Widening, Project S1039, to T.Y. Lin International, in the amount of $762,944; authorize a contingency in the amount of $152,589, for a total contract amount not to exceed $915,533. 2. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The existing Newhall Ranch Road Bridge over San Francisquito Creek, is a six -span, precast/prestressed I -girder bridge built in 1996. The bridge is on the Federal Eligible Bridge List and is eligible for federal funding under the Surface Transportation Program (STP) of the Moving Ahead with Progress in the 21st Century (MAP -21) Act. The federal funds are available for design and construction of this bridge -widening project. Newhall Ranch Road is part of the Cross Valley Connector, which is intended to enhance connectivity and capacity for east -west traffic across the Santa Clarita Valley. Providing a direct connection between State Route 14 and Interstate 5, Newhall Ranch Road is designated in the City of Santa Clarita's (City) General Plan as eight travel lanes and a Class I bike path adjacent to the roadway. Newhall Ranch Road between Avenue Tibbitts and McBean Parkway narrows from eight lanes to six. Therefore, the existing bridge lane capacity is inadequate and requires widening to meet }i� the City's growing commuting needs. The proposed bridge widening will resolve the traffic "bottleneck," add a multi -use path to connect the existing trails along Newhall Ranch Road, and provide a trail connection to the San Francisquito Creek Trail on the west side of the bridge. Lighting to both sides of the bridge and landscaped medians will be included as part of the project. Based on the Highway Bridge Program guidelines, all structural deficiencies are to be rehabilitated by the project. This includes, but is not limited to, sealing the existing bridge deck, replacing the joint seals, adding approach slabs, and other work. The proposed bridge includes a solid concrete barrier to separate pedestrian and bicycle traffic from vehicular traffic. The bridge design will follow California Department of Transportation (Caltrans) bridge design manuals and the American Association of State Highway and Transportation Officials' Load and Resistance Factor Design specifications with California amendments, including the latest Seismic Design Criteria. Design Team Selection Process On February 5, 2014, a Request for Proposal (RFP) was sent to six civil engineering design firms with experience on similar projects on the City's design consultant list. The RFP was also advertised in the Daily News to seek other civil engineering firms with experience and qualifications for the design of this project. Four proposals were received by the City by March 5, 2014. City staff reviewed the proposals and interviewed the top three firms. The following is a summary of these engineering firms with their ranking and scores: Ranking Company Location Score 1 T.Y. Lin International San Diego, CA 96 2 Dokken Engineering Folsom, CA 95 3 Willdan Group, Inc. Industry, CA 91 The overall ratings were based on the proposals and the interviews. The scoring system heavily emphasized the understanding of the required scope of work, key and potential issues and resolutions, experience with bridge design and construction, qualifications of the project team and their resources, quality and completeness of the proposals, and understanding of the federal process and Caltrans oversight. Although all three high -ranked firms prepared strong proposals and had great presentations, staff recommends T.Y. Lin International (T.Y. Lin) as the most qualified civil engineering design firm. T.Y. Lin was previously hired by a local developer to design a bridge widening at this location. While the widening did not occur and the desired plans will be notably different, this work provided a unique familiarity of the site. An understanding of the scope and a resolution of potential issues was demonstrated in their proposal and presentation. Issues identified include bikeway connection, environmental impacts, staging areas, sight -distance modification, and potential utility conflicts. Their proposal listed experience with numerous projects with similar qualities as the Newhall Ranch Road Bridge Widening project. In addition, T.Y. Lin is the only consultant who is able to accelerate the completion schedule for this project. The other consultants would take significantly longer to complete the environmental process and design. PA In summary, T.Y. Lin has considerable experience with similar federally funded bridge projects, and the accelerated project delivery will not only move up the project completion date, but also reduce City staff time and the project cost. Their negotiated design cost of $762,944 is substantially lower than the estimated independent cost of $1.6 million prepared by City staff and the expected cost of the other proposers. The contingency amount requested will cover the cost of unforeseen engineering studies and plans that may be required by outside agencies such as Caltrans, the Los Angeles County Department of Public Works, the California Department of Fish and Wildlife, the U.S. Army Corps of Engineers, U.S. Wildlife Department, the Los Angeles Regional Water Quality Control Board, and the California Department of Water Resources. California Government Code 4526 prescribes selection of architectural and engineering services to be based on demonstrated competence and professional qualification necessary for the satisfactory performance of the services required, does not authorize the selection of professional architectural and engineering services based on costs, and does not require the cost proposals to be sealed. However, federally funded design projects, such as this, require the City to follow the strict federal guidelines in the Caltrans Local Assistance Procedure Manual (LAPM). In the Consultant Selection section of the LAPM, it clearly states, "Each consultant's cost proposal must remain sealed until negotiations commence with that particular consultant." Therefore, unless the recommended action to award to the top most -qualified firm is not approved, the other cost proposals submitted must remain sealed. Per the federal guidelines of the LAPM, staff opened T.Y. Lin's sealed cost proposal and negotiated a final contract at a fair and reasonable price for the services requested in the RFP. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT Adequate funds are appropriated in Expenditure Accounts 51039229-5161.001 (Miscellaneous Federal Grant) and S1039230-5161.001 (Gas Tax) to provide for design and environmental costs. ATTACHMENTS Aerial Map Bridge Cross Section Contract available in the City Clerk's Reading File Exhibit A - Scope of Work available in the City Clerk's Reading File I r Exis I -Gil Trp L,,` NEWHALL RANCH ROAD ---------------------------•--•------------------------------ n TYPICAL SECTION 5 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND T.Y. LIN INTERNATIONAL Contract No. 14-00207 This AGREEMENT is entered into this _ day of 20_, by and between the CITY OF SANTA CLARITA, a municipal corporation and general law city ("CITY") and T.Y. LIN INTERNATIONAL, a limited corporation, ("CONSULTANT"). 1. CONSIDERATION. A. As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF WORK, below; and B. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONSULTANT a sum not to exceed nine hundred fifteen thousand five hundred thirty three dollars ($915,533) for CONSULTANT's services. CITY may modify this amount as set forth below. Unless otherwise specified by written amendment to this Agreement, CITY will pay this sum as specified in the Cost Proposal, attached hereto as Exhibit "A," which is incorporated by reference. 2. SCOPE OF SERVICES. A. CONSULTANT will perform services listed in the Scope of Work, attached hereto as Exhibit "A," which is incorporated by reference. B. CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. 3. PERFORMANCE STANDARDS. While performing this Agreement, CONSULTANT will use the appropriate generally accepted professional standards of practice existing at the time of performance utilized by persons engaged in providing similar services. CITY will continuously monitor CONSULTANT's services. CITY will notify CONSULTANT of any deficiencies and CONSULTANT will have fifteen (15) days after such notification to cure any shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be borne by CONSULTANT. Revised 10/2013 Page I of 21 4. PAYMENTS. A. The method of payment for this Agreement will be based on actual cost plus a fixed fee. CITY will reimburse CONSULTANT for actual costs (including labor costs, employee benefits, travel, equipment rental costs, overhead and other direct costs) incurred by CONSULTANT in performance of the work. CONSULTANT will not be reimbursed for actual costs that exceed the estimated wage rates, employee benefits, travel, equipment rental, overhead, and other estimated costs set forth in the approved CONSULTANT'S Cost Proposal, unless additional reimbursement is provided for by contract amendment. In no event, will CONSULTANT be reimbursed for overhead costs at a rate that exceeds CITY's approved overhead rate set forth in the attached Cost Proposal. In the event, that CITY determines that a change to the work from that specified in the Cost Proposal and Agreement is required, the contract time or actual costs reimbursable by CITY shall be adjusted by contract amendment to accommodate the changed work. The maximum total cost as specified in Paragraph "H" shall not be exceeded, unless authorized by contract amendment. B. In addition to the allowable incurred costs, CITY will pay CONSULTANT a fee of $65,261. The fixed fee is nonadjustable for the term of the Agreement, except in the event of a significant change in the scope of work and such adjustment is made by contract amendment. C. Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. D. When milestone cost estimates are included in the approved Cost Proposal, CONSULTANT shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate. E. Progress payments will be made monthly in arrears based on services provided and allowable incurred costs. A pro rata portion of CONSULTANT's fixed fee will be included in the monthly progress payments. If CONSULTANT fails to submit the required deliverable items according to the schedule set forth in the Scope of Services, CITY shall have the right to delay payment or terminate this Agreement in accordance with the provisions of Section 21 Termination. F. No payment will be made prior to approval of any work, nor for any work performed prior to approval of this Agreement. Revised 10/2013 Page 2 of 21 G. CONSULTANT will be reimbursed, as promptly as fiscal procedures will permit upon receipt by CITY's Contract Administrator of itemized invoices in triplicate. Invoices shall be submitted no later than 45 calendar days after the performance of work for which CONSULTANT is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this Agreement number and project title. Final invoice must contain the final cost and all credits due. CITY including any equipment purchased under the provisions of Section 35 Equipment Purchase of this Agreement. The final invoice should be submitted within 60 calendar days after completion of CONSULTANT's work. Invoices shall be mailed to CITY's Contract Administrator at the following address: City of Santa Clarita 23920 Valencia Blvd. Suite 300 Santa Clarita, CA 91355 Attention: Monica Heredia, P.E. H. The total amount payable by CITY including the fixed fee shall not exceed nine hundred fifteen thousand five hundred thirty three dollars ($915,533). I. Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by CITY's Contract Administrator. For personnel subject to prevailing wage rates as described in the California Labor Code, all salary increases, which are the direct result of changes in the prevailing wage rates are reimbursable. J. All subcontracts in excess of $25,000 shall contain the above provisions. K. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit a detailed invoice to CITY which lists the hours worked and hourly rates for each personnel category and reimbursable costs (all as set forth in the Cost Proposal) the tasks performed, the percentage of the task completed during the billing period, the cumulative percentage completed for each task, the total cost of that work during the preceding billing month and a cumulative cash flow curve showing projected and actual expenditures versus time to date. 5. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT for current services are within the current budget and within an available, unexhausted and unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this Agreement will cover only those costs incurred up to the conclusion of the current fiscal year. 6. ADDITIONAL WORK. If CONSULTANT believes Additional Work is needed to complete the Scope of Work, CONSULTANT will provide the CITY with written notification that contains a specific description of the proposed Additional Work, reasons for such Additional Work, and a detailed proposal regarding cost. 7. FAMILIARITY WITH WORK. A. By executing this Agreement, CONSULTANT agrees that it has: Revised 10/2013 Page 3 of 21 i. Carefully investigated and considered the scope of services to be performed; and ii. Carefully considered how the services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONSULTANT agrees that CONSULTANT has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONSULTANT discover any latent or unknown conditions that may materially affect the performance of the services, CONSULTANT will immediately inform CITY of such fact and will not proceed except at CONSULTANT's own risk until written instructions are received from CITY. 8. TERM. The term of this Agreement will be from July 1, 2014 to July 1, 2016. Unless otherwise determined by written amendment between the parties, this Agreement will terminate in the following instances: A. Completion of the work specified in the Scope of Work. C. The Agreement shall end on the above set date, unless extended by contract amendment. D. Termination as stated in Section 21. 9. TIl14E FOR PERFORMANCE. A. CONSULTANT will not perform any work under this Agreement until: i. CONSULTANT furnishes proof of insurance as required under Section 33 of this Agreement; and ii. CITY gives CONSULTANT a written notice to proceed. B. Should CONSULTANT begin work on any phase in advance of receiving written authorization to proceed, any such professional services are at CONSULTANT's own risk. Consultant is advised that any recommendation for contract award is not binding on the CITY until the contract is fully executed and approved by the CITY. 10. TMM EXTENSIONS. Should CONSULTANT be delayed by causes beyond CONSULTANT's control, CITY may grant a time extension for the completion of the contracted services. If delay occurs, CONSULTANT must notify the CITY's Project Manager within forty- eight hours (48 hours), in writing, of the cause and the extent of the delay and how such delay interferes with the Agreement's schedule. The CITY's Project Manager will extend the completion time, when appropriate, for the completion of the contracted services. Revised 10/1013 Page 4 of 21 11. CHANGE IN TERMS. A. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with a written agreement between the parties. B. CONSULTANT shall only commence work covered by an amendment after the amendment is executed and notification to proceed has been provided by CITY's Contract Administrator. C. There shall be no change in CONSULTANT's Project Manager or members of the project team, as listed in the approved Cost Proposal, which is a part of this Agreement, without prior written approval by CITY's Contract Administrator. 12. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CrfY with a Taxpayer Identification Number. 13. DISADVANTAGED BUSINESS ENTERPRISES (DBE) PARTICIPATION. Consultants must give consideration to DBE firms as specified in 23 CFR §172.5(b), 49 CFR, Part 26. If the Agreement has a DBE goal, CONSULTANT must meet the goal by using DBEs as subconsultants or document a good faith effort to have met the goal. If a DBE subconsultant is unable to perform, CONSULTANT must make a good faith effort to replace him/her with another DBE subconsultant if the goal is not otherwise met. A DBE may be terminated only with written approval by CITY and only for the reasons specified in 49 CFR 26.53 (f). Prior to requesting CITY's consent for the proposed termination, the prime consultant must meet the procedural requirements specified in 49 CFR 26.53(f). 14. STANDARD CONTRACT PROVISIONS FOR SUBCONSULTANT/DBE PARTICIPATION A. Subconsultants i. Nothing contained in this Agreement or otherwise, shall create any contractual relation between the CITY and any subconsultants, and no subcontract shall relieve the CONSULTANT of his/her responsibilities and obligations hereunder. The CONSULTANT agrees to be as fully responsible to the CITY for the acts and omissions of its subconsultants and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the CONSULTANT. The Consultant's obligation to pay its subconsultants is an independent obligation from the CITY's obligation to make payments to the CONSULTANT. ii. Any subcontract in excess of $25,000, entered into as a result of this Agreement, shall contain all the provisions stipulated in this Agreement to be applicable to subconsultants. iii. CONSULTANT shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to the CONSULTANT by the CITY. Revised 1012013 Page 5 of 21 iv. Any substitution of subconsultants must be approved in writing by the CITY's Contract Administrator in advance of assigning work to a substitute subconsultant. B. Disadvantaged Business Enterprise (DBE) Participation i. This Agreement is subject to 49 CFR, Part 26 entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs". Proposers who obtain DBE participation on this Agreement will assist Caltrans in meeting its federally mandated statewide overall DBE goal. ii. If the Agreement has a DBE goal, the CONSULTANT must meet the goal by committing DBE participation or document a good faith effort to meet the goal. If a DBE subconsultant is unable to perform, the CONSULTANT must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. A DBE is a firm meeting the definition of a DBE as specified in 49 CFR. iii. DBEs and other small businesses, as defined in 49 CFR, Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds. The CONSULTANT or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The CONSULTANT shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of US DOT- assisted agreements. Failure by the CONSULTANT to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the local agency deems appropriate. iv. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this section. V. A DBE may be terminated only with prior written approval from the CITY and only for the reasons specified in 49 CFR 26.53(f). Prior to requesting CITY consent for the termination, the prime CONSULTANT must meet the procedural requirements specified in 49 CFR 26.53(f). C. Performance of DBE Consultant and other DBE Subconsultants/Suppliers i. A DBE performs a commercially useful function when it is responsible for execution of the work of the Agreement and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible with respect to materials and supplies used on the Agreement, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, evaluate the amount of work subcontracted, industry practices; whether the amount the fore is to be paid under the Agreement is commensurate with the work it is actually performing; and other relevant factors. ii. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, Agreement, or project through which funds are passed in order to obtain the appearance of DBE participation. In Revised 10/2013 Page 6 of 21 determining whether a DBE is such an extra participant, examine similar transactions, particularly those in which DBEs do not participate. iii. If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost of its Agreement with its own work force, or the DBE subcontracts a greater portion of the work of the Contract than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that it is not performing a commercially useful function. D. Prompt Payment of Funds Withheld to Subconsultants i. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this section. ii. No retainage will be withheld by the CITY from progress payments due the prime CONSULTANT. Retainage by the prime CONSULTANT or subconsultants is prohibited, and no retainage will be held by the prime CONSULTANT from progress due subconsultants. Any violation of this provision shall subject the violating prime CONSULTANT or subconsultants to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the prime CONSULTANT or subconsultant in the event of a dispute involving late payment or nonpayment by the prime CONSULTANT or deficient subconsultant performance, or noncompliance by a subconsultant. This provision applies to both DBE and non -DBE prime CONSULTANT and subconsultants. E. DBE Records i. The CONSULTANT shall maintain records of materials purchased or supplied from all subcontracts entered into with certified DBEs. The records shall show the name and business address of each DBE or vendor and the total dollar amount actually paid each DBE or vendor, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all firms. DBE prime consultants shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. ii. Upon completion of the Agreement, a summary of these records shall be prepared and submitted on the form entitled, "Final Report -Utilization of Disadvantaged Business Enterprise (DBE), First -Tier Subconsultants," CEM -2402F (Exhibit 17- F, Chapter 17, of the LAPM), certified correct by the CONSULTANT or the CONSULTANT's authorized representative and shall be furnished to the CITY's Contract Administrator with the final invoice. Failure to provide the summary of DBE payments with the final invoice will result in 25 percent of the dollar value of the invoice being withheld from payment until the form is submitted. The amount will be returned to the CONSULTANT when a satisfactory "Final Report -Utilization of Disadvantaged Business Enterprises (DBE), First -Tier Subconsultants" is submitted to the C1TY's Contract Administrator. F. DBE Certification and Decertification Status Revised 10/7013 Page 7 of 21 If a DBE subconsultant is decertified during the life of the Agreement, the decertified subconsultant shall notify the CONSULTANT in writing with the date of decertification. If a subconsultant becomes a certified DBE during the life of the Agreement, the subconsultant shall notify the CONSULTANT in writing with the date of certification. Any changes should be reported to the CITY's Contract Administrator within 30 days. 15. COST PRINCIPLES. A. CONSULTANT agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31 et seq., shall be used to determine the cost allowability of individual items. B. CONSULTANT also agrees to comply with federal procedures in accordance with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. C. Any costs for which payment has been made to CONSULTANT that are determined by subsequent audit to be unallowable under 49 CFR Part 18 and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by CONSULTANT to CITY. 16. STATE PREVAILING WAGE RATES. A. CONSULTANT shall comply with the State of California's General Prevailing Wage Rate requirements in accordance with California Labor Code, Section 1770, and all Federal, State, and local laws and ordinances applicable to the work. Prevailing wages will apply if the services to be performed will involve land surveying (such as flag persons, survey party chief, rodman or chainman), materials sampling and testing (such as drilling rig operators, pile driving, crane operators), inspection work, soils or foundation investigations, environmental hazardous materials and so forth. California State Prevailing Wage information is available through the California Department of Industrial Relations website at: httn://dir.ca.,gov/dlsr/statistics research.html. B. Any subcontract entered into as a result of this Agreement if for more than $25,000 for public works construction or more than $15,000 for the alteration, demolition, repair, or maintenance of public works, shall contain all of the provisions of this Article. 17. DISPUTES. A. Any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by agreement shall be decided by a committee consisting of CITY's Contract Administrator and the CITY's Director of Public Works, who may consider written or verbal information submitted by CONSULTANT. B. Not later than 30 days after completion of all deliverables necessary to complete the plans, specifications and estimate, CONSULTANT may request review by the City Council of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. C. Neither the pendency of a dispute, nor its consideration by the committee will excuse CONSULTANT from full and timely performance in accordance with the terms of this Agreement. Revised 1012013 Page 8 of 21 18. AUDIT REVIEW PROCEDURES. A. Any dispute concerning a question of fact arising under an interim or post audit of this Agreement that is not disposed of by agreement, shall be reviewed by CITY's Chief Financial Officer. B. Not later than 30 days after issuance of the final audit report, CONSULTANT may request a review by CITY's Chief Financial Officer of unresolved audit issues. The request for review will be submitted in writing. C. Neither the pendency of a dispute nor its consideration by CITY will excuse CONSULTANT from full and timely performance, in accordance with the terms of this Agreement. D. CONSULTANT and subconsultants' contracts, including cost proposals and indirect cost rates (ICR), are subject to audits or reviews such as, but not limited to, a Contract Audit, an Incurred Cost Audit, an ICR Audit, or a certified public accountant (CPA) ICR Audit Workpaper Review. If selected for audit or review, the contract, cost proposal and ICR and related workpapers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR Audit Workpaper Review it is CONSULTANT's responsibility to ensure federal, state, or local government officials are allowed full access to the CPA's workpapers. The contract, cost proposal, and ICR shall be adjusted by CONSULTANT and approved by CITY's Contract Manager to conform to the audit or review recommendations. CONSULTANT agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by CITY at its sole discretion. Refusal by CONSULTANT to incorporate audit or review recommendations, or to ensure that the Federal, State, or local governments have access to CPA workpapers, will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs. 19. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain during the term of this Agreement, all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 20. WAIVER. CITY's review or acceptance of, or payment for, work product prepared by CONSULTANT under this Agreement will not be construed to operate as a waiver of any rights CITY may have under this Agreement or of any cause of action arising from CONSULTANT's performance. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 21. TERMINATION. A. CITY reserves the right to terminate this Agreement upon thirty (30) calendar days written notice to CONSULTANT with the reasons for termination stated in the notice. B. CONSULTANT may terminate this Agreement at any time with CITY's mutual consent. Notice will be in writing at least thirty (30) days before the effective Revised 10/2013 Page 9 of 21 termination date. C. Upon receiving a termination notice, CONSULTANT will immediately cease performance under this Agreement unless otherwise provided in the termination notice. Except as otherwise provided in the termination notice, any additional work performed by CONSULTANT after receiving a termination notice will be performed at CONSULTANT'S own cost; CITY will not be obligated to compensate CONSULTANT for such work. D. Should termination occur, all finished or unfinished documents, data, studies, surveys, drawings, maps, reports and other materials prepared by CONSULTANT will, at CITY's option, become CITY's property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination, not to exceed the total costs under Section 1(C). E. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. F. By executing this document, CONSULTANT waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 22. OWNERSHIP OF DATA. A. Upon completion of all work under this Agreement, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this Agreement will automatically be vested in CITY; and no further agreement will be necessary to transfer ownership to CITY. CONSULTANT shall famish to CITY all necessary copies of data needed to complete the review and approval process. B. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine-readable form, are intended for one-time use in the construction of the project for which this Agreement has been entered into. C. CONSULTANT is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or misuse by CITY of the machine-readable information and data provided by CONSULTANT under this Agreement; further, CONSULTANT is not liable for claims, liabilities, or losses arising out of, or connected with any use by CITY of the project documentation on other projects for additions to this project, or for the completion of this project by others, except only such use as may be authorized in writing by CONSULTANT. D. Applicable patent rights provisions regarding rights to inventions shall be included in the agreements as appropriate (48 CFR 27, Subpart 27.3 - Patent Rights under Government Contracts for federal -aid contracts). E. CITY may permit copyrighting reports or other agreement products. If copyrights are permitted; the agreement shall provide that the Federal Highway Administration ("FHWA") shall have the royalty -free nonexclusive and irrevocable right to reproduce, publish, or otherwise use; and to authorize others to use, the work for government purposes. F. Any subcontract in excess of $25,000 entered into as a result of this Agreement, shall contain all of the provisions of this Section. Revised 10/1013 Page 10 of 21 23. CONFIDENTIALITY OF DATA. A. All financial, statistical, personal, technical, or other data and information relative to CITY's operations, which are designated confidential by CITY and made available to CONSULTANT in order to cant' out this Agreement, shall be protected by CONSULTANT from unauthorized use and disclosure. B. Permission to disclose information on one occasion, or public hearing held by CITY relating to the Agreement, shall not authorize CONSULTANT to further disclose such information, or disseminate the same on any other occasion. C. CONSULTANT shall not comment publicly to the press or any other media regarding the Agreement or CITY's actions on the same, except to CITY's staff, CONSULTANT's own personnel involved in the performance of this Agreement, at public hearings or in response to questions from a Legislative committee. D. CONSULTANT shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under this Agreement without prior review of the contents thereof by CITY, and receipt of CITY's written permission. E. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this Section. F. All information related to the construction estimate is confidential, and shall not be disclosed by CONSULTANT to any entity other than CITY. 24. INSPECTION OF WORK. Consultant and any subconsultant shall permit CITY, the state, and the FHWA if federal participating funds are used in this Agreement; to review and inspect the project activities and files at all reasonable times during the performance period of this Agreement including review and inspection on a daily basis. 25. INDEMNIFICATION. CONSULTANT agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this Agreement by CONSULTANT. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONSULTANT of services rendered pursuant to this Agreement, CONSULTANT will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense or otherwise. Notwithstanding any provisions of this Agreement to the contrary, design professionals shall be required to defend and indemnify the City only to the extent allowed by Civil Code Section 2782.8, namely for claims that arise out of, pertain to, or relate to the negligence, recklessness or willful misconduct of the design professional. The term "design professional" includes licensed architects, licensed landscape architects, registered professional engineers, professional land surveyors and the business entities which offer such services in accordance with the applicable provisions of the California Business and Professions Code. 26. NATIONAL LABOR RELATIONS BOARD CERTIFICATION. In accordance with Public Contract Code Section 10296, CONSULTANT hereby states under penalty of perjury that no more than one final unappealable finding of contempt of court by a federal court has been issued against CONSULTANT within the immediately preceding two-year period, because of CONSULTANT's failure to comply with an order of a federal court that orders CONSULTANT to comply with an order of the National Labor Relations Board. Revised 10/2013 Page 11 of 21 27. ASSIGNABILITY. This Agreement is for CONSULTANT's professional services. CONSULTANT's attempts to assign the benefits or burdens of this Agreement without CITY's written approval are prohibited and will be null and void. 28. INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. 29. RETENTION OF RECORDS/AUDIT. For the purpose of determining compliance with Public Contract Code 10115, et seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of the Agreement pursuant to Government Code 8546.7; CONSULTANT, subconsultants, and CITY shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of the Agreement, including but not limited to, the costs of administering the Agreement. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the Agreement. The state, State Auditor, CITY, FHWA, or any duly authorized representative of the Federal Government shall have access to any books, records, and documents of CONSULTANT that are pertinent to the Agreement for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. Subcontracts in excess of $25,000 shall contain this provision. 30. EVALUATION OF CONSULTANT. CONSULTANT's performance will be evaluated by CITY. A copy of the evaluation will be sent to CONSULTANT for comments. The evaluation together with the continents shall be retained as part of the Agreement record. 31. STATEMENT OF COMPLIANCE. A. CONSULTANT's signature affixed herein, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that CONSULTANT has, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Agreement, CONSULTANT and its subconsultants shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a -f) et seq.) and the applicable Revised 1012013 Page 12 of 21 regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a -f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. 32. DEBARMENT AND SUSPENSION CERTIFICATION. A. CONSULTANT's signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California, that CONSULTANT has complied with Title 2 CFR Part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (nonprocurement)", which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, officer, or 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 the past three (3) 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 three (3) years. Any exceptions to this certification must be disclosed to CITY B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining CONSULTANT responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. C. Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the FHWA. 33. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Commercial general liability: Professional Liability Business automobile liability Workers compensation Limits $1,000,000 $1,000,000 $1,000,000 Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be Revised 10/2013 Page 13 of 21 endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 11 85 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. C. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a `claims made" basis if not available. When coverage is provided on a `claims made basis," CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. D. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol l (Any Auto). E. The above policies must provide for thirty (30) days' written notice to the City Clerk of CITY of any cancellation or material change. F. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." G. Should CONSULTANT'S insurance reauired by this Agreement be cancelled at any point prior to expiration of the policy. CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. H. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement, or terminate pursuant to Section 21. In the alternative. should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may cancel the Agreement immediately with no penalty. 34. SUBCONTRACTORING. A. CONSULTANT shall perform the work contemplated with resources available within its own organization; and no portion of the work pertinent to this Agreement shall be Revised 10/2013 Page 14 of 21 subcontracted without written authorization by CITY's Contract Administrator, except that, which is expressly identified in the approved Cost Proposal. B. Any subcontract in excess of $25,000 entered into as a result of this Agreement, shall contain all the provisions stipulated in this Agreement to be applicable to subconsultants. C. Any substitution of subconsultants must he approved in writing by ClTY's Contract Administrator prior to the start of work by the subconsultant. 35. EQUIPMENT PURCHASE. A. Prior authorization in writing, by CITY's Contract Administrator shall be required before CONSULTANT enters into any unbudgeted purchase order, or subcontract exceeding $5,000 for supplies, equipment, or CONSULTANT services. CONSULTANT shall provide an evaluation of the necessity or desirability of incurring such costs. B. For purchase of any item, service or consulting work not covered in CONSULTANT's Cost Proposal and exceeding $5,000 prior authorization by CITY's Contract Administrator; three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. C. Any equipment purchased as a result of this Agreement is subject to the following: "CONSULTANT shall maintain an inventory of all nonexpendable property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $5,000 or more. If the purchased equipment needs replacement and is sold or traded in, CITY shall receive a proper refund or credit at the conclusion of the contract, or if the contract is terminated, CONSULTANT may either keep the equipment and credit CITY in an amount equal to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established CITY procedures; and credit CITY in an amount equal to the sales price. If CONSULTANT elects to keep the equipment, fair market value shall be determined at CONSULTANT's expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by CITY and CONSULTANT, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by CITY" 49 CFR, Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the project. D. All subcontracts in excess $25,000 shall contain the above provisions. 36. SAFETY. A. CONSULTANT shall comply with OSHA regulations applicable to CONSULTANT regarding necessary safety equipment or procedures. CONSULTANT shall comply with safety instructions issued by CITY Safety Officer and other CITY representatives. CONSULTANT personnel shall wear hard hats and safety vests at all times while working on the construction project site. B. Pursuant to the authority contained in Section 591 of the Vehicle Code, CITY has determined that such areas are within the limits of the project and are open to public traffic. CONSULTANT shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. CONSULTANT shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles. Revised 10/2013 Page 15 of 21 C. Any subcontract entered into as a result of this Agreement, shall contain all of the provisions of this Section. D. CONSULTANT must have a Division of Occupational Safety and Health (CAL -OSHA) permit(s), as outlined in California Labor Code Sections 6500 and 6705, prior to the initiation of any practices, work, method, operation, or process related to the construction or excavation of trenches which are five feet or deeper. 37. INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the status on the project, which will include a schedule update and a short narrative description of progress during the past month for each major task, a description of the work remaining and a description of the work to be done before the next schedule update. 38. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: If to CONSULTANT: TY Lin International 404 Camino del Rio South, Suite 700 San Diego, CA 92108 Attention: Jeremy LaHaye, PE If to CITY: City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 Attention: Monica Heredia, PE Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery, Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 39. CONFLICT OF INTEREST. A. CONSULTANT shall disclose any financial, business, or other relationship with CITY that may have an impact upon the outcome of this Agreement, or any ensuing CITY construction project. CONSULTANT shall also list current clients who may have a financial interest in the outcome of this Agreement, or any ensuing CITY construction project, which will follow. B. CONSULTANT hereby certifies that it does not now have, nor shall it acquire any financial or business interest that would conflict with the performance of services under this Agreement. C. Any subcontract in excess of $25,000 entered into as a result of this Agreement, shall contain all of the provisions of this Section. D. CONSULTANT hereby certifies that neither CONSULTANT, nor any firm affiliated with CONSULTANT will bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this Agreement. An affiliated firm is one, which is subject to the control of the same persons through joint - ownership, or otherwise. E. Except for subconsultants whose services are limited to providing surveying or materials testing information, no subconsultant who has provided design services in connection with this Agreement shall be eligible to bid on any construction contract, or on any Revised 102013 Page 16 of 21 contract to provide construction inspection for any construction project resulting from this Agreement. F. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's Conflict of Interest Code (on file in the City Clerk's Office). It is incumbent upon the CONSULTANT or CONSULTING FIRM to notify the CITY pursuant to Section 38. NOTICES of any staff changes relating to this Agreement. In accomplishing the scope of services of this Agreement, all officers, employees and/or agents of CONSULTANT(S), unless as indicated in Subsection ii., will be performing a very limited and closely supervised function, and, therefore, unlikely to have a conflict of interest arise. No disclosures are required for any officers, employees, and/or agents of CONSULTANT, except as indicated in Subsection ii. Initials of Consultant ii. In accomplishing the scope of services of this Agreement, CONSULTANT(S) will be performing a specialized or general service for the CITY, and there is substantial likelihood that the CONSULTANT'S work product will be presented, either written or orally, for the purpose of influencing a governmental decision. As a result, the following CONSULTANT(S) shall be subject to the Disclosure Category "1" of the CITY's Conflict of Interest Code: 40. REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION. CONSULTANT warrants that this Agreement was not obtained or secured through rebates kickbacks or other unlawful consideration, either promised or paid to any CITY employee. For breach or violation of this warranty, CITY shall have the right in its discretion; to terminate the Agreement without liability; to pay only for the value of the work actually performed; or to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. 41. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT's bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT's bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY shall have the right to annul this Agreement without liability, or at its discretion; to deduct from the contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 42. THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT's or CITY's obligations under this Agreement. Revised 10/2013 Page 17 of 21 43, INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this Agreement will be in Los Angeles County. 44. COMPLIANCE WITH LAW. CONSULTANT agrees to comply with all federal, state, and local laws applicable to this Agreement. 45. ENTIRE AGREEMENT. This Agreement, it's Attachments, and all of the contract documents sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. There is one (1) Attachment(s) to this Agreement. The contract documents consist of the Request for Proposal and all referenced attachments, forms, and exhibits; together with this Agreement and all required insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may he required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made a part hereof as though fully set forth herein. This Agreement will bind and inure to the benefit of the parties to this Agreement and any subsequent successors and assigns. 46. RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. 47. SEVERABILITY. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 48. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment. CITY's executive manager, or designee, may execute any such amendment on behalf of CITY. 49. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 50. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 51. TIME IS OF ESSENCE. Time is of the essence for each and every provision of this Agreement. Revised 10/1013 Page 18 of 21 52. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, acts of terrorism, war, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' reasonable control, then the Agreement will immediately terminate without obligation of either party to the other. 53. STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed Agreement and has a demonstrated capacity to deal fairly and effectively with and to satisfy C1TY. 54. NON _DISCRDIINATION CLAUSE. During the performance of this Agreement, Consultant and its subconsultant shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a -f) et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a -f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. Consultant shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the Agreement. 55. PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The CONSULTANT shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 56. PROHIBITION OF EXPENDING LOCAL AGENCY STATE OR FEDERAL FUNDS FOR LOBBYING. A. CONSULTANT certifies to the best of his or her knowledge and belief that: Revised 102013 Page 19 of 21 i. No state, federal or local agency appropriated funds have been paid, or will be paid by -or -on behalf of CONSULTANT to any person for influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the awarding of any state or federal contract; the making of any state or federal grant; the making of any state or federal loan; the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. ii. 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; CONSULTANT shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. B. 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, US. 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. C. CONSULTANT also agrees by signing this document 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. [SIGNATURES ON NEXT PAGE] Revised 10/2013 Page 20 of 21 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first hereinabove written. FOR CONSULTANT: 0 Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY City Attorney Date: Revised 10/2013 Page 21 of 21 WORK STATEMENT .......................... The T.Y. Lin International (TYLI) Team is in the unique position of having previously completed the design documents of the Newhall Ranch Road Bridge (NRBB) project to 95% completion. Unfortunately, due to funding limitations, the project was put on hold by Newhall Land and Farming Company (Newhall Land). TYLI also had the privilege of designing the original Newhall Ranch Road Bridge that was constructed in 1996. We have an unmatched level of experience and knowledge of this project site. Key members of the team have reviewed the Highway Bridge Program (HBP) application included in the Request for Proposal (RFP), visited the project site, researched right-of-way (ROW) and utility information, and performed initial studies to verify that the existing condition is consistent with the original design. Our incomparable understanding, combined with our deep resources and reputation can assure the City of Santa Clarita (City) that TYLI is the most efficient team to support them on this project. The following pages outline our deep understanding and approach for delivering this project. PROJECT UNDERSTANDING AND APPROACH The NRRB project is located between Avenue Tibbets and McBean Parkway in the City of Santa Clarita. The current crossing is a six -span precast/prestressed 1 -girder bridge. Designed and constructed in anticipation of future widening, the 80' wide structure lacks the width necessary to add capacity increasing lanes. The project widens the existing bridge by 70'-8", increases the number of lanes from six to eight, and constructs a 16' wide multi -use trail, which is a barrier separated from traffic. The existing bridge adds sidewalk width and an inboard barrier for pedestrian safety. The roadway approaches are in place and await the construction of the bridge widening. At Avenue Tibbets, the southeast curb return requires only modification into with new curb, gutter, and sidewalk. Signal modifications are made to reflect the additional lanes and alignment. From McBean Parkway, the sidewalk is in place at the ultimate roadway width, so the sidewalk will continue westward from the entrance to Oak Park to the new bridge. A new raised median will extend from Avenue Tibbets to McBean Parkway and create turn pockets at each intersection. Lastly, the driveway adjacent to Abutment 1 on the north side of Newhall Ranch Road is extended to address sight distance issues created by the new inboard barrier. This project does more than add capacity to Newhall Ranch Road. Bike trails are a ubiquitous fixture in the City of Santa Clarita. As part of the widening project, the San Francisquito WORK STATEMENT Creek Trail (SFCT) is joined beneath the bridge to provide connectivity to the west SFCT system. TYLI has award-winning bike path design experience to provide the City that facilitates a cost effective and elegant finished product. Appurtenant work includes channel slope protection modification, street lighting, roadway drainage facilities, and storm water quality protective measures. The new bridge will incorporate the current architectural features for consistency and to enhance the user experience. Project development will include the following major tasks > Preparation of design -level mapping > Bridge type selection > Environmental studies and documents for clearance under the California Environmental Quality Act (CEQA) and the National Environmental Policy Act (NEPA) > Hydraulic, geotechnical, and traffic studies > Preparation of final design, plans, specifications and estimates (PS&E) > Resource agency permits > Natural River Management Plan Verification Request Letter > ROW engineering and acquisition NEED AND PURPOSE The need and purpose of a project is essential in establishing the correct design and project features. TYLI's past experience on this project and strong working relationship with the City will lead to significant schedule savings. Since project plans have already been substantially completed, only updates for design code and conditions is required, instead of the creation of plans from scratch. The NRRB is rated as Functionally Obsolete with a sufficiency rating of 79.4 because the deck is too narrow for the amount of traffic it carries. In 2000, the average daily traffic (ADT) was 26,250. In the 2010, the ADT increased to 4 1, 100 and is projected by the City to jump to 71,000 in 2030. The existing bridge lane capacity is inadequate for these levels and requires widening to meet the City's growing commuting needs. Newhall Ranch Road is part of the Cross -Valley Connector and is intended to enhance connectivity and capacity for PREPARATION OF PIANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK east -west traffic across the Santa Clarita Valley. Providing a direct connection between SR 14 and 1-5, Newhall Ranch Road and Golden Valley Road are designated in the City's General Plan as eight travel lanes and also include a Class I bike path adjacent to the roadway. West of NRBB, the Bouquet Canyon Trail runs along the south side of Newhall Ranch Road, and runs along the north side of Newhall Ranch Road, east of NRBB. This configuration requires trail users to cross Avenue Tibbets and Newhall Ranch Road to confinue along the Bouquet Canyon Trail, or cross Newhall Ranch Road illegally. IL t WORK STATEMENT Century (MAP -21) Act. While the HBP of the prior federal transportation act is no longer a distinct program under MAP -21, implementation of the funding remains essentially unchanged for the time being. As such, the term HBP is still commonly used in reference to funding of bridge projects under the STP. The Federal Highway Administration (FHWA) has delegated authority to Caltrans to administer the program for local agency projects. Implementation of bridge funding for local agencies is specified in the Caltrans Local Assistance Procedures Manual and Chapter 6, "Highway Bridge Replacement and Rehabilitation Program," of the Caltrans Local Assistance Program Guidelines. STP funds will cover 100% of participating project costs since the project is off of the National Highway System. Local funds will cover those items that are not eligible for HBP funding. TYLI looks forward to reviewing all of the funding needs of the project with the City to maximize the HBP funding that can be captured. The City has completed and submitted the required application forms and data for the project. The Preliminary and Geometric B dge Widening Study (Widening Study) prepared by Dokken The west bank SFCT requires connectivity improvements. The trail Engineering in 2013 will serve as the project report document. terminates at Newhall Ranch Road and needs a trail segment This document validates the 2006 TYLI design and expedites the below the NRRB to connect the north and south sections. start of PS&E tasks. The existing approach paving shows deterioration at the joints. This is corrected by full width approach slabs and replacement of the joint seals. With replacement of the joint seals, joint armor is placed at the sidewalk on the north side and a Class I bike path on the south side. The addition of joint armor within pedestrian walkways is a new requirement by Caltrans to comply with Americans with Disabilities Act (ADA) requirements. Lastly, street lighting is absent in large sections of the project limits. Lighting to both sides of the bridge and eastbound Newhall Ranch Road is necessary with the widening improvements. PROJECT PURPOSE To address existing deficiencies, project goals and objectives are: > Widen the bridge over San Francisquito Creek by 70'-8" to provide a total of eight travel lanes and Class I bike path, fulfilling the intended vision of the Cross -Valley Connector. > Provide connectivity to the west bank section of the SFCT by constructing the missing link beneath the NRRB. > Update the existing NRRB by adding approach slabs, new joint seals, and inboard barrier. > Add street and bridge lighting. FUNDING NRRB is eligible for federal aid under the Surface Transportation Program (STP) of the Moving Ahead with Progress in the 21 st PROJECT SITE SITE FEATURES The site is located within an urban area situated between residential development, parks to the east, and commercial development immediately to the west. Exhibit A, provided at the end of this section, identifies the relevant site features. The main feature of the site is the San Francisquito Creek, which is about 500' wide and seasonally has surface water. The creek has concrete slope protection at the NRRB. The SFCT runs along both banks of the channel, with the east bank section running beneath the NRRB and west bank section approaching from the north and south, terminating at Newhall Ranch Road. The channel bed is unlined and consists of sandy soils with native vegetation consistent with its arid, desert environment. Land uses in each quadrant of the bridge site consist of the following: > Northwest I Small strip mall owned by H&G Valencia Village LLC > Southwest j Commercial buildings including the Southern California Gas storage yard (APN 281 1 001 801) adjacent to the San Francisquito Creek channel > Northeast I Valencia Heritage Park > Southeast j Oak Park and Bridgeport Coast Apartments These features are largely consistent with the 2006 plan set surroundings. PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK wau Rk4110= "I.. 111111111111T., U11-14111114 The NRRB, designed by TYLI, was constructed in 1996 and is a six -span precast/prestressed I -girder bridge. The bridge is 607'-6" long and 80' wide. Constructed with future widening in mind, the north barrier rail features ceramic tile architectural treatment while the south barrier was constructed without any aesthetic features. The abutments and pier walls are founded on driven steel H -piles. There are no approach slabs at the abutments. EXISTING ROADWAY Newhall Ranch Road between Avenue Tibbets and McBean Parkway narrows from eight lanes to six. Atypical from other WORK STATEMENT of riparian habitat within the project area. Protecting the creek and ecosystem is a prime concern when reviewing project impacts. This project is permitted by the Natural River Management Plan (NRMP) that Newhall Land developed in conjunction with the United States Army Corps of Engineers (USACE) and California Department of Fish and Wildlife (CDFW). The existing bridge has crevices that are prime locations for bats to roost. Bats have become of increasing importance to Caltrans and CDFW in recent years and were not anticipated in the NRMP process. HYDROLOGY AND HYDRAULICS The Santa Clara River's headwaters are located in the San Gabriel Mountains and flows west for approximately 84 miles through Ventura County to its outlet into the Pacific Ocean, near the City of San Buenaventura. The watershed area of San Francisquito Creek at Newhall Ranch Road is approximately 49.1 square miles. This area has the potential to generate significant flows which can impact construction activities and the completed bridge. sections, this section lacks a raised median. A beneficial feature The Los Angeles County Department of Public Works (LA DPW) to the project is the wide shoulders approaching the bridge. Overall, the shoulders are paved and range from 45' io 90' in width. This area is useful in simplifying construction phasing and can be used as staging areas and temporary bike path access (Bouquet Canyon Trail). The Bouquet Canyon Trail and SFCT are Class I bike paths that pass through and are impacted by the widening. TRAFFIC Traffic demands on Newhall Ranch Road have grown significantly over the past decade. Removing the pinch point between Avenue Tibbets and McBean Parkway will help alleviate the commuting headaches of the community. But vehicles are not the only traffic in this area. The project area also carries a significant volume of pedestrian and bike traffic. The following pedestrian and cyclist counts for each quadrant of the NRBB were tabulated by the City in September 2012: > Northwest j 194 average users per day (62% cyclist) > Southwest j 43 average users per day (79% cyclist) > Northeast j 344 average users per day (53% cyclist) > Southeast 276 average users per day (68% cyclist) It is critical during design to minimize construction impacts to traffic and provide safe access to the Class I bike paths. ENVIRONMENTAL RESOURCES The Santa Clara River system is one of the largest in Southern California and is one of the last remaining in an unchannelized and natural state. The San Francisquito Creek is one of the many tributaries to the Santa Clara River and sustains areas Hydrology Manual has established the Capital Flood as the design storm for bridges over natural watercourses. The Capital Flood is a 50 -year storm event that occurs over a saturated watershed and includes the effects of fires and erosion on the watershed. WRECO has past experience with the Santa Clara River system, including the widening of the McBean Parkway Bridge over the Santa Clara River. Based on this experience and review of the USACE's Santa Clara River Watershed Feasibility Report, the 50- and 100 -year water surface elevations are estimated to be 5.5' and 6.0' respectively. Utilizing the channel cross section from the Caltrans Bridge Inspection Report, the Capital Flood Storm Event flow depth is estimated to be approximately 9.5'. This depth is similar to the 500 -year storm event depth from the Santa Clara River Watershed Feasibility Report. The existing and widen bridges designed by TYLI have sufficient freeboard during the Capital Flood Storm Event. PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK In addition to flooding, scour is a critical design issue. Historic scour at the bridge is evaluated to assess performance of the existing piers and design the widening piers appropriately. The scour information from a recent Caltrans Bridge Inspection Report in 2006 states "Bridge foundations determined to be stable for assessed or calculated scour condition. Scour is determined to be above top of footings by assessment, by calculation, or by installation of properly designed countermeasures." GEOLOGY In 2006, Earth Mechanics, Inc. (EMI) performed four 100' deep borings at the site and encountered alluvial river deposits overlying weathered bedrock. The alluvium within the creek bed consists of rapidly varying layers of sand, silt, clay and gravel reflective of erosion and deposition by numerous floods of varying magnitude in the San Francisquito Creek. The weathered bedrock consists of mudstone that dips sharply to the west. Based on the previously completed borings, the bedrock is more than 75' deeper at the west abutment than at the east abutment. Results of the laboratory testing conducted on the EMI borings concluded that site soils are not considered corrosive to concrete or metal. The project site is surrounded by numerous faults capable of generating seismic events greater than 7.0 in magnitude with peak ground accelerations of 0.678. The nearest faults controlling site seismicity are the San Gabriel, Holser, and Sierra Madre fault zones. The following is a preliminary acceleration response spectrum (ARS) curve based on the EMI site-specific borings and the latest Caltrans Guidelines. M Pm IM) ADJACENT PROPERTIES 91a 00sr.av,o eo.M Acquisition of property will have impacts to the schedule and could put the City's goal of completing the project in 12 months out of reach. Two features are listed in the Dokken Widening Study as requiring ROW acquisition: the Bouquet Canyon Trail and the driveway relocation near Abutment 1. The Southern California Gas storage yard property is adjacent to the Bouquet Canyon Trail. TYLI has reviewed the path alignment, and by preserving a section of the existing Bouquet i, WORK STATEMENT Canyon Trail impacting the storage yard property can be avoided. TYLI also has solutions to modify the driveway near Abutment 1 that would preclude acquiring ROW. Solutions that avoid the need for ROW acquisition removes the need to have Caltrans ROW Certification and the schedule impact associated with it. UTILITIES There are a number of utility facilities along Newhall Ranch Road, but these facilities do not conflict with construction. Our review of the area and past experience with the project indicates that utility relocation will likely not be required for the project. TECHNICAL APPROACH Since TYLI has already prepared this project design to a 95% level, we have an unparalleled understanding of this project. We will leverage this understanding with our proven approach to deliver this bridge and roadway widening project. Our approach is predicated on rapid mobilization, optimized scheduling, close client coordination, maintaining pace and momentum, and the development of compelling solutions that lead to favorable decisions and approvals. Executing a sound and comprehensive work plan, the team will work seamlessly with maximum efficiency. The result is accelerated project delivery and reduced City staff time and overhead cost. STRATEGY Our vision for this project is to deliver a PSBE package that draws heavily on the TYLI Team's previous investment of drawings, calculations, and research. By using this knowledge base, TYLI can develop a work plan that will meet the City's goal of project bidding and construction in 12 months. Our mission is to satisfy the project's purpose and need while complying with regulatory and programmatic requirements and keeping City staff informed at all times without burdening them with the minute details. Our key objectives include: > Perform continuous proactive management and coordination I The City wants a consultant that is fully focused on this project and has a willingness to work closely with City staff and other professionals. TYLI's Project Manager, Jeremy LaHaye, has the energy, availability, experience, and support to keep the project moving. His past experience working with the City of Santa Clarita on the SR 14/Golden Valley Road Overcrossing project demonstrates this commitment. With no corporate commitments, Mr. LaHoye maintains focus on project delivery. He takes ownership and accountability with the City's interests in mind and plans ahead to anticipate and avoid obstacles that impede progress. PREPARATION OF PIANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK > Build upon past progress I Based on the 95% bridge plans prepared for Newhall Land, a significant amount of valuable work has already been completed. Our plan is to utilize this to the fullest extent possible and avoid duplication of effort. However, there may be additional solutions that warrant further consideration, which can be included in the Geometric Approval Drawing and Type Selection Report. > Provide sound and compelling solutions for approvals I The best way to secure critical decisions is to make them easy. in addition to producing creative and innovative solutions, the team will provide compelling justification to strongly support its recommendations. Past experience on this project allows the team to provide these solutions starting from day one. > Avoid or minimize environmental impacts I The site retains significant natural environmental sensitivity and will require consideration to the limits set forth in the NRMP. The NRRB Project needs to be seen as an asset and a high priority to both the environment and the community. > Maximize federal funding within the parameters of the STP for bridge projects I The program has constraints on participating items such as roadway approach length and aesthetic enhancements. > Perform thorough quality control and quality assurance I Every submittal requiring review and approval will be carefully reviewed to ensure timely turn- around and minimal comments. CHALLENGES, RISKS, AND TYLI KEYS TO SUCCESS The NRRB project will require innovative approaches to overcome challenges and avoid or minimize risks. The following is a summary of challenges, risks, and how they will be managed and mitigated by the TYU Team to successfully deliver this project for the City. �i�jIME(l�N, ,�' The final design and ROW processes cannot be completed until environmental clearance is secured. The environmental process is complex. Reviews of studies and agency approvals can become problematic. LSA Associates, Inc. (LSA) recognizes that environmental clearance is the most critical hurdle to delivering the project for construction in 12 months. Potential Risks > The existing NRRB has crevices that are locations for bats to WORK STATEMENT Keys to Success > Determine detailed construction activities based on the TYLI team's previous plan set. Issues such as staging areas, construction staging, and maintenance of bike paths during construction have already been coordinated with the environmental team. > TYLI has reviewed construction staging options with LSA and determined the feasibility of minimizing 4(f) impacts by providing bike path access through the site on the during construction. > Prepare a plan to minimize, avoid or mitigate impacts to bats during construction of the bridge widening. j'� R )u �' Lr T1 N(�oRJiV , The NRRB project requires a Verification Request Letter (VRL) that demonstrates conformance to the NRMP. VRL approval will satisfy the environmental permitting required for the project. Potential Risks > Extended review of the VRL by USACE and CDFW causing schedule delays. > Construction activities and limits of disturbance exceed the limitations set forth in the NRMP. Keys to Success > The first order of work is to prepare a draft VRL based on the channel construction activities shown in the previous bridge plan set. A kick-off meeting will be scheduled early in the project with USACE and CDFW staff to identify any outstanding issues prior to the formal submittal of the VRL. BRIDGE DESIGN The NRRB widening is a conventional structure that is not particularly complex from an engineering standpoint. Having prepared the original design for this project, TYU will conduct concurrent design and independent check activities for the bridge, allowing the project to move from Type Selection straight to Initial PS&E, bypassing the 65% submittal. Calculations and roost. This has become an issue of increasing importance to review will address: both Caltrans and the CDFW, but was not anticipated in the NRMP process. > Impacts to trails in excess of a de minimis determination, risking schedule delays for 4(f) consultation. > Updated Bridge Design Code > Updated Seismic Design > Detail updates such as joint armor at pedestrian walkways, inboard barriers, and approach slabs PREPARATION OF PIANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK STRUCTURE TYPE SELECTION Structure Type Selection is the process of evaluating alternatives and establishing the optimal bridge configuration including major aspects such as span layout, cross-section, superstructure, substructure and foundation types, and aesthetics. The Type Selection process culminates with the completion of a Bridge Type Selection Report, Bridge General Plan drawing, and the General Plan estimate. TYLI is in the unique position to have conducted this exercise internally during development of the previous PS&E package. The widened bridge will be a six -span precast/prestressed I -girder bridge on short seat abutments, which is nearly a mirror image of the existing bridge. The risk of an alternative structure type being recommended by Caltrans is minimal. Factors that must be considered in Structure Type Selection include: > Maintenance of traffic during construction > Environmental constraints and permitting > Seismic exposure > Channel hydraulics, drift, and scour > Traffic requirements > Roadway and channel geometrics > Material availability and delivery > Barrier/railing location > Aesthetic context A complete set of plans will establish concrete dimensions of the bridge within the channel and avoid iterations with the hydraulic engineer. Coupled with WRECO having previously developed the channel hydraulic model for the USACE, channel hydraulic design parameters can be obtained prior to the type selection meeting and further accelerate the project schedule. Bridge foundations at the piers and abutments are driven steel H -piles. To construct the abutments, the channel lining will require modification. At Abutment 1, the channel lining is modified for the abutment and SFCT. At Abutment 7, the channel lining is modified for the abutment, but the SFCT continues beneath the bridge and is heavily used. The plans will show the SFCT to remain open during construction except during placement of girders (1-2 days). FINAL BRIDGE DESIGN Final bridge design will be carried out in accordance with standard California bridge design practice and all applicable design codes and standards including: > AASHTO LRFD Bridge Design Specification with Caltrans Supplements > Caltrans Bridge Memos to Designers > Caltrans Bridge Design Aids i WORK STATEMENT M > Caltrans Bridge Design Details > Caltrans Seismic Design Criteria Version 1.7 Structural analysis and design will be expedited using the following industry -standard computer applications: > CTBridge > Xtract > SAP2000 > Lpile > VBent > WinAbud Bridge plans are updated using Micro$totion. Bridge construction cost estimates based on quantity take -offs for all customary bridge contract items and bridge technical specifications will conform to the 2010 Caltrans Standard Specifications. The bridge design will be checked by experienced bridge engineers working concurrently from the existing set of plans. Each will identify details that require revision based on additional demand generated by current design codes. Details that may require revision are items such as prestressing force and bar reinforcement size or spacing. After independently reviewing the plan set, the engineers will reconcile edits to provide a final markup for drafting revisions. All plans, calculations, and quantities will be independently checked and back -checked, following the project specific TYLI QA/QC plan. While not typical, proceeding with the bridge engineering in this manner will allow the TYLI team to skip the 65% submittal and advance directly to a 90% PS&E submittal. This early level of detail will advance the PS&E schedule and allow the design team to focus on supporting the environmental document (ED) to expedite its delivery. ALIGNMENTS AND ROADWAY DESIGN The 2006 plans were compared with current conditions, the 2013 Preliminary Geometric and Bridge Widening Study, and code revisions that have occurred since 2006. The following are the main elements that require re-evaluation from the 2006 plan set: > Addition of an inboard barrier to the sidewalk on the north side of the bridge. The posted speed on Newhall Ranch Road is 50 mph and Caltrans requires barrier separation of pedestrians and traffic when speeds are posted greater than 45 mph — Caltrans Highway Design Manual 208.10(2). > Extension of the H&G Valencia Village LLC property driveway at Newhall Ranch Road approximately 700' west of Abutment 1 to resolve sight distance issues created by the addition of the inboard barrier discussed above. > Review of pavement grading and condition at the approaches to determine if the pavement can be salvaged, thus saving construction costs and reducing traffic impacts. > Construction cost PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION Of NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK > Addition of street lighting to the roadway approaches and bridge. > ROW impacts, specifically at the Southern California Gas storage yard. ENVIRONMENTAL CEQA AND NEPA COMPLIANCE The project will use local funds and federal funds administered through Caltrans, requiring compliance with both CEQA and NEPA. The lead agency for CEQA review will be the City of Santa Clarita. The federal lead agency for NEPA purposes is expected to be the FHWA. Preparation of the NEPA compliance documents, including the technical studies and the environmental document, will have oversight by the Caltrans District 7 Office of Local Assistance. Below is a brief summary of the anticipated environmental documents. > Caltrans Preliminary Environmental Study (PES) form will be prepared to determine the appropriate level of ED and the environmental technical studies required in support of the ED. > VRL for compliance with the NRMP. > Environmental technical studies anticipated to be required in support of the EDs are the: Air Quality Analysis, Noise Study Report and Noise Abatement Decision Report, Natural Environment Study, Jurisdictional Delineation, Historic Property Survey Report, Paleontological Identification Report/Paleontological Evaluation Report, Water Quality Assessment Report, Summary Flood Encroachment Report, Traffic Analysis, and Section 4(f) Memorandum to address potential impacts to publicly owned trails within the project limits during construction. > An Initial Study/Mitigated Negative Declaration (IS/MND) will be prepared for CEQA compliance. > A Categorical Exclusion (CE) (CE 23 Code of Federal Regulations [CFR] 771.117 (d), 3 for bridge rehabilitation, reconstruction, or replacement) with supporting technical studies will be prepared for NEPA compliance. NRMP COMPLIANCE AND BIOLOGICAL ISSUES The proposed project is covered under the NRMP and associated permits for impacts to jurisdictional waters, which were approved in 1998. Appropriate background information and NRMP requirements integrated into the Natural Environment Study (NES) will provide seamless documentation for project implementation. However, two issues that merit special attention include the implementation of the NRMP and bats. The approach for regulatory permitting is to demonstrate that the project is consistent with the NRMP. This entails incorporation of applicable NRMP mitigation measures, including the WORK STATEMENT identification of appropriate habitat mitigation measures. Because there are currently no available mitigation credits under the NRMP program, the TYLI Team will coordinate closely with the City and resource agencies to identify suitable habitat replacement areas or exotic species control efforts in order to meet the NRMP mitigation requirements. LSAs expertise implementing habitat mitigation such as this will aid in identifying practical, successful mitigation options. To expedite the project schedule, LSA will explore the potential for processing the NRMP approvals upon completion of the technical studies, rather than waiting until completion of the environmental documents, which is the typical approach. This seems possible because NEPA and CEQA documents for the NRMP itself have already been completed. A resource concern not specifically addressed by the NRMP is bat roosting. As a result, the NES and NRMP VRL will address this issue. It is expected that the CDFW will include bat mitigation requirements in their approval. In anticipation of this issue, LSAs bat biologist (approved by the CDFW) will assess the roosting potential and conduct a nocturnal emergent study. If bat roosting is confirmed, LSAs bat specialist will coordinate with the engineers to develop practical and inexpensive mitigation options that can be incorporated into the project design. HYDROLOGY AND HYDRAULICS WRECO has recent project experience working on bridge projects using the USACE's hydraulic models for Santa Clara River in Los Angeles County and Ventura River in Ventura County. The up-to-date USACE hydraulic model for the Santa Clara River includes San Francisquito Creek, a major tributary to Santa Clara River. With this model in hand, the TYLI Team can begin analyzing the project hydraulics with an in-house model that USACE has already approved. After integrating a select few creek cross sections to document current channel bed elevations, the TYLI Team will provide the hydraulic design flow characteristics for structural design. No new hydrologic or hydraulic models will need to be created for this project; the TYLI team is ready to start work upon notice to proceed. Findings and results from the TYLI Team's hydraulic study will be documented in the bridge's Design Hydraulic Study (DHS) Report. The report will provide the following information: PREPARATION OF PIANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK > Hydrologic and hydraulic design criteria > 100- and 50 -year design discharges and overtopping flood > Capital flood per the LA DPW Hydrology and Sedimentation Manual and the Los Angeles County Flood Control District (LA FCD) Hydraulic Design Manual > Hydraulic impact of the project, including flood profiles, flow velocities, and freeboards > Bridge scour analysis per FHWA HEC -1 B and HEC -20 manuals > Recommendation on scour countermeasures The Capital Flood is a 50 -year storm event that occurs over a saturated watershed and includes the effects of fires and erosion on the watershed. This flood is established in the LA DPW Hydrology and Sedimentation Manual and is required as the design storm for bridges over natural watercourses. The TYLI Team's past experience with Capital Flood analysis includes the widening of the McBean Parkway Bridge over Santa Clara River for the City of Santa Clarita. The TYLI Team will prepare a Location Hydraulic Study (LHS) to support the environmental document. The LHS is a preliminary study of base floodploin encroachments and is performed by a registered engineer with hydraulic expertise. WRECO will perform qualitative hydrologic, hydraulic, and geomorphic assessments to determine the potential impacts from the proposed project to the floodplains. A Floodplain Evaluation Report or Summary Floodplain Encroachment Report is prepared depending on the outcome of the LHS. For this project, the deliverable for the LHS is the Floodplain Evaluation Report. UTILITY RELOCATIONS This project is not anticipated to require utility relocation. Currently, the utilities in Newhall Ranch Road are carried in the existing bridge. Impacts to these utilities are not expected by the roadway approach or bridge widening. If relocation is required, utility companies will be notified with an 'A Letter," and consequently by the "B Letter." GEOTECHNICAL DESIGN Geotechnical issues affect both the bridge design and constructability. In an effort to identify the site conditions for construction, monitoring wells will be used to collect groundwater elevation data and groundwater samples. This data is used to assist in the preparation of a dewatering plan. In the four borings previously completed by EMI for the 2006 bridge widening, groundwater was encountered at elevations that varied by about 14' between the two abutments; therefore, we intend to install two monitoring wells for the project. One monitoring well will be installed near each abutment to evaluate potential variations in groundwater elevations across the project site. WORK STATEMENT Groundwater samples will be collected from the monitoring wells for testing and the results of the testing will be submitted to the LA Regional Water Quality Control Board (LARWQCB). Groundwater testing will be consistent with the requirements for a National Pollutant Discharge Elimination System (NPDES) General Permit. The waste discharge requirements received from the LARWQCB will be used to develop a dewatering plan. Supplemental geotechnical information will be collected during installation of the monitoring wells. The additional soil information will be reviewed in conjunction with the site specific information from the previously completed borings. The idealized soil profile used in foundation analysis and design will be revisited and adjusted, if necessary. The geotechnical analysis and foundation design recommendations will be updated for consistency with current Caltrans guidelines. EMI will generate three reports for the project: > Structure Foundation Report per Caltrans Guidelines > Roadway Embankment and Groundwater Report > Dewatering Plan based on LARWQCB requirements MANAGEMENT APPROACH The management of this project has already begun with the development of the work program and schedule outlined herein. Once these have been discussed and finalized with the City, they will become the initial roadmap for execution of the project. TYLI's management approach is founded on communication and accountability facilitated through rigorous coordination. PROJECT DEVELOPMENT TEAM (PDT) TYLI's coordination and communications are based on the concept of the PDT. The PDT will consist of representatives from the primary project development partnership. This includes TYLI project manager and engineers, key subconsultants as providers of key technical support, the City of Santa Clarita as owner and lead local agency for CEQA, and Caltrans as administrator of the HBP delegated authority for NEPA and liaison with FHWA. The primary means of coordination will be through regularly scheduled meetings of the PDT. This process will be initiated with an in-person kick-off meeting and field review. Thereafter, meetings will be held bi-weekly via teleconference and quarterly in person. The TYLI Project Manager will preside over the PDT meetings. Regular attendance by the City and Caltrans is strongly encouraged but not mandatory. The agenda for the PDT meetings will include review of the Action Item Log and schedule. Meeting notes will be typed up during the meeting and emailed to the PDT immediately following the meeting. TYLI has found this process to be very effective in maintaining project momentum, staying on schedule, and upholding accountability. PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK PROJECT CONTROLS SCHEDULE TYLI has already prepared a draft Critical Path Method (CPM) schedule for the project. The schedule is prepared in Microsoft Project and contains all the significant activities, durations, and relationship logic necessary to provide a comprehensive roadmap for executing the project. The schedule is updated bi- weekly in preparation for the PDT meetings, where current and approaching activities are reviewed and discussed. DESIGN BUDGET TYLI utilizes Earned Value Analysis (EVA) to monitor and maintain its design budget with a program called PlanTrax. The design budget is loaded into PlanTrax by work breakdown structure (WBS) task. Job -to -date costs are obtained from TYLI's financial management system, Deltek Vision. By entering percent complete by task, the earned value is calculated along with the estimate to complete and estimate at completion. These metrics provide the TYLI Project Manager with a running forecast of project financial performance and enables early action to stay within budget if variances develop. ........ .. ce.va�rrr H 3 d i CONSTRUCTION COST ESTIMATE WORK STATEMENT communicate risk and manage risk in a way that is acceptable to the City. The Risk Register will be provided with the delivery of the following key milestone submittals: > Preliminary Environmental Study (PES) Form, Project Description, and Structure Type Selection > 95% Submittal The Risk Register will be developed with the guidance provided in the Caltrans Project Risk Management Handbook: A Scalable Approach Version 1, June 2012. QUALITY CONTROL AND QUALITY ASSURANCE (QC/QA) TYLI is extremely committed to QC/QA and is proud of its track record for few design -related change orders or claims during construction. TYLI assigns to every project a Quality Assurance Manager whose responsibility is to ensure proper quality control procedures are in place with TYLI and its subconsultants, and to perform quarterly audits. Key opportunities for quality control procedures to be implemented on this project include: > Structure Type Selection QC/QA PROCESS > Checklists for production and review STEP I: PERSONNEL Star assigned based on > Standard environmental applicable experience & City needs document templates a > PES and environmental STEP B STANDARDS Technical reports and p Design shall conform to City& Caltrans standards, policies, documents &procedures > Geotechnical and The construction cost estimate will be updated regularly and managed so that any changes can be traced to the origin and readily explained. Estimates are thoroughly documented as to any items omitted and escalation and contingencies included. Items that are participating or non -participating costs are identified. PROGRESSkEPJ Tli'.. While the progress of the project is documented in essentially real time via the PDT meeting notes, TYLI will prepare monthly progress reports summarizing work completed in the previous month, work anticipated in the next month, and the status of all deliverables and any critical "red flag' issue. Progress reports will accompany monthly invoices. RISK MANAGEMENT TYLI has developed a list of project and technical challenges with associated risk identification and solutions for risk response. TYLI will provide a Level 1 Qualitative Risk Analysis in the form of an updated Risk Register at key milestones to both hydraulic reports > Independent Check of Structure Design and Plans I The design and plans will be independently checked and back -checked by a qualified engineer not involved in the design, including constructability. STEP 3: PRODUCTION PROCESS Deirverables produced per PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK WORK STATEMENT r PLANOF STUDY.............................................................................................................................. Over the following pages, the Plan of Study will show a detailed outline of the planned project activities. This outline follows the tasks included in the RFP's scope. Key activities of the tasks and subtasks ore shown, as well as their specific deliverables. 1.1.1- Develop a Project Development Team (PDT). Members of the PDT shall include Consultant and subconsultants as required, City and other agency representatives, as necessary. Consultant will expand the organization chart to identify the Consultant team, City Project Manager Monica Heredia, and PDT members outside of the x Organization chart identifying City's design team, including the designated Caltrans Liaison Engineer for Local Assistance, USACE and CDFW representatives, and the representative PDT members with their role and from the Los Angeles Regional Water Quality Control Board. contact information 1. 1.2 - schedule and conduct a kick-off meeting and Monthly PDT meetings. Consultant shall organize a kick-off field meeting with all key personnel on the project to review the goals and objectives of the project, discuss each s Meeting notices, agendas, special team member's roles and responsibilities, identify critical project issues and obtain consensus on task durations, particularly reviews. The PDT meetings exhibits, and meeting minutes will serve as the primary forum for reviewing the status of the project and identifying and resolving project issues. ANendees will include Consultant's Project Manager, task leads (as needed), City and Caltrans staff, and other stakeholders as necessary. 1. 1.3 - Within two weeks of the Notice to Proceed (NTP), provide a detailed project baseline schedule indimfing milestones, major activities, and deliverables to the City for review and comments. Consultant shall update the schedule, as required. Consultant shall prepare a detailed project baseline schedule based on a work breakdown structure (WBS) that will include all tasks of all parties x Baseline progress schedule involved in the project and will take into account agency staff review time. The schedule will demonstrate the Consultant's ability to achieve the City's expected schedule duration of 12 months. The schedule shall include task dependencies as predecessors and successors, anticipated task durations PROJECT with beginning and end dates, critical path with milestones, and responsibility and accountability assignments. 11 MANAGEMENT 1. 1.4 - Prepare monthly progress reports, progress schedule updates, and supporting data. The progress report shall include accomplished tasks for the month, anticipated progress for the next month, pending issues, and schedule completion target dates. Consultant will prepare monthly progress reports to accompany submitted invoices. Progress reports will document progress achieved over the billing > Monthly progress reports and period and reflect the percent complete for each task worked on. Anticipated tasks for the coming month will be identified, including the progress progress schedule updates relationship to the project schedule. Tasks identified as behind schedule will be accompanied with a plan to restore consistency with the project schedule. Critical issues requiring the City's attention or have the risk of adversely impacting the project schedule will also be documented in the report. 1. 1.5 - Prepare a project specific quality control plan. Consultant shall establish and implement a process to ensure that all deliverables (including draft) are complete and accurate, including but not limited . Project Specific Quality Control to, ensuring that design calculations are independently checked and that exhibits and plans are checked, corrected and back -checked. Consultant Plan shall review sub -consultant submittals, including environmental and engineering reports, to ensure that appropriate background information, study methodology, interpretation of data, format and content are completed in accordance with the scope of work and applicable standards. Transmittals for all deliverables shall include the name(s) and contact information of the person(s) involved in ensuring quality deliverables. 1. 1.6 - Attend public meetings as prepare project exhibits for display at meetings as required. Consultant will facilitate and conduct public meetings and prepare exhibits required for the meetings. A total of two public meetings are planned. . Meeting notices, agendas, special Coordination with the City Project Manager to identify the presentafion content required, meefing notices, community issues and concerns, and special exhibits, and meeting minutes exhibits will occur no less than one month prior to the public meeting. PREPARATION OF PIANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISQUITO CREEK WORK STATEMENT E® ACTION E DELIVERABLES 1.1.7 -Provide all needed engineering support for environmental pennitfing efforts. PROJECT 1.1 MANAGEMENT, Consultant will identify temporary and permanent impacts that occur as a result of the project. These impacts and other information such as anticipated • Exhibits and write-ups necessary CONTINUED construction activities and equipment will be documented to support the environmental team in the production of CEWNEPA documents, technical for support of environmental studies, and NRMP Verification Request Letter. documentation and permitting 1.2.1 - Prepare, plan, and administer a field review using standards and guidelines provided by Caltrans. Consultant will schedule and administer a field review meeting in accordance with Chapter 7 of the Caltrans Local Assistance Procedures Manual » Coordination and attendance of (LAPM). A formal field review is anticipated and field review documentation is required prior to request for authorization. The Consultant will package the formal Field Review. draft PES form with the Final Field Review Form (1APM Exhibit 7-B) for submittal to Caltrans by the City. Formal Field Review Form (LAPM Exhibit 7-8) 1.2.2 - Obtain and review available reports, maps, data, such as FEMA Flood Insurance Study and Flood Insurance Rate Maps, and any applicable previous studies that have been conducted in the vicinity of the project site. Consultant will conduct detailed research and review of available reports related to the project and associated impacts. FEMA Flood Insurance Maps . Data research to obtain relevant (FIRMS) were researched for the project. Other studies related to previous USACE analysis of the San Froncisquiio Creek and reports prepared in support reports and studies conducted in of the NRMP will be obtained. the project area 1.2.3 - Perform and coordinate all required field surveys, and shall research and compile all exisfing control data, including research of all affected utility companies within the project area. PLANNING Consultant shall perform detailed field survey at each bridge site of existing roadways, physical improvements, visible utilities, and drainage features. • Topographic Surveys and Base 1,2 & PROJECT All work and files will be based on project coordinate control, in accordance with City and Los Angeles County requirements, for the preparation Mapping File DEVELOPMENT of documents and maps. Topographic field survey will locate existing site improvements and visible utilifies including, but not limited to, trees and . ROW and Easement Base measurements, ground shots, road cross sections, bridge deck perimeter, headwalls, fences, road elevations, creek channel cross sections, and other Mapping File miscellaneous visible features. . Preliminary Title Reports Underground Service Alert will be notified two working days to 14 calendar days before topographic surveys are conducted. USA markings will be surveyed to determine the general location of underground utilities. Consultant shall provide right of way engineering services including: • Additional records research, focusing on documents referenced in the materials provided by the City; • Acquire preliminary title reports, needed to disclose existing rights of any utilities and adjacent private properties; and • Field surveys to tie existing land net monuments. Surveys to originate from project control to be established by the City. 1.2.4 - Coordinate all utility coordination necessaryto determine and identify locations of all utilities and facilities, as well as future utility requirements. Required surveys include, but are not limited to, the following: 1) Record Information - Existing information and survey data from City, County, and Caltrans; 2) Control Survey; 3) Topographic Survey; 4) Utility Survey; 5) Right-of-way mapping. Review of the utility maps prepared for the project in 2006 identifies numerous utilities in the project area. However, the improvements do not conflict • Record of conversation with utility with existing utilities. Consultant will canted utility owners to determine future utility requirements that will require openings on the bridge. owners verifying facility locations and future needs 1.3.1 - Prepare a Hydraulic and Scour Report which studies the hydraulic impact of the proposed project. The study shall document on-site/off-site hydrology and drainage patterns, as wells as HYDRAULIC 8 potential scour at the proposed bridge site. The report shall summarize findings and any proposed channel improvements and modifications including suggested scour mitigation. 1.3 SCOUR REPORT Hydrologic Analysis I Consultant will coordinate with the City, Los Angeles County Flood Control District, and USACE to confirm the up -to -dote San . Hydraulic and Scour Report Francisquito Creek and Santa Clara River hydrology. It is especially crucial to verify the design bulked (sediment -laden) flow. PREPARATION OF PIANS, SPEIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK 1.3.1, continued Hydraulic Analysis I Consultant will coordinate with USACE to obtain the latest hydraulic model for use as the base model. Consultant will coordinate HYDRAULIC d with the Project Team to obtain the surveyed creek cross-sections and integrate the updated cross-sections and the new bridge design into the hydraulic 1.3 SCOUR REPORT, model. Perform hydraulic analysis to determine the design flow characteristics for the existing condition and the proposed bridge and for dear and bulked flows. CONTINUED 1.4 1W WORK STATEMENT M • See previous page Location Hydraulic Study I Consultant will prepare a Location Hydraulic Study (LHS) when floodplain encroachment is anticipated. Consultant will perform qualitative hydrologic, hydraulic, and geomorphic assessments to determine the potential impacts from the proposed Project to the floodplain. Consultant will prepare the Floodplain Evaluation Report or Summary Floodplain Encroachment Report depending on the outcome of the LHS. 1.4.1 - Prepare geometric approval drawings (GAD) of the project area, inducting the extent and limits of the roadway, improvements, detours, centerline, and right-of-way alignment and connection/fie-in with project limits. Consultant will prepare geometric approval drawings (GAD) of the project area, including the extent and limits of the roadway improvements, detours, . GAD and ROW requirement centedine, and right-of-way alignment and connection/fie-in with project limits. Consultant will prepare exhibits for each impacted parcel showing maps permanent and temporary ROW impacts 1.4.2 - Determine additional right-of-way easements (including utility, slope, and other easements/encroachment agreements) necessary to the projed. Consultant will analyze and research the right of way impacts of the project. The affected APN's will be assessed to include any temporary and • Right -of -Way Data Sheets permanent easement and permanent fee impacts for the project. if required) PRELIMINARY d ( ) . Cost Estimates CONCEPT PLANS 1.4.3 - Prepare exhibits for each impacted porcel shaving permanent and temporary right-of-way impacts. Consultant will assemble exhibits of temporary and permanent impacts to right-of-way and easements utilizing the approved GAD drawing as a bole • Parcel and easement impact file. Exhibits will identify items such as parcel APN, area of impact, cost of impact and duration of impact (temporary or permanent) exhibits 1.4.4 - Prepare a structure type selection report and memorandum the includes the recommended bridge structure type, an analysis of the existing structure, a bridge general plan, an estimated construction cost, and a desorption of the proposed construction staging. Consultant shall prepare a bridge General Plan, Foundation Plan, cost estimate and report in accordance with Caltrans Memo to Designers 1-29. The . Type Selection Report Type Selection Report (TSR) will include barrier rail aesthetics consistent with the existing bridge, Location Hydraulic Study, and Preliminary Foundation Report. A draft TSR will be submitted to the City far review and comment. Perform all required environmental research and analysis as necessary for the project, pursuant to California Environmental Quality Act (CEQA) and National Environmental Policy Act (NEPA) requirements, as well as policies and procedures contained in Caltrans' Environmental Handbook and Local Programs Manual. An MND/CE is assumed for this project based on anticipated impacts. The biologist and botanist shall be approved by the California Department of Fish and Wildlife staff or biologists, should be familiar with the NRMP and with the US Fish and Wildlife Service, shall have completed bio surveys within the City or be qualified for local species specifically described in the NRMP BIOS, and bats. A licensed hydrologist shall prepare the Direct ENVIRONMENTAL Hydrologic Connection report. Consultant shall complete all environmental documentation and coordination which shall include the following: APPROVALS • Prepare a Preliminary Environmental Study (PES) Form • Prepare and distribute copies of technical studies to each of the review cycles and respond to comments and update the studies as needed for approval. • Prepare Environmental Documents (VRL variance, CEQA, NEPA). • Obtain groundwater samples for Dewatering Permits • Prepare Direct Hydrologic Connection Report PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISUUITO CREEK 1.5 WORK STATEMENT 1.5.1 - Project Inilfotfon/CEQA Clearance Strategy I Consultant will conduct research and investigation activities to develop an understanding of „ Research and investigation the project and potential environmental issues, including a preliminary site survey, preliminary data, and development of a draft project description, activities and preliminary mapping to define the project footprint of disturbance. The project footprint win include all areas to be disturbed by project construction • Preliminary site survey including: project improvements (temporary and Permanent), temporary construction easements, permanent easements, properly displacements, • Preliminary data pavement striping and signage, detours, staging areas, and construction access. Consultant will coordinate with the City to confirm that the proposed • Draft project description and project qualifies for an IS/MND for CEQA compliance. preliminary mapping 1.5.2 - Preliminary Environmental Study (PES) Form I Consultant prepare the Draft and Final PES form per the requirements of Chapter 6 of the • Draft PES Caltrans Local Assistance Procedures Manual (LAPM) and the Caltrans SER website (February 2014). The completed PES form will indude both the • Final PES PES Checklist (Parts A and B) and typed responses to the checklist questions to support the conclusions in the PES. Following City and Caltrans review, Consultant will revise the PES per City/Caltrans comments and submit the PES to Caltrans for signature and approval. 1.5.3 - Technical Studies I Air Quality Analysis I Consultant will prepare an air quality analysis for the proposed project to satisfy CEQA, State and federal environmental requirements, and conformity provisions of the Clean Air Act Amendments (CAM). The Air Quality Report will be prepared in accordance with the following protocols/guidelines: Caltrans Transportation Project -Level Carbon Monoxide Protocol, FHWA/Environmental Protection Agency (EPA) Transportation Conformity Guidance for Quantitative Hot -Spot Analyses in Particulate Matter Less than 2.5 Maws in Diameter (PM2.5) and Particulate Matter Less than 10 Microns in Diameter (PM10) Nonattainment and Maintenance Areas, and the FHWA Interim Guidance on Air Toxic Analysis in NEPA Documents. The Air Quality Report will also analyze and discuss the presence/absence of asbestos -containing structures/roadway affected by the project and conshvcficn-related impacts. In addition, the proposed project's short-term construction and long-term operational impact on global warming and climate change will be discussed. In addition to the air quality analysis, Consultant will prepare the "Conformity Analysis Documentation for Project -Level Conformity Determinations in ENVIRONMENTAL Metropolitan Nonattainment/Maintenance Areas" required for NEPA delegation. It is anticipated that the proposed project would not qualify as a Project of Air Quality Concern (POAQC) and quantitative assessment of PM2.5 would not be required. The Southern California Association of Governments' APPROVALS, (SCAG) Transportation Conformity Working Group CTCWG) PM Hot Spot Form will be prepared for City/Caltrans review. The approved Form will be CONTINUED submitted to the TCWG for its consideration. 1.5.4 - Technical Studies I Noise Study Report (NSR) I Consultant will prepare an NSR consistent with the Caltrans Noise Analysis Protocol (May 2011) and Technical Noise Supplement (TeNS) to address traffic noise impacts on land uses, such as existing and approved future residential areas located adjacent to the proposed project. Noise Abatement Criteria (NAC) and applicable local noise ordinances, will be discussed for land uses located adjacent to the project. Ambient noise level measurements will be conducted to establish the existing noise environment at representative noise -sensitive land uses within the project area. Short-term (15 minutes) noise level measurements and long-term (24 hour) noise level measurements will be conducted. Observations of other noise sources, barriers, terrains, building heights, and other site-specific information will be noted during each measurement period. Short-term noise impacts from construction sources will be analyzed and will be evaluated in terms of maximum levels (Lmax) and the frequency of occurrence at adjacent noise -sensitive locations. Analysis requirements will be based on the sensitivity of the area and the City of Santa Clarita's Norse Ordinance specifications. Now abatement measures (sound barriers) will be evaluated. A reasonable allowance per residence and total reasonable allowance per residence will be calculated for each sound barrier. 1.5.5 - Technical Studies I Natural Errvfctrune tt Study (NES) I Consultant will prepare an NES in accordance with the Caltrans Environmental Handbook, Volume 3. The NES will document and evaluate the natural habitat in the project area and determine whether the proposed project would result in impacts on sensitive species/habitat. The NES will be prepared using the Caltrans prescribed formal available on the SER website. However, because the project is covered by the Natural River Management Plan (NRMP) and associated permits, the NES will be adapted to describe the NRMP process and the necessary studies required for its implementation, primarily those required for the Verification Request Letters (VRLs) associated with the existing NRMP permits. Coordination with the United Stales Fish and Wildlife Service (USFWS), the California Department of Fish and Wildlife (CDFW), the Regional Water Quality Control Board (RWQCB), and United States Army Corps of Engineers (USACE) will be necessary, in cooperation with the Caltrans Office of local Assistance District 7, and the City of Santa Clarita. • Draft Air Quality Analysis • Final Air Quality Analysis • Draft TCWGConformityAnalysis • Final TCWG Conformity Analysis submitted to TCWG • Draft Noise Study Report • Final Noise Study Report • Draft Natural Environment Study • Final Natural Environment Study PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATE FORTH I CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK WORK STATEMENT 1.5.5, continued . See previous page The NES will include the results of habitat mapping and species surveys, including surveys for special -status spades and a focused survey for bads in the existing bridge structure. Given the terms of the NRMP, protocol surveys for other special -status species and an associated Biological Assessment for purposes of Section 7 consultation with the USFWS are not anticipated because information about these species is already available. Section 7 consultation has been completed, and the NRMP requires pre -construction clearance surveys. As part of the NES documentation, Consultant will search the USFWS Information, Hanning, and Conservation system website and request an official search by Caltrans. Consultant will also conduct a literature search of publicly available biological resources lists and maps (e.g., the California Native Plant Society and the California Natural Diversity Database [CNDDBj managed by CDFW), which will be augmented by local knowledge of potentially occurring resources. 1.5.6 - Jurisdictional Delineation (JD) I Consultant will conduct a jurisdictional delineation in accordance with the USAGE and the CDFW guidelines. . Draft Jurisdictional Delineation To identify USACE jurisdictional wetlands, a three -parameter delineation will be conducted according to the Regional Supplement to the Corps of . Final Jurisdictional Delineation Engineers Wetland Delineation Manual: Arid West Region and the 1987 Corps Wdand Delineation Manual. Consultant will also delineate the jurisdictional limit of nonwetiand waters of the United States following the definition set forth in 33 CFR 328.3(e). The extent of any streambed and associated riparian habitat subject to review by CDFW under Section 1602 of the Fish and Game Code will be delineated. The results of the draft jurisdictional delineation will require verification and approval by the USACE and the CDFW. Because San Francisquiio Creak is a jurisdictional water and is covered by an existing USACE permit, Consultant is proposing to seek a Preliminary Jurisdictional Determination, rather than the more fime- consuming and expensive Approved Jurisdictional Determination. A technical report will be prepared presenting the results of the jurisdictional delineafion. The report will be suitable for submittal to the applicable agencies for purposes of the VRL and for inclusion in the NES. ENVIRONMENTAL 1,5.7 - VRL I This scope is based on the project staying within the envelope identified in the NRMP far which permits have been issued by the CDFW, the . Draft VRL 1.5 APPROVALS, USACE, and the RWQCB. Instead of typical permit applications, the existing permits require the submittal of a VRL. The VRL will describe the proposed . Final VRL CONTINUED project (which must be designed in accordance with the NRMP) in detail, including an assessment of the project impacts and a list of the applicable mitigation measures from the NRMP. 1.5.8 - Historic Property Survey Report and Archaeological Survey Report I All tasks and documents are consistent with the guidelines set forth in . Draft Historic Property Survey the Caltrans SER Caltrans Environmental Handbook, Volume 2, Cultural Resources (January 16, 2014) and the Programmatic Agreement (PA) among Report the FHWA, the Advisory Council on Historic Preservation, the California State Historic Preservation Officer, and Caltrans regarding compliance with . Final Historic Property Survey Section 106 of the National Historic Preservation Act, as it pertains to the administration of the Federal -Aid Highway Program in California (January Report 2004; Caltrans PA). Consultant will develop an APE map in consultation with Caltrans, conduct Native American consultation, conduct an archaeological . Draft Archaeological Survey Report and historical records review and literature search, and conduct field surveys, as appropriate. s Final Archaeological Survey Report 1.5.9 - Paleontological Identification Report/Palsontological Evaluation Report [PIR/PER) I All tasks and documents described below would . Draft Paleontological be consistent with the guidelines set forth in the Caltrans SER Cahrons Environmental Handbook, Volume 1, Chapter 8—Paleontological Resources Identificafion Report/ (February 3, 2012). Paleontological Evaluafion Report Consultant will prepare a PIR to address the potential for paleontological resources to occur within the anticipated disturbance limits for the Newhall . Final Paleontological Identification Ranch Road Bridge widening over Son Francisquito Creek. Consultant will compile a report of findings, the guidelines of the Society of Vertebrate Report/Paleontological Evaluation Paleontology (SVP), and current best practices. The specific tasks to be performed are: Report a Paleontological literature review and locality search through an appropriate institution that maintains records of paleontological resources in the County. . Field assessment of visible sensitive sediments within portions of the project area where excavations below 3' would occur to confirm the potential for paleontological resources. The cost to complete the survey is included within the Cultural Resource Scope as the surveys will be completed concurrently by individuals who are trained to recognize both paleontological and cultural resources. PREPARATION OF PIANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK WORK STATEMENT 1.5.9, continued » See previous page Compilation of a paleontological resource sensitivity map that indicates which rock units within the project area might contain paleontological resources and where construction monitoring for resources should focus. At a minimum, the PIR will contain: a summary of the proposed project; a summary of the assumed project footprint and excavation parameters; a list of data sources consulted; results of the pedestrian survey for paleontological resources; and summary recommendations, constraints, and coordination requirements. ff paleontological resources are identified, an assessment of the importance of those resources shall be conducted and reported in a PER. The PIR and the PER may be prepared as o combined report. 1.5.10 - Water Quality Assessment Report (WQAR) I Consultant will prepare a WQAR for the project that follows the Caltrans June 2012 Water . Draft Water Quality Assessment Quality Assessment Report Content and Recommended Format. The WQAR will discuss watershed characteristics, groundwater hydrology, regulatory Report requirements, pollutants of concern, and receiving wafers conditions, objectives, and beneficial uses. The report will also discuss construction, site design, . Final Water Quality Assessment source control, and treatment BMPs that are applicable to the project altematives. Report 1.5.11 - Summary Floodplain Encroachment Report I In the project area, the San Francisquito Creek is designated as a 100 -year floodplain . Draft Summary Floodplain (Federal Emergency Management Agency [FEMA] Flood Insurance Rate Map [FIRM] Nos. W37CO82OF and 06037CO815F, September 26, 2008). A Encroachment Report Location Hydraulic Study and Summary Floodplain Encroachment Report will be required. Consultant will prepare a Summary Floodplain Encroachment . Final Summary Floodplain Report based on a Location Hydraulic Study discussing potential impacts for each alternative and recommend mitigation measures related to floodplain Encroachment encroachment, flood -related hazards, natural or beneficial floodplain values, access interruption, and the community floodplain development plan. 1.5.12 . Traffic Analysis I Consultant will prepare a brief traffic analysis that presents the existing setting, including existing daily traffic volume across . Draft Traffic Analysis Report ENVIRONMENTAL the bridge, as well as weekday and Saturday bicycle and pedestrian counts along San Francisquito Creek Trail. Current transit service on Newhall Ranch . Final Traffic Analysis Report 1.5 APPROVALS, Road over the San Francisquito Creek will also be identified. Consultant will have 24-hour traffic counts collected across the bridge for existing traffic baseline conditions. Future peak -hour and daily traffic forecasts across the bridge will be provided by the City of Santa Clania staff. These forecasted CONTINUED daily traffic volumes will be compared to the existing six -lane and future eight -lane daily capacity values. Consultant will qualitatively assess the project's effects on the widening potential effects on trail use and transit service in the immediate area. 1.5.13 - Section 4(f) Memorandum I Existing Class I multi -use trails traverse the project limits on both the east and the west sides of San Francisquito . Draft Section 4(f) Memorandum Creek. The trails will be used for temporary access to the bridge during construction of the project. Section 4(f) prohibits the use of land from a publicly . Final Section 4(f) Memorandum owned park or recreational area by a federally funded transportation project unless certain determinations can be made. As publicly owned recreation areas, the trails falls under the requirements of Section 4(f) of the Department of Transportation Act (49 USC 303) of 1966. Therefore, Consultant will prepare a Section 4(f) Memorandum to address potential construction impacts to these trails. 1.5.14 - Initial Study/Mitigated Negative Declaration (IS/MND) I Prepare Screencheck Draft IS/MND. The results of the technical analyses . Screencheck Draft IS/MND. (described in Task 4 above and described below) will be presented in a Screencheck Draft IS/MND prepared pursuant to the 2013 CEQA Guidelines . Address GHG emissions in the and City guidelines for implementafion of CEQA. Consultant will prepare a Screencheck Draft IS/MND incorporating the findings of the technical IS/MND analyses for submittal to the City for review (up to four hard copies and an electronic copy). The Screencheck IS/MND will include the CEQA Checklist, . Address potential long-term traffic text supporting the responses to the CEQA Checklist, and any mitigation measures needed for the project. noise levels in the IS/MND The following additional technical analyses will be concluded to support the evaluation included in the IS/MND: . Comment Response Matrix to Somencheck Draft IS/MND . Greenhouse Gas Emissions. A qualitative assessment of the project's consistency with the City's adopted Climate Action Plan will be conducted . Draft IS/MND for signature addressing potential construction and operational effects of the proposed project. . Noise. Potential long-term traffic noise levels will be evaluated based on the City's noise standards. As appropriate, mitigation will be identified to address potential exceedances of the City generated by the proposed project. Traffic noise levels will be obtained from the NSR and noise levels will be converted from the hourly A -weighted equivalent sound level (d&4 Leg) to the Community Noise Equivalent Level (CNEL) and compared to the City standards outlined in the Noise Element of the City's General Plan and Noise Ordinance. PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISQUITO CREEK 1.5 WORK STATEMENT 1.5.14, continued . See previous page . Prepare Second Screencheck Draft IS/MND. Consultant will revise the Screencheck Draft IS/MND based on comments received from the City and (RTCs) will submit the revised Second Screencheck Draft IS/MND (including a matrix documenting responses to comments on the Screencheck Draft IS/ . Final RTCs MND) to the City for review (up to four hard espies and an electronic copy). s Prepare Draft IS/MND for Public Review (One Copy for Signature). Consultant will revise the Second Screencheck Draft IS/MND per comments . Draft Final MND from the City and will prepare the Draft IS/MND for City signature for approval to circulate the document for Public Review (up to 10 hard copies . Final MND and an electronic copy). 1.5.15 - Public Review I Consultant will prepare a draft public distribution list for the Draft IS/MND based on input from the City. The Draft IS/MND s Draft IS/MND will be circulated for public review and submitted to the Office of Planning and Research (OPR) along with the Notice of Completion (NOC). A total of . Prepare a Notice of Availability 20 hard copies of the Draft IS/MND will be provided for distribution to the OPR, the City, and the local library. CDs of the IS/MND (a total of 25) will be (NOA) for publication in the local provided to the distribution list, once the list has been approved by the City. Consultant will prepare a Notice of Availability (NOA) to be published in a newspaper and post the NOA at local newspaper by the City and will post the NOA at the County Clerk's office for a 31 -day posting period. The City will be responsible for the cost of the County Clerk's office publishing the public notice in the newspapers and all filing fees associated with filing the NOA at the County Clerk's Office. For an IS/MND, holding a public meeting during the public review period is optional. If the City chooses to hold a public meeting, Consultant will attend one public information meeting during the public review period. 1.5.16 - Draft Response to Comments I The draft Responses to Comments will be prepared for submittal to the Consultant and the City (up to . Draft Responses to Comments eight copies) for review and comment. The Draft Response to Comments will be revised per the City's comments and submitted to the City for approval. (RTCs) Consultant will prepare responses for its areas of responsibility and will coordinate with the project team and the City to prepare responses for their . Final RTCs ENVIRONMENTAL respective areas of responsibility. The level of effort to prepare the responses to comments is based on no more than 60 Consultant staff hours. APPROVALS, CONTINUED 1.5.17 - Final MND I A Final MND will be prepared based on responses to comments received during the public review period for submittal to the . Draft Final MND City for review and approval. As part of the process for the Final MND, Consutant will prepare response letters to agencies that submitted comments on . Final MND the Draft MND and will prepare and file a Notice of Determination (NOD) with the County Clerk's Office and with the State Clearinghouse (SCH). The City is responsible for the CDFW NOD filing fee and any County filing fees. Consultant will attend one public meeting for consideration of the MND for approval. Consultant will provide up to five hard copies and one electronic copy of the approved MND. 1.5.18 - Mitigation Monitoring Reporting Program I Consultant will prepare a draft and a final Mitigation Monitoring and Reporting Programs . Draft MMRP (MMRP) in accordance with CEQA Guidelines for use in ensuring implementation of the mitigation measures for the project. The MMRP will be used in . Final MMRP the design and construction of the proposed project. The MMRP will incorporate the mitigation measures from the environmental document. For each mitigation measure, the MMRP will include a description of the mitigation measure, the timing of implementation, the party responsible for implementing the measure, the performance objectives, the requirements for verification of compliance, and the party responsible for verifying compliance. The draft MMRP will be submitted to the Consultant and the City for review and comment, and the final MMRP will be provided to the City along with the Final MND for approval. The MMRP will be included in the approved Final MND. 1.5.19 - NEPA Categorical Exclusion (CE) I The project is anticipated to qualify for a NEPA CE 23 CFR 771.117 (d), 3 for bridge rehabilitation, . Draft CE (with the Draft ECR) reconstruction, or replacement. As the delegated Lead Agency for NEPA, Caltrans is ultimately responsible for determining the appropriate level of . Final CE (with the Final ECR) NEPA documentation. If Caltrans determines that a higher level of environmental document, such as an Environmental Assessment (EA), is appropriate, modification to the schedule and scope of work will be required. Following approval of the technical studies by Caltrans, Consultant will prepare a Draft CE per the Caltrans SER. As part of the Draft CE, a Draft Environmental Commitments Record (ECR) will also be prepared. The Draft CE, the technical study backup, and the ECR will be submitted to Caltrans for review and approval. Following Caltrans review of the Draft CE, Consultant will revise the Draft CE per Caltrans comments, prepare the Final CE, and submit the Final CE to Calfmns for approval. PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK WORK STATEMENT 2.1.1 - Prepare a Geotechnical Design and Foundation Report in accordance with Caltrans guidelines. Consultant will review the subsurface information collected from the current and previous investigation and will develop an idealized sal profile . Preliminary Foundation Report and design strength parameters for foundation analysis. Updated seismic design parameters using the latest Caltrans web -based seismic design (PFR) criteria will be provided. Using the soil profile and strength parameters, foundation type recommendations and foundation design and construction . Structure Foundation Report (FR) recommendations for the proposed widening will be provided. Log -of -Test -Borings (LOTS) sheets will be prepared in accordance to Caltrans guidelines. . LOTB Sheets 2.1.2 - Respond to reviewer comments and obtain approval of Geotechnical Report by the City's Development Services Division. The idealized soil profile developed with the information collected from the current and previous field investigation and laboratory testing program will . Letter Report for Roadway, be used for slope stability and settlement calculations for the approaches. Consultant will provide information on remediation measures if the site soils Embankment, and Groundwater are corrosive to concrete or steel structures. R -value will be used to determine composite pavement structural sections using Traffic Indices. Measurements 2.1.3 - Installation of a groundwater monitoring well that will be property removed/closed after collecting samples and monitoring groundwater levels. FINAL DESIGN The groundwater monitoring wells will be installed inside borings drilled with a truck -mounted drill rig equipped with 8" diameter hollow -stem augers. 2.1 REPORTS AND During advancement of the boring, Consultant field personnel will collect soil samples for laboratory testing, including bulk samples of near -surface sats STUDIES and small disturbed and relatively undisturbed ring samples of deeper soils. The small disturbed and relativey undisturbed soil samples will be collected using split -spoon samplers at a vertical interval of about 5", alternating between the Standard Penetration Test (SPT) sampler and the Modified California Drive (MCD) sampler. Samples of subsurface soils will be logged during the field investigation, secured in their containers or collected in plasfic bags, and transported to the Consultant laboratory. The monitoring wells will consist of 2" diameter Schedule 40 polyvinyl chloride (PJC) screen and solid schedule 40 PJC casing installed at the completion of the boring. The screened portion of the wells will consist of 0.01" slots and will be placed at a depth of approximately 15' below and 10' above the elevation where groundwater is encountered. The solid PVC casing will be placed between about 0.5' below ground surface and the well screen. Number 2/12 Monterey sand will be placed in the annulus of the screened interval with approximately 2' above the screen, and 1' below the screen. A bentonite -chip seal will be placed above the filer pack to within approximately 2' of the ground surface. The upper portion of the well will be sealed with quick set concrete. The wells will be finished with a traffic -rated box set in concrete. Consultant will collect and record groundwater elevations on a bi-weekly basis from the time of installation for a period of sok months. Groundwater samples will be collected from each well and tested for contaminants as listed in Appendix E of LARWQCB NPDES Permit No. CAG994004. Results of tate laboratory testing will be submitted to LARWQCB for review. Discharge requirements received from LARWQCB will be implemented into a dewatering plan to secure an NPDES general discharge permit. . Groundwater Measurements for b Months . Approved NPDES General Permit Dewatering Plan 2.2.1 - Complete necessary design and construction approvals for the project from required Agencies, including Caltrans. Provide all necessary plan check copies required by affected agencies. All work process and products subject to this Agreement shall be completed in strict accordance with the most recent version of Caltrans Local Assistance Procedures Manual (LAPM) as necessary to secure project authorization from Caltrans/ FHWA for bridge rehabilitation or replacement. In addition, the project shall conform to the following design and environmental standards: . City of Santa Clarito Standards & Specifications 2.2 PS&E . Caltrans 2010 Standard Plans & Specifications . Local Assistance Procedures Manual, Chapter 11 . Coltrans Highway Design Manual . Caltrans Memos to Designers . Caltrans Seismic Design Criteria . AASHTO LRFD Standard Specifications for Highway Bridges, 4th Edition, with California amendments . AASHTO A Policy on Geometric Design of Highways and Streets, 2004 Edition . Caltrans Standard Environmental Reference 2.2.2 - Incorporate all environmental mitigation measures required into the design of the project. All work products are subject to review and approval by the City. Consultant shall provide the City with sufficient time to review and comment on, all deliverables prior to final publishing and/ or submittal to Caltrans/FHWA. As such, all deliverables shall be provided to the City in draft and final versions PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATE FORTH I CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK 2.2 WORK STATEMENT Final environmental mitigation measures requiring modification to the GAD or inclusion in the plan set will be added. Measures will be coordinated and . Mitigation measure plans and agreed upon with the City prior to addition. specifications 2.2.3 - Confer and coordinate with affected Agencies and utilities companies to identify design controls and considerations necessary for plan preparation and approvals Consultant will coordinate with the City, Caltrans, affected utilities, and regulatory agencies in during update of the project schedule. Consultant will . Stakeholder approval of project obtain approval from each entity the durations and milestone dates set in the schedule for review and comment of deliverables. schedule 2.2.4 - Conduct team meetings with affected Agencies to review project schedules, concepts, plans, and specifications. Prepare meeting minutes. Consultant will identify Agency staff for inclusion in the PDT These members will be coordinated with and notified in advance when attendance at PDT . Approved meeting minutes meetings is needed for review and discussion of critical issues. All agreements and decisions will be recorded in the prepared meeting minutes which will documenting project agreements be distributed for approval by the PDT. and decisions 2.2.5 - Prepare separate construction staging, traffic control, and detour plans Consultant will prepare detailed construction staging plans, including traffic control and detour plans. Plans will include Newhall Ranch Road, San . Plans and special provisions Fmncisquito Creek Trail (west and east banks) and the Bouquet Canyon Tmil. Project special provisions will include public notification process and format for roadway and trail detours 2.2.6 - Perform design surveys including as requested by the City or as needed for design. Provide 2-dimensional topographic mapping at 1' contour intervals of the project site. Consultant will augment the survey data prepared and will be provided when requested by the City if additional data is required for design purposes. PSBE, Consultant will integrate the additional survey data into the topographic base map for inclusion in the plans. CONTINUED 2.2.7 - Provide the City with an original complete set of plans and profiles, specifications, and estimates. The Consultant will prepare the Final PSM for advertising, as well as hard copy and electronic files of spreadsheets used to create the estimates. This submittal will merge the Civil PSBE and Structures PSBE into one package. Review comments on the 95% submittal will be addressed and necessary design revisions incorporated into the development of the Final PSBE. PSBE package will indude Exhibit 12-C PSBE Certification and Exhibit 12-D PSBE Checklist of the IAPM for signature by the City. Both documents are required for submittal to DIRE for authorization of federal reimbursement. 2.2.8 - Prepare storm runoff analysis subjed to the NPDES permit. s Survey augmentation when required. . Final PSBE . 95% PSBE response to comments . Final cost estimate and checked quantity calculations . Final design calculations . Resident Engineer file . PSBE certification and checklist A stone runoff analysis will be prepared for the site utilizing the hydrologic and hydraulic methods described in the Caltrans Highway Design Manual. . Drainage Report The analysis will include calculations to determine runoff volumes on the roadway and bridge deck under proposed conditions for a 10 -year storm . Hydrologic and hydraulic and a 100 -year storm. Hydraulic calculations will be performed to determine inlet sizes and locations, and pipe sizes. Additional calculations may be calculations performed for sizing of retention basins to retain the Stormwater Quality Design Volume. 2.2.9 - Prepare an approved Storm Water Pollution Prevention Plan by a Qualified SWPPP Developer (QSD). A Storm Water Pollution Prevention Plan (SWPPP) will be prepared in conformance with the latest edition of the Construction General Permit (CGP). A risk . Conceptual Storm Water Pollution determination will be prepared and the CGP risk level identified. The SWPPP will indude requirements for stormwater management, non-stonnwater Prevention Plan management, and a construction site montoring plan as applicable for the project risk level. The construction contractor's information would be added to the SWPPP once the construction contract is awarded. PREPARATION OF PIANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF ' ' HALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK TASK NO. 2.2 2.2.10 - Prepare a Standard Urban Storm Water Mitigation Plan in compliance with the latest MS4 permit. A Standard Urban Storm Water Mitigation Plan (SUSMP) will be prepared in conformance with the CA RWQCB Order No. R4-2012-0175, titled Waste Discharge Requirements for Municipal Separate Storm Sewer System (MS4) Discharges within the Coastal Watersheds of Los Angeles County, Except Those Discharges Originating From the City of Long Beach MS4, latest revision. The SUSMP will determine the Stormvater Quality Design Volume (SWQDv) for the project. The site will be evaluated to determine the feasibility of design features to retain the SWQDv on-site during the Preliminary and Concept Plans phase of the design. If lt is determined that retaining the SWQDv on-site is infeasible alternative compliance measures will be evaluated and included in the design. The SUSMP will include details of the SWQDv analysis. The SUSMP will list beneficial uses of the receiving waters and pollutants of concern. It will also identify whether there are any 303(d) listed receiving waters and whether or not there are TMDLs associated. The SUSMP will also evaluate the need for hydromodification controls and will provide calculations or rational for an exemption as applicable. 2.2.11 - Prepare construction estimates which include total cost, as well as subtotals for each category of work, including utility and right-of-way impacts Consultant assumes that analysis of impacts will be performed with regard to one parcel. Consultant will ascertain all relevant design plans available for review of project impacts and coordinate with PDT to review impacts and confirm impact assumptions. Consultant will physically view the site and record appropriate data. Online data of the property will be incorporated into field research, where necessary. Field research data will be integrated into appropriate cost estimating formals. Consultant Field Agent and Property Analysts will meet to discuss dela and draw impod conclusions and property remediafion strategies, 4 necessary. Conclusions and strategies will be reported to PDT to consider opportunities for creative problem -solving either in design or property remediation strategies. Once property remediation and design assumptions are finalized and property impact conclusions are confirmed, data is finalized into the approved cast estimating formats, incorporating findings and cost estimations with regard to utility facilifies. PS&E, Property values for the affected parcel will be estimated using traditionally accepted properly valuation techniques. Once relevant market data is CONTINUED gathered and applied to the subject properties, the cost study will estimate the probable values of land and any impacted improvements, as well as associated damages, relocation assistance costs, demolition costs and cost -to -cure remediation costs, if applicable. Consultant will gather all information and analysis gleaned from the preparation of the right of way cost estimate, as well as information discovered regarding utility impacts, and will prepare the latest approved Caltrans Right of Way Data Sheet form according to the guidelines presented in the Caltrans Right of Way Manual. Consultant will coordinate with relevant Caltrans District 7 representatives and/or design leads to address comments and recommendations. WORK STATEMENT s Final SUSMP a Preliminary design recommendations for water quality and/or hydromodification controls • Cosi estimate worksheet • Caltrans Right of Way Data Sheet Form 2.2.12 - Prepare and perform drainage design calculations for the opposed bridge deck drainage system and prepare a Drainage Report that summarizes the findings. Consultant will calculate deck drainage requirements on the widen bridge in accordance with Cahmns Bridge Design Aids 17-1. Calculations, • Drainage Report along with utilized references and research will be complied in a Drainage Report. Consultant will summarize the findings in the front of the report, documenting additional run-off to City storm drains by the bridge widening. 2.2.13 - Perform a bridge scour analysis to determine the scour potential per the methodology specified in the FHWAs HEC -18 and HEC -23 Manuals. Consultant shall provide structural design, geotechnical design, and hydraulic design services to evaluate the need for potential counter measures for scour protection. Consultant will perform bridge scour analysis following methods specified in FHWAs HEC -18 and HEC -23 Manuals. The site soil gradation data is > All design calculations applied to the analysis. The total scour depth is the total of long4emr bed change, contraction scour, and local (pier or abutment) scour. The placement documented in the Bridge Design of bridge foundations shall be placed below the estimated total scour depth. Scour countermeasures are recommended following the guidelines specified Hydraulic Report in FHWAs HEC -18 and HEC -23 Manuals. If required, slope protection is designed per the Caltrans Highway Design Manual and California Bank and Shore Protection Manual Countermeasures are designed to protect the bridge and minimize environmental impacts in compliance with the NRMP. 2.2.14 - Prepare a Bridge Design Hydraulic Study Report for the project to summarize the recommendations and results from the hydraulic and scour analysis. PREPARATION OF PIANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK WORK STATEMENT Consultant will prepare a Bridge Design Hydraulic Study Report to summarize the recommendations and results from the hydraulic and scour analyses. Bridge Design Hydraulic Study The report will include all detailed hydraulic model output and comply with the LA DPW Hydrology and Sedimentation Manual and the Los Angeles Report County Flood Control District Hydraulic Design Manual. 2.2.15 - Prepare signal plans P58E, Traffic signal modification plan, specification, and estimate will be prepared for the intersection of Newhall Ranch Road and Avenue Tibbitts. A signal a Signal Plan 2.2 interconnect plan will also be prepared to provide communications between the intersection of Newhall Ranch Road/Avenue Tibbitts and Newhall Ranch v Signal Interconnect flan CONTINUED Road/McBean Parkway. The signal interconnect plan will coordinate with structures on the location of the conduit within the new bridge. A plan will be prepared to include at minimum, but not limited to, the required traffic signal equipment, conduits, wires, cables, loops, pull boxes, service equipment, controller equipment, enclosures, electrical feed, luminaires, and mast arm signs, as well as the necessary construction notes, schedules, phasing diagram, and details. Examples of relevant details include diagram of pole locafions and blow-up details, if needed. The design will include the upgrade of the existing traffic signal equipment to meet current standards. In order to prevent unnecessary construction change orders, existing utility information will be overlaid together on the traffic signal plans to check for potential conflicts and the design will be revised accordingly. 2.3.1 - Coordinate any and all modifications, changes, or relocations of existing underground and/or overhead utilities with respective utility company. Where feasible, every effort shall be made to complete any and all modifications, changes, or relocations of existing underground and/or overhead utilities prior to construction. Consultant will coordinate required modifications, changes, or relocations of existing underground utilities. Based on the previous utility coordination a Utility contact list completed, 4 appears that the proposed project improvements will not adversely affect any existing utilities, or require relocation of facilities. However, the Consultant will confirm with all utility companies in the project area (AT&T, Gas Co, Costaic Water, Valencia Water - 2 lines, and Cable TV) 2.3.2 - Schedules and progress reports for utility efforts shall be prepared. Plans and cost estimates provided by the utility companies shall be reviewed and recommendations shall be made. Consultant will prepare schedules and progress reports for utility efforts if any relocations are necessary. Consultant will review plans and cost estimates a Schedules and progress reports for provided by the utility companies and will make recommendations accordingly each utility company 2.3.3 - Consultant shall show the disposition of each utility on the project plans, and provide the necessary notification and work windows in the Special Provisions. Consultant will show the disposition of each utility on the project plans, and provide the necessary notification and work windows in the Special Provisions. s Existing and future utilities reflected in layout sheets 2.3 UTILITY 2.3.4 - Pothole to determine location and depth of existing utilities. COORDINATION If required through data obtained by USA and utility owners, specific potholing of utilities and survey of the potholed utility will be conducted. Consultant v Utility Potholing (Up to five will document potholed utility locations and elevations in the utility basemap of the project plans. locations) 2.3.5 optional - Prepare and distribute to all impacted utility owners a Utility "A" Letter and associated plans which outlines the proposed right-of-way and existing ulilities. Consultant will prepare and distribute to all impacted utility owners a Ufility A Letter and associated plans which outlines the proposed ROW and existing s Utility A letter to five companies utilities. 2.3.6 optional - Prepare and distribute to all impacted utility owners a Utility "B" Leiter and associated plans which outlines potential utility conflicts and approximate relocation schedules. Consultant will prepare and distribute to all impacted utility owners a Utility "B" Letter and associated plans which outlines potential utility conflicts and a Utility "B" letter to five companies approximate relocation schedules. 2.3.7 optional - Prepare and distribute to all impacted utility owners a Utility "C" Letter and associated plans which include final plans showing proposed utility relocations. Consultant will prepare and distribute to all impacted utility owners a Utility "C" Letter and associated plans which include final plans showing proposed s Utility "C" letter to five companies utility relocations. 2,4 PERMITS 2.4.1 - Obtain all the necessary environmental (regulatory) permits necessary for the construction of the project including permit approvals from CDFG, USACE and the LARQCB for equipment entering the streambed outside of the NRMP, 1602 Streambed Alteration Agreement, 401 Water Quality Certification, and 404 Permit. PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK WORK STATEMENT Section 404, Section 401 and Section 1602 authorizations from the USACE, tARWQCB, and CDFW were completed for the NRMP area, which includes » Required technical studies the proposed bridge, in 1998. Verification of these authorizations will be obtained through the VRL process as described above. Based on the soils » Approved environmental permits PERMITS, investigations and extensive engineering already completed for this project, equipment work in the streambed outside the NRMP area is not anticipated. 2.4 If necessary, Consultant will prepare the necessary agency notifications to obtain these authorizations. It should be noted that certain sail investigation CONTINUED activities are covered under an USACE Nationwide Permit that does not require notification, and that this Nationwide Permit has already been certified by the State Water Resources Control Board; thus, only a simple notification of the work to the LARWQCB is required. A standard Notification of Streambed Alteration to CDFW would be prepared. 3.1.1 - During the bid phase, respond to bidder inquires and questions regarding the Plans, Specifications, and Estimate and prepare addendum(s). Consultant will assist the City in response to bidders inquiries, including maintaining a log of the questions and responses. When required, Consultant » Responses to bidder inquiries will prepare addenda to the plans and specifications during the bid process. » Addenda to the bid package 3.1.2 - Attend pre -construction meeting and weekly construction progress meetings. Consultant will aBend the pre -construction meeting and weekly construction progress meetings. Weekly construction meetings will be attended via phone x Meeting Attendance conference except when on-site attendance is requested by the City or Resident Engineer. Five on-site progress meetings are assumed during construction. CONSTRUCTION 3.1.3 - During construction phase, respond to RFPs, review submittals and shop drawings and assist the City with any Contrail Change Orders (CCO's). 3.1 ENGINEERING Consultant will review shop plans as requested by the Resident Engineer. Shop plan review assumed is for precast members. Construction staff are a Shop plan markups and approvals expected to review contractor submittals such as workplans, shoring, pile placement, and concrete mix designs. Consultant will provide technical design » Technical design support support to the Resident Engineer as requested including reviewing and responding to RFI's. s CCO documentation Consultant will assist the Resident Engineer in preparation of contract change orders and maintain database and track progress of contract change orders. Consultant will develop, coordinate and issue revised drawings, sketches, and specifications via the Resident Engineer (RE) for Contract Change Orders (CCO's). Filed technical issues related to approved improvement plans with the City's Field Engineering staff will be coordinated as requested. Consultant will provide written description of changes and a revised engineer's estimate for each set of revisions. Consultant will assist RE with reconciling contractor's quantities with engineer's estimate, as requested and indude cloud, delta, note revision number, written description, and engineer's cost opinion for revisions from the previous issue of each plan sheet. PREPARATION OF PIANS, SPECIFICATIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SAN FRANCISOUITO CREEK EXHIBIT A I PROJECT FEATURES.................................................................. , , . _.._—.._..___.._.. _.._.. .............. _._........._..y TYPICAL SECTION 1I WORN STATEMENT'MI ................................................................................................. pwA �Tr _7 _. PREPARATION OF PLANS, SOLUTIONS AND ESTIMATE FOR THE CONSTRUCTION OF NEWHALL RANCH ROAD BRIDGE WIDENING OVER SON FRANCEGURD CREEK NO SCALE LEOENDs Right of Way — — Lane Stripping Yl Meet Cuararail system ENCS) _ Bridge Widening - ExTetTng Structure O New Raaf WlEening WORISTATEAIEN) EXHIBIT B I PROJECT FOOTPRINT ......................... NATURAL RIVER MANAGEMENT LEGEND: PLAN (NRMP) LIMITSr Right of May Potential Blke Path Detour ® Riparian Bird Hab Hai ® Area of Aotlye Channel Floe During Conetructlon (If required During Periods of Floe Project Footprint ® Temporary Dlsturbance 60' from Edge of New Bridge Deck PREPARATION OF PLANS,SPECIFICATIONS AND ESTIMATE FORTH CONSTRUCTION OF nHALL PAP" ROAD BRJDGEWIDENING OVER SAN FRANC60UTMCREIX