Loading...
TY LinL 7� �3 4r. WORK PROPOSAL Bridge Preventative Maintenance Program Plan CITY OF LA QUINTA September 15, 2025 — Federal Project No. BPMP-5433(022), City Project No. 2023-33 'IYI,in Table of Contents 1. Cover Letter Firm's Background, Qualifications, and Experience 1 2. References of California Government Agencies 4 3. Staffing and Project Organization 4. Subcontracting Services A 11 S. Project Understanding and Approach 13 6. Scope of Services 20 7. Project Schedule 29 8. Disclosures 30 9. DBE Commitment Exhibit 10-1 Exhibit 10-01 Exhibit 15-H 10. Acknowledgement of Insurance Requirements (Attachment 2) 11. Non -Collusion Affidavit (Attatchment 3) 12. Acknowledgement of Addenda (Attachment 4) Appendices Resumes Agreement for Contract Services Mark -Ups Past Project Examples: - Lomas Santa Fe Dr Overhead Bridge Maintenance and Repair Plan Sheet - CVWD Scour Countermeasures from Avenue 44 Bridge Plan Set - Los Angeles River Bridge Retrofit Plans and Specifications Excerpt "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) ► 1. Cover Letter 'I`tl.in 1. Cover Letter September 15, 2025 Carley Escarrega Administrative Technician, Public Works Department City of La Quinta 78495 Calle Tampico La Quinta, CA 92253 Subject: Work Proposal I Bridge Preventative Maintenance Program Plan Federal Project No. BPMP-5433(022), City Project No. 2023-33 Dear Ms. Escarrega and Members of the Selection Panel: The TYLin Team has the key attributes needed for a successful and timely delivery of the Bridge Preventative Maintenance Program (BPMP) plans, specifications, and engineer's estimate (PS&E) to implement the maintenance improvements for five of the City of La Quinta's (City) eight bridges. Our approach prioritizes clear communication with City staff, coordination with Caltrans District Local Assistance Engineers, and a strong commitment to meeting the 13% DBE participation goal through meaningful involvement of certified DBE firms specializing in environmental, geotechnical engineering, surveying, and right-of-way services. These key attributes are demonstrated throughout our proposal. The following is a summary along with specifics we feel are critical to the successful delivery of this project. Leadership and Quality. Our team is led by individuals who are very familiar with similar projects, Caltrans Local Assistance and partner agency staff, and who are recognized for their high -quality work and collaborative leadership styles. TYLin Team Project Manager, Jay Holombo, PhD, PE, has 34 years of experience, which includes serving as Project Manager on similar Highway Bridge Program (HBP) funded bridge projects. Jay has a deep institutional knowledge of the Caltrans Local Assistance HBP program that will assist in timely processing and expedite approvals. Demonstrated Work Experience. Over the past 50 years, TYLin has been the Engineer of Record on many Caltrans Local Assistance -funded bridge maintenance projects throughout California that demonstrates our in-depth knowledge of the Caltrans Local Assistance Procedures Manual (LAPM), Local Assistance Program Guidelines (LAPG), the Highway Bridge Program (HBP), and other Federal Highway Administration (FHWA) requirements. The City and your partner agencies will benefit from working with a reliable firm, like TYLin, that has a strong local reputation and one you know will be here for the life of the project and many years thereafter. Flexibility and Innovation. In the past 20 years, TYLin has expanded its services to include civil and environmental services with great success. TYLin's Southern California offices now have over 200 professionals providing full -service transportation design services. The TYLin Team has consistently provided our clients with flexible, responsive and innovative service on bridge and civil engineering contracts, while maintaining excellence, innovation, and timely delivery. TYLin's in-house bridge and civil design, and environmental services enable collaboration and optimization to maximize value and expedite delivery of the BPMP Plan project. 3633 East Inland Empire Boulevard, Suite 700 I Ontario, California 91764 1 T 909.912.6900 1 www.tylin.com An Affirmative Action / Equal Opportunity Employer M/F/D/V 'I`tl.in Depth and Breadth. In support of our in-house leaders, experts and production staff, we assembled six Disadvantaged Business Enterprise (DBE) subconsultant firm, covering the full range of services discussed in the request for proposals (RFP) and to satisfy the required 13% DBE goal. These team members have been selected for their proven project delivery experience, commitment to excellence, local knowledge, and history of working with TYLin. Subconsultants DBE No. Role Artemis Environmental Services, Inc. 43648 Aquatic Resources Delineation Services Coast Surveying, Inc. 2128 Mapping and Land Surveying Duke Cultural Resources Management, LLC 49349 Cultural Resources Earth Mechanics, Inc. 6956 Geotechnical Engineering Laurel Civil and Environmental Consultants 45527 Hazardous Materials Monument ROW, Inc. 46456 Right -of -Way Agreement for Contract Services. We have carefully reviewed the Agreement for Contract Services, and there are a few exceptions that we would like to discuss further with the City. These exceptions pertain to provisions that are not covered by professional liability insurance in Sections 1.5, 1.6, 7.7, and Exhibit F (Items F.1.a, F.1.b, F.1.c, and F.1.d.2). Specific contract section markups are provided in the appendices of this proposal. TYLin acknowledges receipt of Addendum Number One and has included Attachment 4 Acknowledgment of Addendum at the end of this proposal. This proposal is valid for at least 90 calendar days after submission. Any individual who performs work for the City is free of any conflict of interest. Our proposal details our understanding of the project, technical approach, qualifications of our team, relevant experience, and schedule for successful completion of the PS&E phase. We look forward to the opportunity to support the City in extending the service life of its critical bridge infrastructure. Our Project Manager, Jay Holombo, PhD, PE will serve as the main point of contact for this project. Should you have any questions or comments, please feel free to contact Jay at the contact information below. Sincerely, TYLin Jay Holombo, PhD, PE Project Manager 404 Camino del Rio South Suite 700 San Diego, CA 92108 619.908.3313 jay.holombo@tylin.com Stephane Dulor, PE, DBIA Principal -in-Charge 20 Pacifica Suite 350 Irvine, CA 92618 949.285.2771 stephane.dulor@tylin.com h ,c- Dan FiAwllllarn, PE Vice President 404 Camino del Rio South Suite 700 San Diego, CA 92108 619.908.3224 daniel.fitzwilliam@tylin.com Authorized to Contractually Bind TYLin 3633 East Inland Empire Boulevard, Suite 700 I Ontario, California 91764 1 T 909.912.6900 1 www.tylin.com An Affirmative Action / Equal Opportunity Employer M/F/D/V Firm Background, Qualifications, and Experience The City of La Quinta's (City) Bridge Preventative Maintenance Program (BPMP) Plan calls for a team that not only offers technical excellence across all project phases, but also demonstrates a clear understanding of Caltrans Local Assistance procedures, environmental permitting, and the collaborative delivery of federally funded infrastructure. TYLin's professionals in our Southern California offices specialize in local agency bridge projects and offer a full suite of in-house civil engineering services —including bridge, traffic, and drainage design, environmental coordination, and federal aid program administration. This comprehensive "one -stop shop" capability ensures a cost-effective, streamlined, and well - coordinated effort from planning through plans, specifications, and estimates (PS&E) and construction support. Equally important, TYLin is committed to meaningful participation of Disadvantage Business Enterprise (DBE) subconsultants and has a successful track record of fostering inclusive partnerships that align with local and federal goals, enhancing both technical outcomes and community impact. TYLIN BACKGROUND FOUNDED IN 1954 3,200+ Employees 65 Offices NATIONWIDE 200+ Employees 12 Offices IN CALIFORNIA Services will be provided from our Ontario, San Diego, and Irvine offices TYLin is a California -based, multi -disciplinary engineering company operating from 65 offices in the U.S. and 14 overseas. TYLin is ranked #6 in bridges and #9 in design firms (transportation) by the Engineering News Record (ENR). California operations consist of the firm headquarters in San Francisco plus seven other offices including San Diego, Ontario, Los Angeles, and Irvine. The Ontario and San Diego offices will serve as the production centers for the BPMP project. TYLin's global practice is proudly rooted in the design of bridges. Our firm's hallmark of engineering excellence and creativity continues to thrive at the heart of our bridge design practice. Over a half -century since our formation, we are ranked as one of the top 10 largest bridge design firms, and have the industry's leading personnel and technology necessary to deliver bridge design projects in every corner of the world. As a recognized world leader in major bridge design, seismic analysis and retrofit, and construction engineering, our experience includes award - winning designs for virtually all bridge types, including suspension, cable -stayed, segmental, arch, conventional, pedestrian, and transit bridges. While TYLin's portfolio covers all aspects of transportation including highways, rail, aviation, planning, and construction management, the firm's "brand" is clearly bridge design. TYLin is recognized worldwide for the design of major bridges, such as: — San Francisco -Oakland Bay Bridge East Span Replacement — Mike O'Callaghan -Pat Tillman Memorial Bridge (Hoover Dam Bypass Bridge) — New Benicia -Martinez Bridge "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) TYLIN QUALIFICATIONS While the large bridges garner the majority of the industry's attention, TYLin's practice is founded on bridge projects of more modest scope. The San Diego office started in 1972 to address the needs of Southern California cities and counties on federally -funded Highway Bridge Program (HBP) projects. TYLin has accumulated an impressive track record of successful HBP/BPMP projects including: — Ventura, BPMP and PS&E Design Services — Menifee, Citywide Bridge/Culvert Inventory Study — Fullerton, BPMP — Carlsbad, BPMP — San Diego, BPMP — Long Beach, Seismic Retrofit of LA River Bridge on Route 1 — Coachella, 1-10 Pavement Rehabilitation — Los Angeles, Historic First Street Viaduct — Torrance, Prairie Avenue Bridge Rehabilitation — San Diego, West Mission Bay Drive Bridge over the San Diego River — Indio, Avenue 44 Bridge over the Whitewater River — Norco, Hamner Street Bridge over the Santa Ana River — Murrieta, Guava Street Bridge over Murrieta Creek — Highland, Greenspot Road over the Santa Ana River — Norco, River Road Bridge over the Santa Ana River The San Diego office currently has 10 significant HBP or federally funded projects in the pipeline. This continuous and ongoing experience makes sure that project managers and their staff remain current and informed of the latest developments with the program and its procedures in accordance with Caltrans Local Assistance Program Guidelines (LAPG), Local Assistance Procedures Manual (LAPM), Local Program Procedures Memoranda, and Division of Local Assistance Office Bulletins. This helps to keep a project in compliance with the program. With this volume of HBP/BPMP work along with ongoing direct contracts with Caltrans, TYLin routinely complies with Caltrans pre -award audit requirements as do the subconsultants we typically work with. TYLin has a Cognizant Audit Approval Letter from Caltrans, dated January 8, 2013. Engineering procedures are based on Caltrans bridge design practices which results in PS&E adhering to Caltrans standards and are familiar to local contractors. The office maintains licensing for a complete range of industry -standard engineering software for analysis, design, load rating, and drafting. Projects are proactively managed using proven techniques. Coordination and communications are based around the concept of the Project Development Team (PDT). Project controls are maintained using Critical Path Method (CPM) scheduling, earned value analysis (EVA), and TYLin's comprehensive quality assurance/quality control (QA/QC) program. TYLin provides "in-house" specialization in civil/roadway engineering, bridge analysis and design, utilities coordination and engineering, drainage, and environmental services coordination. This aspect allows for seamless interaction between the key team leads throughout the project development and delivery process. Proactive communication between these individuals is essential, particularly in the alternatives development and analysis phase where avoidance and minimization of impacts on environmental resources are the goal. This level of access allows the key members of the PDT to be continuously involved in directing and shaping the project in consideration of both design and environmental challenges. In addition, this leads to an efficient means of identifying issues, and more importantly, resolutions. "IY yin City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) EXPERIENCE WITH SIMILAR WORK TYLin specializes in bridge engineering projects funded through the HBP. Our firm has served as prime consultant on over 50 projects in the region with HBP funding, with 11 of those projects administered through Caltrans District 8 Local Assistance. Through this experience, our staff has a detailed knowledge of the federal funding process and Caltrans Local Assistance Requirements. Furthermore, our staff have excellent working relationships with key Caltrans District 8 Local Assistance and Structures Local Assistance staff. These relationships are based on mutual respect allowing for a collaborative environment to navigate the myriad of technical and regulatory requirements. TYLin's experience with the HBP-funded projects will be instrumental in the City's ability to expedite this project in the following ways: — Comprehensive scoping to minimize future change — orders. The TYLin Team has a detailed understanding of the Caltrans LAPM and LAPG manuals, and the expectations of Local Assistance. This knowledge allows work to proceed uninterrupted. — Delay minimization by anticipating detailed technical and regulatory requirements throughout the project development process. Our team's — knowledge of both written and unwritten requirements will facilitate proceeding without delay. — Accurate Budgeting based on our deep knowledge and understanding of participating and non -participating costs will allow the City to closely budget all phases of the project. Continuity since HBP-funded projects are long-term endeavors spanning years. There could be turnover within Caltrans Local Assistance, the consultant team, and the City during the life of the project. TYLin written documentation protocols, minimize rework and provide reviewers within Caltrans the context for timely approvals. Proactive coordination is the cornerstone of gaining timely approvals from stakeholders and regulatory agencies. Our system of proactive coordination has been developed based on successful delivery of HBP-funded projects through Caltrans District 8 Local Assistance. TYLin HBP/Federally Funded Bridge Projects Ventura BPMP and PS&E Design Services Seismic Retrofit of LA River Bridge on Route 1 Menifee Citywide Bridge/Culvert Inventory Study 1-10 Pavement Rehabilitation Fullerton, Carlsbad, and San Diego BPMPs Historic First Street Viaduct Torrance, Prairie Avenue Bridge Rehabilitation SR 58 Beltway Avenue 44 Bridge over the CVSC Vanowen Street Bridge over the LA River Araz Road Bridge at All -American Canal Viejas Boulevard Bridge over Sweetwater River Centennial Corridor West Barton Road Overhead at UPRR Colfax Avenue over the Los Angeles River West Mission Bay Drive Bridge El Camino Real Bridge over the San Dieguito River South Bay Bus Rapid Transit Fifth Street Bridge at City Creek Orange Street Bridge over Santa Ana River First Avenue Bridge over Maple Canyon River Road Bridge over Santa Ana River Highway 101 Bridge over San Elijo Lagoon Douglas Drive Bridge over the San Luis Rey River Ingram Street Bridge over Fisherman's Channel Avenue 44 Bridge over the Whitewater River Laurel Street Overcrossing at SR 163 Rehabilitation Jelly's Ferry Bridge over the Sacramento River North Harbor Drive Bridge Retrofit over the Navy Estuary California Incline Bridge Replacement North Torrey Pines Road Bridge over Los Penasquitos Cypress Avenue Bridge over the Sacramento River Pacific Street Bridge over San Luis Rey River Greenspot Road Bridge over the Santa Ana River Pala Road Bridge over Temecula Creek Guava Street Bridge over Murrieta Creek San Diego - Coronado Bay Bridge Seismic Retrofit 6tn Street Bridge over the LA River - CM SR 178/Morning Drive Interchange Hamner Street Bridge over the Santa Ana River "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 2. References of California Government Agencies 2. References of California Government Agencies BPMP - Project Approval and Environmental Documentation (PA/ED) and PS&E I City of Ventura ■ Client Reference City of Ventura Jeff Hereford 805.654.7744 1 jhereford@cityofventura.ca.gov ■ Start / End Dates 03/2018 / Current ■ Personnel Involvement Stephane Dulor, PE TYLin served as prime consultant on the BPMP including PA/ED and PS&E within Ventura. Administered by Caltrans, TYLin assisted the City of Ventura to complete a comprehensive listing of HBP BPMP eligible bridges, which includes relevant physical data, recommended preventive maintenance work, and a prioritized ranking for funding. The project was funded through the HBP and administered by Caltrans District 7. ■ Summary of Final Outcome: TYLin provided project management, review current Caltrans inventory of City owned bridges, identify additional City bridges not in Caltrans inventory, conduct online bridge reviews and document with photos, bridge evaluation and cost estimating of eligible preventive maintenance work, collaborate with each City to develop a ranking procedure, complete comprehensive BPMP listing with prioritized ranking for funding. TYLin also provided PS&E design services for the first priority of bridge repair services covering multiple bridges, implementing methacrylate overlays, polyester concrete overlays, barrier repairs and super and substructure concrete crack injections with epoxy. TYLin's scope included construction administration services. 1-10 Pavement Rehabilitation (Segment 1) Design -Build I Riverside County, CA A Client Reference Caltrans District 8 Jonathan den Hartog 909.665.3742 1 jdenhart@dot.ca.gov ■ Start / End Dates 08/2021 / Current ■ Personnel Involvement Jay Holombo, PhD, PE Estaven Fernandez, PE Dina Kasawdish, PE Alex Wightman, PE Alicia Lemke, AICP Reuben Stone Christina Diaz, PE Curt Duke, RPA Katie Hickey, PE Ruel del Castillo, PLS TYLin serves as prime consultant on this design -build contract, providing project management, environmental permitting services and roadway, bridge, drainage design services. The 13.6-mile-long 1-10 Pavement Rehabilitation (Segment 1) project begins two miles east of Dillon Road in Indio, and ends two miles east of the Cactus City Rest Area. Within the project limits, 1-10 is a four -lane divided highway with no interchanges and a median width varying from 90 to 180 feet. There are nine bridge locations within the project with structures ranging in length from 62 to 236 feet spanning the washes. The project will reconstruct or overlay the existing pavement, add a truck -climbing lane in the eastbound direction, upgrade existing guard railing, bridge railing, and drainage facilities to current standards. Bridge improvements include widening the eastbound structure by 28 feet, overlay the existing bridge decks with polyester concrete, add approach slabs, replace the barriers, and implement recommended maintenance and seismic retrofit measures for both eastbound and westbound bridges. ■ Summary of Final Outcome: Bridge improvements include widening the eastbound structure by 28 feet, overlay the existing bridge decks with polyester concrete, add approach slabs, replace the barriers, and implement recommended maintenance and seismic retrofit measures for both eastbound and westbound bridges. Design and environmental permitting is complete. TYLin is currently providing design services support during the construction. ,IY yin City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 4 First Street Viaduct Modifications I City of Los Angeles ■ Client Reference Los Angeles County Metropolitan Transit Authority (METRO) Androush Danielians 213.922.7598 1 danieliansa@metro.net ■ Start / End Dates 04/2017 / 02/2025 ■ Personnel Involvement Stephane Dulor, PE Dina Kasawdish, PE Christina Diaz, PE Alicia Lemke Jay Holombo, PhD, PE TYLin was the lead designer serving as Engineer of Record for all structural and civil components of the Los Angeles County METRO Portal Widening Turnback Project that added and reconfigured tracks in METRO's main rail yard at Los Angeles Union Station. This required removal of two bents of the 1st Street Viaduct, a historic 1300-foot-long structure that spans over the railyard and the Los Angeles River. The viaduct consists of nine segments and two signature arch spans. Rehabilitation of the 100-year historic bridge was implemented through remedial repairs including repair of cracks and spalled/unsound concrete. The bridge deck was also repaired through staged construction. A repair methodol-ogy was developed by the TYLin team in consultation with concrete repair experts specific to each bridge compo-nent after comprehensive inspection and recording of existing condition. The appropriateness of the material for repair was reviewed based on prior history of application and determining the correct means and methods based on lessons learnt from previous retrofit/repair projects. The repair included girder and bent rehabilitation for shear, and deck rehabilitation for flexure cracking. ■ Summary of Final Outcome: The TYLin team developed innovative and state -of -the art design solutions that improved operational perfor-mance, reduced construction duration and impacts, and modified the number of spans without changing the load path of the original design. Rehabilitation and Seismic Retrofit of LA River Bridge on Route 1 1 Long Beach, CA ■ Client Reference Caltrans Division of Engineering Mina Pezeshpour, PE 909.992.9983 1 mina.pezeshpour@dot.ca.gov ■ Start / End Dates 07/2022 / Current ■ Personnel Involvement Dina Kasawdish, PE As part of the Caltrans On -Call (D59 South), TYLin provided on -call design services to perform design calculation, plans, quantities, quality certification, and will provide construction support and as-builts for the seismic retrofitting and upgrading two existing bridges. The safety and maintenance project included hinge and abutment modifications, railing and barrier upgrades, retaining wall and drainage inlet modifications. CFRP bars were used to provide the strength for the overhang upgrade. The upgrades will be performed over LA River with USACE jurisdiction. ■ Summary of Final Outcome: Coordination with Caltrans District 7 was needed to upgrade the structure approach and retaining walls and with Caltrans Environmental and Permit groups to determine construction impacts for obtaining various permits for working in the LA River easements. TYLin worked as an extension of Caltrans DES Branch 19 for final PS&E delivery of this task order. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) Prairie Avenue Bridge Rehabilitation I Torrance, CA ■ Client Reference City of Torrence Elizabeth Overstreet, PE 310.618.3074 1 eoverstreet@torranceca.gov ■ Start / End Dates 02/2017 / 09/2019 ■ Personnel Involvement Stephane Dulor, PE Dina Kasawdish, PE Christina Diaz, PE Alicia Lemke Ruel del Castillo, PLS TYLin was responsible for leading the PA/ED and PS&E efforts for the rehabilitation and seismic retrofit of the existing Prairie Avenue Overhead Bridge over the Burlington Northern Santa Fe Railways (BNSF) tracks. In addition, the project includes rehabilitation of the existing deck, replacement of the joint seals, replacement of barriers, bridge lights and fencing, repair of spalled concrete, new abutment slope paving, and new approach slabs. ■ Summary of Final Outcome: TYLin led the effort and obtained Caltrans approval of the project's enviromental documents. The design team also supported the City in the coordination with BNSF and obtained approval of their PS&E package. Avenue 44 Bridge over the Coachella Valley Stormwater Channel I Indio, CA ■ Client Reference City of Indio Eric Weck, City of Grand Terrace y "Orr, - ' (Former City of Indio Principal Civil Engineer) 760.501.6904 1 eweck@grandterrace-ca.gov — —40e ■ Start / End Dates 05/2014 / Current ■ Personnel Involvement Dina Kasawdish, PE Alicia Lemke TYLin serves as the prime consultant for the $25 million replacement of a low-water crossing with an all-weather bridge over the CVSC in the City of Indio. The new bridge is 517'-6" in length and 78'-4" wide, carrying four lanes of traffic separated by a 10-foot-wide median, and 5-foot-wide shoulders, and sidewalks on both sides. The bridge superstructure is a cast -in -place box girder with varying depth from 5'-6" to 9'-0" and supported on two 9-foot-diameter columns and 1 0-foot-d ia meter cast -in -drilled hole (CIDH) piles. The approach roadways were widened on both sides, which provided ample roadway to be striped for six lanes of traffic in the future. ■ Summary of Final Outcome: The project required close coordination with Caltrans District 8 for the approval of the project's CEQA/NEPA documents, and permits from the U.S. Army Corps of Engineers (USACE), Regional Water Quality Control Board (RWQCB), and California Department of Fish and Wildlife (CDFW). The project also required close coordination with the CVWD, compliance with the recent ordinance no. 1234.2, and construction of scour mitigation measures. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) BPMP — Bridge Maintenance Prioritization I Cities of Fullerton, Menifee, Carlsbad, and San Diego, CA ■ Client Reference Caltrans District 12 Brandon Farmer 858.6881375 1 brandon.farmer@dot.ca.gov ■ Start / End Dates 06/2007 / 05/2017 ■ Personnel Involvement Stephane Dulor, PE TYLin served as prime consultant on multiple BPMP projects throughout Southern California. Administered by Caltrans, TYLin assisted the Cities of Menifee, Fullerton, Carlsbad, and San Diego complete a comprehensive listing of HBP BPMP eligible bridges, which includes relevant physical data, recommended preventive maintenance work, and a prioritized ranking for funding. The projects were funded through the HBP and administered by Caltrans District 8 (Menifee), District 11 (Carlsbad and San Diego), and District 12 (Fullerton). ■ Summary of Final Outcome: TYLin provided project management, review current Caltrans inventory of City owned bridges, identify additional City bridges not in Caltrans inventory, conduct online bridge reviews and document with photos, bridge evaluation and cost estimating of eligible preventive maintenance work, collaborate with each City to develop a ranking procedure, complete comprehensive BPMP listing with prioritized ranking for funding. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 7 3. Staffing and Project Organization 3. Staffing and Project Organization A well -organized team with a clear division of responsibilities is essential to successful delivery of the Bridge Preventative Maintenance Program Plan project. The organization chart shown below delineates the project tasks each team member will be responsible for and the reporting relationships within the team. Serving as the primary point of contact is our Project Manager, Jay Holombo, PhD, PE, who will have the responsibility for meeting the technical requirements and contractual provisions with the City and within the schedule and budget constraints of the project. Execution of specific technical requirements will be the responsibility of the Task Leaders, who are expertly qualified in their respective fields. Organization Chart Stephane Dulor, PE, DBIA�' PROJECT MANAGER QA/QC MANAGER Jay Holombo, PhD, PE Roya Golchoobian, PE I* DINA KASAWDISH, PEA Bridge Design Estevan Fernandez, PE Independent Check Alex Wightman, PE Specifications Katie Hickey, PE CADD Reuben Stone Bridge Hydraulics Raja Periketi, PE, PH, PMP, CFM, QSD/P, ENV SP�+ Geotechnical Engineering Alahesh Thurairajah, PE, GE, BC.GE 4 CHRISTINA DIAZ, PEP 1 Artemis Environmental Services, Inc. DBE 2 Coast Surveying, Inc. DBE Land Survey/Mapping Ruel del Castillo, PLS z Right-of-Way/Utilities BJ Swanner 6 3 Duke Cultural Resources Management, LLC DBE Denotes Key Personnel I Shading Indicates Lead Engineer John Buckley, PE 1* ENVIRONMENTAL ALICIA LEMKE, AICP Robert Rodland Aquatic Resources Delineation Jasmine Bakker' Cultural Resources Curt Duke, RPA 3 Hazardous Materials Sally Drinkard, PG, CHG, QSD 5 4 Earth Mechanics, Inc. DBE 5 Laurel Civil & Environmental Consultants DBE 6 Monument ROW, Inc. DBE "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 8 KEY PERSONNEL As important as the capabilities, track record and reliability of the companies that comprise the TYLin Team are, the individuals who will perform the work are critical to the success of a project. TYLin is putting its "A Team" on this project. The following are brief descriptions of key personnel, and note that complete resumes of all core staff assigned to the BPMP Plan project are in the appendices section of the proposal. Dr. Jay Holombo, PhD, PE Project Manager Jay has over 34 years of bridge engineering experience in California earning extensive project management, design and construction expertise. His broad background covers highway, transit, rail, pedestrian, and bicycle infrastructure, and a strong technical foundation in structures. Having started his career with the Caltrans, he has established and maintained expertise in project delivery involving Caltrans procedures and oversight. Jay possesses strong communications and leadership skills, which help foster a collaborative team environment. He has been responsible for delivery of transportation projects with values of $150 million. Throughout his career, Jay has been continuously involved in federal aid (HBP) bridge projects and has served as Project Manager or Lead Engineer on over 20 of them. He has comprehensive knowledge of program guidelines, procedures and Caltrans oversight, and a firm grasp on the environmental process and the many specialized disciplines required to deliver these complex projects. For the duration of this contract, Jay will facilitate communication among the City, the design task leaders, and Caltrans to reduce review times and expedite delivery. He will oversee work plan development, monitor schedule, and provide monthly progress reports and invoices. TY Lin International and its associates' expertise, in their respective fields, were of utmost importance in order for the City's Project Management team to successfully negotiate Highway Bridge Program eligible items with Caltrans Division of Local Assistance. As such, the City was able to secure over 100 million in federal grant funding. Jesus Garcia, Project Manager, City of San Diego "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 9 rmanages "I PRINCIPAL -IN -CHARGE I Stephane Dulor, PE, DBIA is a Principal Project Manager at TYLin and the Bridge Services group in Los Angeles, Orange County, and Inland Empire. His 28 years fv_- , of experience spans all aspects of bridge engineering, structural design, and project management for highway, railroad, transit, and pedestrian projects, with a special emphasis on projects with complex Ic ' bridge structures. Stephane has coordinated with many agencies including the US Army Corps of Engineers, various city, and county agencies throughout Southern California. Stephane led the BPMP Plans for the Cities of Ventura, Fullerton, Carlsbad, and San Diego. BRIDGE ENGINEERING LEAD I Dina Kasawdish, PE 14 years of bridge engineering and management. She has worked on all phases of bridge design including Advanced Planning Studies (APS), type selection, final PS&E of new bridges and bridge widenings, quantity take -offs, preparation of structure specifications and engineer's estimates, and construction support services. Dina is also proficient in numerous software programs including SAP 2000, CTBridge, VBridge, VBent, Xtract, Lpile, Retain Pro, WinAbud, CTAbut, Risa 2D, Mathcad, Leap Bridge Concrete, and Microstation. Dina is leading the design of Prairie Avenue Bridge Rehabilitation in Torrance and served as the Bridge Design Lead for the LA River Bridge rehabilitation and retrofit on Route 1. She is familiar with the complexities of projects using federal funds including Caltrans requirements. QA/QC MANAGER I Roya Golchoobian, PE has over 34 years of bridge engineering experience with TYLin. Since joining the firm, she has served as Project Manager and Project Engineer for many bridge projects with values up to $100 million. Her various design experience includes new highway bridges, railway structures, pedestrian/bicycle bridges, bridge widenings, bridge seismic retrofitting, and underground structures. Currently, Roya is Project Manager on the Avenue 44 Bridge Replacement project for the City of Indio and the Hamner Avenue Bridge over the Santa Ana River for the County of Riverside. Both projects are similar HBP/federally funded similar projects within Caltrans District 8. CONSTRUCTABILITY REVIEW I John Buckley, PE has 34 years of construction engineering experience in bridges, structures, interchanges, and roadway projects, with 8 years at Caltrans as a Project Engineer in the Structure Construction Division. His experience includes construction management, construction engineering, shop drawing review, claims management, and inspection of bridge and transportation projects in California. This includes performing as Resident Engineer and Structure Representative on the Cathedral Canyon Drive Bridge in Cathedral City and the Dune Palms Bridge Replacement in the City of La Quinta, the 1-10 Jefferson Interchange, the Southbound (SB) Indio Boulevard and Jackson Street Bridge seismic retrofit in the City of Indio. CIVIL DESIGN SUPPORT LEAD I Christina Diaz, PE has over 17 years of experience preparing transportation projects, including preliminary engineering studies and development in preparing PS&E in California encompassing local street improvements and other transportation facilities. She has mastered all stages of project planning including schedule and budget elements, client communication, resource allocation, maintain and organize project files with expertise in geometric design alternatives, development of stage construction/traffic handling, and transportation management plans. She is experienced in preparing plans to adhere to Caltrans and local agency specifications and standards and recently served as the Roadway Lead for the Prairie Avenue Bridge Rehabilitation project in Torrence. ENVIRONMENTAL LEAD I Alicia Lemke, AICP has more than two decades in public and private sector planning, including leading Caltrans District 8 Local Assistance Environmental Branch. Alicia leads TYLin's environmental practice in Southern California. She has extensive experience in project management, research, and preparation of environmental and permitting documents. Her duties include tracking application materials and CEQA/NEPA process timelines; coordinating with engineers, architects, and technical studies authors; establishing working relationships with public agency representatives; and making presentations at community meetings and public hearings. Alicia currently serves on the Caltrans Preliminary Environmental Study (PES) Form Update Advisory Panel. BRIDGE HYDRAULICS ENGINEER I Raja Periketi, PE, PH, PMP CFM, QSD/P ENV SP has 18 years of experience involving drainage analyses and design, stormwater best management practices (BMP) design, potable water distribution systems and sanitary sewer systems design, and QSD/P site + inspections. He also develops Drainage Reports and Stormwater Data Reports for many transportation projects. His primary project focuses are on storm drain systems, BMP design, and utility design. Raja has extensive Caltrans experience, including Districts 4, 5, 6, 9, and 10. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 10 4. Subcontracting Services 4. Subcontracting Services TYLin will utilize the services of six specialty firms to meet the contract's DBE requirements, bolster our in-house capabilities, as well as provide local expertise where necessary. The following is a brief synopsis of the qualifications of these excellent firms: Artemis Environmental Artemis Environmental Services, Inc. (Artemis Environmental) is a woman -owned s'"imjttc DBE consulting firm focused on regulatory permitting and environmental planning related to biological and natural resources throughout the southwest since 2016. They support Role environmental planning, permitting, compliance, and habitat restoration projects for public Jurisdictional Delineation works agencies including Caltrans Districts 8 and 11. They recently provided aquatic resources delineation and environmental study support for Quarry Road Bridge in San Diego. Certified D& COAST sum,FYnrc.t,, Coast Surveying, Inc. is a DBE firm that specializes in surveying, mapping, aerial photogrammetry, and right-of-way mapping. Approximately 95% of the firm's work is for public agencies throughout Southern California. Coast Surveying is certified DBE and has a Role staff of 20 with four highly qualified and licensed professional land surveyors. Coast Surveying Mapping, and TYLin have worked together on several projects including the Caltrans 1-10 Pavement Land Surveying Rehabilitation Design, City of Torrence Prairie Avenue Bridge Rehabilitation, and Central Certified DBE Avenue/UPRR Bridge for the City of Montclair. DUKE Duke Cultural Resources Management, LLC (Duke CRM) is a DBE firm providing 0+ CRM archaeological, historical, and paleontological consulting services since 2011. They balance the importance of preserving significant historical, archaeological, and scientific resources with Role the needs of a growing and changing human environment. Their staff has vast experience on Aquatic Resources several projects for agencies including the Caltrans, FHWA, State Historic Preservation Officers Delineation Services (SHPO), Federal Railroad Administration (FRA), and Department of Water Resources (DWR). Duke CRM has is recently provided paleontological services for the 1-10 Coachella Valley Certified DBE Pavement Rehabilitation and cultural resources for Whitewater River Channel Lining for the City of Indian Wellls. 10411_ Earth Mechanics, Inc. Earth Mechanics, Inc. (EMI) is a DBE engineering consulting firm specializing in major geotechnical site investigations and testing, seismic hazard and earthquake retrofit evaluations, and foundation design. EMI has a strong track record of working with Caltrans Role District 8 Local Assistance and completed geotechnical services for over 50 projects funded Geotechnical through the Highway Bridge Rehabilitation Program (HBP), consistently meeting Caltrans Local Engineering Assistance requirements. Their extensive experience in Riverside County and the Inland Empire Certified DBE demonstrates its deep understanding of regional geotechnical conditions and regulatory expectations. In the City of La Quinta, EMI provided geotechnical services for the Adams Street Bridge over the Whitewater River, a critical infrastructure project requiring detailed seismic and foundation evaluations. Within Riverside County, EMI has also contributed to several HBP- funded projects, including Market Street Bridge Scour Critical Study and Replacement, Airport Boulevard Bridge over Whitewater River, and Temescal Canyon Bridge over Temescal Wash. In addition, EMI has served as the geotechnical subconsultant to TYLin for more than 75 projects including HBP projects such as the Hamner Avenue Bridge over Santa Ana River. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 11 Laurel Civil and Environmental Consultants (Laurel CEC) is a DBE firm founded in 2017. LAUREL Laurel CEC President and Hydrogeologist, Sally Drinkard, PG, CHG, QSD, has provided services to federal, municipalities, aerospace, power generation, manufacturing, petroleum, and transportation clients for over 27 years. Laurel CEC has collaborated with TYLin on several Role projects, providing hazardous waste services including initial site assessments (ISA), detailed Hazardous Waste site investigations, and aerially deposited lead (ADL) and lead -based paint investigations. Projects have included the Orange County Transportation Authority (OCTA) I-5 HOV Lanes Certified DBE Improvements and CSUF Titan Gateway Pedestrian Bridge within Caltrans District 12 and SR 91 at Adams Street Interchange Reconfiguration, Cajalco Road Widening, and Limonite Avenue Gap Closure Pedestrian Bridge within District 8. Monument Monument ROW (Monument) is a DBE firm formed in 2018. Monument is a full -service real right-of-way company providing exceptional service, strategic planning, innovation and timely delivery. Monument will provide strategic right-of-way support, including data verification, Role property research and acquisition, cost estimating, and coordination with stakeholders and Right -of -Way confirm compliance with local, state, and federal guidelines. They will meet both the City's and Certified DBE Caltrans' documentation requirements, contributing to a seamless project delivery process. Monument brings extensive experience delivering successful projects throughout Riverside County, San Bernardino County, and Southern California, including the City's Washington Connector to the Arts and Music Line. Monument has a proven track record of successful collaboration with TYLin on multiple transportation and infrastructure projects throughout Southern California including the Cajalco Road Widening. This existing partnership ensures an established communication process, alignment of deliverables, and an integrated approach that benefits the City and the project team as a whole. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 12 S. Project Understanding and Approach S. Project Understanding and Approach PROJECT UNDERSTANDING Key members of the TYLin Team have reviewed the RFP, the BPMP prioritization list, visited the project sites, researched right-of-way and utility information, and have performed initial studies to further develop our understanding of the project needs and key issues, and to formulate a sound approach to the work. The Bridge Preventive Maintenance Program (BPMP) lists five bridges requiring maintenance and repair measures. The Washington Street Bridge (56C-0266), which crosses over the Whitewater River, is the only bridge that requires repairs to the substructure and scour countermeasures. This structure repair requires Coachella Valley Water District (CVWD) and resource agency review, permitting, and approval because the channel impacted by the repairs has some sections that are concrete -lined slopes and sections that are not, with the invert consisting of natural soil. This project will repair issues with the existing wearing surfaces and deck spalling, and deteriorated substructure units. Project development will include the following major tasks: — Preparation of design -level mapping — Site review and data collection — Preliminary engineering and preparation of final design PS&E — Environmental studies and documents for clearance under the CEQA and NEPA* — Hydraulic and geotechnical studies* — Coordination with Caltrans' District Local Assistance Engineer (DLAE) to ensure PS&E approval and adherence to funding requirements — Resource agency permits* — Right-of-way engineering and acquisition* Environmental Compliance and Field Work};�'� Environmental compliance is critical when ■iliii� working on existing structures over critical Washi waterways, such as 56C-0266 over Whitewater River. This structure has been identified as High the critical priority for the City's BPMP and Eisenh is the only structure requiring work on the substructure. This means environmental 52n tasks will require additional permitting and extended limits of work if access, work, and Jeffe area of disturbance cannot be reduced or limited. The TYLin team is particularly familiar with methods of access for inspection and construction to limit disturbance and access to the river floor, resulting in minimal environmental California Environmental Quality Act/National Environmental Policy Act (CEQA/NEPA) documentation and permitting needs from the USACE, CDFW, Colorado River Regional Water Board, and CVWD. Bridge 56C-0577 has its own concerns when considering environmental impacts. This bridge requires a methacrylate flood sealant and has scuppers in the bridge railing. In order to prevent the flood sealant from contaminating Deep Canyon wash, the drainage must be considered prior to implementation. — Bid support services, including responses to RFls, review of contractor submittals, and participation in pre -construction meetings ngton St 56C-0266 6 *Denotes tasks apply only to Washington Street Bridge way 111 56C-0577 4 ✓ ower Dr 56C-0378 4 ✓ ✓ d Ave 56C-0076 4 ✓ ✓ rson St 56C-0498 6 ✓ ✓ All five structures will have work on the upper side of the deck. This work will not be a critical path for environmental concerns; however, it will require traffic control and management to ensure complete access and documentation of all deterioration and deficiencies. TYLin team recently prepared PS&E package for BPMP repairs to the Loma Santa Fe OH Bridge. Bridge plans provided in the appendix for reference. Traffic Impacts and Management The list of bridges has a total of 24 lanes of traffic, multiple bike lanes, and sidewalks, which need to be considered when implementing rehabilitation plans. Minimizing impacts and maintaining safety for the traveling public is a top priority for the TYLin team. One of the key project schedule items will be the traffic phasing and detours required to ensure disruption to the public's commuting routes and safe bike and pedestrian routes to schools and parks are maintained. Full closures will be restricted to off-peak hours, including weekends and/ or nights to minimize impact to the traveling public. The TYLin team has reviewed these bridges and safe routes to schools and can implement a control plan to ensure safety is a leading priority for this project. Hydrology and Hydraulics Bridge 56C-0266 requires repair of existing scour countermeasures which means potential work may require updated site hydrology and scour data. To attempt to reduce budget and schedule we will ensure that the slope paving or riprap will be replaced in kind. Should CVWD require new/additional hydrology and "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 13 scour analysis performed our team is configured to quickly add these scope items. The slope paving will be designed appropriately to account for scour depth and to meet CVWD design criteria. CVWD's latest design criteria has been reviewed and we will extend limits of channel work only to the portions required. For the channel at this location, the extent and requirements will be confirmed at the kickoff meeting with CVWD. TYLin team recognize additional specialized studies like Location Hydraulic Study (LHS) and Summary Floodplain Encroachment Report (SFER) may be required, particularly given the in -channel work at Bridge 56C-0266. Additionally, a Water Quality Assessment Report (WQAR) may also be required, applying to all five bridge locations where maintenance activities are proposed. If these studies become necessary, we have an experienced team to prepare those studies. PROJECT APPROACH ' The TYLin Team employs a proven approach to delivering r �...•� design and implementation on BPMP projects predicated j on rapid mobilization, optimized scheduling, maintaining pace and momentum, and providing compelling solutions that lead to favorable decisions and approvals. Executing a sound and comprehensive work plan, the team will work seamlessly with all stakeholders with maximum efficiency. The result of this approach is accelerated project delivery NATURAL Borrom CHANNEL CRDss s£CADN DE7k and reduced City staff time and overhead cost. This ■ Example scour countermeasure details required by CVWD approach is based on our understanding of this project through distillation of the contents of the RFP, knowledge of HBP funding requirements, review of background information, and our experience with similar projects. If selected, we look forward to the City's feedback and will work closely with City staff to further optimize our work plan. Strategy Our vision for this project is to develop economical and implementable rehabilitation plans that minimize encroachments into CVWD right-of-way. Our mission is to satisfy the project purpose and need while complying with applicable regulatory and programmatic requirements and keeping City staff always informed without burdening them with the minute details. OUR KEY OBJECTIVES INCLUDE: Perform continuous proactive management and coordination. The City wants a consultant that is fully focused on this project and has an "owner's mentality." TYLin's Project Manager, Dina Kasawdish, has the energy, availability, experience, and support to keep the project moving. She will take ownership and accountability with the City's interests in mind and plan to anticipate and avoid obstacles that impede progress and project success. — Build upon past progress. Based on the prioritization list included in the RFP, a lot of valuable work has already been done, and our team can utilize this and build off it. — Plan to fully utilize scoping document recommendations, where applicable, and avoid duplication of efforts. At the same time, there may be additional solutions that warrant consideration, which will be vetted in the preliminary phase of this project. — Provide sound and compelling solutions for approvals. The best way to secure critical decisions and minimize the permitting process is to make them easy. In addition to producing creative and innovative solutions, the team will provide compelling justification to strongly support its recommendations. — Maximize federal funding within the parameters of the STP for bridge projects. The program has constraints on participating items for such things as roadway approach length and aesthetic enhancements. — Perform thorough QA/QC. All deliverables will be reviewed to minimize comments and expedite approval. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 14 Challenges, Opportunities, TYLin Keys to Success TYLin understands the challenges and sees opportunities to expedite delivery through innovative solutions and proper coordination. The TYLin team has reviewed the project constraints and the surrounding conditions and will coordinate these projects construction zones and schedules with other prioritized repairs and critical utility improvement projects in the surrounding areas to reduce construction zones, optimize budgets, reduce schedules, and improve public perception, safety, and reduce impact. The following is a summary of challenges, risks, and how these will be managed and mitigated by the TYLin Team to deliver this project successfully for the City. CVWD Coordination ■ Roadway approach repair needed at the Washington Street Bridge Bridges 56C-0266 and 56C-0577 are the two structures identified with the most significant possible impact to schedule due to environmental concerns and CVWD involvement. CVWD has jurisdiction over the Whitewater River and the Deep Canyon Wash. Effective coordination with CVWD to verify design criteria and gain design clearance and approvals is critical. APotential Challenge: ■ CVWD requirements are continuously evolving, requiring continuous coordination with the agency at every step of planning and design. ■ CVWD standards may require hydraulic and scour analysis to take place to understand channel performance and scour depths for design limits. TYLin Keys to Success ✓ The first order of work will be to schedule a kick-off meeting with CVWD key staff to establish the proper design and permitting requirements before proceeding with preliminary engineering. ✓ TYLin team members have been working closely with CVWD on several recent projects, such as Avenue 44 Bridge at Cochella Valley Storm Water Channel, and bring expert knowledge of channel hydraulics, CVWD requirements, and good working relationships with key CVWD staff. The plan set for the Avenue 44 Bridge project is provided in the Appendix. y�. L_W.. `-f '•'ems. � _ ` y ' gem- "ll/ Iin City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 15 Environmental Clearance for Work Within the Channel on the Washington Street Bridge ■ Access Under Bridge No. 56C-0266 TYLin has developed the following plan to limit permitting needs and gain access to the underside of the structure during the inspection process and the rehab construction phase. Since access needs for both phases are identical, the project schedule can be compressed due to the methods of access overlapping. Access to the bridge piers will be gained through either suspended scaffolding that can be constructed and mounted to the bridge, minimizing the construction footprint under the bridge and the disturbance to the riverbed. Access to repair the slope paving at Bridge 56C-0266 would be limited to the channel slopes, and repairs would only be to the failed portions. If the existing slope paving was designed and built to CVWD standards, the toe of the slope paving can be salvaged and drilled and bonded dowelled into. This would reduce excavation and impact. If this option is not feasible or too difficult for the selected contractor, we have an alternative method of access, which would require additional lead time to get access equipment reserved and deployed for use. This would need to be accounted for in the project schedule. The alternative access method that can be utilized is through the deployment of an Under Bridge Inspection Truck with an extension/work platform attachment. Either of these methods would reduce working limits in the river to just working over the river, and there would be no access needed or disturbance to the river floor. TYLin has completed the PS&E package for the Los Angeles River Bridge (Retrofit) project, which had very restricted access, which was addressed clearly in the structures special provisions. An excerpt of the relevant specifications is provided in the Appendix. Once the build alternative for the project has been developed on the engineering side, a Caltrans Preliminary Environmental Study (PES) form will be prepared for submittal to the City first, and then to Caltrans for review. The purpose of the PES is to identify and receive concurrence from Caltrans regarding the technical studies that will need to be prepared for the proposed project and to receive concurrence regarding the environmental document to be prepared. We will then set up an environmental kick-off meeting to formally kick-off the required technical studies. Based on our recent experience with Caltrans District 8, the following technical studies would potentially be required: Natural Environment Study (Minimal Impacts), Aquatic Resources Delineation Report (ARDR), either a Section 106 Screened Undertaking Memorandum or Cultural Resource Studies (HPSR, ASR, APE Map), a Hazardous Waste Initial Site Assessment, including possible Preliminary Site Investigations for Asbestos and Lead Based Paint, Water Quality Assessment Report, Location Hydraulic Study and Summary Floodplain Encroachment Report Forms. Preparation of all technical analyses and reports will follow local, state, and federal environmental guidelines, primarily consisting of the Caltrans Standard Environmental Reference (SER) website, Caltrans Local Assistance Procedures Manual, local and state CEQA Guidelines, and FHWA Technical Advisory 6640.81 Guidance on Preparing and Processing Environmental and Section 4(f) Documents. The formats to be used for the technical studies will follow the guidance available on the Caltrans SER website as of the date that those studies are initiated. Based on our experience with similar projects within Caltrans District 8, it is assumed that the appropriate document for the proposed project will be a CEQA Categorical Exemption (CE) and NEPA Categorical Exclusion(CE) with technical studies and is expected that Caltrans will require technical studies/memorandums as part of the NEPA CE effort. If a higher -level CEQA or NEPA document is identified based on the technical analyses performed, this will be communicated to the City and then further discussed. It is assumed that a Notice of Exemption (NOE) will be prepared using an acceptable City format. TYLin will prepare all technical analyses in a manner to satisfy both CEQA and NEPA. This approach will allow for time savings, as the technical analysis will not need to be repeated to satisfy NEPA. Since the BPMP Bridge projects have the potential for construction within or adjacent to the Whitewater River, regulatory permits such as a Section 404 Nationwide Permit from the United States Army Corps of Engineers, Section 401 Water Quality Certification from the Regional Water Quality Control Board, and 1602 Streambed Alteration Agreement from the California Department of Fish and Wildlife may be required. These permits will be required depending on the areas defined as jurisdictional in the ARDR and the extent of construction activities in the channel. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 16 Potential Challenge: The time and number of cycles required for agency reviews of studies and documents may delay the schedule and lead to increased costs. ■ Resource agency demands for excessive mitigation may be impractical, increase project costs, and lead to protracted negotiations. Channel Scour Countermeasures TYLin Keys to Success ✓ The TYLin Team has scoped the environmental process to minimize risk while avoiding excessive technical studies. ✓ Rigorous quality control and assurance measures will be implemented to streamline the agency review process. ✓ Agency review periods will be closely monitored, and the proper steps will be taken to keep them on schedule. ✓ The Caltrans environmental review lead will be included on the PDT to facilitate effective coordination. ✓ The TYLin Team will utilize its ongoing experience with CEQA/ NEPA environmental documentation and mitigation requirements on other similar projects, along with its strong relationships with Caltrans and resource agency staff, to avoid surprises with environmental reviews and permits. The Whitewater River is a significant hydraulic body and has a natural channel bottom. The current crossing has a check dam immediately downstream and slope paving along the channel banks, helping prevent scour around the bridge piers and channel toes. This seems to not be adequate enough as the existing slope is failing at the north abutment; as a result, additional scour countermeasures could be required. The current work plan is configured to replace existing scour measures in kind, but our team is configured to quickly be able to analyze and design improvements should CVWD or Caltrans require such. A Potential Challenge: ■ CVWD requires scour countermeasures beyond previously agreed -upon project limits, defining an adequate project footprint to cover the limits of required bank protection. CVWD requires scour countermeasures to be deeper than expected, resulting in considerable disturbance of the existing channel. TYLin Keys to Success ✓ The TYLin Team has experience with CVWD hydraulic design requirements and is currently working with them on other projects, such as Avenue 44 Bridge over the Coachella Valley Stormwater Channel, which is currently in construction. ✓ Our proactive project approach will allow CVWD to be a part of the project development process. ✓ A key agenda item for the kick-off meeting with CVWD will be limits of scour countermeasures and permitting requirements. Bridge Design Preliminary and Final Design The five bridges rehabilitation will be a conventional standard repair that is not particularly complex from an engineering standpoint. However, there are many important considerations for design, including constructability, economics, aesthetics, scour countermeasures, and maintenance. Quality construction documents are essential for a successful project. Factors that must be considered in preliminary design include: — Maintenance of traffic during construction — Environmental constraints and permitting — Channel hydraulics, drift, and scour — Material availability and delivery Final bridge design will be carried out in accordance with standard California bridge design practice and all applicable design codes and standards, including: — AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications with California Amendments — Caltrans Structure Technical Policy and Bridge Design Memos — Caltrans Bridge Memos to Designers — Caltrans Bridge Design Details "IYIAn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 17 Bridge plans will be prepared using AutoCAD and presented in full-size PDF plans. Bridge construction cost estimates will be based on quantity take -offs for all customary bridge contract items, and bridge technical specifications will conform to the 2024 Caltrans Standard Specifications. The bridge plans and quantities will be independently checked and quality control reviewed by experienced bridge engineers not involved in the design. The checker will work from the drawings and use the designer's calculations to validate details. Bridge Load Rating Our skilled team understands that when you are performing work done to the deck and wearing surfaces, the work done must be shown to have a net zero effect of adding load to the bridge. Our team is prepared to show Caltrans that our proposed design solutions will be either net zero or a reduction in deadload to the bridge decks. If Caltrans does not allow us to show a net zero or a load reduction as adequate to ensure FHWA compliance with load rating all bridges, our team is extremely knowledgeable in the Caltrans Load Rating Manual and their practices. This, coupled with our technical experts in the AASHTOWare BrR load rating program (Caltrans' preferred program), our team is poised to provide solutions to all potential schedule impacts that may arise. Stage Construction and Traffic Handling We understand that the 5 selected bridges provide crucial connectivity for the adjacent communities on both sides of the river and channels, and closing the street completely for construction may not be an option or optimal. Our team has reviewed the bridges and scope of work and has a preliminary concept for construction staging and traffic handling. Keeping traffic, pedestrians, and bicyclists moving through the project sites during construction is a critical item our team has reviewed and developed a construction staging and traffic management plan that will optimize traffic flow, decrease construction impacts, and provide cost savings through reduced mobilization and similar project materials. Since each bridge has 4 or more lanes we can stage the repairs to work from the inside out and detour pedestrian and bicycle traffic to the opposite side of the construction at the closest crossings. Geotechnical Design The Geotechnical Design Report will be prepared in accordance with the Caltrans Geotechnical Design Manual to cover the new scour countermeasures and any roadway work that may be included in the project. The report will include a general project description, copies of the boring logs, boring location plan, Log of Test Borings (LOTB) for the standard plan structures, and the results of the field and laboratory testing. All recommendations will be in accordance with the AASHTO LRFD Bridge Design Specifications with California Amendments and applicable Caltrans Memos to Designers. In addition, channel surface samples will be collected and analyzed for scour analysis, if required. WORK PLAN The City has established a logical framework for proceeding with the Preliminary Engineering (PE) phase of project development by initially completing the PSRE and the CEQA/NEPA process and subsequently commencing final PS&E. Temporary right-of-way easements will be part of the second phase once Caltrans provides subsequent authorization. This proposal contains a detailed Scope of Work that is consistent with this approach. Management Approach The management of this project has already begun with the development of the work plan and schedule outlined herein. Once these have been discussed and finalized with the City, they will become the initial roadmap for the execution of the project. TYLin's management approach is founded on communication and accountability facilitated through rigorous coordination. Project Development Team (PDT) TYLin'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 TYLin as project manager and engineer; TYLin's key subconsultants as providers of key technical support; the City of La Quinta as owners and lead local agency for CEQA; and Caltrans as administrator of the Bridge Program, delegated authority for NEPA, and liaison with FHWA. The primary means of coordination will be through regularly scheduled meetings of the PDT. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 18 This process will be initiated with an in -person kick-off meeting. Thereafter, meetings will be held bi-monthly via teleconference and quarterly in person. The TYLin 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 includes a review of the Action Item Log and the CPM schedule. Meeting notes are typed up during the meeting and emailed to the PDT immediately following the meeting. TYLin has found this process to be very effective in maintaining project momentum, staying on schedule, and upholding accountability. Project Controls Schedule. TYLin has prepared a draft CPM schedule for the project. The schedule is updated monthly in preparation for the PDT meetings, where current and approaching activities are reviewed and discussed. The schedule includes realistic durations of work activities and review periods for environmental documents. Design Budget. TYLin utilizes EVA to monitor and maintain work progress for each task in the work breakdown structure (WBS). Job -to -date costs are obtained from TYLin's financial management system, Deltek Vision. By entering the percentage complete by task, the Earned Value is calculated along with the Estimate to Complete and Estimate at Completion. Construction Cost Estimate. The construction cost estimate is updated regularly and managed so that any changes can be traced to the origin and readily explained. Progress Reporting. While the progress of the project is documented in essentially real time via the PDT meeting notes, TYLin will prepare monthly progress reports summarizing work completed in the previous month, work anticipated in the next month, the status of all deliverables and any critical "red flag" issues. Risk Management. TYLin has developed a list of project and technical challenges with associated risk identification and solutions. TYLin will provide a Level 1 Qualitative Risk Analysis in the form of an updated risk register at key milestones to both 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: — PES, Project Description, and Preliminary Design — 30% Submittal — 60% 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 Assurance and Quality Control (QA/QC) TYLin is committed to QA/QC and is proud of its track record for an absence of design -related change orders or claims during construction. TYLin assigns every project a QA/QC manager whose responsibility is to make sure that proper quality control procedures are in place with TYLin and its subconsultants and perform quarterly audits. KEY OPPORTUNITIES FOR IMPLEMENTATION OF QUALITY CONTROL PROCEDURES: — Preliminary Design and Detailing — Standard environmental document templates — PES, and environmental technical reports and documents TYLin's approach to quality management results in quality work and on - time product delivery by making sure work is delivered properly the first time, avoiding rework, and facilitating acceptance by approving agencies. — Geotechnical and hydraulic reports — Structure Plans and Estimates: The plans and cost will be independently QCed by a qualified engineer not involved in the design, including constructability QUALITY ASSURANCE/ 6 DOCUMENTATION QUALITY CONTROL Annotated check prints, The QA/QC Manager J production/inspection list and kept in performs QA audits r QA certifications are the including review of ti project file. QC documentation. QA/QC REVIEW PROCESSES i All deliverables are PROCESS carefully checked prior PERSONNEL to submittal to the City. Staff assigned based on applicable experience PRODUCTION PROCESSES 3 and City needs. Deliverables produced per �* 10 City requirements. 21 STANDARDS Design shall conform to City standards, policies, and procedures. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 19 6. Scope of Services 6. Scope of Services APPLICABLE STANDARDS All work process and products subject to this Agreement shall be completed in strict accordance with the most recent version of LAPM as necessary to secure project authorization from Caltrans/FHWA for bridge rehabilitation. In addition, the project shall conform to the following standards: — City of La Quinta Standards & Specifications — Greenbook Standard Plans and Standard Specifications for Public Works Construction — Caltrans 2024 Standard Plans & Specifications — Local Assistance Procedures Manual, Chapter 11 — Caltrans Highway Design Manual — Caltrans Structure Technical Policy — Caltrans Local Assistance Procedures Guidelines, Chapter 6 DELIVERABLES — Caltrans Memos to Designers — Caltrans Seismic Design Criteria — AASHTO LRFD Bridge Design Specifications, 8th Edition, with California Amendments — AASHTO A Policy on Geometric Design of Highways and Streets, 2018 Edition — Caltrans Standard Environmental Reference — CVWD Development Design Manual All work products are subject to review and approval by the City prior to Caltrans or other agencies submittal. As such, all deliverables shall be provided to the City in draft and final versions. Unless otherwise noted herein, the Consultant shall provide submittals to the City in PDF format. PHASING While all work under this scope corresponds to the Bridge Preventive Maintenance Program Plan (BPMP) as described by the Highway Bridge Program (HBP), this contract will be broken into three phases: Phase I — Project Approval and Environmental Documents (PA&ED) Phase II — Plans, Specifications, and Estimates (PS&E) Phase III — Construction Support WORK PLAN The following is a complete work breakdown for the project through final design and construction support including details on the proposed methodology. The following conventions are noted. Where the subject is implied, it shall be assumed to refer to the Consultant. Use of the word, "City", shall refer to the City Contract Manager. Where a task is labeled "CONTINGENT," the Consultant shall not commence work until a separate notice to proceed has been issued by the City. PHASE I — PROJECT APPROVAL AND ENVIRONMENTAL DOCUMENTS (PA&ED) TASK 1 Project Management/Administration (Phase 1) Project Administration Prepare a Project Work Plan establishing goals and objectives, staffing, schedule, billing requirements, plan preparation, QA/QC, communications, document retention, risk management and budget control. Monitor progress of the work and prepare monthly invoices and progress reports and include work accomplished during the reporting period; work planned for the next reporting period; information/decisions required to maintain the Project schedule; problems and recommendations to resolve issues; and budget status. Meetings Schedule, and lead meetings with City staff to provide progress updates, coordinate between technical disciplines, and facilitate overall project communication. Prepare and distribute meeting agendas and minutes. Monthly Project Development Team (PDT) meetings are assumed during Phase I. Also, it is assumed that there will be a technical coordination meeting with CVWD staff and attendance at one City Council meeting. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 20 TASK 2 Data Collection, Field Review, and Base Mapping Base Mapping Perform a field review of the project locations and collect data necessary for the development of a base map for each location. This task includes performing preliminary right-of-way research to show right-of-way lines on the base maps. Utility Coordination Prepare utility notifications for all dry and wet utilities impacted by the project and continue open communication and coordination with each impacted utility throughout the life of the project. Bridge Evaluation Perform a field review and bridge evaluation of the existing structures to confirm work identified in the BPMP for each bridae. Schedule and attend a field review with Structures Local Assistance in accordance with HBP auidelines. TASK 3 Survey ® Survey Perform survey of existing roadways, physical improvements, visible utilities, and drainage features. Notify Underground Service Alert (USA) 2 working days to 14 calendar days before topographic surveys are conducted at each project site. Survey USA markings to determine the general location of underground utilities. The CAD map shall exhibit 1 foot contours, spot elevations, all pertinent surface features, tree, bushes, utilities, and be at a scale of 1" = 40'. TASK 4 Geotechnical Analysis Geotechnical Desian Report EMI, a subconsultant to TYLin, will drill a total of 10 five-foot deep borings; one boring at each bridge approach. EMI will prepare a technical memorandum to provide R-value tests results and recommended pavement structural sections. They will address any comments resulting from the City review and prepare a final technical memorandum. TASK 5 Environmental Approval Preliminary Environmental Studies (PES) Form Prepare a PES Form in conformance with Caltrans LAPM's Preliminary Environmental Study (PES) Form to document the project's potential impacts and likely technical studies and analyses. CEQA Notice of Exemption (NOE) Prepare a Notice of Exemption form in conformance with Section 15301 of the State California Environmental Quality Act (CEQA) guidelines. NEPA Categorical Exclusion (CE) — Optional Based on preliminary review, TYLin anticipates that Caltrans would require a NEPA CE form for the project. Prepare the Categorical Exemption (CE) form and Environmental Commitment Record (ECR), as required by Caltrans. CEs are for actions that do not involve significant environmental impacts, and the ECR shall include a summary of the mitigation commitments (avoidance, minimization, and mitigation measures) identified in each technical report. "IY ,in City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 21 Natural Environment Study (Minimal Impacts) — Optional Based on preliminary review, work at the Washington Street Bridge would include slope paving on the bank of the Whitewater River, therefore Caltrans may require a NES(MI) for NEPA approval. TYLin will conduct a literature search, conduct a database search of the California Natural Diversity Database, U.S. Fish and Wildlife Service, and California Native Plant Society lists of sensitive species within the project area, Map vegetation communities and survey general botanical and zoological identifying locations of any sensitive species observed. If the habitat assessments indicate that special -status species are present or likely to be present, determine whether species -specific protocol surveys are necessary. Species -specific protocol surveys are not part of the proposed scope of work. It is assumed that the project is a covered activity under the Coachella Valley Multiple Species Habitat Conservation Plan (CVMSHCP; see Table 7-3 in Section 7.2.3 of the CVMSHCP) outside a Conservation Area and modeled species habitat area and no species -specific surveys or Joint Project Review are required. Prepare a Natural Environmental Study (Minimal Impacts) [NES(MI)] report analyzing potential project impacts to biological resources. An NES(MI) has been identified due to the limited amount of natural habitat located within the identified project footprint and surrounding area. The report will be prepared in accordance with Caltrans SER guidance and will conform to the Caltrans NES(MI) annotated outline that is available at the time that the NES(MI) preparation is initiated. It is assumed that Endangered Species Act (ESA) Section 7 Consultation or a California ESA Incidental Take Permit (2081) will not be required. Focused protocol surveys for any species are not included in this scope and cost. If additional focused surveys are identified during the biological field reconnaissance, then this will be communicated to the City and a scope and cost for this work will be provided. It is also assumed that no Multiple Species Habitat Conservation Plan (MSHCP) documentation would be required. No more than three rounds of City and Caltrans review of the NES(MI) is included under this task. TYLin proposes to prepare one comprehensive NES(MI) that will include all five bridges. Aquatic Resources Delineation Report Artemis, a subconsultant to TYLin, will conduct a database search and literature review to identify potential aquatic resources for each bridge location. The review will include the U.S. Fish and Wildlife Service (USFWS) National Wetland Inventory (NWI), U.S. Geological Survey (USGS) National Hydrography Dataset (NHD), and aerial imagery. Because La Quinta is located in Western Riverside County, the desktop assessment will include a review of the Western Riverside County Multi -Species Habitat Conservation Plan (WRC-MSHCP) to determine whether the Project areas for each bridge are located in Criteria Areas or Public/Quasi-Public Lands and contain WRC-MSHCP mapped wetland resources. Sources will be consistent with the appropriate industry standards based on the project area. An Artemis biologist and wetland specialist will perform a field survey upon authorization and after the desktop assessment is complete. This effort will include a general pedestrian survey to document the existing site conditions and a formal jurisdictional delineation field survey to identify and map wetlands and waters of the U.S. and state subject to regulation by the U.S. Army Corps of Engineers (USACE) and Regional Water Quality Control Board (RWQCB); identify and map streams and riparian habitat subject to regulation by the California Department of Fish and Wildlife (CDFW); and, identify and map Riparian/Riverine areas subject to review by the Riverside Conservation Authority as part of the WRC-MSHCP. The delineation will be performed following the USACE Wetland Delineation Manual (USACE 1987), in accordance with the methods identified in the Final Regional Supplement to the Corps of Engineers Wetland Delineation Manual Arid West Region (Version 2.0) (USACE 2008) and A Field Guide to the Identification of the Ordinary High Water Mark (OHWM) in the Arid West Region of the Western United States and any other applicable guidance for conducting jurisdictional delineations provided by USACE, State Water Resources Control Board (SWRCB)/RWQCB, and CDFW. Artemis Environmental will complete field data forms, (e.g., OHWM and/or Wetland Datasheets, as applicable) if needed following all relevant agency guidelines, map location and extent of all potential jurisdictional features according to USACE mapping standards, and ensure final processed linear features and polygons are provided for each agency jurisdiction in conformance with client data requirements. For each bridge project, up to two Wetland Datasheets may be completed and up to two OHWM Datasheets will be completed to account for aquatic resource both upstream and downstream from the bridge alignment. Sufficient photographs for delineated areas will be taken for inclusion in the Aquatic Resource Delineation Report (described below). All data will be collected using ESRI's FieldMaps application for ArcGIS using handheld tablets or phones with additional capability of mapping sub -meter accuracy. Artemis Environmental will prepare a formal Aquatic Resources Delineation Report (ARDR). Artemis proposes to prepare one comprehensive ARDR that will include all five proposed bridges. Upon completion of the survey and receipt of proposed project construction and engineering data from the client, Artemis Environmental will prepare an aquatic resources impact analysis. Artemis Environmental will prepare GIS maps and data representing temporary and permanent impacts (if any), excel table(s) summarizing impacts and potential avoidance areas for the three permitting agencies (USACE, RWQCB, and CDFW) and WRC-MSHCP, if necessary. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 22 Hazardous Waste Investiaations — Optional 5.6.1 Hazardous Waste Initial Site Assessment — Optional Based on preliminary review, work would be performed within bridge and roadway areas that have the potential to encounter hazardous materials, therefore Caltrans may require an ISA for NEPA approval. Laurel CEC, as a subconsultant to TYLin, will prepare an Initial Site Assessment (ISA) to identify all documented hazardous waste sites located within the project study area, as well as facilities located within the project area that store, transfer, or utilize hazardous materials. The ISA will be conducted in accordance with ASTM E1527-21 and Caltrans' SER. If hazardous waste sites are identified, determine the potential impact to the project and identify subsequent procedures to determine the extent of contamination and remediation requirements. Assumptions: The Hazardous Waste ISA will include all five bridges. One draft, one response to comments, and one final document will be prepared. 5.6.2 Preliminary Site Investigations — Optional Laurel CEC, as subconsultant to TYLin, will perform Preliminary Site Investigations (PSI) if recommended by the ISA. There will be soil disturbance at one bridge location (56C-0266) that may require an aerially deposited lead (ADL) investigation. Three bridges (56C-0378, 56C-0076, and 56C-0498) are scoped to have AC overlay removed. Therefore, it is possible, that yellow thermoplastic striping will need to be sampled for lead. Yellow thermoplastic paint striping prior to 2005 contained lead chromate pigment. Four bridges (56C-0266, 56C-0378, 56C-0076, and 56C-0498) may require surveys for asbestos containing material (ACM). ACM may be found in the decking beneath the asphalt, in joint materials, and in the concrete. Cultural Resource Studies — Optional 5.7.1 Section 106 Programmatic Agreement, Screened Undertaking Memorandum — Optional Based on preliminary review and discussion of the Caltrans Section 106 Programmatic Agreement, Attachment 2, Screened Undertakings, DUKE CRM anticipates the Project may qualify as a Screened Undertaking under Classes 9, 10, 11, 19, and 30. To prepare the memorandum for the four (4) bridges, DUKE CRM would conduct a records search at the South Coastal Information Center (SCIC), located at San Diego State University (SDSU). DUKE CRM, as a subconsultant to TYLin, will conduct up to a'/z -mile radius cultural resources records search through the SCIC, to establish the status and extent of previous surveys in the study area and to note what types of cultural resources might be expected to occur within the proposed project area. In addition, the records search will identify cultural resources listed on or determined eligible for listing on the National Register of Historic Places (NRHP) and/ or California Register of Historical Resources (CRHR) located within or near the project area. DUKE CRM will contact the Native American Heritage Commission (NAHC) for a search of the Sacred Lands File and a list of Native American contacts. Using this information, DUKE CRM would prepare a memorandum with the results of the research conducted. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 23 5.7.2 Archaeological Survey Report (ASR), Historic Properties Survey Report (HPSR), Area of Potential Effects (APE) Map — Optional ASR Based on preliminary review, work at the Washington Street Bridge would include slope paving on the bank of the Whitewater River, therefore Caltrans may require an ASR, HPSR and APE map for NEPA approval. DUKE CRM, as a subconsultant to TYLin, will conduct a 1-mile records search for Bridge 56C-0266, at the SCIC. In addition, DUKE CRM will contact the NAHC. The NAHC will perform a Sacred Lands file search and provide a list of Native American groups to contact regarding this project. DUKE CRM will review on-line historic aerial maps, Sanborn maps, historic topographic maps of the area, and additional on-line research, as necessary. Relevant and available cultural resource documentation will be provided. This may include, but is not limited to, as -built site plans, prior cultural resource documents, geotechnical reports, historic maps, etc. After the background research and the APE Map is complete, DUKE CRM will conduct a systematic pedestrian field survey of the Bridge 56C-0266. The purpose of the survey is to identify any cultural (historic or prehistoric) resources that may be impacted by the project, characterize the setting of the project, and to field check any previously recorded cultural resources within or immediately adjacent to the project discovered by the records search. The ground surface will be visually examined by an archaeologist for evidence of prehistoric (Native American) or historic (Spanish, Mexican, and American period) archaeological resources. Photographs will be taken to document the survey. It is not known at this time if any archaeological resources exist within the Project. If there are any archaeological resources within the project boundaries, additional budget will be required to document and evaluate any resources on State of California Department Parks and Recreation Site Forms (DPR 523 Series). DUKE CRM will prepare a Caltrans format ASR for Bridge 56C-0266. It will include a project description, a natural and cultural setting section, methods, results, archaeological sensitivity analysis, impacts analysis, and recommendations for further work, if necessary. Photos, project maps, and up to five historic maps will be included. Negative findings for archaeological resources is anticipated. Historic Properties Survey Report (HPSR) DUKE CRM, as a subconsultant to TYLin, will prepare a Caltrans short -form HPSR. It will include a project description, a discussion of the APE, summary of consultation efforts, summary of results, findings, and will reference all reports and maps, per the SER guidance. APE Map DUKE CRM, as a subconsultant to TYLin, will prepare a Caltrans formatted APE Map. The APE Map will be reviewed and approved by Caltrans. The APE Map will be generated from digital ArcGIS layers (shapefiles) or geodatabase layers. If changes are made to the project design by the City, Caltrans, CVWD, or any other party, after beginning preparation of the APE Map, these changes will not be included and will require a contract amendment . Native American Consultation DUKE CRM, as a subconsultant to TYLin, will conduct this coordination as part of the Section 106 (Caltrans as NHPA lead agency) process for Bridge 56CO266. To do this, DUKE CRM will contact Caltrans to discuss the specific methods of coordinating consultation for Section 106. Based on our recent experience with Caltrans, DUKE CRM will prepare Section 106 letters to be reviewed and approved by Caltrans, respectively. DUKE CRM will then send the letters to Native American groups via U.S. Certified Mail on behalf of Caltrans. Three weeks after the letters are sent, DUKE CRM will make follow up emails/phone calls to Native American groups in order to determine which groups would like to consult with Caltrans. From this point, consultation will take place between Caltrans and each Native American group. DUKE CRM is available to assist Caltrans in the process. Limited follow-up/consultation is anticipated and included herein; however, if any issues or concerns are raised, additional budget may be necessary to account for more extensive coordination and consultation support. The results of our efforts will be documented in a consultation matrix and will be attached to the ASR/HPSR. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 24 5.8 Location Hydraulic Study (LHS) for Bridge 56C-0266 — Optional Based on preliminary review, work at the Washington Street Bridge would include slope paving on the bank of the Whitewater River, therefore Caltrans may require a LHS for NEPA approval. Bridge 56C-0266 may require scour countermeasure improvements, necessitating updated site hydrology and scour data for appropriate design of new slope paving or riprap, adhering to CVWD criteria. The channel's specific requirements will be confirmed at the kickoff meeting with CVWD. A detailed LHS, including the Caltrans Summary Floodplain Encroachment Report (SFER) form, will analyze the hydraulic impacts of the proposed slope protection improvements, following Caltrans' guidance. This study is vital for understanding changes in water flow, assessing scour potential around bridge elements, and ensuring bank stabilitv within the Whitewater River channel. Water Quality Assessment Report (WQAR) — Optional Based on preliminary review, work at the Washington Street Bridge would include slope paving on the bank of the Whitewater River, therefore Caltrans may require a WQAR for NEPA approval. A comprehensive Water Quality Assessment Report (WQAR) will be prepared, encompassing all five bridge locations involved in maintenance activities. For Bridge 56C-0266, the WQAR will thoroughly evaluate potential water quality impacts from construction (e.g., sediment, runoff) and the long-term presence of new slope protection. For the other four bridges, it will address water quality concerns related to deck repairs, joint replacements, and paving work as per the RFP. The WQAR will identify potential pollutants, propose effective Best Management Practices (BMPs), and ensure strict adherence to all relevant water quality regulations, including National Pollutant Discharge Elimination System (NPDES) requirements, throughout the oroiect lifecvcle at every site. TASK 6 Geometric Approval Drawings (GAD) Concept Design Plan Prepare large format 'strip plot' (1"=100') exhibits for this project, which include aerial imaging, topographic mapping, as well as key -typical cross -sections. Prepare stage construction overview exhibits with preliminary traffic handling concepts. To facilitate environmental approval, the following items may be incorporated into the engineering deliverables upon availability: 1) area of potential effects, 2) preliminary delineation of wetland and non -wetland waters of the US, 3) limits of approximate study from FEMA rate maps for zone A, 4) special status species or their habitat, and 5) Environmental Sensitive Area (ESA) fencing. Preliminary Engineers Estimate Prepare an Engineers Estimate of construction costs, based on approximated quantity takeoffs and current unit prices in accordance with Caltrans Estimating Quantities document for the bridge and structures related items. Roadway construction cost will be a preliminary estimate, addressing earthwork, structural section, traffic items, safety sections, miscellaneous minor items, and identified riqht-of-way estimates. Project Study Report Equivalent (PSRE) Prepare a PSRE by updating the report in the Application for HBP funding and updating the construction cost estimates for each of the five bridges included in this project. "IYIIin City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 25 PHASE II — FINAL DESIGN (PS&E) TASK 1 Project Management/Administration (Phase II) Project Administration Monitor progress of the work and prepare monthly invoices and progress reports and include work accomplished during the reporting period; work planned for the next reporting period; information/decisions required to maintain the Project schedule; problems and recommendations to resolve issues; and budget status. TASK 7 Final Plans, Specifications and Estimates (PS&E) 60% Plans & Estimate 7.1.1 60% Civil Plans Prepare the 60% Plans based on the 30% concept plan submittal (Geometric Approval Drawings). The civil plans, in general will be based on 1 "= 40' scale. A total of 20 sheets is assumed. 7.1.2 65% Structures Plans Perform bridge design calculations and prepare the 65% Structure Plans using the as- built plans for each bridge and findings in Phase I of the design. For efficiency and economy of scale, bundling similar types of work for all five bridges is assumed. The bundled set of structures is assumed to require a total of 10 structure plan sheets. 7.1.3 60% Cost Estimate Prepare quantity calculations based on the 65% plans and update the Preliminary Engineers Estimate of construction costs prepared in Phase I. Roadway construction cost will be also updated based on the 60% plans. 90% PS&E Plans 7.2.1 90% Civil Plans Update the plans to address comments from the City and Caltrans on the 60% submittal. 7.2.2 90% Structures Plans Update bridge plans based on comments received from the City and Caltrans on the 65% submittal. Prepare independent check calculations, reconcile comments with design team, and update design calculations and the structure plans accordingly. 7.2.3 Specifications Prepare civil specifications in accordance with the City of La Quinta and Greenbook standards. Develop structure special provisions in accordance with Caltrans 2024 standards. 7.2.4 90% Cost Estimate Update the civil cost estimate based comments received from the 60% submittal and any design updates. For the structures cost estimate, prepare independent check quantities, reconcile with the design quantities, and update the cost estimate accordinalv. "IY yin City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 26 Final PS&E 7.3.1 Final Civil PS&E Update the Civil PS&E to address comments on the 90% Submittal. After review, submit Final Civil Plans in PDF format. 7.3.2 Final Structures PS&E Update the PS&E based on comments received on the 90% submittal. After review, submit Final Structures Plans in PDF Format. Prepare designer's special instructions for inclusion in an RE Pending File. TASK 7 Right -of -Way and Permitting Plats and Legals Prepare plats and legal descriptions for right-of-way conveyance including temporary construction easements. Right -of -Way Agreements Conduct property appraisals, determinejust compensation, prepare initial offers. Coordinate and negotiate with the property owners and prepare final agreements. It is assumed that the Project will require the acquisition of temporary and/or permanent property rights from up to 1 owner. Prepare a up to 5, one per bridge location, approved and accepted Caltrans Exhibit 13-B (Right -of -Way Certification) or equivalent required Caltrans forms. Environmental Permitting Based on preliminary review, work at the Washington Street Bridge would include slope paving on the bank of the Whitewater River, therefore a Section 401, 404, and 1602 permit may be required depending on if jurisdictional areas identified in the ARDR are temporarily or permanently impacted. Prepare and submit the following permit applications and agreement requests as described in the subtasks below for the proposed bridge. It is assumed that regulatory permits would be required for the work at Washington Street Bridge and impacts from the remaining 4 bridge projects would be avoided with construction methods discussed in the Project Understanding and Approach. If a listed species is found at a project site, Section 7 Consultation additional work will be needed. This consultation - related work, including preparation of a Biological Assessment, is not included in this Work Plan and would be performed, if necessary, under a separate authorization issued by the City. The 401 Certification will be processed by the Colorado River Regional Water Quality Control Board; it is assumed there are no tribal lands within the project area. Application fees will be provided by the City. USACE Nationwide (Section 404) Permit Package If the project impacts USACE jurisdictional waters, TYLin will prepare a Nationwide 404 Permit package for the USACE. The package will include an application, appendices, cover letter, and supporting documentation, such as maps. Time has been included for participating in up to two meetings with the USACE. The budget for this task assumes one round of revisions to the application package. This task does not include any scope/costs for a USACE Section 408 Permit/ Permission. TYLin proposes to prepare one USACE Nationwide (Section 404) permit package for the Washington Street Bridge work proposed as part of the BPMP. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 27 RWQCB Water Quality Certification (Section 401) Permit Package If the project impacts RWQCB jurisdictional waters, TYLin will prepare a 401 Water Quality Certification or Waste Discharge Requirements permit package for the RWQCB. The application package will include an application, appendices, cover letter, and provide supporting documentation, such as maps. An alternatives analysis will also be drafted. Time has been included for participating in up to two meetings with the RWQCB. The budget for this task assumes one round of revisions to the application package. All application fees will be covered by the City. TYLin proposes to prepare one RWQCB Water Quality Certification (Section 401) permit package for the Washington Street Bridge work proposed as part of the BPMP. CDFW Streambed Alteration Agreement (1602) Permit Package TYLin will prepare a Notification of Lake or Streambed Alteration for submittal to CDFW. The request will include a completed notification form, detailed project description, description of project impacts, CEQA documentation, avoidance and minimization measures, and a brief description of the off -site mitigation proposal through an agency - approved resource conservation entity. TYLin proposes to prepare one CDFW Streambed Alteration Agreement (1602) permit package that will include all five bridges proposed as part of the BPMP. A processing fee must be provided to CDFW with the notification. This fee is based on the cost of the specific project components requiring authorization by CDFW. It is assumed that the City will provide all applicable fees (these fees are not included in the provided cost estimate for the project. PHASE III — CONSTRUCTION TASK 9 Construction Support Bid Support Respond to bidder inquiries and update plans and specifications as needed. Attend pre -bid meeting. Construction Support Prepare responses to Contractor's requests for information (RFI), review shop drawings, and prepare final Record Drawings (As-builts) based on the construction red -line plans prepared by the Resident Engineer. A total of ten (15) RFIs and 5 submittal reviews are assumed. "IY yin City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 28 7. Project Schedule 7. Project Schedule ID ITask Name Duration Finish 1 I NTP PHASE I PROJECT APPROVAL AND ENVIRONMENTAL (PA&ED) TASK 1 PROJECT MANAGEMENT (PHASE 1) TASK 2 DATA COLLLECTION, FIELD REVIEW, & BASE MAPPING TASK 3 SURVEY TASK 4 GEOTECHNICAL ANALYSIS TASK 5 ENVIRONMENTAL DOCUMENTS 5.1 PRELIMINARY ENVIRONMENTAL STUDY (PES) FORM CALTRANS REVIEW 5.2 CEQA NOTICE OF EXEMPTION (NOE) 5.5 AQUATIC RESOURCE DELINEATION REPORT TASK 6 GEOMETRIC APPROVAL DRAWINGS (GAD) 6.1 CONCEPT DESIGN PLAN 6.2 PRELIMINARY ENGINEERS ESTIMATE 35% 6.3 PROJECT STUDY REPORT EQUIVALENT (PSRE) CALTRANS/CVWD REVIEW + E76 PA&ED PHASE II FINAL DESIGN (PS&E) TASK 1 PROJECT MANAGEMENT (PHASE 11) TASK 7 FINAL PS&E 7.1 60% PLANS & ESTIMATE CALTRANS/CVWD REVIEW 7.2 90% PS&E CALTRANS/CVWD REVIEW 7.3 FINAL PS&E TASK 8 RIGHT OF WAY & PERMITTING 8.2 Right of Way Agreement* 8.3 Environmental Permitting* CALTRANS REVEW + E76 PHASE III CONSTRUCTION TASK 9 CONSTRUCTION SUPPORT** READY TO BID *Right of Way Agreement and Environmental Permitting is based on the BPMP work at the Washington St Bridge, within CVWD ** Schedule does not include construction work duration. 0 days 170 days 170 days 30 days 30 days 30 days 100 days 40 days 60 days 90 days 30 days 140 days 60 days 20 days 20 days 40 days 0 days 340 days 340 days 200 days 50 days 40 days 60 days 40 days 30 days 250 days 120 days 180 days 40 days 1 day 1 day 0 days Wed 10/8/25 Wed 10/8/25 Wed 10/8/25 Tue 6/2/26 Wed 10/8/25 Tue 6/2/26 Wed 10/8/25 Tue 11/18/25 Wed 10/8/25 Tue 11/18/25 Wed 10/8/25 Tue 11/18/25 Wed 10/8/25 Tue 2/24/26 Wed 10/8/25 Tue 12/2/25 Wed 12/3/25 Tue 2/24/26 Wed 10/22/2ETue 2/24/26 Wed 11/19/2-1Tue 12/30/25 Wed 11/19/2!Tue 6/2/26 Wed 11/19/2-1Tue 2/10/26 Wed 2/11/26 Tue 3/10/26 Wed 3/11/26 Tue 4/7/26 Wed 4/8/26 Tue 6/2/26 Tue 6/2/26 Tue 6/2/26 Wed 6/3/26 Tue 9/21/27 Wed 6/3/26 Tue 9/21/27 Wed 6/3/26 Tue 3/9/27 Wed 6/3/26 Tue 8/11/26 Wed 8/12/26 Tue 10/6/26 Wed 9/9/26 Tue 12/1/26 Wed 12/2/26 Tue 1/26/27 Wed 1/27/27 Tue 3/9/27 Wed 10/7/26 Tue 9/21/27 Wed 2/10/27 Tue 7/27/27 Wed 10/7/26 Tue 6/15/27 Wed 7/28/27 Tue 9/21/27 Wed 9/22/27 Wed 9/22/27 Wed 9/22/27 Wed 9/22/27 Wed 9/22/27 Wed 9/22/27 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 Task Project: La Quinta BPMP CPM S Split Date: Fri 9/5/25 Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration -only 4th Quarter 11st rterI 3rd.Quarter 14th Quarter 1 1st 3rd Quarter 14th Quarter 11st Quarter 12nd Quarterl 3rd 1 i u/a 0 PHASE I PROJECT APPROVAL AND ENVIRONMENTAL (PA&ED) 5 ENVIRONMENTAL DOCUMENTS 0 TASK 6 GEOMETRIC APPROVAL DRAWINGS (GAD) Manual Summary Rollup External Milestone Manual Summary I I Deadline Start -only L Critical Finish -only 7 Critical Split External Tasks Progress Page 1 i PHASE II FINAL DESIGN (PS&E) i TASK 8 RIGHT OF WAY & PERMITTING PHASE III CONSTRUCTION READY TO BID Manual Progress — 'IYI,in City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 29 ► 8. Disclosures 8. Disclosures T.Y. Lin International is a large company, and, despite the scope and volume of its business, the company is involved in relatively few legal proceedings. Some proceedings may be confidential or involve the privacy rights of individuals; however, T.Y. Lin International currently has no significant pending litigation which would adversely impact its financial stability or capability to provide quality services. Should you have any questions or need further information please contact Eunji Cho, Global Claims and Litigation Counsel, at 415-291-3711 or eunji.cho@tylin.com. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) 30 9. DBE Commitment Local Assistance Procedures Manual ATTACHMENT 5 Exhibit 10-1 Notice to Proposers DBE Information Exhibit 10-I: Notice to Proposers DBE Information (federally funded projects only) The Local Public Agency (LPA) has established a DBE goal for this Contract of 13.00 1. TERMS AS USED IN THIS DOCUMENT • The term "Disadvantaged Business Enterprise" or "DBE" means a for -profit small business concern owned and controlled by a socially and economically disadvantaged person(s) as defined in Title 49, Code of Federal Regulations (CFR), Part 26.5. • The term "Agreement" also means "Contract." • LPA also means the local entity entering into this contract with the Contractor or Consultant. • The term "Small Business" or "SB" is as defined in 49 CFR 26.65. 2. AUTHORITY AND RESPONSIBILITY A. DBEs and other small businesses are strongly encouraged to participate in the performance of Contracts financed in whole or in part with federal funds (see 49 CFR 26: Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs). The Consultant must ensure that DBEs and other small businesses have the opportunity to participate in the performance of the work that is the subject of this solicitation and should take all necessary and reasonable steps for this assurance. The proposer must not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. B. Proposers are encouraged to use services offered by financial institutions owned and controlled by DBEs. 3. SUBMISSION OF DBE INFORMATION If there is a DBE goal on the contract, Exhibit 10-01: Consultant Proposal DBE Commitment must be included in the Proposal. In order for a proposer to be considered responsible and responsive, the proposer must make good faith efforts to meet the goal established for the contract. If the goal is not met, the proposer must document adequate good faith efforts. All DBE participation will be counted towards meeting the contract goal; therefore, all DBE participation must be collected and reported. Exhibit 10-02: Consultant Contract DBE Information must be included in best qualified consultant's executed consultant contract. Even if no DBE participation will be reported, the successful proposer must execute and return the form. 4. DBE PARTICIPATION GENERAL INFORMATION It is the proposer's responsibility to be fully informed regarding the requirements of 49 CFR 26, and the Department's DBE program developed pursuant to the regulations. Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). B. A certified DBE may participate as a prime consultant, subconsultant, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. A DBE proposer not proposing as a joint venture with a non -DBE, will be required to document one or a combination of the following: 1. The proposer is a DBE and will meet the goal by performing work with its own forces. Page 1 of 2 January 2025 Local Assistance Procedures Manual Exhibit 10-1 Notice to Proposers DBE Information 2. The proposer will meet the goal through work performed by DBE subconsultants, suppliers or trucking companies. 3. The proposer, prior to proposing, made adequate good faith efforts to meet the goal. D. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined portions thereof. Responsibility means actually performing, managing, and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest. E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. F. The proposer must list only one subconsultant for each portion of work as defined in their proposal and all DBE subconsultants should be listed in the bid/cost proposal list of subconsultants. G. A prime consultant who is a certified DBE is eligible to claim all of the work in the Contract toward the DBE participation except that portion of the work to be performed by non -DBE subconsultants. 5. COUNTING DBE PARTICIPATION Materials or supplies purchased from DBEs count towards the DBE goal under the following conditions: A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. A DBE manufacturer is a firm that operates or maintains a factory, or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A DBE regular dealer is a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment must be, by a long-term lease agreement and not an ad hoc or Agreement -by -Agreement basis. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services 6. RESOURCES A. The CUCP database includes the certified DBEs from all certifying agencies participating in the CUCP. If you believe a firm is certified that cannot be located on the database, please email DBE.Certification(a)dot.ca.gov for assistance. B. Access the CUCP database from the Department of Transportation, Office of Civil Rights website. For guidance on how to search for certified firms using the CUCP database, please visit: DBE Goal Setting I Caltrans Page 2 of 2 January 2025 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT 1. Local Agency: City of La Quinta 2. Contract DBE Goal: 13% Complete the corrective measures identified in the Bridge Preventative Maintenance Program Plan to prolong the 3. Project Description: lifespans of the bridges within the city limits. 4. Project Location: City of La Quinta at various locations within the city limits. 5. Consultant's Name: T.Y. Lin International 6. Prime Certified DBE: ❑ 7. Description of Work, Service, or Materials 8. DBE Certification 9. DBE Contact Information ° 10. DBE /° Supplied Number Artemis I Julie Ogilvie, President Aquatic Resources Delineation Services 43648 5938 Prieslty Dr, Ste 103, Carlsbad, CA 92008 5% 510.364.7285 Coast Surveying I Ruel del Castillo, President Land Survey/Mapping 2128 15031 Parkway Loop, Ste B, Tustin, CA 92780 11% 714.918.6266 Duke Cultural Resources Management, LLC Cultural Resources 49349 Curt Duke, President 118 Technology Dr, Ste 103, Irvine, CA 92618 1949.356.6660 Earth Mechanics, Inc. I Alahesh Thurairaja, Geotechnical 6956 Principal 1 765 N Main St, Ste 136, Corona, CA 4% 92880 1909.890.1551 Laurel Civil & Environmental Consultants I Sally Hazardous Materials 45527 Drinkard, President 127252 Borrasca, -- Mission Viejo, CA 92691 1714.474.4174 Monument ROW I Amber Costello, President Right -of -Way 46456 200 Spectrum Center, Ste 300, Irvine CA 92618 8% 949.703.9799 Local Agency to Complete this Section 17. Local Agency Contract Number: 2023-33 11. TOTAL CLAIMED DBE PARTICIPATION 27 18. Federal -Aid Project Number: BPMP-5233(022) 19. Proposed Contract Execution Date: 20. Consultant's Ranking after Evaluation: IMPORTANT: Identify all DBE firms being claimed for credit, Local Agency certifies that all DBE certifications are valid and information on regardless of tier. Written confirmation of each listed DBE is this form is complete and accurate. required. September 15, 2025 21. Local Agency Representative's Signature 22. Date 12. Preparer's Signature 13. Date Dan Fitzwilliam 619.908.3224 23. Local Agency Representative's Name 24. Phone 14. Preparer's Name 15. Phone Vice President 25. Local Agency Representative's Title 16. Preparer's Title DISTRIBUTION: Original — Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. LPP 18-01 Page 1 of 2 January 2019 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment INSTRUCTIONS — CONSULTANT PROPOSAL DBE COMMITMENT CONSULTANT SECTION 1. Local Agency - Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Location - Enter the project location as it appears on the project advertisement. 4. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc.). 5. Consultant's Name - Enter the consultant's firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant's own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 8. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on the date bids are opened. 9. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants. Also, enter the prime consultant's name and phone number, if the prime is a DBE. 10. DBE % - Percent participation of work to be performed or service provided by a DBE. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 11. Total Claimed DBE Participation % - Enter the total DBE participation claimed. If the total % claimed is less than item "Contract DBE Goal," an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 12. Preparer's Signature - The person completing the DBE commitment form on behalf of the consultant's firm must sign their name. 13. Date - Enter the date the DBE commitment form is signed by the consultant's preparer. 14. Preparer's Name - Enter the name of the person preparing and signing the consultant's DBE commitment form. 15. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form. 16. Preparer's Title - Enter the position/title of the person signing the consultant's DBE commitment form. LOCAL AGENCY SECTION 17. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 18. Federal -Aid Project Number - Enter the Federal -Aid Project Number. 19. Proposed Contract Execution Date - Enter the proposed contract execution date. 20. Consultant's Ranking after Evaluation — Enter consultant's ranking after all submittals/consultants are evaluated. Use this as a quick comparison for evaluating most qualified consultant. 21. Local Agency Representative's Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 22. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 23. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the consultant's DBE commitment form. 24. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form. 25. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the consultant's DBE commitment form. LPP 18-01 Page 2 of 2 January 2019 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort EXHIBIT 15-H: PROPOSER/CONTRACTOR GOOD FAITH EFFORTS Cost Proposal Due Date September 15, 2025 PE/CE Federal -aid Project No(s). BPMP-5433(022) Bid Opening Date September 15, 2025 CON The City of La Quinta established a Disadvantaged Business Enterprise (DBE) goal of 13% for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five (5) calendar days from cost proposal due date or bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-01: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the DBE goal. This form protects the proposer's or bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement dbegoodfaith.com June 12, 2025 B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates Artemis Environmental Services June 18, 2025 Email I June 18, 2025 Coast Surveying June 12, 2025 Email I June 18, 2025; June 20, 2025 Duke CRM June 18, 2025 Email I June 19, 2025 Earth Mechanics, Inc. June 13, 2025 Email I June 18, 2025 Laurel Civil & Environmental Consultants June 18, 2025 Email I June 18, 2025 Monument ROW June 18, 2025 Email I June 19, 2025 Page 1 of 3 May 2020 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort C. The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE contract goal. Items of Proposer or Bidder Breakdown of Amount Percentage Work Normally Performs Item Items ($) Of (Y/N) Contract Environmental N Environmental TBD 5 % Survey N Survey/Mapping TBD 11 % Engineering N Geotechnical TBD 4 % Right -of -Way N Right -of -Way TBD 8 % D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Nazareth Civil I Yonas Misgina 1 515 S. Flower St., Suite 1919, Los Angeles, CA, 90071 Project manager selected another DBE firm to support the TYLin Team with surveying services. Names, addresses and phone numbers of firms selected for the work above: Artemis 15938 Prieslty Dr, Ste 103, Carlsbad, CA 92008 1510.364.7285 Coast Surveying 115031 Parkway Loop, Ste B, Tustin, CA 92780 1714.918.6266 Duke Cultural Resources Management, LLC 118 Technology Dr, Ste 103, Irvine, CA 92618 1949.356.6660 Earth Mechanics, Inc. 1 765 N Main St, Ste 136, Corona, CA 92880 1909.890.1551 Laurel Civil & Environmental Consultants 127252 Borrasca, Mission Viejo, CA 92691 1714.474.4174 Monument ROW 1200 Spectrum Center, Ste 300, Irvine CA 92618 1949.703.9799 E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining information related to the plans, specifications and requirements for the work which was provided to DBEs: Advertisement Page 2 of 3 May 2020 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: Advertisement G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results DBE CUCP website Website / 6/25/2025 Verified DBE Firms H. Any additional data to support a demonstration of good faith efforts: N/A Page 3 of 3 May 2020 Focus Journal Ad Publication: DBE GoodFaith (DBEGoodFaith. com) Published On: 06/12/2025 @ 04:53:17 PM Pacific Expired On: 06/26/2025 @ 11:59:59 PM Pacific Message Notifications Sent To: AMER-Marketing-Southwest@tylin.com Published At: https://dbegoodfaith.com/item.php?item_type=ads&ad_adid=64809 'I'tl.in TYLi.n ................ Project Name Bridge Preventative Maintenance Program Plan Bid/Contra City Project No. 2023-33; Federal Aid Project No. BPMP-5433(022) Awarding Agency City of La Quinta Project Location La Quinta, Riverside County, CA Bid Date 06/26/2025 at 17:00 TYLin is preparing a proposal for the City of La Quinta for Bridge Preventative Maintenance Program Plan. The primary objective is to prepare plans, specifications, and engineer's estimates. The City owns and maintains eight bridges across the city, with five bridges identified for maintenance. These bridges vary in condition. We seek interested Disadvantaged Business Enterprise (DBE) firms in the following areas: geotechnical engineering, surveying, and right-of-way. The DBE goal is 13%. The proposal is due to the City on June 26, 2025. Please send responses by 6/20/2025. Full details of the RFP can be found here: https://www.laquintaca.gov/Home/Components/RFP/RFP/488/831 Get in Touch Outreach Coordinator Christina Sollie Telephone (480) 968-8814 Fa, (000) 000-0000 Addres 3633 East Inland Empire Blvd, Suite 700 Ontario, CA 91764 Send Message » Trade Journal Ad Publication: DBE Journal (DBEJournal.com) Published On: 06/12/2025 @ 04:53:17 PM Pacific Expired On: 06/26/2025 @ 11:59:59 PM Pacific Published At: http://dbejournaI.com/index. php?show_ad=64809&ad_project_name=Bridge+Preventative+Maintenance+Program+Plan&co_name= TYLin IrlyLln TYLin is seeking qualified DBEs Outreach Coordinator Christina Sollie Contact Information Project Name 3633 East Inland Empire Blvd, Bridge Preventative Maintenance Program Plan Suite 700 Ontario, CA 91764 Bid/Contract # Telephone City Project No. 2023-33; Federal Aid Project No. BPMP-5433(022) (480) 968-8814 Awarding Agency Fax City of La Quinta (000) 000-0000 Project Location La Quinta, Riverside County, CA Bid Date 06/26/2025 at 17:00 Project Details TYLin is preparing a proposal for the City of La Quinta for Bridge Preventative Maintenance Program Plan. The primary objective is to prepare plans, specifications, and engineer's estimates. The City owns and maintains eight bridges across the city, with five bridges identified for maintenance. These bridges vary in condition. We seek interested Disadvantaged Business Enterprise (DBE) firms in the following areas: geotechnical engineering, surveying, and right-of-way. The DBE goal is 13%. The proposal is due to the City on June 26, 2025. Please send responses by 6/20/2025. Full details of the RFP can be found here: https://www.laquintaca.gov/Home/Components/RFP/RFP/488/831 From: Christina Sollie To: Julie Ogilvie; Jasmine Bakker Cc: Dina Kasawdish; Alicia Lemke Subject: RE: La Quinta BPMP Proposal Date: Wednesday, June 18, 2025 3:41:00 PM Attachments: Sub RFI.zip imaae001.ona imaoe002.Dng imaae003.Dna imaae004.Dna imaae005.Dno Hi Julie, Thank you for being part of our team. Please see the attached sub RFI. Let me know if you have any questions. Thanks, Christina Sollie MANAGER, PURSUITS + MARKETING SOUTHWEST T +1 520.567.4192 M +1 623.606.8701 christina.sollie@tylin.com 'IYI.in From: Julie Ogilvie <jogilvie@artemis-environmental.com> Sent: Wednesday, June 18, 2025 11:59 AM To: Alicia Lemke <alicia.lemke@tylin.com>; Jasmine Bakker <jbakker@artemis-environmental.com> Cc: Christina Sollie <christina.sollie@tylin.com>; Dina Kasawdish <dina.kasawdish@tylin.com> Subject: RE: La Quinta BPMP Proposal Hi Alicia, Thank you so much for thinking of us! Yes, we would love to be included on this proposal to support ARDR services. I can lead the proposal effort for our portion. Jasmine, cc'd here, would likely be the POC for Artemis on the effort if we win the work. Let me know what you need from me for the proposal! Regards, Julie Julie Ogilvie 510.364.7285 www.artemis-environmental.com permitting I biological services Our address has changed: 5938 Priestly Drive, Suite 103 Carlsbad, CA 92008 From: Alicia Lemke <alicia.lemke(@tylin.com> Sent: Wednesday, June 18, 2025 10:21 AM To: Julie Ogilvie <iogilvie(@artemis-environmental.com> Cc: Christina Sollie <christina.sollie(@tylin.com>; Dina Kasawdish <dina.kasawdish(@tylin.com> Subject: La Quinta BPMP Proposal Hi Julie, I hope all is well! It's been a few years since we last spoke. TYLin is pursuing a Bridge Preventative Maintenance Program project in La Quinta and wanted to see if you are interested in joining our team? There are 5 bridges as part of this project that would require rehabilitation and repairs (see the last page of the pdf). The Washington Street bridge project includes slope paving and may require ground disturbance on the channel slope and wash area. The remaining work of the 4 other bridges would be entails deck overlays, AC overlays, joint seals, etc. The technical support needed from Artemis is preparation of an Aquatic Resources Delineation Report or Jurisdictional Delineation for the Washington Street bridge project. Please let me know if you are able to assist with this project. Thank you, Alicia Lemke ENVIRONMENTAL SERVICES MANAGER T +1 909.912.6915 M +1 951.897.9468 'IYUn 3633 East Inland Boulevard Suite 900 Ontario, CA, 91764, United States TYLin.com 10 111) Q O From: Christina Sollie To: Stephany Salazar Subject: RE: Teaming for La Quinta Bridge Preventative Maintenance Program Plan Date: Friday, June 20, 2025 12:34:00 PM Attachments: Sub RFI.zio imaae001.Dna imaae002.nno 202333 BPMP RFP.odf Thanks! See attached. The proposal is due on 6/26. 1 know I have the sub information due by today, but if you could get me info by Monday, I would appreciate it. Thanks! Christina Sollie MANAGER, PURSUITS + MARKETING SOUTHWEST T +1 520.567.4192 M +1 623.606.8701 christina.sollie@tylin.com 'I' An From: Stephany Salazar <Stephany.Salazar@coastsurvey.com> Sent: Friday, June 20, 2025 9:28 AM To: Christina Sollie <christina.sollie@tylin.com> Subject: Teaming for La Quinta Bridge Preventative Maintenance Program Plan You don't often get email from stephany.salazar&coastsurvey.com. Learn why this is important Hi, We would be pleased to join your team on this pursuit. Please go ahead and send over the RFI. Thank you for considering Coast Surveying. Regards, Stephany Salazar Marketing Coordinator Stephany. salazarna.coastsurvey. com COASTSURVEYING L A N D S U R V E Y I N G A N D M A P P I N G 15031 Parkway Loop, Suite B Tustin, CA 92780-6527 (714) 918-6266 voice From: Christina Sollie To: Curt Duke; Alicia Lemke Cc: Dina Kasawdish Subject: RE: La Quinta BPMP Proposal Date: Thursday, June 19, 2025 10:29:00 AM Attachments: Sub RFI.zio imaae001.ona imaae002.ona imaae003.r)na imaae004.ona imaae005.ona imaae006.ona Hi Curt, Thanks for being part of our team. Here is our sub RFI. Alicia will get back to you on your question. Thanks! Christina Sollie MANAGER, PURSUITS + MARKETING SOUTHWEST T +1 520.567.4192 M +1 623.60&8701 christina.sollie@tylin.com 'I' A n From: Curt Duke <curt@dukecrm.com> Sent: Thursday, June 19, 2025 8:27 AM To: Alicia Lemke <alicia.lemke@tylin.com> Cc: Christina Sollie <christina.sollie@tylin.com>; Dina Kasawdish <dina.kasawdish@tylin.com> Subject: RE: La Quinta BPMP Proposal Hi Alicia, thanks for reaching out. We would love to join your team for this. It sounds like we would assume that 4 of the bridges are screened undertakings and the other one may not be screened, unless it could be screened under Classes 9 and 11. 9. Storm damage repairs, such as culvert clearing or repair, disposal or stockpile locations, shoulder reconstruction, or slide or debris removal. 10. Repair of the highway and its facilities. 11. Modification of existing features, such as slopes, ditches, curbs, sidewalks, driveways, dikes, or headwalls, within or adjacent to the right of way. If Washington Street Bridge (56CO266) is not screened would we prepare an HPSR, ASR, and APE Map? It says prepare a CEQA Exemption and a NEPA PES, so are they even looking technical studies at this time? Curt Duke, M.A., RPA 949-356-6660 curt&dukecrm.com From: Alicia Lemke <alicia.lemke(@tylin.com> Sent: Wednesday, June 18, 2025 9:10 AM To: Curt Duke <curt(@dukecrm.com> Cc: Christina Sollie <christina.sollie(@tylin.com>; Dina Kasawdish <dina.kasawdish(cDtylin.com> Subject: La Quinta BPMP Proposal Hi Curt, Would you be interested in joining our team for the attached pursuit in the City of La Quinta? There are 5 bridges as part of this project that would require rehabilitation and repairs (see the Last page of the pdf). Based on my understanding, there may be a requirement for cultural resource studies for the Washington Street bridge, as the proposed work includes slope paving and may require ground disturbance on the channel slope and wash area. I believe the remaining work of the 4 other bridges would be a screened undertaking ask it entails deck overlays, AC overlays, joint seals, etc. Thank you, Alicia Lemke ENVIRONMENTAL SERVICES MANAGER T +1 909.912.6915 M +1 951.897.9468 'IYI.in 3633 East Inland Boulevard Suite 900 Ontario, CA, 91764, United States TYLin.com 10 () Q O From: Christina Sollie To: Denise Casad Cc: Dina Kasawdish Subject: RE: Teaming for La Quinta Bridge Preventative Maintenance Program Plan Date: Wednesday, June 18, 2025 3:32:00 PM Attachments: Sub RFI.zio imaae001.ona imaoe002.Dng imaae003xna imaae004.nna imaQe005.r)ng Hi Denise, Thank you! I attached our sub RFI. Please let me know if you have any questions. Thank you! Christina Sollie MANAGER, PURSUITS + MARKETING SOUTHWEST T +1 520.567.4192 M +1 623.606.8701 christina.sollie@tylin.com 'IYI.in From: Denise Casad <D.Casad@earthmech.com> Sent: Friday, June 13, 2025 7:37 AM To: Christina Sollie <christina.sollie@tylin.com> Cc: Dina Kasawdish <dina.kasawdish@tylin.com> Subject: RE: Teaming for La Quinta Bridge Preventative Maintenance Program Plan Hi Christine, Thank you for the invitation. EMI would be happy to be on your team! Please let me know what you need for the proposal. Thanks, Denise From: Christina Sollie <christina.sollie(@tylin.com> Sent: Thursday, June 12, 2025 5:35 PM To: Denise Casad <D.Casad(@earthmech.com> Cc: Dina Kasawdish <dina.kasawdish(@tylin.com> Subject: Teaming for La Quinta Bridge Preventative Maintenance Program Plan Hi Denise, TYLin is pursuing the Bridge Preventative Maintenance Program Plan in La Quinta (see attached RFP). We would like to know if Earth Mechanics would be interested in joining our team for Geotechnical Analysis? There is a DBE requirement as part of this pursuit (13%) and the proposal is due on 6/26. Let us know if you are interested in teaming and I will send over our RF1. Thank you! Christina Sollie MANAGER, PURSUITS + MARKETING SOUTHWEST T +1 520.567.4192 M +1 623.606.8701 christina.sollie(o�tvlin.com 'I' An 1475 North Scottsdale Road, Suite 450 Scottsdale, AZ 85257 TYLin.com 10 () Q O From: Christina Sollie To: Sally Drinkard; Alicia Lemke Cc: Dina Kasawdish Subject: RE: La Quinta BPMP Proposal Date: Wednesday, June 18, 2025 3:42:00 PM Attachments: imaoe001.Dno Sub RFI.zio Thanks, Sally! Please see the attached RFI. This is due next week, so if you could send over the requested information by the end of the day Friday, I'd appreciate it! Thanks! Christina Sollie MANAGER, PURSUITS + MARKETING SOUTHWEST T +1 520.567.4192 M +1 623.606.8701 christina.sollie@tylin.com 'IYUn From: Sally Drinkard <sally.drinkard@laurelcec.com> Sent: Wednesday, June 18, 2025 10:26 AM To: Alicia Lemke <alicia.lemke@tylin.com> Cc: Christina Sollie <christina.sollie@tylin.com>; Dina Kasawdish <dina.kasawdish@tylin.com> Subject: Re: La Quinta BPMP Proposal Alicia, Sure. Please let me know what you need from me. -sd Sally Drinkard, PG, CHG, QSD Laurel Civil & Environmental Consultants email: sally.drinkard&laurelcec.com cell: 714.474.4174 On Jun 18, 2025, at 9:14 AM, Alicia Lemke <alicia.lemkeCcbtylin.com> wrote: Hi Sally, Would you be interested in joining our team for the attached pursuit in the City of La Quinta? There are 5 bridges as part of this project that would require rehabilitation and repairs (see the last page of the pdf). The Washington Street bridge project includes slope paving and may require ground disturbance on the channel slope and wash area. I believe the remaining work of the 4 other bridges would be a screened undertaking ask it entails deck overlays, AC overlays, joint seals, etc. The project is federally funded and will require Caltrans oversight for the NEPA process, and I anticipate Caltrans requiring either a Phase I ISA or ISA Checklists for the NEPA CE documents. Thank you, Thank you, Alicia Lemke ENVIRONMENTAL SERVICES MANAGER T +1 909.912.6915 M +1 951.897.9468 3633 East Inland Boulevard Suite 900 Ontario, CA, 91764, United States TYLin.com I <image002.Qnng> <image003.Qnng> <image004.Qnng> <image005.Qnnag> <202333 BPMP RFP.pdf> From: Christina Sollie To: Joey Mendoza Cc: Dina Kasawdish; Jeremy Nied; Carolyn Morrison Subject: RE: Teaming for City of La Quinta BPMP Date: Thursday, June 19, 2025 10:03:00 AM Attachments: Sub RFI.zio imaae001.ona image007.pnnci imaae008.Dna image009.Dna imaae010.Dna Great, thank you! Please see the attached sub RFI. Christina Sollie MANAGER, PURSUITS + MARKETING SOUTHWEST T +1 520.567.4192 M +1 623.606.8701 christina.sollie@tylin.com 'IYI.in From: Joey Mendoza <jmendoza@monumentrow.com> Sent: Thursday, June 19, 2025 12:43 AM To: Christina Sollie <christina.sollie@tylin.com> Cc: Dina Kasawdish <dina.kasawdish@tylin.com>; Jeremy Nied <jnied@monumentrow.com>; Carolyn Morrison <cmorrison@monumentrow.com> Subject: Re: Teaming for City of La Quinta BPMP Hi Christina, and we would be excited to join your team. I am copying Jeremy and Carolyn who will get you everything you need from us. Thank you, Joey monument DBE I SBE I WBE Joey Mendoza, PMP Vice President and Program Manager Mobile 949.378.0687 Office 800.577.0109 Email jmendozaLdmonumentrow.com Website monumentrow.com From: Christina Sollie <christina.sollie0i)tylin.com> Date: Wednesday, June 18, 2025 at 10:50 PM To: Joey Mendoza <imendoza(a)monumentrow.com> Cc: Dina Kasawdish <dina.kasawdishCa)tylin.com> Subject: Teaming for City of La Quinta BPMP Hi Joey, TYLin is pursuing the Bridge Preventative Maintenance Program Plan in La Quinta (see attached RFP). We would like to know if Monument would be interested in joining our team for right-of-way? There is a DBE requirement as part of this pursuit (13%) and the proposal is due on 6/26. Let us know if you are interested in pursuing and I will send over our RFI. Thank you! Christina Sollie MANAGER, PURSUITS + MARKETING SOUTHWEST T +1 520.567.4192 M +1 623.606.8701 christina.sollie(o�tylin.com '1Y1.in 1475 North Scottsdale Road, Suite 450 Scottsdale, AZ 85257 TYLin.com 10 () Q O From: noreoly=dbeaoodfaith.com(alemail.dbeaoodfaith.com on behalf of DBEGoodFaith.com To: TYLin I + AMER I — Marketina I a() Southwest Subject: [ DBEGoodFaith.com ] Nazareth Civil has sent you a message Date: Tuesday, June 17, 2025 3:29:12 PM Yonas Misgina from Nazareth Civil is interested in opportunities on this contract and has sent you a message. PROJECT NAME: Bridge Preventative Maintenance Program Plan BID #: City Project No. 2023-33; Federal Aid Project No. BPMP-5433(022) BID DUE DATE: 06/26/2025 at 17:00 AWARDING AGENCY/OWNER: City of La Quinta The message can be viewed with the rest of the outreach documents for this project in your account. Your account can be accessed at www.dbegoodfaith.com/login.php. 6/24/25, 10:52 PM B2Gnow Certified Profile CLOSE WINDOW Ij Print Business & Contact Information Artemis Environmental Services, Inc., DBA Artemis BUSINESS NAME Environmental Services OWNER Ms. Julianne Ogilvie ADDRESS 5938 Priestly Dr Suite 103 Carlsbad, CA 92008 [map] PHONE 510-364-7285 EMAIL jogilvie@artemis-environmental.com WEBSITE http://www.artemis-environmental.com ETHNICITY Caucasian GENDER Female COUNTY San Diego (CA) Certification Information CERTIFYING AGENCY California Department of Transportation CERTIFICATION TYPE DBE - Disadvantaged Business Enterprise CERTIFIED BUSINESS DESCRIPTION CONSULTANT, ENVIRONMENTAL; ENVIRONMENTAL - BIOLOGICAL STUDIES; ENVIRONMENTAL - ENVIRONMENTAL IMPACT STUDIES; ENVIRONMENTAL - REGULATORY; ENERGY STUDIES; BIOLOGICAL RESOURCES STUDIES; Other Scientific and Technical Consulting Services Commodity Codes LA WLL L6/1 I CA WCC C8792 CA WCC C8793 CA WCC C8795 CA WCC C8830 CA WCC C8853 NAICS 541690 Description CONSULTANT, ENVIRONMENTAL ENVIRONMENTAL - BIOLOGICAL STUDIES ENVIRONMENTAL - ENVIRONMENTAL IMPACT STUDIES ENVIRONMENTAL - REGULATORY ENERGY STUDIES BIOLOGICAL RESOURCES STUDIES Other Scientific and Technical Consulting Services https://californiaucp.dbesystem.com 1/2 6/24/25, 10:52 PM Additional Information B2Gnow WORK DISTRICTS/REGIONS All work districts/regions CUCP PUBLIC DIRECTORY 43648 CERTIFICATION NUMBER This profile was generated on 6/25/2025 https://californiaucp.dbesystem.com 2/2 6/24/25, 10:51 PM B2Gnow Certified Profile CLOSE WINDOW J Business & Contact Information BUSINESS NAME Coast Surveying, Inc, DBA Coast Surveying, Inc. OWNER Mr. Ruel del Castillo ADDRESS 15031 PARKWAY LOOP, SUITE B TUSTIN, CA 92780-6527 [map] PHONE 714-918-6266 FAX 714-918-6277 EMAIL ruel.delcastillo@coastsurvey.com WEBSITE http://www.coastsurvey.com ETHNICITY Hispanic American GENDER Male COUNTY Orange (CA) Certification Information CERTIFYING AGENCY Los Angeles County Metropolitan Transportation Authority CERTIFICATION TYPE DBE - Disadvantaged Business Enterprise CERTIFIED BUSINESS DESCRIPTION Surveying & Mapping Commodity Codes Code NAICS 541370 Description Surveying and Mapping (except Geophysical) Services Additional Information WORK DISTRICTS/REGIONS CUCP PUBLIC DIRECTORY CERTIFICATION NUMBER All work districts/regions 2128 This profile was generated on 6/25/2025 Pr nt https://californiaucp.dbesystem.com 1/1 6/24/25, 10:13 PM Certified Profile B2Gnow CLOSE WINDOW in Business & Contact Information Print BUSINESS NAME Duke Cultural Resources Management, LLC, DBA DUKE CRM OWNER Mr. Curtis D. Duke ADDRESS 18 Technology Drive Suite #103 Irvine, CA 92618 [map] PHONE 949-356-6660 FAX 949-356-6606 EMAIL admin@DUKECRM.COM WEBSITE http://www.dukecrm.com ETHNICITY Hispanic American GENDER Male COUNTY Orange (CA) Certification Information CERTIFYING AGENCY Los Angeles County Metropolitan Transportation Authority CERTIFICATION TYPE DBE - Disadvantaged Business Enterprise CERTIFIED BUSINESS DESCRIPTION Environmental, archaeological, historical and paleontological consulting services Commodity Codes Description NAICS 541620 Environmental consulting services NAICS 541690 Other Scientific and Technical Consulting Services NAICS 541720 Research and Development in the Social Sciences and Humanities Additional Information WORK DISTRICTS/REGIONS CUCP PUBLIC DIRECTORY CERTIFICATION NUMBER All work districts/regions 49349 This profile was generated on 6/25/2025 https://californiaucp.dbesystem.com 1/1 6/24/25, 10:11 PM B2Gnow Certified Profile CLOSE WINDOW Ij htt Business & Contact Information BUSINESS NAME Earth Mechanics, Inc. OWNER Ms. Denise Casad ADDRESS 17800 NEWHOPE STREET, SUITE B SUITE B FOUNTAIN VALLEY, CA 92708 [map] PHONE 714-751-3826 Ext. 101 FAX 714-751-3928 EMAIL d.casad@earthmech.com WEBSITE http://www.earthmech.com ETHNICITY Subcontinent Asian American GENDER Male COUNTY Orange (CA) F— Certification Information CERTIFYING AGENCY California Department of Transportation CERTIFICATION TYPE DBE - Disadvantaged Business Enterprise CERTIFIED BUSINESS DESCRIPTION FEASIBILITY STUDIES; CONSULTANT, ENGINEERING; ARCHITECTURAL ENGINEER; CIVIL ENGINEERING; SAFETY STUDIES; RESEARCH & TESTING SERVICES; LABORATORY TESTING AND ANALYSIS; Engineering services; Testing Laboratories and Services; Environmental consulting services Commodity Codes Code CA WCC C8707 CA WCC C8715 CA WCC C8716 CA WCC C8720 CA WCC C8730 CA WCC 18730 CA WCC 18734 NAICS 541330 NAICS 541380 )s://californiaucp.dbesystem.com Description FEASIBILITY STUDIES CONSULTANT, ENGINEERING ARCHITECTURAL ENGINEER CIVIL ENGINEERING SAFETY STUDIES RESEARCH &TESTING SERVICES LABORATORY TESTING AND ANALYSIS Engineering services Testing Laboratories and Services Print 1/2 6/24/25, 10:11 PM B2Gnow NAICS 541620 Environmental consulting services Additional Information WORK DISTRICTS/REGIONS All work districts/regions CUCP PUBLIC DIRECTORY 6956 CERTIFICATION NUMBER This profile was generated on 6/25/2025 https://californiaucp.dbesystem.com 2/2 6/24/25, 10:10 PM Certified Profile B2Gnow CLOSE WINDOW J Business & Contact Information BUSINESS NAME Laurel Civil & Environmental Consultants OWNER Ms. Sally Drinkard ADDRESS 27252 Borrasca Mission Viejo, CA 92691 [map] PHONE 714-474-4174 EMAIL sally.drinkard@laurelcec.com ETHNICITY Caucasian GENDER Female COUNTY Orange (CA) Certification Information CERTIFYING AGENCY Los Angeles County Metropolitan Transportation Authority CERTIFICATION TYPE DBE - Disadvantaged Business Enterprise CERTIFIED BUSINESS DESCRIPTION General Environmental Consulting Services Commodity Codes Code NAICS 541618 NAICS 541620 Description Other Management Consulting Services Environmental consulting services Additional Information WORK DISTRICTS/REGIONS CUCP PUBLIC DIRECTORY CERTIFICATION NUMBER Pr nt Imperial, Los Angeles, Orange, Riverside, San Bernardino, San Diego, San Joaquin, San Luis Obispo, Santa Barbara 45527 This profile was generated on 6/25/2025 https://californiaucp.dbesystem.com 1 /1 6/24/25, 9:13 PM B2Gnow Certified Profile CLOSE WINDOW J Business & Contact Information BUSINESS NAME Monument ROW OWNER Amber Costello ADDRESS 8 Cobblestone Court Laguna Niguel, CA 92677-0507 [map] PHONE 562-260-0507 EMAIL acostello@monumentrow.com WEBSITE http://monumentrow.com ETHNICITY Caucasian GENDER Female COUNTY Orange (CA) Certification Information CERTIFYING AGENCY Los Angeles County Metropolitan Transportation Authority CERTIFICATION TYPE DBE - Disadvantaged Business Enterprise CERTIFIED BUSINESS DESCRIPTION Real Estate Advisory Firm Commodity Codes Code Description NAICS 541191 Title Abstract and Settlement Offices NAICS 541611 Administrative Management and General Management Consulting Services NAICS 541618 Other Management Consulting Services Additional Information WORK DISTRICTS/REGIONS CUCP PUBLIC DIRECTORY CERTIFICATION NUMBER Los Angeles, Orange, Riverside, San Bernardino, San Diego 46456 This profile was generated on 6/24/2025 Pr nt https://californiaucp.dbesystem.com 1 /1 10. Acknowledgement of Insurance Requirements (Attachment 2) /_1ar_N:I►yil4LIkW,A INSURANCE REQUIREMENTS ACKNOWLEDGEMENT Must be executed by proposer and submitted with the proposal Dan Fitzwilliam T.Y. Lin International (name) hereby acknowledge and confirm that (name of company) has reviewed the City's indemnification and minimum insurance requirements as listed in Exhibits E and F of the City's Agreement for Contract Services (Attachment 1); and declare that insurance certificates and endorsements verifying compliance will be provided if an agreement is awarded. lam Vice President (Title) of T.Y. Lin International (Company) Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence); $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Noncontributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Worker's Compensation (per statutory requirements) Must include the following endorsements: Worker's Compensation Waiver of Subrogation Worker's Compensation Declaration of Sole Proprietor if applicable Signature: Page 15 of 17 11. Non -Collusion Affidavit (Attachment 3) Dan Fitzwilliam lam NON -COLLUSION AFFIDAVIT FORM Must be executed by proposer and submitted with the proposal Vice President of (Title) 4V ATTACHMENT 3 (name) hereby declare as follows: T.Y. Lin International (Company) the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the proposer or any other proposer, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other proposer, or to secure any advantage against the public body awarding the agreement of anyone interested in the proposed agreement; that all statements contained in the proposal are true; and, further, that the proposer has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative hereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Proposer Signature: Proposer Name: Proposer Title: Company Name: Address: h Dan Fitzwilliam Vice President T.Y. Lin International 3633 East Inland Empire Blvd, Suite 700, Ontario, CA 91764 Page 16 of 17 12. Acknowledgement of Addenda (Attachment 4) ZaQ�rw /_1ir_T63:I►vi14LI:t! ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA Must be executed by proposer and submitted with the proposal; If no addenda has been issued, mark "N/A" under Addendum No. indicating Not Applicable and sign ADDENDUM NO. SIGNATURE INDICATING RECEIPT One ` l t �? Dan Fitzwilliam, PE Page 17 of 17 Appendices Firm TYLin Jay Holombo, PhD, PE Project Manager Jay has 34 years of experience in project management, structural design, construction support, applied research, strategic and operational planning, and business development. His career includes five years as a bridge engineer with Caltrans. He specializes in the development of innovative solutions for bridge and transportation -related structures projects, with a proven track record of leading highly motivated professionals to deliver transportation projects within schedule and budgetary constraints. Years of Experience Jay is a recognized leader in the design of precast, prestressed concrete bridges in high -seismic 34 Years regions. His leadership has been demonstrated in numerous design and construction projects, technical publications, and applied research for national and state agencies. He serves as Lead Years with Firm Instructor and Co -Creator of the LRFD Bridge Design Course offered through the University of 14 Years California, Berkeley Tech Transfer Program. Education PhD, Structural Relevant Experience: Engineering, University of Caltrans District 8, 1-10 Pavement Rehabilitation (Segment 1) 1 Riverside County, CA California, San Diego Structure Task Manager and Engineer of Record responsible for preparing PS&E and providing MS, Structural construction support services. The project will improve 13 miles of pavement east of Coachella, Engineering, which will include the addition of a truck climbing lane in the eastbound direction. Bridge University of improvements proposed at nine bridge locations include bridge widening, seismic retrofit, California, San Diego approach slabs, scour mitigation, and barrier replacement. BS, Civil Engineering, City of Indio, Bridge Management I Indio, CA San Diego State Project Manager on the inspection and condition assessment of 29 bridges falling within University the City's jurisdiction. Developed recommended maintenance and repair plans. PS&Es were developed for upgrades to four bridges in most need of repair. Upgrades included polyester License overlays, methacrylate deck treatment, and the replacement of bearing pads of a multi -framed Professional Engineer, cast -in -place prestressed box girder bridge. California #47409 City of Moreno Valley, Bridge Management I Moreno Valley, CA Project Manager on the development of recommended maintenance and repair plans. PS&Es were developed for upgrades to bridges in most need of repair. Upgrades included methacrylate deck treatment, bridge deck overlay removal, joint seal cleaning and replacement, bridge approach repair, and bridge guard rail repair. City of San Diego, West Mission Bay Drive over the San Diego River Bridge Replacement San Diego, CA Project Manager for the preparation of final PS&E, permitting, and construction support. The project replaces the existing bridge with parallel, 1,300-foot-long concrete structures. Approach roadway and 1-8 interchange improvements are also included. The bridge is designed to meet aesthetic requirements of the community and challenging site conditions. The project also complies with the federal HBP and Caltrans Structures Local Assistance guidelines, including the latest requirements regarding scour, liquefaction, lateral spreading, tsunami, and sea level rise. City of San Diego, Ell Camino Real Bridge/Road Widening I Del Mar, CA Quality Control Reviewer to prepare quality control reviews of bridge plans, specifications and supporting calculations. The El Camino Real Bridge will consist of a three -span cast -in -place prestress concrete box girder bridge spanning the San Dieguito River. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-31 Jay Holombo, PE, PhD (continued) RCTC, 1-215 Widening Project Approval and Environmental Documentation (PA/ED) I Riverside CA Structures Task Lead for the PA/ED of the 1-215 widening extending from the interchange with 1-15 to Nuevo Road in Perris. Services included development and approval of five bridge widenings and two bridge replacements on an accelerated schedule to meet Proposition 1 B funding deadlines. Approval were obtained for non-standard structure types as required to meet tight geometric constraints. City of Escondido, El Norte Parkway Bridge Widening I Escondido, CA Project Manager and Engineer -of -Record of a single span precast double -tee girder bridge structure over Escondido Creek. Challenges of the project include protection and relocation of buried and overhead utilities, as well as the development of innovative precast removable bridge median to maintain access to a 36-inch diameter waterline. This structure completes the improvements to El Norte Parkway in Escondido. County of Ventura, Seismic Retrofit of the South Mountain Road Bridge over the Santa Clara River Ventura County, CA Project Manager for the redesign and construction support of the South Mountain Bridge seismic retrofit improvements over the Santa Clara River. During construction of the seismic retrofit, it was discovered that the existing footings and piers had deteriorated due to alkali -silica reaction where a destructive paste forms at the aggregate cement boundaries causing the concrete to literally tear itself apart. The footing retrofit was expanded to fully replace the existing footings. All of the improvements were performed in conformance with strict resource agency guidelines. Cornerstone Communities, El Salto Falls Street Bridge over Buena Vista Creek (formerly Quarry Creek Bridge) Carlsbad, CA Project Manager and Engineer -of -Record of the award -winning, three -span precast, prestressed spliced concrete girder bridge over Buena Vista Creek. Avoidance of a 170-foot-wide environmental site assessment along the creek required an innovative approach, where the center span was erected from previously completed end spans. The new 288-foot-long, 46-foot-wide bridge supports a road deck, sidewalks, three waterlines, and a gravity sewer main. Aesthetic enhancements include belvederes at the piers and mid -span, decorative aluminum railings, and architectural form liners and color. City of Los Angeles On -Call Bridge Improvement Program I Los Angeles, CA Project Manager for design and construction support services of 10 HBP-funded bridge improvement projects within the City of Los Angeles. Improvements included bridge replacement, widening, and seismic retrofit. Bridges included four over the Los Angeles River (Fulton, Radford, Tujunga, and Winnetka), three over Tujunga Wash (Foothill, Glenoaks, and Moorpark), and three over Aliso Creek (Saticoy, Strathern, and Vanowen). City of San Diego, Seismic Retrofit of the First Avenue Bridge over Maple Canyon I San Diego, CA Project Engineer for the independent check design of the complex and historic structure over environmentally sensitive canyon. Performed detailed finite -element verification analysis in conformance with Caltrans Specifications and guidance materials. Bridge structure consists of a cantilever arch truss with a concrete deck. Innovative retrofit design featured creating continuity in the deck and providing additional resistance at the abutments to reduce the demands on the historic arch elements. Retrofit improved safety without diminishing its appearance. Caltrans District 59, Precast Girder Example I Sacramento, CA Project Engineer, Co -Author for the design examples for Caltrans Bridge Design Practice. This project included preparing new design examples featuring precast/prestressed box girders and voided slabs to be published in the Caltrans Bridge Design Practice. Tasks included compiling best practices, developing detailed design calculations, preparing sketches, preparing narratives, responding to comments from Caltrans Division of Engineering Services technical specialists, and finalizing drafts for publication. Caltrans District 59, ABC Manual, First Edition I Sacramento, CA Project Engineer, Co -Author and Consultant Team Leader in development of the Caltrans ABC Manual. Published in July 2021, this manual is a comprehensive guide for ABC from planning through construction. Researched best practices both nationwide and abroad; compiled details and design methodologies; developed drafts and responded to comments from Caltrans Division of Engineering Services, district and headquarters specialists; conducted industry outreach, and helped finalize drafts for publication. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-32 Firm TYLin Years of Experience 28 Years Years with Firm 8 Years Education Engineering Diploma, Structures/Civil Engineering, Ecole Centrale de Marseille, France License Professional Engineer, California #62232 Stephane Dulor, PE, DBIA A Principal -in -Charge Stephane manages the Bridge Services group in Los Angeles, Orange County, and Inland Empire. His 28 years of experience spans all aspects of bridge engineering, structural design, and project management for highway, railroad, transit, and pedestrian projects, with a special emphasis on projects with complex bridge structures. Stephane has coordinated with many agencies including the Caltrans, US Army Corps of Engineers, various city, and county agencies throughout Southern California. Stephane led the BPMP Plans for the Cities of Ventura, Fullerton, Carlsbad, and San Diego. Relevant Experience: City of Torrance, Prairie Avenue Bridge Seismic Retrofit I Torrance, California, USA Project Manager responsible for leading the PA/ED and PS&E efforts for the seismic retrofit of the existing Prairie Avenue Overhead Bridge over the Burlington Northern Santa Fe Railways (BNSF) tracks. In addition, the project includes rehabilitating the bridge deck to accommodate bicycle and pedestrian traffic. Mr. Dulor oversaw the work of all the disciplines involved on the project, from the environmental team to the civil and structural engineering team, coordinating the environmental studies and approvals through Caltrans. Mr. Dulor held weekly internal project development meetings and regular client meetings to keep the project on schedule. City of Ventura, Bridge Preventative Maintenance Program I Ventura, California, USA Project Manager overseeing the preparation and implementation of a bridge maintenance throughout the city, responsible for managing the scope, schedule, budget, and quality of the delivery. BPMP — Bridge Maintenance Prioritization I Cities of Fullerton, Menifee, Carlsbad, and San Diego, CA TYLin served as prime consultant on multiple BPMP projects throughout Southern California. Administered by Caltrans, TYLin assisted the Cities of Menifee, Fullerton, Carlsbad, and San Diego complete a comprehensive listing of HBP BPMP eligible bridges, which includes relevant physical data, recommended preventive maintenance work, and a prioritized ranking for funding. The projects were funded through the HBP and administered by Caltrans District 8 (Menifee), District 11 (Carlsbad and San Diego), and District 12 (Fullerton). TYLin provided project management, review current Caltrans inventory of City owned bridges, identify additional City bridges not in Caltrans inventory, conduct online bridge reviews and document with photos, bridge evaluation and cost estimating of eligible preventive maintenance work, collaborate with each City to develop a ranking procedure, complete comprehensive BPMP listing with prioritized ranking for funding. Los Angeles County Metropolitan Transportation Authority (Metro), Division 20 Portal Widening and Turnback Facility I Los Angeles, CA Structures lead and Deputy Project Manager leading the preparation of preliminary and final design of the Metro Division 20 rail yard portal structure replacement and yard expansion. Two tracks emerging from the red line twin -bored tunnel into the existing yard needed to be widened into four throughout the portal to add a new turn -back facility. Mr. Dulor held weekly internal meetings on behalf of the project manager to dead the design of the ventilation building, coordinating in house staff and multiple subconsultants, including civil, architecture, mechanical/electrical/plumbing, and structures. Mr. Dulor actively coordinated with Metro's project manager, engineering, systems and safety groups, and the City of LA. In addition, the City of LA historic 1st Street Viaduct is being modified to eliminate two bents in conflict with "IYUn City of La Quinta - Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-3 Stephane Dulor, PE, DBIA (continued) the proposed yard improvements. The work also involves a full seismic analysis and retrofit of the bridge and required Mr. Dulor to actively coordinate with BNSF, UPRR, and the City Historic Preservation Commission to preserve the historic character defining features. City of Long Beach, Shoemaker Bridge Replacement I Long Beach, CA Project Manager responsible for generating a variety of bridge alternatives for the replacement of the existing Shoemaker Bridge over the lower reach of the Los Angeles River coordinating with District 7 headquarters, and US Army Corps of Engineers. In addition to the replacement of the existing bridge, the project goals include to achieve pedestrian and bicycle connectivity across the river and tie into existing paths. Alternatives studied include a clear span tied -arch bridge, cable -stayed bridge, and segmental (concrete box girder) bridge which would allow for overhead construction. The project includes development of concepts, as well as the PA/ED and PS&E phases. Mr. Dulor's role included management of scope, schedule, and budget for TYLin's portion of the project. City of Santa Barbara, Cabrillo Boulevard Bridge Replacement I Santa Barbara, CA Structures Lead responsible for the preliminary and final design for the railroad grade separation. Two options under consideration are a half -through steel beam deck and a steel deck girders system to carry the UPRR tracks. The current recommended option involves accelerated bridge construction (ABC), which allows construction of the bridge within a weekend without requiring an expensive shoofly. This project improves the safety and coastal access for pedestrians and bicyclists across U.S. 101. The project involves Caltrans Local Assistance and UPRR approval of bridge concepts "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-4 Firm TYLin Years of Experience 33 Years Roya Golchoobian, PE QA/QC Manager Roya has over 33 years of bridge and structural engineering experience at TYLin. She has served as Project Manager and Project Engineer for design and management of various bridge projects including light -rail, heavy -rail, and high-speed rail structures, highway bridges, pedestrian/ bicycle bridges, and bridge seismic retrofits. Roya leads TYLin Americas Quality Management Program and also serves as a Portfolio Manager in the Bridge and Roads and Highways Sectors, overseeing a large portfolio of transportation projects with diverse scope of work in both sectors throughout the United States. As a graduate student, she performed research on the bond of reinforcing steel under cyclic loading. Ms. Golchoobian also served as a teaching and research assistant in Finite Elements Analysis, Concrete Design, and Foundation Engineering. Years with Firm 33 Years Relevant Experience: Education MS, Civil Engineering, City of Indio, City of Indio, Avenue 44 Low -Water Crossing Replacement Project I Indio, CA San Diego State Structure Task Manager for the replacement of a low-water crossing with a 518-foot-long University bridge over Coachella Valley Storm Water Channel. Ms. Golchoobian is responsible for coordination with the City of Indio and regulatory agencies throughout the PA/ED and final BS, Civil Engineering, design phases of the project. San Diego State University RCTD, Hamner Avenue Bridge over the Santa Ana River I Norco, CA Prime Consultant Project Manager for the replacement of a 600-foot long and 36-foot-wide License bridge and approach roadways with a 1200-foot long and 101-foot-wide bridge through a Professional Engineer, congested residential area in the City of Norco. The new structure carries four lanes of traffic California #47315 and a multi -purpose regional trail over environmentally sensitive habitats within the Santa Ana River Basin. In order to meet the expedited design and construction schedule of this project and to qualify for the S13132 funding for its local match, the existing alignment of the roadway had to be modified and special retaining walls had to be designed to fit a 101-foot-wide section within the existing right-of-way limits without requiring any relocations of the high - power transmission lines, and/or taking any permanent right-of-way. Roya is responsible for all coordination with the District 8 Local Assistance, County of Riverside, City of Norco, and regulatory agencies. San Diego Association of Governments (SANDAG), SR 11 / Otay Mesa East Port of Entry Project I San Diego, CA Structure Task Manager for the Program Management Consultant (PMC) overseeing the preliminary engineering and final design of bridges and retaining walls in a $1.3B project connecting a new state highway to a brand new 21 st Century border crossing, in the nation's first transformative Land Port of Entry. City of Oceanside, Douglas Drive Bridge Seismic Retrofit/Replacement I Oceanside, CA Prime Consultant Project Manager for the Seismic Retrofit of a 640-foot-long 13-span reinforced T-beam concrete structure supported on concrete pile extensions spanning over the environmentally sensitive area of San Luis Rey River in the City of Oceanside. Ms. Golchoobian is responsible for coordination with the Caltrans District 11 Local Assistant for securing the funding for the project. The project is obtaining the required permits from the regulatory agencies for performing the necessary geotechnical investigations in the river prior to the preparation and approval of the environmental document. SANDAG, Sorrento to Miramar Curve Realignment & Second Track Phase-2 I San Diego CA Structures Task Lead overseeing the design of eight specialty retaining walls including Soldier Piles Walls, Soil Nail Walls, Ground Anchor Walls, Type-5 Wall on CIDH piles, in varying length "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-35 Roya Golchoobian, PE (continued) from 250-feet to 1430-foot long and 15-foot to 150-foot tall, as well as Box Culvert Extensions and Modification to the existing Miramar Road Bridge to accommodate the realignment of existing North County Transit District (NCTD) main track and addition of a second track in the LOSSAN Corridor between Sorrento Valley and Miramar Road. Roya is responsible for coordination with other disciplines in the design team and leading a group of 10 engineers and technicians through the final design process of the project. City of Murrieta, 1-1 S/Los Alamos Overcrossing I Murrieta, CA Bridge Design Engineer for a 295-foot-long, two -span, cast -in -place prestressed concrete box girder designed to be constructed over 1-15 ultimate lane configuration in stages to maintain traffic. The project involved full Caltrans oversight and approval. City of Riverside, Streeter Avenue Grade Separation I Riverside, CA Project Engineer for the design of two bridge structures: Streeter Avenue Underpass which carries two tracks of passenger and freight trains and Dewey Avenue Grade Separation in the City of Riverside. Roya was responsible for type selection and final design of both structure through the design and independent check process. Caltrans District 8, SR 91/SR 71 Connector I Corona, CA Project Engineer for the Advance Planning Studies for a connector flyover structure, 2,595-foot-long with variable width of 44 feet to 61 feet, spanning over SR 91 (East), SR 71 (North), and Santa Ana River with span lengths of up to 300 feet long. City of Temecula, Western Bypass Bridge over Murrieta Creek I Temecula, CA Project Manager/Project Engineer for a 288-foot-long, three -span bridge structure with a construction cost of $12 million. Roya is responsible for project coordination and design through the environmental impact review process, structure type selection, final design of the structures, as well as the environmental permitting and mitigation process. County of Riverside, River Road Bridge over Santa Ana River I Riverside, CA Deputy Project Manager and Project Engineer for the design of a 1,200-foot-long, nine -span, cast -in -place prestressed box girder structure supported on pier walls with a construction cost of $36 million. This structure carries four lanes of traffic and a multi -purpose regional trail over environmentally sensitive wetland habitats within the Prado Dam Basin. Roya was responsible for structure type selection, final design, and construction support of this structure. City of Riverside, SR 91/La Sierra Avenue Interchange I Riverside, CA Project Engineer for the design of two bridge structures and ten retaining walls along La Sierra Avenue in Riverside County. She was responsible for design and coordination with the project team, supervising the design efforts, designing one of the structures, and coordinating with railroad authorities. City of Temecula, Overland Drive Bridge over Murrieta Creek I Temecula, CA Project Manager for the design a 348-foot-long, three -span bridge structure with a construction cost of $4.5 million. Roya was responsible for project management and coordination through the structure type selection, final design of the structures, and the permitting and coordination with the Army Corps of Engineers. California High Speed Rail Authority, California High -Speed Rail Project, Fresno to Bakersfield F Street Station Alignment Segment I Sacramento, CA Structures Task Manager for the preparation of preliminary engineering plans for project definition (PEPD) of 11 miles of viaduct carrying elevated tracks of High -Speed Rail between Fresno and Bakersfield. Roya served as the Structures Task Manager overseeing preparation of Structures Advanced Planning Studies, Bridge Technical Report, and coordination with construction engineers on Constructability Review process. City of San Diego, SR 163/1'riars Road Interchange Improvement Project I San Diego, CA Structure Task Manager for preparation of APS, type selection, and final design for the widening of existing Friars Road Bridge with two new tie -back retaining walls at the abutments, and Advanced Planning Studies for a new 2,128-foot-long flyover connector ramp planned for operational and safety improvements within the SR-163/Friars Road Interchange "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-36 Firm TYLin Years of Experience 33 Years Years with Firm 11 Years Education BS, Civil Engineering, Pennsylvania State University License Professional Engineer, California #53122 John Buckley, PE A Constructability Review John has 33 years of construction engineering experience in bridges, structures, interchanges, and roadway projects, with 8 years at Caltrans as a Project Engineer in the Structure Construction Division. His experience includes construction management, construction engineering, shop drawing review, claims management, and inspection of piles and various walls including Type 1, mechanically stabilized earth (MSE), tieback, and soil nail. He approaches projects with an eye toward cost -efficiency and problem solving and brings a history of successful project completion. He is a solid communicator and maintains positive relationships with the client, contractors, and stakeholders. Relevant Experience: City of La Quinta, Adams Street Bridge Improvement Project I La Quinta, CA Assistant Resident Engineer/Structures Representative on this $10 million bridge replacement project. The new Adams Street Bridge is a four -span, prestressed, cast -in -place box girder structure on large 10-foot diameter cast -in -drilled -hole (CIDH) pile shafts at the piers and 2-foot diameter CIDH piles at the abutments. The bridge was built in two stages and used traffic control switches for each stage. John was responsible for the review of all RFls, submittals, and the processing of extra work, contract change orders (CCO), and pay applications. He also oversaw and supported the field inspection personnel and coordinated multiple utility relocations required during construction. RCTD, Jurupa Road Grade Separation Project I Jurupa Valley, CA Deputy Resident Engineer and Structures Representative for a railroad grade separation of the existing Union Pacific Railroad (UPRR) line at the crossing of Jurupa Road. The depression of Jurupa Road under the existing UPRR Mainline will result in lowering Felspar Street to the east of Jurupa Road. The improvement will include the construction of a roadway bridge for Van Buren Boulevard, a railroad bridge for UPRR tracks, a temporary railroad shoofly, temporary shoring systems, retaining walls, storm drainage system, pump station, landscaping, roadway improvements, traffic signals, street lighting, utility relocations along with associated removals and protection of existing facilities. A portion of the roadway along Jurupa Road will be waterproofed and dewatering is expected to be necessary for its construction as well as for the construction of the bridge. All work will be conducted and prepared in accordance with the county and/or Caltrans practices, regulations, policies, procedures, manuals, and standards, as appropriate. City of Cathedral City, Cathedral Canyon Drive Bridge over CVWD Stormwater Channel Cathedral City, CA Resident Engineer for the construction of a five -span, cast -in -place box girder bridge over CVWD's Stormwater Channel, known as the Whitewater River. The proposed improvements will allow for an all-weather crossing for Cathedral Canyon Drive and accommodate projected growth. The project includes relocation of multiple utilities and construction of a new sewer force main through the channel, as well as a large drainage drop structure meant to control flow within the channel and avoid scour along the new bridge foundation. The proposed new bridge will carry four 12-foot lanes, a 10-foot raised median, an eight -foot outside shoulder/ bike path, a 12-foot multipurpose trail and sidewalk, and a five-foot sidewalk. RCTD, 1-1 S/Limonite Avenue Interchange Improvements I Eastvale and Jurupa, CA Structures Representative on the fast -tracked, $39.1 million project. Scope involved construction of a 380-foot-long, 157-foot-wide, 8-lane cast in place, prestressed box girder bridge over "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-7 John Buckley, PE (continued) 1-15. The project removed the existing Limonite Bridge in two stages and utilized various temporary shoring systems to accommodate the staged construction. The project also involved construction of all new northbound and southbound on -and -off ramps, auxiliary lanes on 1-15, a 1,350-foot-long modified retaining wall, soundwall, reinforced box culvert, extensive traffic control and staging, and public outreach. The bridge abutment foundations consisted of 24-inch CIDH concrete pilings. RCTD, 1-10/Jefferson Street Interchange Reconfiguration I Indio, CA Structures Representative on the $44.1 million Jefferson Street Interchange reconfiguration at 1-10. The project included constructing a 445-foot-long, 155-foot-wide, eight -lane bridge over 1-10, removal of two existing bridges, construction of all new eastbound and westbound on- and off -ramps, construction of auxiliary lanes on 1-10, a 50-foot-tall MSE retaining wall, several Type-1 retaining walls, extensive traffic control, and public outreach. The structures contain various types of architectural treatment that coincide with the natural surroundings. The bridge foundations consisted of 561 steel driven H-Piles. Lennar Homes, Tucalota Creek Bridge Improvement I Winchester, CA Resident Engineer/Structures Representative on the $7M bridge project for Lennar Homes and oversight representation for the Riverside County Transportation Department (RCTD). The project consisted of a 96-foot-wide by 314-foot-long cast -in -place, prestressed box girder bridge structure and retaining walls with unique grape motif architectural features. The structure spans the environmental sensitive area, Tucalota Creek waterway. A successful dewatering program managed the existing groundwater and a closely monitored blasting plan safely facilitated the rock excavation. RCTD, Airport Boulevard Grade Separation Task Order I Thermal, CA Structures Representative for the $20 million project that separated the at -grade crossing of Airport Boulevard (Avenue 56) with the Union Pacific Railroad (UPRR) tracks by raising the roadway over the railroad and construction of a four - lane bridge spanning the tracks and SR 111 (Grapefruit Boulevard). The structure is an 84-foot-wide by 440-foot-long, two -span cast -in -place, prestressed box girder bridge with MSE walls to facilitate the embankment for abutments. The project also included Type 1 cast -in -place retaining walls with architectural treatment and lightweight concrete fill behind abutments. The bridge foundations consisted of 165 steel driven H-Piles. City of Indio, Jackson Street Overhead Overcrossing Construction Management and Inspection I Indio, CA Assistant Resident Engineer/Structures Representative for the retrofit of the Jackson Street OH and OC over Union Pacific Railroad (UPRR) tracks and Indio Boulevard. The existing structure included a concrete deck on steel girders. The retrofit involved adding supplemental steel plates to strengthen the shear keys at all bents, coring through existing footings to add high strength bolts, increasing the structural capacity of the columns and footings, bolstering the abutments, and adding a structural steel column casing to the columns. Jacking of the superstructure was necessary to remove existing steel plates and add new steel at all bent locations. All work was performed adjacent to and over operating UPRR tracks. Caltrans District 8, Big Bear Bridge Replacement I San Bernardino, CA Assistant Structure Representative for the construction of a 474-foot-long cast -in -place prestressed concrete box girder supported by a reinforced concrete arch, three retaining walls, and removal of existing superstructure supported by the dam. In addition to the bridge structure, two cantilevered cast -in -place concrete retaining walls were constructed to support the roadway realignment. The existing superstructure supported by the concrete dam structure was also removed. John closely monitored the contractor's construction activities for contract compliance, reviewed RFIs and submittals, performed field layout and surveys, generated monthly pay estimates, and ensured safety compliance. The contractor constructed a temporary trestle bridge structure over the existing canyon and waterway, which were environmentally sensitive areas. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-8 Firm TYLin Years of Experience 14 Years Dina Kasawdish, PE Bridge Engineering Lead Dina has 14 years of bridge engineering and management. She has worked on all phases of bridge design including Advanced Planning Studies (APS), type selection, final PS&E of new bridges and bridge widenings, quantity take -offs, preparation of structure specifications and engineer's estimates, and construction support services. Dina is also proficient in numerous software programs including SAP 2000, CTBridge, VBridge, VBent, Xtract, Lpile, Retain Pro, WinAbud, CTAbut, Risa 2D, Mathcad, Leap Bridge Concrete, and Microstation. Dina is leading the design of Prairie Avenue Bridge Rehabilitation in Torrance and served as the Bridge Design Lead for the LA River Bridge rehabilitation and retrofit on Route 1. She is familiar with the complexities of projects using federal funds including Caltrans requirements. Years with Firm 14 Years Relevant Experience: Education BS, Structural Caltrans, 1-10 Pavement Rehabilitation (Segment 1) 1 Riverside, CA Engineering, Senior Bridge Engineer. The 1-10 Pavement Rehabilitation (Segment 1) project is 13.6 miles long. University of Within the Project limits, 1 -10 is currently a 4-lane divided highway with no interchanges and California, San Diego a median width varying from 90 to 180-feet. There are nine bridge locations within the project. Ms. Kasawdish served as a Senior Bridge Engineer responsible for the development of the Type License Selection Reports for various multi span, precast prestressed bridges. During the final design Professional Engineer, phase, Ms. Kasawdish is responsible for the design of the West Cactus Wash Bridge Widening. California #84019 The existing bridge is a four span, 82 ft long reinforced concrete slab. The Project will widen the eastbound (EB) bridge by 28 feet with precast prestressed slabs, overlay the existing bridge decks with polyester concrete, add approach slabs for both existing and widening, replace the barriers, widen the westbound (WB) bridge by 10 inches to accommodate new barrier, and construct PGRSP along the wash bed and slopes. Prairie Avenue Bridge Rehabilitation I Torrance, CA Project Manager for responsible for leading the PA/ED and PS&E efforts for the rehabilitation and seismic retrofit of the existing Prairie Avenue Overhead Bridge over the Burlington Northern Santa Fe Railways (BNSF) tracks. In addition, the project includes rehabilitation of the existing deck, replacement of the joint seals, replacement of barriers, bridge lights and fencing, repair of spalled concrete, new abutment slope paving, and new approach slabs. TYLin led the effort and obtained Caltrans approval of the project's enviromental documents. The design team also supported the City in the coordination with BNSF and obtained approval of their PS&E package. Rehabilitation and Seismic Retrofit of LA River Bridge on Route 1 1 Long Beach, CA Lead Bridge Engineer. TYLin provided on -call design services to perform design calculation, plans, quantities, quality certification, and will provide construction support and as-builts for the seismic retrofitting and upgrading two existing bridges. The safety and maintenance project included hinge and abutment modifications, railing and barrier upgrades, retaining wall and drainage inlet modifications. CFRP bars were used to provide the strength for the overhang upgrade. The upgrades will be performed over LA River with USACE jurisdiction. Coordination with Caltrans District 7 was needed to upgrade the structure approach and retaining walls and with Caltrans Environmental and Permit groups to determine construction impacts for obtaining various permits for working in the LA River easements. TYLin worked as an extension of Caltrans DES Branch 19 for final PS&E delivery of this task order. Avenue 44 Bridge over the Coachella Valley Stormwater Channel I Indio, CA Bridge Engineer. TYLin serves as the prime consultant for the $25 million replacement of a low- water crossing with an all-weather bridge over the CVSC in the City of Indio. The new bridge is 517'-6" in length and 78'-4" wide, carrying four lanes of traffic separated by a 10-foot-wide median, and 5-foot-wide shoulders, and sidewalks on both sides. The bridge superstructure "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-9 Nardin Metwashla, PE (continued) is a cast -in -place box girder with varying depth from 5'-6" to 9'-0" and supported on two 9-foot-diameter columns and 1 0-foot-d ia meter cast -in -drilled hole (CIDH) piles. The approach roadways were widened on both sides, which provided ample roadway to be striped for six lanes of traffic in the future. County of Riverside/City of Norco, Hamner Avenue Bridge Replacement I Riverside, CA Bridge Engineer responsible for the independent design check of special retaining walls, which had to be designed to fit a 101-foot-wide section within the existing right-of-way limits without requiring any relocations of the high -power transmission lines, and/or taking any permanent right-of-way. The project includes replacement and widening of a 600- foot long and 36-foot-wide bridge and approach roadways to a 1200-foot long and 101-foot-wide bridge through a congested residential area in the City of Norco. Los Angeles County Metropolitan Transportation Authority, Division 20 Portal Turnback Widening I Los Angeles, CA Bridge Engineer responsible for the design and details of cast- in- place retaining wall to allow for the construction of maintenance roads within the Metro yard. Ms. Kasawdish was also responsible for performing quantity take offs for the 1 st Street Viaduct The project includes design of various track, power, bridge, tunnel, building, and associated civil design improvements to increase efficiency train movements and reduce headway in and out of Union Station. City of San Diego, West Mission Bay Drive Bridge I San Diego, CA Bridge Engineer responsible for the structural independent check of the West Mission Bay Drive Bridge Replacement over the San Diego River. The new bridges will consist of two 1,300-foot-long parallel structures which will accommodate three lanes of traffic in each direction with 8-foot outside shoulders and barrier separated Class I sidewalks. The bridges are located in a prominent and highly visible location as well as in an environmentally sensitive zone. The stakeholders include the City of San Diego, Caltrans, USACE, and Coastal Commission. Design challenges included coming up with a cost- effective but aesthetically acceptable design section that also included two pedestrian overlook areas for each bridge and architectural enhancements. The bridges are also designed to withstand extreme flood, tsunami, and seismic events. Of particular importance was designing the bridge foundations for over 50 feet of liquefiable soil during a seismic event. City of Bakersfield, 24th Street Widening Improvements I Bakersfield, California, USA Bridge Engineer responsible for the preparation of Type Selection Reports and final plans, specifications and estimates (PS&E) for multiple structures within the City of Bakersfield right-of-way and a structure within Caltrans right-of-way. The structures include extension of an existing box culver spanning over a canal, a ground anchor wall in front of an existing bridge abutment, surface realignment of an existing multi -span bridge, and multiple masonry soundwalls supported on pile foundations. The project enhances the interchange of SR 58 and SR 99, as well as adds a lane in each direction of 24th Street from SR 99 to SR 178. Local street improvements include curb and gutter, Americans with Disabilities Act (ADA) sidewalks, driveways, and curb ramps. This project involved Caltrans District 6 oversight. The project is currently in construction and Ms. Kasawdish is assisting with all structures related construction design services. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-10 Firm TYLin Years of Experience 17 Years Years with Firm 8 Years Christina Diaz, PE P Civil Design Lead Christina has over 17 years of experience preparing transportation projects, including preliminary engineering studies and development in preparing plans, specifications, and estimates (PS&E) in California encompassing a full variety of facilities, from local street improvements, highway widenings, and freeway interchanges. Mastery of all stages of project planning including schedule and budget elements, client communication, resource allocation, maintain and organize project files. Hands-on experience supporting and advising junior engineers, as well as coordinating with sub -consultants. Expertise includes geometric design alternatives, development of stage construction/traffic handling, transportation management plans, development, and delivery of PS&Es for projects of varying sizes and complexity, including design -build projects. Experienced in preparing plans to major transportation and local agency specifications and standards Education Relevant Experience: BS, Civil Engineering, California State University, Fullerton Caltrans District 8, 1-10 Pavement Rehabilitation (Segment 1) 1 Riverside County, CA Civil Lead on this design -build project to design and restore and extend the service life of the License existing pavement in both the eastbound and westbound directions for minimum pavement life Professional Engineer, of 40 years, construct a truck -climbing lane in the eastbound direction. Project limits are from California #87173 1.8 miles east of Dillon Road Interchange to 2.0 miles east of Cactus City Rest Area. Ms. Diaz is responsible for the preparation of roadway plans. City of Riverside, SR-91/Adams Street Interchange Reconfiguration PA/ED I Riverside, CA Civil Lead responsible for the preparation of draft and final project report and oversight of the various supporting studies. This project proposes to reconstruct the Adams Street overcrossing bridge to accommodate a minimum of two through lanes in each travel direction and provide Caltrans required vertical clearance for overcrossing structures. Re -configure the on/off ramps at Adams Street to resolve traffic congestion on SR 91 and local city streets. Reconfigure the intersections of Adams Street/Diana Avenue and Adams Street/Indiana Avenue to accommodate the interchange widening and ramp reconfigurations. Port of Long Beach, Gerald Desmond Bridge Demolition I Long Beach, CA Civil Lead responsible for the roadway and traffic design elements to support the demolition design for the Gerald Des-mond Bridge to make way for the new Port of Long Beach signature bridge. Responsibilities include continuous coor-dination with Big Bridge Line of Business team. Responsibilities include preparation of Construction Access plans, Fire Access plans, Contractor's Laydown plans, Site Constraints plans, Contour Grading plans, Soil Handling plans and preparation of technical specification to support the structural design. Ongoing responsibilities includes providing construction support services. City of Bakersfield, 24th Street Improvement PS&E I Bakersfield, CA Civil Design Engineer responsible for the final PS&E for a conventional highway widening project within the City of Bakersfield. Responsibilities included preparation of the roadway horizontal and vertical design, construction details, typical sections, existing utility base map and relocation coordination, retaining wall and sound wall design, stage con-struction plan/ traffic handling plan, Transportation Management Plan and preparation of the engineering estimate. Assisted in the preparation of the specification. The high -profile project includes arterial widening and realignment within the City's residential section and downtown section, including extension of existing box culvert, construction of sound walls, deck improvements to the Kern River Bridge, install landscaping within the residential section and install monument signs within the downtown section. The project includes local street improvements such as curb and gutter, ADA sidewalks, driveways and curb ramps. The project will address drainage issues "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-11 Christina Diaz, PE (continued) along the corridor with the in-stallation of a 48-inch storm drain and laterals. The sound walls on the north side of 24th Street were advanced as an early phase of construction and completed about a year before the beginning of the main phase of construction. The project also includes improvements to the State Route 99 interchange and entrance/exit ramps within Caltrans' juris-diction. City of Fullerton, State College Boulevard Railroad Grade Separation PS&E I Fullerton, CA Roadway Engineer for the final PS&E to lower State College Boulevard under the BNSF tracks. Project administered by the City of Fullerton with program management by OCTA. Responsibilities included preparation of construction details including intersection details, driveway details and parking lot reconstruction details, typical sections, existing utility base map, and erosion and sediment control plan. Assisted in the preparation of the roadway horizontal and vertical design, retaining wall profiles, stage construction plan/temporary traffic handling plans, and preparation of the engineering estimate. City of Temecula, French Valley Parkway, Temecula & Murrieta, CA Stage Construction/Traffic Handling Lead for the final PS&E. Responsibilities included preparation of the plans, quantities, engineer estimate and specifications for stage construction/traffic handling plan and the Traffic Management Plan. This project proposes improvements on a portion of 1-15 between Winchester Road (SR 79)/1-15 interchange and Murrieta Hot Springs Road in the vicinity of the 1-15/1-215 junction, within the cities of Temecula and Murrieta in Riverside County. Due to the size of the project, implementation was initially divided into two phases. Since completion of the 2010 IS/EA, Phase I has been constructed and Phase 11 was split into Phase 11 and 111. Phase 11 of the project will construct two 12-foot-wide lane northbound collector -distributor (CD) system along 1-15 from the Winchester Road interchange north on -ramps to just north of the 1-15/1-215 junction, providing connectors to 1-15 and 1-215. Improvements include pavement widening, bridge widenings, drainage extensions, retaining walls, and utility relocations. City of Santa Barbara, Cabrillo Boulevard and Replacement of UPRR Bridge PS&E I Santa Barbara, CA Roadway Design Engineer responsible for the final PS&E for a conventional highway project within the City of Santa Barbara. This project includes the addition of sidewalks, bike lanes on both sides of the roadway and a multi -purpose trail along Cabrillo Blvd and replacement of Union Pacific Railroad bridge to span the new wider roadway section. Responsibilities included preparation of the roadway horizontal and vertical design, construction details, typical sections, retaining wall design, contour grading and preparation of the engineering estimate. County of Santa Barbara, Bonita School Road Bridge Replacement I Santa Maria, CA Roadway Design Engineer responsible for geometric development for Active Transportation Improvements. The Project will remove and replace the existing 300 feet long Bonita School Road Bridge over the Santa Maria River with a new 2,350 feet long bridge, construct roadway approaches to the new bridge, and construct Active Transportation (pedestrian and bicycle) Improvements on the west side of the new bridge. Client: OCTA, 1-5 PA/ED from Avenida Pico to San Diego County Line I San Clemente, CA Roadway Lead responsible for geometric development for southern segment of the project limits, which is to study an extension of the HOV facility to the Orange County/San Diego County line, while generally staying within the existing right-of-way. As part of the study, preliminary impacts to environmental resources, structures, utilities, and traffic will be analyzed. OCTA, SR-91 Widening from Acacia Street to La Palma Avenue — Segment 3 1 Anaheim, CA Roadway Lead responsible for final PS&E to add a westbound general-purpose lane through the SR-91/SR-57 system freeway interchange area. Two local interchanges are affected by the improvements. La Palma Avenue bridge over SR-91 will be replaced, and the State College Boulevard bridge will be widened. City of Irvine, Jamboree Road/Michelson Drive Pedestrian Bridge PS&E I Irvine, CA Roadway Design Engineer responsible for the roadway and traffic design elements to support the structural design. Responsibilities included preparation of the plans, quantities, engineer estimate and specifications for right of way requirements, improvement site plan and utility composite plan. This project proposes to construct a single -span pedestrian bridge crossing over Jamboree Road. The proposed bridge will be located just north of Jamboree Road and Michelson Drive intersection and will be imperative for the smooth mobility of pedestrians in the growing mixed -use development in the Irvine Business Complex. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-12 Firm TYLin Years of Experience 23 Years Years with Firm 7 Years Education BA, Environmental Studies, California State University, San Bernardino Alicia Lemke, AICP A Environmental Lead Alicia has 23 years of experience with environmental analysis for a wide range of different public agency and Caltrans projects. She has managed, prepared, reviewed, and signed environmental documents (CE/CE, ND/FONSI, EIR/EIS) for transportation related projects. She has the in-depth knowledge and expertise managing California Environmental Quality Act/National Environmental Policy Act (CEQA/NEPA) documentation and makes sure compliance to environmental laws, regulations, and processes. In addition to environmental services, she has extensive experience working on projects involving Caltrans Local Assistance (Federal Aid) and has prepared funding applications and Local Assistance (Federal Aid) forms for federal funding authorizations. Prior to joining TYLin, Alicia worked as a Caltrans District 8 employee for seven years, with two of those years as the Branch Chief for Environmental Local Assistance, bringing a high level of knowledge and experience to projects with Caltrans involvement. She also brings local agency experience as the former Senior Planner for the County of San Bernardino, Department of Public Works, and the San Bernardino County Flood Control District. Relevant Experience: Certification Caltrans District 8, 1-10 Pavement Rehabilitation (Segment 1) 1 Riverside County, CA American Institute Environmental Compliance Manager for the design -build effort responsible for developing, of Certified Planners implementing, and managing an Environmental Management Plan which outlines the (AICP) environmental requirements for Design and Construction. The project proposes to rehabilitate the existing asphalt concrete pavement on Interstate 10 (1-10) from 2.0 miles east of Dillon Road Interchange to 2.0 miles east of Cactus City Rest Area. Rehabilitation activities include removal and replacement of existing inside and outside shoulders, guardrails, rumble strips, drainage inlets, dikes, and oversized drains. The project also includes widening of bridges and placement, repair, and installation of permanent desert tortoise fence. The project would also include the installation of electric vehicle charging stations at Cactus City Rest Area. The proposed project will also include the installation of a two-lane temporary detour in the existing median. The project delivery method pursued by Caltrans is a design/build contract. As the Environmental Compliance Manager, Alicia was responsible for leading a consultant team in preparation of 401, 404, and 1602 Permit Applications and preparation/implementation of the Environmental Management Plan, which included appendices such as a Spill Containment and Countermeasure Plan, Paleontological Mitigation Plan, Cultural Resources Environmentally Sensitive Area Action Plan, Staging and Storage Plan. She was responsible for holding weekly Environmental Technical Working Group meetings and being the single contact point for all environmental issues in design and construction. City of Cathedral City, Central Park Amphitheater I Menifee, CA Environmental Manager on a project that proposes to construct an amphitheater shade structure and sound and lighting fixtures As the Environmental Manager, Alicia is responsible for the environmental review Town Center Environmental Impact Report and the preparation of the CEQA Categorical Exemption and Environmental Support for the project. RCTC, I-1 S/SR 91 Express Lanes Connector I Corona, CA the Environmental Compliance Manager for the Design -Build effort responsible for developing, implementing, and managing an Environmental Management Plan which outlines the environmental requirements for Design and Construction. The project proposes to construct a new southbound 1-15 to westbound SR 91 and eastbound SR 91 to northbound 1-15 Express Lanes connector between the 1-15 and SR 91 Express Lanes. Widening of eastbound SR 91will also occur to accommodate the extension of General -Purpose Lane #4 from the SR 91 bridge over Arlington Channel to "A" Line Station 435+25 east of the South Promenade Avenue bridge. Lastly, the SR 91 eastbound Express Lane will be extended to approximately 0.5 mile east of the "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-13 Alicia Lemke (continued) 1-15/SR 91 interchange, including ancillary improvements along the 1-15 and SR 91 Express Lanes. The project delivery method pursued by RCTC is a design/build contract. As the Environmental Compliance Manager, Alicia was responsible for leading a consultant team in preparation and implementation of the Environmental Management Plan, which included appendices such as an Asbestos Compliance Plan, Nesting Bird Management Plan, Paleontological Mitigation Plan, Bat Management Plan, Hazardous Materials and Waste Management Plan, Lead Compliance Plan, Aerial Deposited Lead Compliance Plan, Sustainability Management Plan, Soundwall Design Report, Tree and Vegetation Preservation and Removal Plan, and Burrowing Owl Management Plan. She also managed the Re -Validation process of the EIR/EIS due to a design change of the profile of the ELC. This consisted of an aggressive delivery of a Supplemental Noise Study Report and Supplemental Noise Abatement Decision Report. She was responsible for holding weekly Environmental Technical Working Group meetings and being the single contact point for all environmental issues in design and construction. City of Cathedral City, 1-10 Da Vail Drive Interchange Project I Cathedral City, CA Environmental Project Manager on a project that proposes to construct a new interchange at Da Vall Drive at 1-10. It would include the addition of bridges over 1-10 and the Union Pacific Railroad (UPRR) and street extension and widening of Da Vall Drive. The limits of the project would generally extend from the existing Ramon Road/Da Vall Drive intersection north across UPRR and 1-10 to a new intersection with Varner Road. The project would also include utility relocations, right-of-way acquisition, flood control improvements (crossing over the Morongo Wash and Willow Hole floodplains), and traffic signal and ramp metering additions. In addition, auxiliary lanes along 1-10 between Da Vall Drive and its adjacent interchanges may be required. As the Environmental Manager, Alicia is overseeing the preparation of the preliminary environmental analysis report PEAR and is providing environmental support to the Project Study Report to verify compliance with Caltrans policies and procedures. City of Fontana, Foothill Boulevard Widening Improvements (Malaga Bridge) I Fontana, CA Environmental Project Manager and Environmental Lead on the project that proposes to widen a segment of Foothill Boulevard between Hemlock Avenue on the west and Almeria Avenue on the east to six lanes plus sidewalks and buffered bicycle lanes. The Malaga Bridge over Foothill Boulevard - which historically carried a Pacific Electric interurban railway line and now is a pedestrian and bicycle bridge - may be relocated within the project limits. Malaga Bridge would be replaced by a new single -span stee truss bridge to accommodate the six -lane facility. The project tis receiving federal funding and requires coordination with Caltrans for federal environmental clearances, in addition to any state requirements. As the Environmental Project Manager for this project, Alicia oversees all aspects of NEPA and CEQA related compliance and provides QA/QC on all technical studies and reports to verify compliance with Caltrans NEPA-related policies and procedures and CEQA compliance. She is responsible for preparation of the Preliminary Environmental Study (PES) Form in addition to the following technical studies: Traffic Study, Noise Study Report, Air Quality Report and Air Quality Conformity Analysis, Initial Site Assessment, Natural Environment Study (Minimal Impact), Historic Property Survey Report (which includes an Archaeological Survey Report and a Historic Resources Evaluation Report), a potential Finding of Effect Report (which will include a detailed analysis of potential effects to a Historic Properties), Community Impact Memorandum, Water Quality Technical Memorandum, and Section 4(f) De minimis finding. The Environmental Document proposed for NEPA is a Categorical Exclusion and an Initial Study/Mitigated Negative Declaration for CEQA. City of Temecula, 1-1 5/French Valley Parkway Interchange Improvements — Phase II 1 Temecula and Murrieta, CA Environmental Project Manager and Environmental Lead on the project that proposes improvements on a portion of 1-15 between Winchester Road (SR 79)/1-15 interchange and Murrieta Hot Springs Road in the vicinity of the 1-15/1-215 junction, within the cities of Temecula and Murrieta in Riverside County. Due to the size of the project, implementation was initially divided into two phases. Since completion of the 2010 IS/EA, Phase I has been constructed and Phase II was split into Phase 11 and 111. Phase 11 of the project would construct a two 12-foot-wide lane northbound collector -distributor (CD) system along 1-15 from the Winchester Road interchange northerly on -ramps to just north of the 1-15/1-215 junction, providing connectors to 1-15 and 1-215. Improvements include pavement widening, bridge widenings, drainage extensions, retaining walls, and utility relocations. Due to the phasing of the project, an Environmental Re-evaluation is necessary along with preparation of the following Supplemental Technical Studies: Supplemental Traffic Study, Supplemental Air Quality Report, Initial Site Assessment (ISA) Addendum, Supplemental Historic Property Survey Report, Visual Impact Assessment (VIA) Addendum, Community Impact Analysis, Location Hydraulic Study, Paleontological Evaluation Report/ Paleontological Mitigation Plan Memorandum, Noise Study Addendum, Noise Study, Supplemental Natural Environment Study and Jurisdictional Delineation. The project is a covered activity in the Western Riverside County Multiple Species Habitat Conservation Plan (MSHCP) and has impacts to endangered species (least Bell's vireo, southwestern willow flycatcher, Stephens' kangaroo rat, and Los Angeles pocket mouse), which requires further coordination and documentation through the MSHCP. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-14 Firm TYLin Years of Experience 18 Years Year with Firm 1 Years Education MS, Environmental Engineering, University of Mississippi BE, Civil Engineering, Osmania University, India License Professional Engineer, California #78270 Certification Project Management Professional, No. 3220717 Qualified SWPPP Developer/Practitioner, No. 21419 Envision Sustainability Professional, No. 47901 Raja Periketi, PE, PH, PMP, CFM, QSD/P, ENV SP A Bridge Hydraulics has 18 years of experience involving drainage analyses and design, stormwater best management practices (BMP) design, potable water distribution systems and sanitary sewer systems design, and QSD/P site inspections. He also develops Drainage Reports and Stormwater Data Reports for many transportation projects. His primary project focuses are on storm drain systems, BMP design, and utility design. Raja has extensive Caltrans experience, including Districts 4, 5, 6, 9, and 10. Relevant Experience: Caltrans District 4, 1-680 Sunol Grade Widening Hydromodification Evaluation Project Alameda County, CA Raja assisted with the hydromodification analysis and mitigation design to address comments from the Regional Water Quality Control Board (RWQCB) for the 401 Certification for the 1-680 Sunol Grade Widening Project. Alameda County Transportation Commission (ACTC), East-West Connector Project Fremont and Union City, CA The East-West Connector Project, sponsored by the ACTC in cooperation with the cities of Fremont and Union City, is a 2.6-mile roadway alignment located in south Alameda County, California. Raja was involved in locating existing utilities and proposing new locations for the utilities that were in conflict with the proposed 2.6-mile roadway and developing design plans for the proposed location of the sanitary sewer system. ACTC, State Route 84 Expressway Widening Project I Livermore and Pleasanton, CA Raja performed drainage design and treatment BMP design for the proposed widening project. He also designed the subsurface drainage system for the project. The project proposes to widen and upgrade SR 84 to expressway standards from Ruby Hill Drive to Jack London Boulevard for the purpose of reducing congestion and improving local traffic circulation; reducing impacts of regional traffic diverting to local streets; and improving safety and operations. The project will also widen the two existing bridges over Arroyo Mocho and Arroyo del Valle. Caltrans District 4, Sweet Ranch Wetland Mitigation Project I Alameda County, CA For the Sweet Ranch Wetland Mitigation Project (offsetting impacts from SR 84 realignment), Raja reviewed complex water balance models, designed two wetlands with features like low - flow channels and rock spillways, performed hydraulic analysis and cost estimation, and provided construction support, all under Caltrans District 4's hydraulics services. Santa Clara Valley Transportation Authority (VTA), Kato Road Grade Separation I Fremont, CA Raja was responsible for coordinating and developing the drainage and mechanical design of the stormwater pump station to serve this roadway grade separation project. The project separated the grade of the railroad crossing at Kato Road with the construction of a new two - span double -track railroad bridge structure and a depressed profile for Kato Road. San Francisco County Transportation Authority (SFCTA), Presidio Parkway I San Francisco, CA This design -build project will replace the existing Doyle Drive, which is the south access road to the Golden Gate Bridge. Raja prepared PS&E for the Erosion Control Plan; performed hydrologic and hydraulic analyses, including pump station hydraulic analyses and bridge hydraulic design; and designed the roadway drainage system for the proposed Presidio Parkway. He also performed treatment BMP design, including designing detention devices for the project. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-15 Firm TYLin Estevan Fernandez, PE Bridge Engineer Estevan Fernandez is a graduate of the master's program in Structural Engineering at UC San Diego. He has one year of experience in building design and two years of experience in bridge design. He excels in the understanding of structural analysis and developing 3D models with software such as SAP2000, ETABS, and RAM. He is also proficient in VBridge, VBent, LPile, LEAP, and Excel as well as design codes: AASHTO LRFD with Caltrans Amendments, Caltrans SDC 2.0, and Caltrans SDSSB. Years of Experience 3 Years Relevant Experience: Years with Firm Caltrans, 1-10 Pavement Rehabilitation (Segment 1): Sunny Gulch Bridge I Cactus City, CA 2 Years Designer for the widening of a 3-span, precast, prestressed Double-T Girder bridge with cast Education in place deck, supported on two -column bents with square footings and HP pile extensions 2019, BS, Structural and diaphragm abutments consistent with the existing structure. Responsibilities included Engineering, University development of SAP2000 models to obtain displacement demands via Elastic Dynamic Analysis, of California San Diego development of VBridge and VBent models to design substructure components, development of LEAP models for Double-T Girder design, and performance of Inelastic Static Analyses to 2022, MS, Structural capture displacement capacity of columns. Engineering, University of California San Diego Caltrans, 1-10 Pavement Rehabilitation (Segment 1): Cactus Wash Bridge I Cactus City, CA Designer for the widening of an 8-span CIP concrete slab bridge supported on steel HP pile License extension bents and integral abutments. The widening consists of PC/PS concrete slab units Professional Engineer, with a CIP concrete topping slab supported on concrete encased steel HP pile extensions CA, No. 96554 and diaphragm abutments consistent with the existing structure. Responsibilities included development of SAP2000 models to obtain displacement demands via Elastic Dynamic Analysis, development of VBridge and VBent models to design substructure components, performance of Inelastic Static Analyses to capture displacement capacity of columns, and LPile models to identify pile displacements at yield points. Caltrans, District 59 Task Order #1: Otay River Bike Bridge I San Diego, CA Designer of service and strength calculations for superstructure and substructure components of a 4-span CIP Post -Tensioned concrete box girder bridge supported on single circular column bents with CIDH piles and seat abutments. Responsibilities included verification of VBridge and VBent models for superstructure and substructure design, and design of anchorage zones and steel reinforced elastomeric bearing pads. Alabama Department of Transportation, 1-10 Bayway Project I Mobile Baldwin County, AL Designer of Precast/Prestressed concrete girders and bearing pads for 30% design phase for a progressive design build project. Responsibilities included designing Florida I -Beams with temporary top prestressed strands per Florida Standard drawings and ALDOT Bridge Design Manual requirements. City of Indio, (On -Call) SB Indio Boulevard OH I Indio, CA Construction Inspector for the $3.1 million bridge retrofit project to strengthen and improve the southbound Indio Boulevard bridge over UPRR tracks. The existing structure included a concrete deck on steel girders, with the retrofit adding columns to each side of the existing piers, and lengthening/widening the existing bent caps. Transverse and longitudinal stressing was required at each cap, and large diameter CIDH piles were drilled at each pier to support the new columns. Supplemental steel plates were added to strengthen the shear keys at all bents and bolsters were added at each abutments to provide more capacity in the event of an earthquake. All work was performed adjacent to and over operating UPRR tracks. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-16 Firm TYLin Years of Experience 5 Years Alex Wightman, PE Independent Checker As a graduate of the Structural Engineering at the UC San Diego, Alexjoined TYLin as an Assistant Bridge Engineer in August 2018. Previous tojoining TYLin, Alex was an intern at Simpson Strong Tie where he provided engineering support in the applied practice of steel, concrete, and wood design. He assisted in research of new structural engineering solutions for connectors, steel moment frames, concrete anchorage, fasteners, and prefabricated shear walls. Alex's undergraduate research focused on energy -based analysis method for base isolation. Alex has advanced knowledge in the following engineering programs: VBridge, VBent, CTAbut, CSIBridge, SAP2000, AutoCAD, Microstation, RetainPro, XTRACT, Revit, Bluebeam Revu, Microsoft Office, and SketchUp. Years with Firm 4 Years Relevant Experience: Education MS, Structural Caltrans District 8, 1-10 Pavement Rehabilitation I Riverside County, CA Engineering, University Assistant Engineer providing analysis, designs, and details for several newly proposed bridges of California, San for widening of the 1-10 freeway in Riverside County, California. Provided type selection Diego alternatives for several bridges, including precast and CIP options. BS, Civil Engineering, SBCTA, 1-10 & Mount Vernon Interchange I Colton, CA California State Assistant Engineer providing an independent check for plans and calculations of a three -span Polytechnic University, steel girder bridge in Colton, California. Pomona Caltrans District 59, Riverside 79 Soil Nail Walls I San Diego, CA License Assistant Engineer providing design and details for several soil nail/soldier pile walls for Professional Engineer Caltrans. Coordination with other consultants on several other walls in the package. (Civil), California #94782 City of Menifee, Central Park Amphitheater Improvement I Menifee, CA Assistant Engineer providing design and details for a concrete wall substructure for a new outdoor amphitheater in Menifee, California. Coordination with TYLin sister company Maffeis, based out of Italy, for their design of the glulam beam roof structure for the amphitheater. RCTC, 1-15 Express Lanes I Ontario, CA Assistant Engineer providing design for a widening of the 1-15 freeway in Ontario, California. Alex provided design and details for a three -span precast girder superstructure and substructure design. City of Irvine, Jeffrey Open Space Trail/1-5 Bicycle & Pedestrian Bridge I Irvine, CA Assistant Engineer providing design for a new seven -span post tensioned box girder pedestrian bridge in the City of Irvine. Alex generated design calculations and details for the approach retaining walls and abutments and provided check calculations and comments for the hinge design. RCTC, 1-15/SR 91 Express Lanes Connectors I Corona, CA Assistant Engineer responsible for designing several elements for a new interchange project. Alex performed design calculations and detailing for several abutments, foundations, and other elements for three bridges on this project. County of Riverside, Hamner Avenue Bridge I Corona, CA Assistant Engineer responsible for compiling a complete set of check quantities for the replacement of the Hamner Avenue Bridge with a new six lane bridge. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-17 Firm TYLin Years of Experience 13 Years Years with Firm 3 Year Education BS, Civil Engineering, University of Southern California License Professional Engineer, CA #82783 Katie Hickey, PE Specifications Katie brings over 13 years of experience leading bridge and retaining wall structural design, design and project management, and construction support. She has experience in project management and design for simple as well as multi -frame bridge structures, design of non- standard retaining walls, design of non-standard drainage structures, and writing of structural standard and nonstandard specifications. She has experiencing working with Metrolink, LA Metro, Caltrans, UPRR, and Transportation Corridor Agencies (TCA) on projects throughout Southern California, in addition to City and County Public Works Departments. Relevant Experience: RCTC, 1-15/SR-91 Express Lanes Connector Design -Build Corona, CA 1-10 Pavement Rehabilitation (Segment 1) Design -Build Riverside County, CA Structures Project Engineer. TYLin serves as prime consultant on this design -build contract, providing project management, environmental permitting services and roadway, bridge, drainage design services. The 13.6-mile-long 1-10 Pavement Rehabilitation (Segment 1) project begins two miles east of Dillon Road in Indio, and ends two miles east of the Cactus City Rest Area. Within the project limits, 1-10 is a four -lane divided highway with no interchanges and a median width varying from 90 to 180 feet. There are nine bridge locations within the project with structures ranging in length from 62 to 236 feet spanning the washes. The project will reconstruct or overlay the existing pavement, add a truck -climbing lane in the eastbound direction, upgrade existing guard railing, bridge railing, and drainage facilities to current standards. Bridge improvements include widening the eastbound structure by 28 feet, overlay the existing bridge decks with polyester concrete, add approach slabs, replace the barriers, and implement recommended maintenance and seismic retrofit measures for both eastbound and westbound bridges. Caltrans District 59, On -Call Structures Design South (Contract No. 59A1136), TO#8 Vincent Thomas Bridge Deck Replacement I Los Angeles County, CA Structures Project Engineer leading preliminary design and analysis of concrete deck replacement alternatives for suspension bridge main spans, including precast, lightweight, and ABC alternatives. The task order provided structure Advance Planning Study (APS) and 30% Plans for Type Selection. ABC considerations were vital for reducing impacts to traffic using this bridge to access the busiest port in North America. Metro, Division 20 Portal Widening and Turnback Facility I Los Angeles, CA Structures Project Engineer performing design support during construction (DSDC) of the rail yard portal structure replacement and yard expansion project. The project will widen the tunnel portal track structure from two to five tracks, add a half -mile long turnback and two mainline tracks, and establish two new storage yards, one each, north and south of the historic 1 st Street Bridge. Katie performed structural calculations and shop drawing review for miscellaneous electrical and signal structures, retaining walls, and equipment pads. Responded to contractor RFls for all miscellaneous structures. Caltrans/City of Bakersfield, Manor Street Bridge Rehabilitation and Retrofit I Bakersfield, CA Project Engineer responsible for bridge design for the seismic retrofit, rehabilitation, and widening of two parallel bridges for Manor Street Bridge over Kern River. Improvements to the bridges included pile cap retrofit, hinge retrofit, deck and joint seal repairs, and sidewalk and barrier replacements. Providing construction support to CM firm AECOM on ongoing basis. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-18 Firm TYLin Years of Experience 24 Years Years with Firm 12 Years Education AAS, Civil Engineering Technology, Chemeketa Community College, Salem, Oregon AAS, Drafting Technology, Chemeketa Community College, Salem, Oregon AA, Oregon Transfer Degree, Chemeketa Community College, Salem, Oregon AA, General Studies, Chemeketa Community College Certifications AutoCAD Certified Professional Reuben Stone CADD Reuben Stone possesses 24 years of experience in signature structural bridge delivery for traditional design -bid -build and design -build contracts. Throughout his career, Mr. Stone has been involved in the design, rehabilitation, or replacement of dozens of signature bridges in North America. Assuming various roles throughout the years, he has strong experience in BrIM, parametric modeling, design -build project delivery, document quality control, remote workforce management, data management systems, and plan production of traditional and signature bridges. Relevant Experience: Caltrans District 59 On -Call, Los Angeles River Bridge Widening I Long Beach, CA CADD Lead. The Los Angeles River Bridge Widening project consisted of retrofitting the existing Los Angeles River Bridge and the approach between the Los Angeles River Bridge and the adjacent DE Forest Avenue Undercrossing to allow for an updated lane configuration and sidewalk. Reuben primarily assisted the CAD team in the production of the deliverable plans. He also was responsible for developing a Caltrans CONNECT ProjectWise environment, developing a Caltrans specific ProjectWise title block integration, and addressing any issues with the CAD workspace, ProjectWise, or renditions. 1-10 Pavement Rehabilitation (Segment 1) Design -Build, Indio, CA CADD Delivery Manager. Reuben's responsibilities were primarily ProjectWise administration for the maintenance of the Caltrans workspace, resolving any issues with either the workspace or ProjectWise, and training. He performed plan production for several of the structures through detail development, quality control reviews, and submittal preparation. Port of Los Angeles, Avalon Pedestrian Bridge I Los Angeles, CA CADD Manager. The $31.85 million Avalon Promenade and Gateway project will feature a pedestrian bridge along Avalon Boulevard that will provide pedestrian access to the Wilmington Waterfront Promenade, as well as an arch bridge, entry plaza with an entry gateway feature, landscaping, hardscaping, parking and other improvements. Reuben focused on the development of the Pedestrian Concrete Arch Bridge plans along with coordinating details between design teams. Metro Division 20 Portal Widening and Turnback Facility I Los Angeles, CA Structural CAD Lead and ProjectWise Administrator for the facility improvements to the Division 20 Rail Yard, located within the Arts District in downtown Los Angeles. Improvements included: widening of the heavy rail tunnel portal south of the US-101 freeway, a new turnback facility and expansion and reconfiguration of rail storage tracks. With these improvements, new tracks and switches allow for improved service times at Union Station and throughout the Metro Red/ Purple Line system. West Mission Bay Drive I San Diego, CA As CADD Manager, Reuben was responsible for oversite of the project CAD team developing deliverable plans for Caltrans. His day-to-day work on the project had him developing workspace resources to adhere to Caltrans standards, training team members, balancing workload resources, performing quality control reviews and preparing physical and digital information for internal and external project meetings. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-19 Firm TYLin Years of Experience 22 Years Robert Rodland Environmental Planner Robert is a senior environmental planner with over 20 years of experience in the preparation of environmental documentation for a range of projects. He brings experience in preparation of environmental review documents under the National Environmental Policy Act (NEPA), California Environmental Quality Act (CEQA), and Washington State Environmental Policy Act (SEPA) guidelines. His technical expertise is focused on built environment resources, including land use, environmental justice/Title VI, social/community impacts, and parks and recreation/Section 4(f)/6(f). He also has a strong working knowledge of federal, state, and local environmental permitting procedures and strategies and understands the importance of early and continuous coordination with all jurisdictional agencies. Years with Firm 3 Year Relevant Experience: Education Ell Dorado County, Bucks Bar Road Bridge Replacement Project I Ell Dorado County, CA BS, Geography, Environmental Lead preparing the CEQA environmental impact report (EIR) documentation University of using the previous documentation and, as needed, researching and updating the analysis to Washington reflect changes in regulations or the setting. The environmental documentation includes a CEQA EIR and a NEPA CE. The Bucks Bar Road bridge, which is a one -lane bridge on a rural road listed on the California Historic Property Register, needs to be replaced to meet current federal and state standards and meet the floodplain requirements for passing the 100-year event flows. In addition to the historic bridge, the project area includes a highly sensitive traditional cultural resource that has been used regularly by local native tribes for centuries. 1-10 Pavement Rehabilitation (Segment 1) Design -Build I Riverside County, CA Environmental Planner. TYLin serves as prime consultant on this design -build contract, providing project management, environmental permitting services and roadway, bridge, drainage design services. The 13.6-mile-long 1-10 Pavement Rehabilitation (Segment 1) project begins two miles east of Dillon Road in Indio, and ends two miles east of the Cactus City Rest Area. Within the project limits, 1-10 is a four -lane divided highway with no interchanges and a median width varying from 90 to 180 feet. There are nine bridge locations within the project with structures ranging in length from 62 to 236 feet spanning the washes. The project will reconstruct or overlay the existing pavement, add a truck -climbing lane in the eastbound direction, upgrade existing guard railing, bridge railing, and drainage facilities to current standards. Bridge improvements include widening the eastbound structure by 28 feet, overlay the existing bridge decks with polyester concrete, add approach slabs, replace the barriers, and implement recommended maintenance and seismic retrofit measures for both eastbound and westbound bridges. California High Speed Rail Authority (CHSRA), Sacramento -to -Fresno Segment Project Environmental Impact Statement I Merced and Madera County, CA Environmental Lead responsible for the oversight of the transportation, air quality, cultural resources, social, environmental justice, parks and recreation, section 4(f)/6(f), land use, regional growth, and cumulative team members for the environmental review process of the project NEPA/CEQA EIR/EIS. The Merced to Fresno Segment of the California High -Speed Rail is a new 60-mile rail corridor that resulted in altering State Route 99 freeway interchanges, constructing electrification substations, constructing a 100-acre track -and -railcar maintenance facility, and creating construction staging areas for large concrete batch plants. Robert worked closely with resource leads to verify their questions and data needs were addressed as well as to identify concerns and find resolution to verify deliverables were high quality and submitted on schedule. In addition to the management responsibilities, Robert was the primary author of the land use, station planning, and development and socioeconomics, communities and environmental justice sections of the EIR/EIS and the Community Impact Report, which was the supporting document for the EIR/EIS sections. He also supported the development the parks and recreation, Section 4(f)/6(f), and regional growth sections of the EIR/EIS. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-20 Firm Artemis Years of Experience 20 Years Years with Firm 20 Years Education BS, Ecology and Systematic Biology, botany emphasis, California Polytechnic State University, San Luis Obispo Certifications USFWS, Endangered and Threatened Wildlife Species Permit: Authorized to conduct quino checkerspot butterfly presence/ absence surveys (Recovery Permit TE - 56732D-0) Certified Erosion, Sediment and Storm Water Inspector (CESSWI) #2451 California Wetlands Monitoring Group, Trained California Rapid Assessment Method (CRAM) Practitioner California Department of Fish and Wildlife, Scientific Collecting Permit (SC-211890001) and Special -Use SCP (5-210530001-21053- 001) for Bee Atlas Jasmine Bakker Jurisdictional Delineation Jasmine is a senior biologist with more than 20 years of experience working as a project manager and biologist for a variety of biological surveys, habitat restoration, aquatic resource delineations, and environmental compliance projects for private clients and public agencies to support renewable energy, utilities, water infrastructure, and private/public development. Her field work includes aquatic resources delineations, stream bioassessment and water quality sampling, California Rapid Assessment Method (CRAM) analyses, focused rare plant surveys, protocol Quino checkerspot butterfly surveys, and presence/absence surveys for other sensitive species such as burrowing owl, least Bell's vireo, nesting raptors, Hermes copper, flat -tailed horned lizard, and arroyo toad. She has prepared Habitat Mitigation and Monitoring Plans and has overseen their implementation from installation, maintenance and monitoring, and achievement of success criteria for final acceptance by resource agencies. She has also drafted Aquatic Resources Delineation Reports, Biological Resource Technical Reports, and has supported aquatic resources permitting for projects with potential impacts to federal and state jurisdictional waters, as well as prepared biological assessments to initiate USACE Section 7 consultation with the U.S Fish and Wildlife Service (USFWS). As an environmental compliance monitor for large-scale construction projects, Jasmine participated in design -review of project plans and specifications, conducted environmental trainings for project personnel and crew, coordinated and scheduled as -needed species surveys and subconsultants for noise, archaeological, and paleontological monitoring, monitored and made recommendations for installation of Storm Water Pollution Prevention Plan (SWPPP) Best Management Practices (BMPs), and has prepared environmental compliance reports. She has also collaborated with contractors, subcontractors, clients, and regulatory agencies to help ensure successful project implementation. Relevant Experience: County of San Diego Quarry Road Bridge Project I San Diego County, CA Aquatic resources delineation on behalf of the County of San Diego Department of Public Works, in cooperation with the Caltrans District 11, for the Quarry Road Bridge Project. The project will replace the existing low water crossing at Spring Valley Creek with a new four - lane bridge capable of conveying storm flows. Ms. Bakker conducted the aquatic resources delineation and prepared the Aquatic Resources Delineation Report, calculated potential impacts to aquatic resources that are potentially jurisdictional to the USACE/Regional Water Quality Control Board (RWQCB) and California Department of Fish and Wildlife (CDFW), and assisted with the preparation of the Natural Environment Study. Toro Energy, LLC, Renewable Natural Gas Facility Project I Riverside County, CA Environmental services for the Renewable Natural Gas Facility (RNG) Project at the El Sobrante Landfill located in the Western Riverside County Multiple Species Habitat Conservation Plan. The RNG Facility will process existing landfill gas that will be diverted from the existing flares, processed to meet the Southern California Gas Company (SoCalGas) specifications, and sold to SoCalGas through a Point of Receipt (POR) for local distribution. Ms. Bakker conducted vegetation mapping, habitat assessment, and aquatic resources delineation for the project. She prepared an aquatic resources delineation report and assisted with the preparation of the biological resources technical report, and attended the Citizens Oversight Committee where the project was presented at the Temescal Valley Water District. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-21 El Sobrante Landfill and Dawson Canyon Bridge Scour Project, City of Corona, Riverside County, CA Aquatic resource delineation surveys and permitting services for the Waste Management El Sobrante Landfill Expansion Project. Ms. Bakker conducted aquatic resource delineations and prepared Aquatic Resource Delineation Reports that identify potential aquatic resources regulated by the USACE, RWQCB, CDFW, and County of Riverside in accordance with the Western Riverside County Multi -Species Habitat Conservation Plan (MSHCP). Ms. Bakker also assisted with project permitting, and prepared a brief Habitat Mitigation and Monitoring Plan identifying mitigation proposed to offset impacts to CDFW jurisdictional resources and in accordance with the landfill's Multiple Species Habitat Conservation Plan (HCP). Ms. Bakker also conducted an aquatic resource delineation for the Dawson Canyon Bridge Scour Project that involves implementing scour protection for the existing bridge along Dawson Canyon Road that crosses the Temescal Wash. Ms. Bakker also prepared the Aquatic Resource Delineation Report to support the preparation of permit applications for impacts to potential aquatic resources regulated by the USACE, RWQCB, and CDFW. City of San Diego, Miramar Reservoir Recreational Facilities Project, San Diego, CA This project improvets six existing facilities and addresses anticipated rising water levels at the reservoir resulting from the City's proposed Pure Water Program. Ms. Bakker conducted a formal aquatic resource delineation at six existing recreational facilities: the Courtesy Dock, Boat Dock, Timber Walkway, and three fishing piers (West Fishing Pier, Natalie Fishing Pier, and East Fishing Pier). Ms. Bakker oversaw GIS data processing and figure preparation, and drafted the aquatic resources delineation report to inform the preparation of a Biological Resources Technical Report and aquatic resource permitting. SCE, Chino Hills EC Distribution Clearance Project, San Bernardino County, CA The project will involve the removal of 17 distribution structures, wire -pulling, and road re -grading. Services include a habitat assessment, formal aquatic resource delineation, and aquatic resource permitting. Ms. Bakker assisted with field survey coordination, conducted a desktop delineation for aquatic resources within the wire drop zone, and assisted with the preparation of the aquatic resource delineation report and revisions to the habitat assessment report. SCE, Eldorado - Lugo - Mohave (ELM) Cathodic Protection Project, San Bernardino County, CA Artemis Environmental is providing support to RINCON for the SCE Eldorado - Lugo - Mohave (ELM) Cathodic Protection Project located in the southern portion of the Mojave Desert in San Bernardino County. The project will involve utility upgrades performed by SCE along the Southern California Gas Company (SoCalGas) Line 235E and Line 3000 alignments that span approximately 60 linear miles. Services include a formal aquatic resource delineation and focused surveys for rare plants. Ms. Bakker prepared the aquatic resource delineation report. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-22 Firm Earth Mechanics, Inc. Years of Experience 15 Years Years with Firm 13 Years Education MS, Civil Engineering, University of California, Los Angeles BS Magna Cum Laude, Civil Engineering, California State Polytechnic University, Pomona License Professional Engineer (Geotechnical), California #3123 Professional Engineer (Civil), California #81439 Certifications ASCE, Board -Certified Geotechnical Engineer, Certification No. 01457 Alahesh Thurairajah, PE, GE, 6c.GE Geotechnical Engineer Alahesh Thurairajah is a Riverside County -based geotechnical project manager with over 15 years of experience supporting Caltrans, Inland Empire transportation agencies, and local municipalities. He has provided geotechnical design and construction recommendations for 300+ bridges, including 15 Highway Bridge Program (HBP) structures, along with 400+ standard and non-standard retaining walls and 200+ miles of roadway. Alahesh is highly experienced in Caltrans-compliant reporting and has authored numerous Foundation Reports, Geotechnical Design Reports, and Materials Reports, particularly within District 8. In addition to his project management capabilities, his technical expertise includes deep and shallow foundation design, seismic hazard and liquefaction evaluations, slope stability analysis, and pavement design. Alahesh has played a pivotal role in addressing complex geotechnical challenges, particularly for bridges constructed over riverbeds. He has successfully led field investigations in these environments, optimizing pile type and length while minimizing the risk of differing site condition claims during construction. His up-to-date knowledge of Caltrans guidelines for liquefaction and downdrag design allows him to avoid overly conservative assumptions, resulting in cost-effective and constructable solutions. Known for delivering high -quality work on accelerated schedules, Alahesh offers the City of La Quinta a combination of local presence, technical excellence, and a strong track record in bridge infrastructure projects. Relevant Experience: RCTD, Market Street Bridge Scour Critical Study and Bridge Replacement (HBP) Riverside County, CA Geotechnical Project Manager. The project included replacing the existing bridge with an approximately 1,216 feet long, 88.4 feet wide, nine -span bridge supported on seat -type abutments and four -column piers. Alahesh conducted a foundation capacity evaluation to investigate the impact of scour as part of the preliminary stage. During PS&E, he planned and managed complicated site -specific field investigation in cobbles/boulders followed by bedrock, assigned lab tests, developed and provided design and construction recommendations for bridge foundations, retaining walls, soundwall, and pavement structural sections. He prepared a Geotechnical Report to provide design and construction recommendations for the replacement bridge, two new Caltrans Standard retaining walls, one Caltrans Standard sound wall, and new pavement structural sections. City of Coachella, Avenue 50 Bridge over CVSC I Coachella, CA Geotechnical Project Manager. Alahesh led geotechnical engineering for the realignment and expansion of Avenue 50 from two to six lanes, including a new 605-ft, five -span bridge over the Coachella Valley Stormwater Channel (CVSC) and realignment of Tyler Street with a new signalized intersection. He oversaw complex field investigations in the riverbed, specified lab testing, and developed design and construction recommendations for bridge foundations, approach embankments, and pavement sections. Alahesh authored the Geotechnical Report and designed a preloading and settlement monitoring plan to mitigate abutment settlement risks. He supported the integration of a 1,425-ft segment of the CV/Link multimodal pathway beneath the bridge. He delivered the project within budget and schedule. RCTD, Seismic Retrofit of Airport Boulevard Bridge over Whitewater River (HBP) Riverside County, CA Geotechnical Project Manager. The project included replacing the existing bridge with an approximately 348 feet long, 71 feet wide, five -span bridge supported on seat -type abutments and six -column piers. Alahesh reviewed as -built information, evaluated the existing foundations, developed and provided preliminary foundation recommendation for retrofit strategy as part of the preliminary stage of the project. During the final design, he planned and managed the field "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-23 Alahesh Thurairajah, PE, GE, BC.GE (continued) investigation, assigned lab tests, provided design and construction recommendations for bridge foundations, retaining wall, and pavement structural sections. He prepared a Geotechnical Report for the replacement bridge, a Type 5 Case 1 retaining wall, and new pavement structural sections. RCTD, Replacement of Gilman Springs Road Bridge over Potrero Creek I Riverside County, CA Geotechnical Project Manager. The project included replacing the existing bridge with an approximately 90 feet long, 40 feet wide, single -span bridge supported on diaphragm -type abutments. Alahesh reviewed as -built information and available geology and fault maps. The San Jacinto fault lies within the bridge footprint, oriented approximately parallel to the bridge. A probabilistic fault rupture displacement hazard analysis was performed for the site, and design horizontal and vertical offsets with a return period of 975 years were estimated. Alahesh coordinated with Caltrans Geologist and seismic group to get concurrence in the design offsets. In addition to the fault study, he provided preliminary AIRS curve and preliminary foundation recommendations. He prepared and submitted a Preliminary Foundation Report and Surface Fault Rupture Displacement Hazard Analysis Report. Site -specific borings will be performed when environmental clearance is obtained. RCTC, 1-215/Placentia Avenue Interchange Improvements (Mid County Parkway Phase 1) 1 Riverside County and Perris, CA Geotechnical Project Manager. Alahesh managed the geotechnical services for a new diamond interchange along 1-215 at Placentia Avenue. The project included new on/off ramps on both sides of the freeway, realignment of the East Frontage Road, closure of the West Frontage Road, and widening of Placentia Avenue, including bridge expansions over SCRRA tracks and 1-215. Alahesh directed field investigations, specified lab testing, and developed design and construction recommendations for bridge and sign foundations, engineered fills, drainage structures, and pavement sections. He prepared Caltrans-compliant Foundation Reports, Geotechnical Design Report, and Materials Report. Alahesh addressed Caltrans review comments and successfully delivered the project within budget and schedule. City of Coachella, Dillon Road Bridge over CVSC I Coachella, CA Geotechnical Project Manager for the project, which included replacing the existing Dillon Road bridge crossing the CVSC. The proposed three -span left and right bridges will be 497 feet long and 56.9 feet wide. Reviewed existing information, generated preliminary ARS curve, developed and provided preliminary foundation recommendations for bridge replacement, and prepared a Structure Preliminary Geotechnical Report in compliance with Caltrans standards. County of San Bernardino, Rock Springs Road Bridge over the Mojave River I County of San Bernardino, CA Senior Engineer for the project, which involved widening the existing Rock Springs Road from two to four lanes from Glendale Avenue to Deep Creek Road. As part of the widening, the existing low-water crossing will be replaced with a 938 feet long seven -span bridge. The bridge will be supported on driven HP piles at the abutments (1489) and 8-foot CIDH piles at the piers. In addition to the bridge structure, the proposed improvements also include a new Caltrans Standard Plan retaining wall, new cut slopes and fill slopes, and new pavement structural sections. Planned, coordinated, and conducted geotechnical field investigation (20 borings), assigned laboratory tests, and prepared LOTBs and Boring Logs. Developed and provided design and construction recommendations for bridge foundations, retaining wall foundations, excavations/embankments, and pavement structural sections. Prepared a Foundation Report and a Roadway Materials Report. City of Coachella, SR 86/Avenue 50 New Interchange I Coachella, CA Geotechnical Project Manager to develop and provide preliminary geotechnical engineering recommendations for bridges, retaining walls, embankments, and pavement structural sections. Prepared a Structure Preliminary Geotechnical Report, District Preliminary Geotechnical Report, and Preliminary Materials Report per Caltrans guidelines. The project included constructing a new interchange at SR-86 and Avenue 50. In addition to the roadway improvements, a two -span overcrossing is proposed and will be supported on seat -type abutments and a multi -column bent. The project included another new bridge spanning over the CVSC, replacing the existing low water crossing, and eliminating flood -related hazards during inclement weather events. City of Lake Elsinore, Temescal Canyon Bridge over Temescal Wash (HBP) I Lake Elsinore, CA Geotechnical Project Manager for the project, which is a new approximately 375 feet long and 98 feet wide three - span bridge over Temescal Wash. Reviewed the existing information, planned and managed the complicated field investigation in nested cobbles and boulders followed by bedrock, assigned lab tests, developed and provided design and construction recommendations for bridge foundations in soil and bedrock. Provided recommendations for retaining walls, embankments, and new pavement structural sections. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-24 Firm Duke Cultural Resources Management Years of Experience 29 Years Years with Firm 12 Years Education MA, Anthropology, California State University, Fullerton Graduate Studies, Anthropology, San Diego State University BA, Anthropology, University of California, Santa Cruz (1994) License Professional Archaeologist, California #15969 Curt Duke, RPA Aquatic Resources Delineation Curt has led 100's of projects in Riverside County and the surrounding areas. He strives to provide project deliverables on schedule. His strong familiarity with Caltrans' policies and procedures will be paramount in facilitating the future improvements to Avenue 50. Curt's career in cultural resources management spans 3 decades. He meets the Secretary of Interior's Professional Qualifications Standards for Prehistoric and Historical Archaeology. He also meets Caltrans PQS equivalent as a principal investigator for prehistoric archaeology. Curt is well -versed in the application of Section 106 of the National Historic Preservation Act (NHPA), NEPA, and CEQA on a variety of projects across many market sectors. He has conducted/managed more than 3,500 cultural/ paleontological resource projects for various clients primarily in California, as well as Nevada and Arizona. Curt has completed projects in all phases of archaeology: Ph. I Survey, XPI Survey, Buried Sites Testing, Archaeological Sensitivity Assessments, Ph. 11 Testing, Ph. III Data Recovery, Ph. IV Monitoring, and Native American consultation assistance. His project responsibilities primarily include overseeing archaeological, historical, and paleontological studies, enabling that the quality of analysis and reporting meets or exceeds appropriate local, state, and federal standards. His positive, solution -oriented attitude makes him more than just an archaeologist, he brings value to any team in the way he seeks for positive outcomes. Relevant Experience: Caltrans District 8, 1-10 Coachella Valley Pavement Rehabilitation I Coachella, CA Project Manager/Principal Archaeologist providing paleontological research, project management and monitoring for the 1-10 Coachella Valley Pavement Rehabilitation project. Duke CRM is currently conducting paleontological monitoring during ground disturbing activities. Following the completion of monitoring activities, Duke CRM will prepare a monitoring report. City of Indian Wells, Indian Wells Whitewater River Lining I Indian Wells, CA Project Manager/Principal Archaeologist. Duke CRM worked with the City of Indian Wells to provide cultural resources services for the Whitewater River Channel Lining project. This Project included a record search at the Eastern Information Center, Phase I field surveys of the four proposed work areas followed by Phase II buried site testing. Duke CRM conducted Native American consultation and worked closely with the Agua Caliente tribe during the field survey and subsequent buried sit testing. Duke CRM prepared a report detailing the results of the record search, field survey, and buried testing for the City of Indian Wells. City of Indian Wells, Indian Wells General Plan Update (GPU) I Indian Wells, CA Project Manager/Principal Archaeologist. Duke CRM conducted a cultural and paleontological resources assessment for the City of Indian Wells GPU. The project included the city of Indian Wells in total comprising approximately 9,240 acres. The records search located 72 archaeological resources within the project area. Duke CRM assisted the city with their responsibility to consult with local California Native American groups. Caltrans District 8, SR 243 Pavement Rehabilitation I Idyllwild to Banning, CA Project Manager/Principal Archaeologist. Duke CRM conducted a cultural resource for this 29 mile long project that terminated at the 1-10 in Banning. Tasks conducted include a cultural resources records search, impacts analysis, and scoping for cultural resources. This scope of work was used to prepare a Caltrans format PEAR. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-25 Curt Duke, RPA (continued) West Hollywood Community Housing Corporation, Agave Palm Canyon Drive Residential I Palm Springs, CA Project Manager/Principal Archaeologist. Duke CRM provided cultural and paleontological resources services which included a record search at the Eastern Information Center (EIC) and the Western Science Center, and prepared a results letter. The cultural records search indicated there are two known historic sites within or directly adjacent to the Project. The field survey observed historic debris associated with the site. Duke CRM prepared an updated DPR 523 form and evaluated the site for California Register of Historical Resources (CRHR) or National Register of Historic Places (NRHP) significance and found that, due to the extremely poor condition of the historic site, it is not significant under CRHR or NRHP. Duke CRM prepared a report with these findings and submitted the report to the Housing Authority of the County of Riverside. Caltrans District 81 Monterey Avenue/Dinah Shore Dr Signalization Project I Rancho Mirage, CA Project Manager/Principal Archaeologist. Duke CRM was working with the City of Rancho Mirage in cooperation with Caltrans to prepare a short -form HPSR, ASR, and APE Map for the project (HSIPL-5412-015). Tasks included a records search, field survey, and consultation with local Indian Tribes. Due to the presence of sensitive cultural resources near the project, Duke CRM also assisted the City with the preparation of an ESA Action Plan. The project is subject to the NEPA, NHPA (or Section 106), and the CEQA. Caltrans District 8, Highway 111/13ob Hope Dr/Country Club Dr Signalization Project I Rancho Mirage, CA Project Manager/Principal Archaeologist. Duke CRM worked with the City of Rancho Mirage in cooperation with Caltrans to prepare a long -form HPSR, ASR, and APE Map for the project (HSIPL-5412-014). Tasks include a records search, field survey, and consultation with local Indian Tribes. The project is subject to the NEPA, NHPA (or Section 106), and CEQA. Morse Planning Group, BlackStar/Golden Farms Warehouse, I Desert Hot Springs, ST Project Manager/Principal Archaeologist. Duke CRM contracted to Blackstar Financial Inc. to provide cultural and paleontological resources assessment services for the Blackstar Warehouse Project in 2016. The cultural/paleontological resources assessment included a records search, archival/historical research and a field survey to identify archaeological resources and evaluate historical resources that are potentially eligible for the CRHR and to document efforts made to comply with the CEQA. In 2018 Duke CRM was requested and contracted to conduct paleontological monitoring and coordinate with Native American monitors representing the Agua Caliente Band of Cahuilla Indians. No discoveries were made during construction and there were no delays to the project schedule as a result of Duke CRM. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-26 Firm Laurel Civil & Environmental Consultants Years of Experience 27 Years Sally Drinkard, PG, CHG, QsD Hazardous Materials Sally is a hydrogeologist with over 27 years of professional experience managing and providing technical assistance on a wide range of environmental and hazardous waste projects. Areas of expertise include project planning and management, budget preparation and accountability, technical document preparation, client service, and leadership and staff mentoring. Her technical expertise includes site characterization, soil and groundwater remediation, and design and implementation of sophisticated field programs. Ms. Drinkard has managed multi -disciplined teams focused on compliance with environmental permit conditions and construction mitigation measures, including biological, cultural, paleontological, and water resources conditions. Her experience includes NPDES permitting, compliance with both the California Construction General Permit (CGP) and Industrial General Permit (IGP), and general water quality discharges. Years with Firm 7 Years Relevant Experience: Education MS, Hydrogology, California State University Fullerton, Titan Gateway Bridge Project I Fullerton, CA University of Arizona, Hazardous Materials Lead. The Titan Gateway is a planned pedestrian bridge spanning a key Tucson campus crossing at Nutwood and Commonwealth Avenue to protect pedestrians and reduce accidents, mitigate neighborhood concerns, and improve traffic flow. Ms. Drinkard prepared the BS, Geology, Initial Site Assessment (ISA) for the project area. After completion of the PA/ED phase, she will University of North be responsible for planning and implementing any necessary site Investigations. Carolina, Chapel Hill City of Eastvale, Limonite Gap Pedestrian Bridge Project I Eastvale, CA License Hazardous Materials Lead. This project includes the construction of a bicycle/pedestrian bridge Professional Geologist, and trail system over the Cucamonga Creek Channel. Ms. Drinkard prepared the ISA for the California #7517 project area, within the Southern California Edison easement and transmission line area. Certified City of Riverside, SR-91/Adams Interchange Reconfiguration Project I Riverside, CA Hydrogeologist, Hazardous Materials Lead. The project includes reconstruction of the Adams Street overcrossing California #830 bridge and reconfiguration of on/off ramps and two intersections to improve traffic flow. Ms. Certification Drinkard prepared the Initial Site Assessment for the project area, which included evaluation Qualified SWPPP of 53 parcels. After completion of the PA/ED phase, she will be responsible for planning and Developer, California implementing any necessary site Investigations, including aerially deposited lead, lead -based #24116 paint, and hazardous materials surveys. Caltrans District 7, Union Pacific Railroad Overhead Pump Plant (07-327304) Wilmington, CA Environmental Consultant. The project site located on Route 103 in the Wilmington, California included a new pump plant structure consisting of a reinforced concrete combination box and shaft storage building founded on Steel H-piles. The plant was located approximately 25 feet from Abutment 1 of the Terminal Island UPRR Overhead Bridge (Bridge No. 53-2626). Ms. Drinkard obtained the NPDES permit for construction dewatering from the Los Angeles Regional Water Quality Control Board and was responsible for permit compliance, including sampling and reporting and permit termination. City of Tucson, 22nd Street Bridge Replacement Project I Tucson, AZ Environmental Consultant. The 22nd Street Kino Parkway to Tucson Boulevard Improvement Project is located within the city of Tucson, Arizona. It includes the replacement of the existing bridge over the Union Pacific Railroad (UPRR) and East Barraza-Aviation Parkway (SR210). The 22nd Street Bridge crosses over the UPRR 22nd Street Site which is enrolled in a Voluntary Remediation Program (VRP) with the Arizona Department of Environmental Quality (ADEQ). Ms. Drinkard provided on -call environmental compliance services to the CMGC contractor, Old Pueblo Segmental Constructors (OPS). In this role, she prepared the Soil Management Plan "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-27 Sally Drinkard, PG, CHG, QSD (continued) or handling impacted soil and supported various Requests for Information s . She provided guidance on project scope addressing work within an area of known soil and groundwater contamination demonstrating that additional site investigations were not warranted, providing a significant cost savings to the client. US Army Corps of Engineers, Santa Ana River Mainstem Reach 9, BNSF Bridge Protection I Corona, CA Environmental Compliance Manager. This scour protection project included construction of reinforced concrete slurry diaphragm walls around six pier groups, bank protection features, and re -alignment of a permanent access road. The project included river diversion and dewatering to facilitate construction of these features. Additional environmental compliance concerns include protection and avoidance of sensitive species including Santa Ana sucker and least Bell's vireo. Ms. Drinkard provided on -call environmental compliance services, including preparation, implementation, and termination of the SWPPP for the 35-acre site, obtaining the NPDES permit for discharge to the river, and conducting required sampling and reporting for permit compliance. In addition, she completed a limited Phase II ESA, prepared the well destruction plan, discharge monitoring plan, and supported the dewatering plan. Her duties also included preparing portions of the Environmental Protection Plan, Hazardous Material Business Plan (HMBP), and was responsible for overall environmental compliance for the construction project. Alameda County Transportation Commission (ACTC), 7th Street Grade Separation East (7SGSE) I Oakland, CA NPDES Compliance Manager. Ms. Drinkard obtained the NPDES permit for construction dewatering from the San Francisco Regional Water Quality Control Board for this Alameda County Transportation Commission Project located near the Port of Oakland. Ms. Drinkard is responsible for permit compliance, including sampling and reporting. Orange County Transportation Authority (OCTA), 1-5 HOV Lanes Improvements I Orange, CA Hazardous Materials Task Leader. The I-5 (SR-55 to SR-57) HOV Lanes Improvements proposed the addition of one HOV lane in each direction on a 2.9-mile stretch of 1-5 through the urban core of Orange County, providing additional HOV capacity and reducing freeway congestion. As the Task Leader for the aerially deposited lead (ADL) and lead -based paint (LBP) investigation, Ms. Drinkard prepared the work plan, oversaw the investigation, prepared the summary report for the ADL and paint striping investigation, and negotiated approval from Caltrans. In addition, she obtained the Caltrans encroachment permit to close the shoulders and general-purpose lanes of Interstate 5 to conduct the sampling. Malcolm International, Inc., Santa Ana River Mainstem Reach 9, BNSF Bridge Protection Project I Corona, CA Environmental Compliance Manager to provide on -call environmental compliance services, including preparation, implementation, and termination of the SWPPP for the 35-acre site, obtaining the NPDES permit for discharge to the river, and conducting required sampling and reporting for permit compliance. In addition, she completed a limited Phase II ESA, prepared the well destruction plan, discharge monitoring plan, and supported the dewatering plan. Her duties also included preparing portions of the Environmental Protection Plan, Hazardous Material Business Plan (HMBP), and was responsible for overall environmental compliance for the construction project. OCTA, 1-5 HOV Lanes Improvements ADL and Lead -based Paint Investigation I Orange, CA Task Leader, as a subconsultant to TYLin, for the ADL investigation. Sallyprepared the work plan, oversaw the investigation, prepared the summary report for the ADL and paint striping investigation, and negotiated approval from Caltrans. In addition, she obtained the Caltrans encroachment permit to close the shoulders and general-purpose lanes of Interstate 5 to conduct the sampling. Southern California Edison (SCE), On -call Construction Stormwater Services I Various Locations, Southern CA Program Manager responsible for the $4.5 million on -call contract to provide construction stormwater support throughout the entire California service area. Services include water quality planning, technical analysis, permitting, inspections, engineering design, quality assurance associated with SCE projects requiring coverage under California's Construction General Permit (CGP) for discharges associated with construction activities and any other relevant projects. Sally provided quality control for multiple SWPPPs and Erosion Sediment Control Plans and oversaw the construction compliance activities. She also served as the QSD for several projects including the Rush Meadows Dam and preparation of Caltrans Water Pollution Control Plans (WPCPs) for projects within the Caltrans right-of-way. As the QSD, she ensured that SWPPPs complemented existing permits such as 401/404 water quality permits. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-28 Firm Coast Surveying, Inc. Years of Experience 60 Years Years with Firm 44 Years Education Certificate in Public Administration Major Coursework in Land Surveying and Business Administration, Santa Ana College Ruel del Castillo, PLS Survey Manager Ruel has 60 years of experience managing field and office operations for all phases of surveying and mapping services. He has hands-on knowledge of various land surveying services, including right-of-way and boundary surveys and analysis, GPS surveys, topographic surveys, utility location surveys, large-scale aerial and geodetic control, and monitoring quantities. Relevant Experience: San Gabriel Valley Council of Governments (SGVCOG), Montebello Boulevard Grade Separation I Los Angeles, CA Survey Manager. The scope of work includes organizing and tracking project information as required and survey support. Survey support includes monitoring compliance with survey requirements, verifying the layouts and controls, spot checking reference points and finished work, and monitoring settlement movements of existing facilities, if required. City of Los Angeles Bureau of Sanitation, Lankershim Boulevard, San Fernando Valley Green Street I Los Angeles, CA Survey Manager. Aerial mapping, design survey, and right-of-way survey for a section of Lankershim Boulevard between Chandler Boulevard and Victory Boulevard, a length of 1.5 miles, to support the San Fernando Valley Green Street Network Evaluation Program for LASAN (LA Sanitation). The project also included inspecting sewer/drainage structures and utility research. License Los Angeles Metropolitan Transportation Authority, Rail to Rail Active Transportation Professional Land Corridor I Los Angeles, CA Surveyor, California Survey Manager. Detailed design survey for a multi -use trail that extended from the intersection #4212 of West Boulevard and Redondo Boulevard to the intersection of Slauson Avenue and Holmes Avenue, a distance of approximately 6 miles. About 4.5 miles of the survey encompassed roadway and side streets, with the remainder being within rail right of way. Within the section of the project on Slauson Avenue, between Holmes Avenue and Western Avenue, full surveys were made of 18 major intersections to support the design of improved pedestrian access and signalization. In addition to the design survey, right-of-way lines were mapped for the entire alignment. City of Signal Hill, Spring Street Bicycle Lane Gap Closure I Signal Hill, CA Survey Manager. Design survey of Spring Street from Atlantic Avenue easterly to the 1-405 on -ramp to the east of Junipero Avenue in the west, a distance of approximately 6,800 feet, in Signal Hill to support the Spring Street Bicycle Lane Gap Closure project. The survey was tied horizontally to the California State Plane coordinate system and vertically to the City of Long Beach Survey Benchmark Network. Cross -sections were surveyed at a maximum of 50 feet intervals in the final survey that included all culture and utility locations within its limits, accurately representing the existing conditions present at the time of the survey. City of Seal Beach, Lampson Avenue Bike Lane Gap Closure I Seal Beach, CA Survey Manager. The City of Seal Beach applied and received an Active Transportation Program for this bike lane gap closure project. This project will provide a Class II bike lane along Lampson Avenue between Basswood Street and Seal Beach Boulevard, connecting to the existing bike lane along Lampson Avenue from Basswood Street going east. Coast provided a design survey from the intersection of Lampson Avenue and Seal Beach Boulevard to the intersection of Lampson Avenue and Basswood Street, approximately 3,500 feet. The existing roadway centerline and the right-of-way were mapped within the project area based on recovered survey monumentation and record document information. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-29 Ruel del Castillo, PLS (continued) OCTA, SR 55 Project Report and Environmental Document (PR/ED) I Orange County, CA Survey Manager to perform a topographic survey. Aerial photogrammetry was obtained from 1-5 to SR 91 and extended along the local streets and interchanges, where improvements were depicted in the Project Study Report Project Development Support (PSR-PDS) for the project. OCTA, 1-5 HOV Improvement Project (between SR 55 and SR 57) PS&E I Orange County, CA Survey Manager to perform a topographic survey which included research, preparation of land net recovery and field ties to recover survey monuments to tie into the project's horizontal and vertical controls, preparation of a Land Net -Map and monument perpetuation surveys, and detailed field surveys of existing streets. OCTA, 1-5 Improvement Project (1-405 to SR-55) PR/ED I Orange County, CA Survey Manager to complete a topographic survey with aerial photogrammetry of the project area (1-5 north of 1-405 to SR 55) to support the preparation of the PR/ED along with field surveys to set ground controls. Final mapping was provided in MicroStation per Caltrans standards and guidelines. OCTA, 1-5 South Widening Project, Segment 2 (Oso Parkway to Alicia Parkway) I Orange County, CA Survey Manager to complete construction staking and construction management surveys for Segment 2 of this widening project. Coast Surveying provided construction staking, verifying control locations, taking measurements for calculating quantities, structural monitoring, and making general quality assurance checks. OCTA, 1-5 South Widening Project, Segment 3 (Alicia Parkway to El Toro Road) I Orange County, CA Survey Manager to perform construction staking and construction management surveys for Segment 3 of this widening project. Coast Surveying provided construction staking, verifying control locations, taking measurements for calculating quantities, structural monitoring, and making general quality assurance checks. OCTA, 1-5 HOV Improvement Project (between Avenida Pico and Avenida Vista Hermosa) Orange County, CA Survey Manager to perform construction staking and construction management surveys for the 1-5/Avenida Pico interchange and two other contiguous projects to support reconstruction and improvements to 1-5 in San Clemente, Dana Point, and San Juan cities Capistrano. The projects, 5.7 miles in length, required Coast Surveying to provide construction staking, verify control locations, take measurements for calculating quantities, structural monitoring, and make general quality assurance checks. "IYUn City of La Quinta • Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-30 Brian James "BY' Swanner OR r2� Right-of-Way/Utilities " BJ has over 16 years of experience managing right-of-way programs for a variety of public infrastructure projects from small to large. He has demonstrated experience managing projects, as well as developing and implementing technological solutions to real estate challenges utilizing GIS and other systems. Throughout his career, BJ's focus has been on supporting Firm engineers and planners during the pre -acquisition phases of project development. As a Monument ROW recognized leader in the Southern California right-of-way profession, he is knowledgeable about local markets and infrastructure, and has relationships with key stakeholders in the region. Years of Experience 16 Years Relevant Experience: Years with Firm 2 Years RCTC, Santa Ana River Trail Project I Corona, CA Right -of -Way Cost Estimator and Impact Analyst. RCTC, in coordination with the Riverside County Education Regional Park and Open -Space District and other partners, proposed a 12.8-mile segment of the BS, Sports Science, Santa Ana River Trail (SART). At project initiation, BJ prepared a cost estimate and right-of-way University of Idaho data sheets using 30% design plans. He assessed utility and right-of-way impacts and evaluated potential damages and business losses to the Green River Golf Course. Later, BJ revised the cost License estimate to compare the impact and cost of a retaining wall alternative versus a proposed slope Real Estate on Golf Course property. Salesperson, California #01883565 RCTC, SR-79 Realignment PA&ED I Hemet and San Jacinto, CA Right -of -Way Cost Estimator and Documentation Lead. BJ led Monument's efforts to update Certification right-of-way cost estimates for two alternative design options for the SR-79 realignment project. Senior Right -of- The proposed realignment aimed to expand SR-79 from two to four lanes between Domenigoni Way Agent (SR/WA), Parkway and Gilman Springs Road. During the PA&ED phase, BJ oversaw the preparation of International Right -of- Caltrans Right -of -Way Data Sheets and a Draft Relocation Impact Report, supporting decision - Way Association making and environmental clearance. Right -of -Way Negotiation and RCTC, Mid County Parkway I San Jacinto and Perris, CA Acquisition Acquisition Right -of -Way Engineering Support. The Mid Count Parkwayis a proposed 16-mile freeway g y g g pp y p p y (R/W- corridor intended to enhance east -west mobility in Riverside County. BJ supported the project Intern International ationa by developing a GIS database with parcel ownership data, conducting spatial impact calculations Right using engineering design plans, and contributing to right-of-way mapping and cost studies. He Association also performed detailed right-of-way impact analyses and supported the preparation of Caltrans Right -of -Way Data Sheets, Engineering Project Reports, and both draft and final Relocation Impact Reports, while identifying unusual conditions and sensitive issues. City of Los Angeles, Lincoln Boulevard Bridge Improvement I Los Angeles, CA Right -of -Way Lead. Lincoln Boulevard is a vital north -south corridor on the west side of Los Angeles, with limited alternatives contributing to congestion during peak hours. This bridge widening and replacement project aims to enhance access to the coast for bicyclists, pedestrians, and future transit, while minimizing environmental impacts to Ballona Creek. During the PR/ ED phase, BJ led the preparation of Right -of -Way Data Sheets and collaborated closely with the design team to verify property rights and estimate associated costs. City of Lake Elsinore, Auto Center Drive/Casino Drive Bridge Rehabilitation and Widening Lake Elsinore CA Project Manager. BJ provided initial right-of-way cost estimate support for the Preliminary Engineering and Environmental Services and the final design phases of this bridge widening project over the San Jacinto River. Although right-of-way impacts were minimal, BJ provided cost estimates and Caltrans documentation compliance for possible private property impacts. "IYUn City of La Quinta - Bridge Preventative Maintenance Program Plan (City Project No. 2023-33) R-31 AGREEMENT FOR CONTRACT SERVICES MARK-UPS t(vQu 0 tr(ov - CALIFORNIA - REQUEST FOR BRIDGE PREVENTATIVE MAINTENANCE PROGRAM PLAN CITY PROJECT NO. 2023-33 DUE BY: J U N E 267 2025 BY 5 P.M. REQUEST FOR PROPOSALS The City of La Quinta (City) seeks proposals from qualified Professional Engineering Consultants to prepare the plans, specifications and engineer's estimate (PS&E) for Bridge Preventative Maintenance Program Plan, Federal Project No. BPMP-5433(022), City Project No. 2023-33. Project/Services Title: Bridge Preventative Maintenance Program Plan Issue Date: June 3, 2025 DUE DATE: June 26, 2025 Requesting Department: Public Works Department GENERAL TERMS AND CONDITIONS 1. SUBMISSION REQUIREMENTS Proposals can be submitted via email, and hand deliver, or mail. All proposals must bear original or electronic signatures. Submit one (1) paper original in a sealed envelope and email an electronic original, as a single document in a .PDF format, to the following contact: City of La Quinta Attn: Carley Escarrega 78495 Calle Tampico La Quinta, California 92253 Tel: (760) 777 — 7096 Email: cescarrega(a)LaQuintaCA.gov Email Subject: RFP — PS&E — Bridge Preventative Maintenance Program Plan — BPMP- 5433(022) — 2023-33 2. SUBMISSION RESTRICTIONS All proposals must be submitted in writing; no oral, facsimile, or telephone proposals or modifications will be considered. Proposals received after the due date and time are considered non -responsive and will be returned unopened. 3. QUESTIONS or REQUESTS FOR CLARIFICATIONS Any requests for clarification or other questions concerning this RFP must be submitted in writing by June 26, 2025; and sent via email to Carley Escarrega, Administrative Technician, at cescarrega(ablaq u i ntaca.gov. 4. ERRORS AND OMISSIONS If a proposer discovers any ambiguity, conflict, discrepancy, omission, or other error in the RFP or any of its attachments, he/she shall immediately notify the City of such error in writing and request modification or clarification of the document. Modifications will be made by addenda. Clarifications will be provided in writing to all parties who have submitted proposals or who have requested an RFP for purposes of preparing a proposal, without divulging the source of the request. If a proposer fails to notify the City prior to the date fixed for submission of proposals of an error in the RFP known to him/her, or an error that reasonably should have been known to him/her, he/she shall submit a proposal at his/her own risk, and if he/she is awarded an agreement, he/she shall not be entitled to additional compensation or time by reason of the error or any corrections thereof. Page 1 of 17 5. MODIFICATIONS AND WITHDRAWALS OF SUBMITTED PROPOSALS Proposer may withdraw proposals prior to the Submittal Deadline by submitting a written request to Carley Escarrega, Administrative Technician, at cescarrega@laquintaca.gov. Withdrawn proposals will be returned unopened. Proposers may modify proposals prior to the Submittal Deadline by withdrawing their proposal as noted above and re -submitting anew before the Submittal Deadline. 6. ADDENDA The City may modify this RFP, any of its key action dates, or any of its attachments, prior to the submittal deadline. Addenda will be numbered consecutively and noted following the RFP title. It is the proposer's responsibility to ensure they have incorporated all addenda. Failure to acknowledge and incorporate addenda will not relieve the proposer from the responsibility to meet all terms and conditions of the RFP and any subsequent addenda. 7. REJECTION OF PROPOSALS The City may reject any or all proposals in whole or in part for any reason, including suspicion of collusion among proposers, and may waive any immaterial deviation in a proposal. The City's waiver of an immaterial defect shall in no way modify the RFP as published or excuse the proposer from full compliance with the specifications if he/she is awarded the agreement. Proposals referring to terms and conditions other than the City's terms and conditions as listed in the RFP, may be rejected as being non -responsive. The City may conduct an investigation as deemed necessary to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City all such information and data for this purpose as requested by the City. The City reserves the right to reject any proposal if the evidence submitted by, or investigation of, such proposer fails to satisfy the City that such proposer is properly qualified to carry out the obligations of the agreement and to complete the work specified. 8. CANCELLATION OF RFP This RFP does not obligate the City to enter into an agreement. The City reserves the right to cancel this RFP at any time, should the project be cancelled, the City loses the required funding, or it is deemed in the best interest of the City. No obligation, either expressed or implied, exists on the part of the City to make an award or to pay any cost incurred in the preparation or submission of a proposal. 9. DISPUTES/PROTESTS The City encourages proposers to resolve issues regarding the requirements or the procurement process through written correspondence and discussions during the period in which clarifying addenda may be issued. The City wishes to foster cooperative relationships and to reach a fair agreement in a timely manner. Formal proposals for major professional and technical services shall be governed by the City's Purchasing Policy. Protest procedures and dispute resolution process per 2 CFR Part 200.318(k), 2 CFR 172.5(c)(18) 10. NEGOTIATIONS AND FINAL AGREEMENT The City's Agreement for Contract Services is enclosed as Attachment 1 for review prior to submitting a proposal. An agreement will not be binding or valid with the City unless and until it is executed by authorized representatives of the City and of the selected proposer. At the discretion of the City, any or all parts of the successful proposal shall be made a binding part of the agreement. Any requests for changes to the contract MUST be included in the response to the RFP. 11. PRICING ADJUSTMENTS The City reserves the right to negotiate final pricing with the most qualified proposer. Pricing shall remain firm for the entire initial term of the agreement. Thereafter, any proposed pricing adjustment for additional periods, if any, shall be subject to the terms of the agreement. Page 2 of 17 12. SELECTION PROCESS Proposals shall be reviewed and rated based on the information requested by this RFP, as well as responses from references and clients, background checks, any research on proposers, and other information pertinent to the evaluation process. Closely ranked firms may be asked to furnish evidence of capability, equipment, and financial resources to adequately provide the services. The City will open contract negotiations with the top ranked firm. The successful consultant will be expected to enter into the City of La Quinta Agreement for Contract Services. Should negotiations with the top -ranked firm dissolve, the City of La Quinta will open the Cost Proposal and begin contract negotiations with the second ranked firm, and so forth until an agreement is reached. The successful consultant will be expected to enter into the attached Agreement for Contract Services (Attachment 1). Any exceptions taken by the Consultant on the standard contract attached must be submitted in writing as part of its proposal to be considered. 13. RFP TIMELINE RFP Issue Date: June 3, 2025 Deadline for Proposers' Questions: June 12, 2025 City's Response to Questions: June 18, 2025 Proposals Submittal Deadline: June 26, 2025 Complete Evaluations of Proposals: June 30 — July 7, 2025 Agreement Negotiations and Signing, Proof of Insurance Coverage, Forms 700: July 8 - 18, 2025 City Council Consideration and Approval: August 5, 2025 Agreement Effective Date and Project Start Date August 6, 2025 14. PROPRIETARY, CONFIDENTIAL, AND PUBLIC INFORMATION 14.1 Proprietary and Trade Secret Information: A copy of each proposal will be retained as an official record and will become open to public inspection, unless the proposal or specific parts can be shown to be exempt by the California Public Records Act [California Government Code §7920.000 et seq.]. Each proposer may clearly label part of a proposal as "Confidential" if the proposer thereby agrees to indemnify and defend the City for honoring such a designation. The failure to so label any information that is released by the City will constitute a complete waiver of all claims for damages caused by any release of the information. If a request for public records for labeled information is received by the City, the City will notify the proposer of the request and delay access to the material until seven working days after notification to the proposer. Within that time delay, it will be the duty of the proposer to act in protection of its labeled information. Failure to so act will constitute a complete waiver. 14.2 Confidential Information: Evaluation scores, weight factors, and negotiation notes are confidential and will not be released or retained [California Government Code § 7922.5001. Page 3 of 17 14.3 Public Information: All proposals will be opened on June 27, 2025, and will be made available to the public upon request. By submitting a proposal, the proposer acknowledges and accepts that the content of the proposal and associated documents will become open to public inspection. The final, executed agreement will be a public document. Proposals and other information will not be returned. 15. PROPOSAL PREPARATION COSTS Any costs incurred in the preparation of a proposal, preparation of changes or additions requested by the City, presentation to the City, travel in conjunction with such presentations, or samples of items, shall be entirely the responsibility of the proposer. 16. INSURANCE REQUIREMENTS and ACKNOWLEDGEMENT Proposals must include a completed "Insurance Requirements Acknowledgment" form included as Attachment 2 stating that, if selected, the proposer will provide the minimum insurance coverage and indemnification noted in Exhibits E and F, respectively, of the City's Agreement for Contract Services. Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence); $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Noncontributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Worker's Compensation (per statutory requirements) Must include the following endorsements: Worker's Compensation Waiver of Subrogation Worker's Compensation Declaration of Sole Proprietor if applicable 17. NON -COLLUSION AFFIDAVIT Proposals must include an executed Non -Collusion Affidavit, included as Attachment 3, executed by an official authorized to bind the firm. 18. CONFLICT OF INTEREST The City requires a Statement of Economic Interest (Form 700) to be filed by any proposer who is involved in the making of decisions which may have a foreseeable material effect on any City financial interest pursuant to the City's Conflict of Interest Code and the California Political Reform Act of 1974. 19. LOCAL BUSINESS PREFERENCE Local vendors are encouraged, but not required. For purposes of this section, `local' shall be defined as an individual, partnership, or corporation, which regularly maintains a place of business within a 40-mile radius of the City. 20. DBE AND OTHER FEDERAL INFORMATION This project is subject to Title 49 Code of Federal Regulations Part 26 (49 CFR 26) entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs". The selected consultant, and any subconsultants, shall not discriminate on the basis of race, color, national origin, or sex in the performance of any contract that results from this solicitation. The selected consultant shall carry Page 4 of 17 out applicable requirement of 49 CFR, Part 26 in the award and administration of DOT -assisted contracts. Failure to carry out these requirements would be a material breach of any contract and may result in the termination of the contract or such other remedy as the recipient deems appropriate. Interested firms shall ensure that certified DBE firms have the opportunity to participate in the performance of the contract and must take all necessary and reasonable steps to facilitate participation by DBE firms for such assurance. To ensure there is equal participation of the DBE groups specified in 49 CFR 26.5, the City of La Quinta has established a Disadvantaged Business Enterprise (DBE) Goal of 13% for this project. DBE is a firm that meets the definition of DBE. It is each offeror's responsibility to verify that firms are certified as DBE at the date of proposal opening. For a list of DBE's certified by the California Unified Certification Program, go to: https://caltrans.dbesystem.com/ All DBE participation will count toward the California Department of Transportation's federally mandated statewide overall DBE Goal. Proposers are required to review the requirements in: • Exhibit 10-1 — "Notice to Proposers DBE Information", and submit the forms: • Exhibit 10-01 —"Consultant Proposal DBE Commitment". The above mentioned forms are included in this proposal as Attachment 5 or can be obtained from the Caltrans website https://dot.ca.aov/Droarams/local-assistance/forms/local-assistance-Drocedures-manual-forms. If the DBE Goal is not met, proposers shall demonstrate a Good Faith Effort to meet the goal and submit the LAPM Form — Exhibit 15-H — "DBE Information — Good Faith Efforts" as part of their work proposal. This 15-H is included as Attachment 5 and will not count towards the page count. 21. SPECIAL REQUIREMENTS This contract will be reimbursed with the Federally Funded Highway Bridge Program Funds. As such, all consultants must comply with 48 Code of Federal Regulations (CFR) Part 31: Contract Cost Principles and Procedures. In addition, consultants must comply with 2 CFR Part 200: Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, excluding sections §200.318-200.326 Procurement Standards. This contract is subject to audit or review by Caltrans' Independent Office of Audits and Investigations (IOAI), other state audit organizations, or the federal government. Depending on the final negotiated contract value, the City may request, and the Consultant shall provide, documentation justifying the audited indirect cost rates being certified. This includes, but is not limited to, FAR compliant indirect cost rate schedules, CPA audited indirect cost rate report, prior year indirect cost rate schedule, AASTO International Control Questionnaire Appendix B, post -closing trial balance, vacation/sick policy, bonus policy, executive compensation analysis, and prevailing wage policy. 22. CITY RIGHTS AND OPTIONS The City reserves the right to: ■ Make the selection based on its sole discretion; ■ Issue subsequent RFP; ■ Postpone opening proposals or selection for any reason; ■ Remedy errors in the RFP or in the RFP process; ■ Modify the Scope of Services in the RFP; ■ Approve or disapprove the use of particular subcontractors; ■ Negotiate with any, all or none of the proposers; Page 5 of 17 ■ Accept other than the lowest offer; ■ Waive informalities and irregularities in proposals; ■ Request additional information or clarification; ■ Request revisions during negotiations; ■ Invite any consultant of its choosing to assist with the evaluation of proposal responses or to provide the City with a second opinion ■ Enter into an agreement with another proposer in the event the originally selected proposer defaults or fails to execute an agreement with the City in a timely manner. REQUESTED SERVICES INTRODUCTION/PROJECT DESCRIPTION The City of La Quinta is inviting qualified professional engineering consultants to prepare the plans, specifications, and engineer's estimate (PS&E) for the for the Bridge Preventive Maintenance Program Plan, Federal Aid Project Number: BPMP-5433(022), City Project Number: 2023-33. Project Description The City of La Quinta owns and maintains eight (8) bridges across the city, with five (5) bridges identified for maintenance in this project as shown on the Vicinity Map in Attachment 8. These bridges vary in condition. Although Caltrans conducts biennial inspections, the City is responsible for routine maintenance to ensure its ongoing serviceability. Routine bridge maintenance encompasses regularly scheduled activities to preserve the bridge components in their present or intended condition. In July 2023, the City established a Bridge Preventative Maintenance Program (BPMP) that identified certain maintenance activities for each bridge that would be eligible for federal highway bridge program funding to preserve the life of the bridges. A copy of the final BPMP plan is provided in Attachment 9. SCOPE OF SERVICES Interested firms shall address in their qualification statements their ability to provide the following services if selected by the City. The successful firm will be expected to prepare the Plans. Specifications, and Engineer's Estimate (PS&E) to implement the maintenance improvements for five (5) of the City's eight (8) bridges. These improvements include deck spall repairs using rapid setting concrete, bridge deck sealing with high molecular weight methacrylate, joint seal replacements at abutments and piers, removal of cracked abutment backwalls and placement of polyester concrete expansion dams, slope protection improvements to meet CVWD standards, bent cap concrete repairs, bearing pad replacements, AC overlay removal and replacement with polyester concrete overlay, and paving notch repairs with rapid setting concrete. Working on state and federally funded projects requires in-depth knowledge of the Caltrans Local Assistance Procedures Manual (LAPM), Local Assistance Program Guidelines (LAPG), the Highway Bridge Program (HBP), and other Federal Highway Administration (FHWA) requirements. Task 1. Project Management/Administration The Consultant shall be responsible for project management activities throughout the life of the contract including managing the schedule, budget, setting up meetings, field reviews, and managing the project team. The Consultant must include an appropriate number of meetings with City staff. It is anticipated that there will be monthly Project Development (PDT) meetings held virtually.. The Consultant may be required to attend a City Council meeting. Deliverable(s): Monthly Progress Reports, Meeting Agendas, Minutes, and Schedule Updates. Task 2. Data Collection, Field Review, and Base Mapping (Phase 1) Page 6 of 17 The Consultant shall perform a field review of the project locations and collect all data necessary for the development of a base map for each location. This task includes performing preliminary right of way research to show right of way lines on the base maps. The Consultant shall prepare utility notifications for all dry and wet utilities that will be impacted by the project and continue open communication and coordination with each impacted utility throughout the life of the project. Work shall also include potholing as needed to confirm conflicts with proposed drainage facilities. A formal field review with Structures Local Assistance may be required by the Highway Bridge Program guidelines. Consultants shall schedule and attend this field review meeting. Deliverable(s): Atlas Maps, Utility notifications, Utility agreements as necessary, Potholing as necessary, Field Review Notes, and Right of Way Maps. Task 3. Survey The Consultant shall acquire aerial and design level survey of sufficient detail to ensure ADA compliance at all driveways and access ramps. Survey information shall also include all above ground utilities and obstructions to ensure accurate representation of physical impacts to private improvements including trees, bushes, fences, mailboxes, etc. Deliverable(s): Survey Base Map. Task 4. Geotechnical Analysis The Consultant shall perform a geotechnical analysis of the existing pavement section and Traffic Index to determine the appropriate pavement section for the new pavement. This work will include pavement borings to determine existing pavement thickness and subgrade analysis to determine if the City's standard section will adequately perform under the specified Traffic Index. Deliverable(s): Draft/Final Geotechnical Pavement Report. Task 5. Environmental Approval The Consultant shall complete all necessary documents to ensure the project's environmental compliance with the California Environmental Quality Act (CEQA) and National Environmental Protection Act (NEPA). For CEQA, the Consultant shall prepare a Notice of Exemption and file it with the County of Riverside, if applicable. For NEPA the Consultant shall prepare a Preliminary Environmental Study (PES). Deliverable(s): CEQA NOE, NEPA PES. Task 6. Geometric Approval Drawings Consultant shall prepare geometric approval drawings showing preliminary geometric layout and preliminary estimates. The plan set must contain a plan view depicting geometric layout of traffic lanes. Curve and taper information must be shown, but signage and striping type detail are not required. All utility conflicts must be noted at this time so advance preparations for clearing the utilities can begin. All right of way shall be shown on the drawings with applicable right of way impacts noted. It should be noted that the "concept review" stage frequently involves revisions and re -submittal before the consultant is authorized to proceed to the next stage. Getting the concept correct is a critical aspect to efficiently completing a custom design. The Consultant shall prepare a preliminary estimate based on the Geometric Approval Drawings. Deliverable(s): 30% level plans and estimate Task 7. Final Plans, Specifications, and Estimate Page 7 of 17 The Consultant shall prepare a constructible set of plans for the proposed improvements. The City will review plans at 60%, 90%, and 100%. Final plans shall be submitted on full size (24" x 36") Mylar. The Consultant shall prepare the project technical specifications for the proposed improvements for City review with the 90%, 100%, and final plan submittals. Specifications shall be prepared in Microsoft Word in a City -approved format and include the bid schedule. The City will provide the front-end bid documents, contract, and general provisions. The Consultant shall provide an engineer's estimate of probable construction costs with the 60%, 90%, 100%, and final plan submittal. The estimate shall be prepared in Microsoft Excel and include sufficient bid items, as approved by the City, for contractors to properly bid on the scope of work. Deliverable(s): 60%, 90%, 100% Plans, Specifications, and Estimate. Task 8. Right of Way and Permitting The Consultant shall manage the Right of Way acquisition and permitting processes with various agencies. This will be only as needed, this shall be determined first at the beginning of the design process to confirm scope. This includes preparing all legal descriptions and plats for proper Right of Way conveyance. The Consultant will be responsible for conducting property appraisal, determining just compensation, preparing initial offers, negotiating with applicable property owners, and finalizing agreement with the following agencies: - Coachella Valley Water District/Bureau of Reclamation - California Department of Fish & Wildlife - US Army Corps of Engineers - Regional Water Quality Control Board Deliverable(s): Legal Descriptions and Plats, Appraisal Reports, Draft Offers, Final Agreements. Permitting documentation and approvals from the relevant agencies. Task 9. Construction Support (Phase II) The Consultant shall be available to answer any bidder questions related to the proposed improvements during bidding and correct any errors found in the plans. The consultant will be expected to attend the Pre - Construction meeting after award. The consultant will be expected to answer any Requests for Information as related to the Plans and Specifications. The Consultant shall prepare the final Record Drawings (As-builts) based on the red -line copies of the plans from the Contractor and Inspector. Deliverable(s): Response to bidder questions, Responses to RFIs, Record Drawings (As-builts). III. PROJECT DEVELOPMENT PROCESS The successful firm will be expected to take this project through the environmental process and provide the City with a full set of constructible plans and specifications. The projects will be broken down into three (3) phases: Phase 1: Project Approval and Environmental Document (PA&ED) Phase I will include, but not be limited to, the following scope of work: • Geometric Approval Drawings (GAD) • Preliminary Estimate of Right of Way and Construction Costs • Utility Coordination and Mapping • Geotechnical Analysis • ROW Research and Mapping • Survey • Meeting with City Staff/Field Review • Permitting Agency Coordination • Environmental Clearance Page 8 of 17 Phase II: Preliminary Plans, Specifications and Estimate (PS&E) Phase II will include, but not be limited to, the following scope of work: • Prepare Draft Plans (60% Design) • Prepare Checked Plans (90% Design) • Prepare Final Plans (100% Constructible) • Prepare Estimate of Construction Costs (60%, 90% and 100% Estimate) • Prepare Project Specifications (90% and 100% Technical Specifications) • Prepare Bid Item List • Utility Coordination • Permitting Agency Coordination Phase III: Construction Support Phase III will include, but not be limited to, the following scope of work: • Attend Pre -Bid Meeting • Respond to Bidder Inquiries • Attend Pre -Construction Meeting • Respond to Requests for Information • Preparation of Record Drawings (As-builts) IV. PROPOSAL FORMAT Firms are encouraged to keep their proposals brief and relevant to the specific information requested herein. Proposals should be straightforward, concise, and provide "layman" explanation of technical terms that are used. Emphasis should be on completeness and clarity of content. Present the proposals in a format and order that corresponds to the numbering and lettering contained herein, with minimal reference to supporting documentation, so that proposals can be accurately compared. The City is seeking a separate Work Proposal and a separate Cost Proposal. They should be submitted in separate envelopes clearly marked with the consultant's name, address, phone number and email address. Given that this is a solicitation for professional services, the City will rank the proposals based upon qualifications and then consider cost. Only one proposal per consultant will be considered. All proposals shall be enclosed in sealed envelopes (Work Proposal and Cost Proposal respectively) with the words clearly written on the front, "SEALED BID — BRIDGE PREVENTATIVE MAINTENANCE PROGRAM PLAN — 2023-33 - PROFESSIONAL DESIGN AND ENGINEERING SERVICES - DO NOT OPEN WITH REGULAR MAIL." All proposals shall be firm offers subject to acceptance by the City and may not be withdrawn for a period of 90 calendar days following the last day to accept proposals. Proposals may not be amended after the due date except by consent of the City. All proposals must clearly address all of the requirements outlined in this RFP. Proposal packages are to be submitted to the City on/or before Thursday, June 26, 2025 at/or before 5:00 p.m. Proposals received after the stated deadline shall not be accepted. Proposal packages are to be delivered to: Carley Escarrega Administrative Technician, Public Works Department City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 Page 9 of 17 All questions must be SUbmlttea In writing to the Uity Via email cescarrega(cD-laquintaca.gov on/or before June 12, 2025 at/or before 5:00 p.m. ta Qa�r Cd I-11.ORNIA to Carley Escarrega at All prime consultants that intend to submit a proposal shall notify Carley Escarrega, at cescarrega(cD-laguintaca.gov, by June 12, 2025, at/or before 5:00 p.m., of the intend to submit a proposal. The subject line for the email shall read "Bridge Preventative Maintenance Program Plan PS&E Services: Intent to Submit Proposal". The email shall include the consultant's name and email address that should be used for any RFP addenda. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. Each proposal shall be limited to thirty (30) pages with a minimum 1 Opt font and must include a minimum of three (3) references, which include the address, telephone number, and email address of each reference. Resumes and brochures may be added, provided they are located in the appendix at the back of the proposal. Should the proposer have concerns about meeting any noted requirements, the proposer shall include a clearly labeled subsection in the appendices with individual statements specifically identifying the concerns and exceptions. The following are NOT included in the 30-page count: (1) Transmittal letter (2) Table of contents (3) Appendices (4) Signed Non -Collusion Affidavit Form (5) Insurance Acknowledgement (6) DBE Forms, and DBE Good Faith Effort (as needed) Cover Letter Signed by an official authorized to bind the firm with name, address, phone number, and email address of firm's contract person, location of firm's main office, location of the office that would service this project, a validity statement that all information and pricing provided in the proposal is valid for at least ninety (90) days, and a statement that any individual who will perform work for the City is free of any conflict of interest. Firms Background, Qualifications, and Experience, including the following: (a) Number of years in business (b) Taxpayer identification number (c) Number of years performing Design Services (d) Firm ownership and if incorporated, list the state in which the firm is incorporated and the date of incorporation (e) If the firm is a subsidiary of a parent company, identify the parent company 2. References of California government agencies (preferably cities utilizing) (a) Client name, client project manager, telephone number, and email address (b) Project description (c) Project start date, and end date (d) Staff assigned to each project by the firm (e) Provide a summary of final outcome 3. Staffing and Project Organization Page 10 of 17 4. Subcontracting Services Subcontracting any portion(s) of the Scope of Services is not preferable; however, if a proposer can demonstrate to the City's satisfaction that is in the best interest of the project to permit a portion of the service(s) to be subcontracted by the proposer, it may be considered. Provide details on the role of any subcontractor that will be used. Assignment is prohibited. 5. Project Understanding and Approach A description of the firm's project understanding and how the consultant team will approach the project. 6. Scope of Services (See Section II/III) A description of the tasks, sub -tasks, and deliverables that will be provided. The Scope of Work should be presented in a logical format that can be easily attached to the Agreement for Contract Services. 7. Project Schedule A comprehensive Gantt Chart schedule describing the nature and scheduling of proposed tasks and reflecting August 6, 2025 as the start date. 8. Disclosures Disclosure of any alleged significant prior or ongoing agreement failure, any civil or criminal litigation or investigation pending, which involved the proposer or in which the proposer has been judged guilty or liable within the last five (5) years. If there is no information to disclose, proposer must affirmatively state there is no negative history 9. DBE Commitment (1) Provide a completed Exhibit 10-01 "Consultant Proposal — DBE Commitment" as described in General Terms number 19. — DBE and Other Federal Information. (2) If the DBE Goal is not met, also include Exhibit 15-H "DBE Information — Good Faith Efforts" to demonstrate adequate efforts were made to meet the DBE Goal. (3) Other Federal Aid related documents, as required by Caltrans LAPM Chapter 10. (4) (See Attachment 5) 10. Acknowledgement of Insurance Requirements (Attachment 2) Proposals must include a written statement that, if selected, the proposer will provide the minimum insurance coverage and indemnification noted in Exhibits E and F, respectively, of the City's Agreement for Contract Services included as Attachment 1. 11. Non -Collusion Affidavit (Attachment 3) Proposals must include an executed Non -Collusion Affidavit, included as Attachment 3, executed by an official authorized to bind the firm. 12. Acknowledgement of Addenda (Attachment 4) If any addendum/addenda are issued, the proposer shall initial the Acknowledgement of Addenda, included as Attachment 4. SEPARATE ENVELOPE 1. Cost Proposal Task Based Detailed Cost Estimate The method of payment will be Lump Sum. The consultant is to submit a detailed cost proposal for all services and materials anticipated in completing the project. Person -hours and extended billing rates per classification of personnel will be indicated for each task and/or sub -task defined. Page 11 of 17 taa�� CALI!-URKI_l Kate teased uetanea cost tstimate In support of the Task Based Detailed Cost Estimate, the consultant shall include a detailed breakdown of the direct labor costs including personnel, classification/title, hours, and actual hourly rates. For public works prevailing wage contracts, all workers must be paid the prevailing wage rate determined by the Director of the Department of Industrial Relations according to the type of work and location. This should include anticipated salary increases. In addition, the cost proposal shall include the consultant's audited indirect cost rates including fringe benefits, overhead, general, and administrative rates. A Sample Cost Proposal (former LAPM Form 101-11) is included as Attachment 6 or can be downloaded under: https://dot.ca.gov/programs/local-assistance/quidance- and-oversight/consultant-selection-procurement. Certification of Indirect Cost Rates Consultant shall fill out and include the Certification of Indirect Costs and Financial Management System form (former LAPM Form 10K — Consultant Annual Certification of Indirect Costs and Financial Management System). This form is included as Attachment 6. The certification shall indicate which fiscal period was used to develop the Indirect Cost Rates and the certified rate must match the rate specified on the Rate Based Detailed Cost Estimate. The consultant should include a statement to the effect on whether the consultant has a Caltrans Acceptance ID Number or Cognizant Approval Letter for the proposed indirect cost rate. The form is hosted on IOAI's website: https:Hig.dot.ca.gov/resources/instructions-fdr-icr Page 12 of 17 ATTACHMENTS 1. Agreement for Contract Services 2. Insurance Requirements Acknowledgement Must be executed by proposer and submitted with the proposal 3. Non -Collusion Affidavit Must be executed by proposer and submitted with the proposal 4. Addenda Acknowledgement Must be executed by proposer and submitted with the proposal 5. DBE Documentation (10-I, 10-01, 15-H) Must be executed by proposer and submitted with the proposal 6. Federal Forms (Certification of Indirect Costs and Financial Management and Sample Cost Proposal — former 10-K and 10-1-11) Must be executed by proposer and submitted with the proposal 7. Proposal Evaluation Form 8. Vicinity Map 9. 2023 BPMP Plan Page 13 of 17 FIN ir_TS]:I► 140kMI Agreement for Contract Services Page 14 of 17 AGREEMENT FOR CONTRACT SERVICES THIS AGREEMENT FOR CONTRACT SERVICES (the "Agreement") is made and entered into by and between the CITY OF LA QUINTA, ("City"), a California municipal corporation, and [insert type of business entity, e.g. sole proprietorship, California Limited Liability Corporation, etc], with a place of business at ("Contracting Party"). The parties hereto agree as follows: 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contracting Party shall provide those Services related to Professional Engineering Services for the Bridge Preventative Maintenance Program Plan Project (City Project No. 2023-33), as specified in the "Scope of Services" attached hereto as "Exhibit A" and incorporated herein by this reference (the "Services"). Contracting Party represents and warrants that Contracting Party is a provider of first-class work and/or services and Contracting Party is experienced in performing the Services contemplated herein and, in light of such status and experience, Contracting Party covenants that it shall follow industry standards in performing the Services required hereunder, and that all materials, if any, will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "industry standards" shall mean those standards of practice recognized by one or more first-class firms performing similar services under similar circumstances. 1.2 Compliance with Law. All Services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of the City and any Federal, State, or local governmental agency of competent jurisdiction. 1.3 Wage and Hour Compliance, Contracting Party shall comply with applicable Federal, State, and local wage and hour laws. 1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement, including a City of La Quinta business license. Contracting Party and its employees, agents, and subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required for the performance of the Services required by this Agreement. Contracting Party shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the Services required by this Agreement, and shall indemnify, defend (with counsel selected by City), and hold City, its elected officials, officers, employees, and agents, free and harmless against any such fees, assessments, taxes, penalties, or interest levied, assessed, or imposed against City hereunder. Contracting Party shall be responsible for all subcontractors' compliance with this Section. 1.5 Familiarity with Work. By executing this Agreement, Contracting Party warrants that (a) it has thoroughly investigated and considered the Services to be performed, (b) it has investigated the site where the Services are to be performed, if any, and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the Services should be performed, and (d) it fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. Should Contracting Party discover any latent or unknown conditions materially differing from those inherent in the Services or as represented by City, Contracting Party shall immediately inform City of such fact and shall not proceed except at Contracting Party's risk until written instructions are received from the Contract Officer, or assigned desi nee (as defined in Section 4.2 hereof). Consultant shall perform its obligations and Services in a customarily accepted manner consistent with the standard of care and skill professional standards .6 Standard of Care. Contracting P\a)=h ordinarily exercised by members of its profession practicing the Services co acted for under this Agreement under similar conditions in the geographic vicinity and at and that, consistent with this understanding, Contithe time the Services are performed (Standard of Care). industry standard of quality and WGIFIffflaRship.1 Consistent with Section 1.5 hereinabove, Contracting Party represents to City that it holds the necessary skills and abilities to satisfy the industry standard of quality as set forth in this Agreement. Contracting Party shall adopt reasonable methods during the life of this Agreement to furnish continuous protection to the Services performed by Contracting Party, and the equipment, materials, papers, and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Services by City, except such losses or damages as may be caused by City's own negligence. The performance of Services by Contracting Party shall not relieve Contracting Party from any obligation to correct any incomplete, inaccurate, or defective work at no further cost to City, when such inaccuracies are due to the negligence of Contracting Party. 1.7 Additional Services. In accordance with the terms and conditions of this Agreement, Contracting Party shall perform services in addition to those specified in the Scope of Services ("Additional Services") only when directed to do so by the Contract Officer, or assigned designee, provided that Contracting Party shall not be required to perform any Additional Services without compensation. Contracting Party shall not perform any Additional Services until receiving prior written authorization (in the form of a written change order if Contracting Party is a contractor performing the Services) from the Contract Officer, or assigned designee, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of Contracting Party. It is expressly understood by Contracting Party that the provisions of this Section shall not apply to the Services specifically set forth in the Scope of Services or reasonably contemplated therein. It is specifically understood and agreed that oral requests and/or approvals of Additional Services shall be barred and are unenforceable. Failure of Contracting Party to secure the Contract Officer's, or assigned designee's written authorization for Additional Services shall constitute a waiver of any and all right to adjustment of the Contract Sum or time to perform this Agreement, whether by way of compensation, restitution, quantum meruit, or the like, for Additional Services provided without the appropriate authorization from the Contract Officer, or assigned designee. -2- Compensation for properly authorized Additional Services shall be made in accordance with Section 2.4 of this Agreement. 1.8 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in "Exhibit D" (the "Special Requirements"), which is incorporated herein by this reference and expressly made a part hereof. In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2. COMPENSATION. 2.1 Contract Sum. For the Services rendered pursuant to this Agreement, Contracting Party shall be compensated based on Lump Sum in accordance with "Exhibit B" (the "Schedule of Compensation"). The total amount payable by City shall not exceed Dollars and Cents ($ 000,000.00) (the "Contract Sum"), except as provided in Section 1.7. The total lump sum price paid to Contracting Party will include compensation for all work and deliverables, including travel and equipment described in "Exhibit A". The Contract Sum shall include the attendance of Contracting Party at all project meetings reasonably deemed necessary by City; Contracting Party shall not be entitled to any additional compensation for attending said meetings. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if specified in the Schedule of Compensation. No additional compensation will be paid to Contracting Party unless there is a change in the scope of the work or the scope of the project. In the instance of a change in the scope of work or scope of the project, adjustment to the total lump sum compensation will be made in accordance with Section 1.7. 2.2 Method of Billing & Payment. Progress payments will be made monthly in arrears based on the percentage of work completed by Contracting Party. If Contracting Party fails to submit the required deliverable items according to the schedule set forth in Section 3.2, City shall have the right to delay payment or terminate this Agreement. Any month in which Contracting Party wishes to receive payment, Contracting Party shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City's Finance Director, an invoice for Services rendered prior to the date of the invoice. Invoices shall be submitted no later than thirty (30) calendar days after the performance of work for which Contracting Party is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall follow the format stipulated in the Schedule of Compensation and shall reference this Agreement number (or City project number for which this Agreement applies) and project title. Invoices shall contain a certification by a principal member of Contracting Party specifying that the payment requested is for Services performed in accordance with the terms of this Agreement. Upon approval in writing by the Contract Officer, or assigned designee, and subject to retention pursuant to Section 8.3, City will pay Contracting Party for all items stated thereon which are approved by City pursuant to this Agreement no later than thirty (30) days after invoices are received by the City's Finance Department. No payment -3- will be made prior to approval of any work, nor for any work performed prior to approval of this Agreement. The final invoice must contain the final cost and all credits due City including any equipment purchased under the provisions of Section 13.8. Except as provided for Section 10.3, the final invoice should be submitted within sixty (60) calendar days after completion of Contracting Party's work. 2.3 Prompt Payment: The City shall make all project progress payment within 30 days after receipt of an undisputed and properly submitted payment request from Contracting Party on a professional service contract. If the City fails to pay promptly, the City shall pay interest to the Contracting Party, which accrues at the rate of 10 percent per annum on the principal amount of a money judgment remaining unsatisfied and pre - rated as necessary. Upon receipt of the payment request, the City shall act in accordance with both of the following: 1) The City shall review each payment request as soon as feasible after receipt to verify it is a proper payment request. 2) The City must return any payment request deemed improper by the City to the Contracting Party as soon as feasible, but not later than seven (7) days, after receipt. A request returned pursuant to this paragraph shall include documentation setting forth in writing the reasons why it is an improper payment request. For projects awarded on or after September 1, 2023: the Contracting Party must now submit Exhibit 9-P to the City administering the Agreement by the 15t" of the month following the month of any payment(s). If the Contracting Party does not make any payments to subconsultants, supplier(s), and/or manufacturers Contracting Party must report "no payments were made to subs this month" and write this visibly and legibly on Exhibit 9-P. The City must verify all Exhibit 9-P information, monitor compliance with prompt payment requirements for DBE and non -DBE firms, and address any shortfalls to the DBE commitment and prompt payment issues until the end of the project. The City must email a copy of Exhibit 9-P to DBE.Forms(a)_dot.ca.gov before the end of the month after receiving the Exhibit 9-P from the Contracting Party. 2.4 Compensation for Additional Services. Additional Services approved in advance by the Contract Officer, or assigned designee, pursuant to Section 1.7 of this Agreement shall be paid for in an amount agreed to in writing by both City and Contracting Party in advance of the Additional Services being rendered by Contracting Party. Any compensation for Additional Services amounting to five percent (5%) or less of the Contract Sum may be approved by the Contract Officer, or assigned designee. Any greater amount of compensation for Additional Services must be approved by the La Quinta City Council, the City Manager, or Department Director, depending upon City laws, regulations, rules and procedures concerning public contracting. Under no circumstances shall Contracting Party receive compensation for any Additional Services unless prior written approval for the Additional Services is obtained from the Contract Officer, or assigned designee, pursuant to Section 1.7 of this Agreement. ME 3. PERFORMANCE SCHEDULE. 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. If the Services are not completed in accordance with the Schedule of Performance, as set forth in Section 3.2 and "Exhibit C", it is understood that the City will suffer damage. 3.2 Schedule of Performance. All Services rendered pursuant to this Agreement shall be performed diligently and within the time period established in "Exhibit C" (the "Schedule of Performance"). Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer, or assigned designee. Contracting Party shall not commence performance of work or services until this Agreement has been approved by City and notification to proceed has been issued by City's Contract Officer. 3.3 Force Majeure. The time period specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contracting Party, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Contracting Party shall within ten (10) days of the commencement of such delay notify the Contract Officer, or assigned designee, in writing of the causes of the delay. The Contract Officer, or assigned designee, shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the forced delay when and if in the Contract Officer's judgment such delay is justified, and the Contract Officer's determination, or assigned designee, shall be final and conclusive upon the parties to this Agreement. Extensions to time period in the Schedule of Performance which are determined by the Contract Officer, or assigned designee, to be justified pursuant to this Section shall not entitle the Contracting Party to additional compensation in excess of the Contract Sum. 3.4 Term. Unless earlier terminated in accordance with the provisions in Section 8.0 of this Agreement, the term of this agreement shall commence on , 2025, contingent upon approval by City, and Contracting Party shall commence work after notification to proceed by City's Contract Officer. The Agreement shall terminate on , 20_, unless extended by an Amendment to this Agreement. Contracting Party is advised that any recommendation for Agreement award is not binding on City until the Agreement is fully executed and approved by City. 4. COORDINATION OF WORK. 4.1 Representative of Contracting Party. The following principals of Contracting Party ("Principals") are hereby designated as being the principals and representatives of Contracting Party authorized to act in its behalf with respect to the Services specified herein and make all decisions in connection therewith: (a) [NAME] -5- Tel No.: E-mail: It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing Principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing Principals shall be responsible during the term of this Agreement for directing all activities of Contracting Party and devoting sufficient time to personally supervise the Services hereunder. For purposes of this Agreement, the foregoing Principals may not be changed by Contracting Party and no other personnel may be assigned to perform the Services required hereunder without the express written approval of City. 4.2 Contract Officer. The "Contract Officer" shall be Bryan McKinney P.E., Public Works Director/City Engineer or other such assigned designee as may be designated in writing by the City Manager of City. It shall be Contracting Party's responsibility to assure that the Contract Officer, or assigned designee, is kept informed of the progress of the performance of the Services and Contracting Party shall refer any decisions, which must be made by City, to the Contract Officer, or assigned designee. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer, or assigned designee. The Contract Officer, or assigned designee, shall have authority to sign all documents on behalf of City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability, and reputation of Contracting Party, its principals, and its employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Contracting Party shall not contract or subcontract with any other entity to perform in whole or in part the Services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered, voluntarily or by operation of law, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contracting Party, taking all transfers into account on a cumulative basis. Any attempted or purported assignment or contracting or subcontracting by Contracting Party without City's express written approval shall be null, void, and of no effect. No approved transfer shall release Contracting Party of any liability hereunder without the express consent of City. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contracting Party, its agents, or its employees, perform the Services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision, or control of Contracting Party's employees, servants, representatives, or agents, or in fixing their number or hours of service. Contracting Party shall perform all Services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contracting Party shall not at IMM any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contracting Party in its business or otherwise or a joint venture or a member of any joint enterprise with Contracting Party. Contracting Party shall have no power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. Except for the Contract Sum paid to Contracting Party as provided in this Agreement, City shall not pay salaries, wages, or other compensation to Contracting Party for performing the Services hereunder for City. City shall not be liable for compensation or indemnification to Contracting Party for injury or sickness arising out of performing the Services hereunder. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System ("PERS") as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. Contracting Party agrees to pay all required taxes on amounts paid to Contracting Party under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contracting Party shall fully comply with the workers' compensation laws regarding Contracting Party and Contracting Party's employees. Contracting Party further agrees to indemnify and hold City harmless from any failure of Contracting Party to comply with applicable workers' compensation laws. City shall have the right to offset against the amount of any payment due to Contracting Party under this Agreement any amount due to City from Contracting Party as a result of Contracting Party's failure to promptly pay to City any reimbursement or indemnification arising under this Section. 4.5 Identity of Persons Performing Work. Contracting Party represents that it employs or will employ at its own expense all personnel required for the satisfactory performance of any and all of the Services set forth herein. Contracting Party represents that the Services required herein will be performed by Contracting Party or under its direct supervision, and that all personnel engaged in such work shall be fully qualified and shall be authorized and permitted under applicable State and local law to perform such tasks and services. 4.6 City Cooperation. City shall provide Contracting Party with any plans, publications, reports, statistics, records, or other data or information pertinent to the Services to be performed hereunder which are reasonably available to Contracting Party only from or through action by City. 5. INSURANCE. 5.1 Insurance. Prior to the beginning of any Services under this Agreement and throughout the duration of the term of this Agreement, Contracting Party shall procure and maintain, at its sole cost and expense, and submit concurrently with its execution of -7- this Agreement, policies of insurance as set forth in "Exhibit E" (the "Insurance Requirements") which is incorporated herein by this reference and expressly made a part hereof. 5.2 Proof of Insurance. Contracting Party shall provide Certificate of Insurance to Agency along with all required endorsements. Certificate of Insurance and endorsements must be approved by Agency's Risk Manager prior to commencement of performance. 6. INDEMNIFICATION. 6.1 Indemnification. To the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officers, employees, agents, and volunteers as set forth in "Exhibit F" ("Indemnification") which is incorporated herein by this reference and expressly made a part hereof. 7. RECORDS AND REPORTS 7.1 Reports. Contracting Party shall periodically prepare and submit to the Contract Officer, or assigned designee, such reports concerning Contracting Party's performance of the Services required by this Agreement as the Contract Officer, or assigned designee, shall require. Contracting Party's Project Manager shall meet with City as necessary to discuss progress on the Agreement. Contracting Party hereby acknowledges that City is greatly concerned about the cost of the Services to be performed pursuant to this Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Services contemplated herein or, if Contracting Party is providing design services, the cost of the project being designed, Contracting Party shall promptly notify the Contract Officer, or assigned designee, of said fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Contracting Party is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.2 Records. Contracting Party shall keep, and require any subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports (including but not limited to payroll reports), studies, Independent CPA Audited Indirect Cost Rate workpapers, or other documents relating to the disbursements charged to City and the Services performed hereunder (the "Books and Records"), as shall be necessary to perform the Services required by this Agreement and enable the Contract Officer, or assigned designee, to evaluate the performance of such Services. Any and all such Books and Records, including those of the Contracting Party's Independent CPA, shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer, Caltrans Auditor, FHWA or any duly authorized representative of the Federal government having jurisdiction under Federal laws or regulations (including the basis of Federal Funding in whole or in part), or assigned designee, shall have full and free access to such Books and Records at all times during normal business hours of City, including the right to inspect, copy, audit, and make records and transcripts from such Books and Records. Such Books and Records shall be maintained for a period of three (3) years following completion of the Services hereunder, and City shall have access to such Books and Records in the event any audit, examination, workpaper review, excerpt, or transaction is required. In the event of dissolution of Contracting Party's business, custody of the Books and Records may be given to City, and access shall be provided by Contracting Party's successor in interest. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of City, for a period of three (3) years after final payment under this Agreement. 7.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents, and other materials plans, drawings, estimates, test data, survey results, models, renderings, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings, digital renderings, or data stored digitally, magnetically, or in any other medium prepared or caused to be prepared by Contracting Party, its employees, subcontractors, and agents in the performance of this Agreement (the "Documents and Materials") shall be the property of City and shall be delivered to City upon request of the Contract Officer, or assigned designee, or upon the expiration or termination of this Agreement, and Contracting Party shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the Documents and Materials hereunder. Any use, reuse or assignment of such completed Documents and Materials for other projects and/or use of uncompleted documents without specific written authorization by Contracting Party will be at City's sole risk and without liability to Contracting Party, and Contracting Party's guarantee and warranties shall not extend to such use, revise, or assignment. Contracting Party may retain copies of such Documents and Materials for its own use. Contracting Party shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any Documents and Materials prepared by them, and in the event Contracting Party fails to secure such assignment, Contracting Party shall indemnify City for all damages resulting therefrom. 7.4 In the event City or any person, firm, or corporation authorized by City reuses said Documents and Materials without written verification or adaptation by Contracting Party for the specific purpose intended and causes to be made or makes any changes or alterations in said Documents and Materials, City hereby releases, discharges, and exonerates Contracting Party from liability resulting from said change. The provisions of this clause shall survive the termination or expiration of this Agreement and shall thereafter remain in full force and effect. 7.5 In the event of Termination under Section 8.0, immediately upon termination, City shall be entitled to, and Contracting Party shall deliver to City, reports, investigations, appraisals, inventories, studies, analyses, drawings and data estimates mom performed to that date, whether completed or not, and other such materials as may have been prepared or accumulated to date by Contracting Party in performing this Agreement which is not Contracting Party's privileged information, as defined by law, or Contracting Party's personnel information, along with all other property belonging exclusively to City which is in Contracting Party's possession. 7.6 Licensing of Intellectual Property. This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, rights of reproduction, and other intellectual property embodied in the Documents and Materials. Contracting Party shall require all subcontractors, if any, to agree in writing that City is granted a non-exclusive and perpetual license for the Documents and Materials the subcontractor prepares under this Agreement. Contracting Party represents and warrants that Contracting Party has the legal right to license any and all of the Documents and Materials. Contracting Party makes no such representation and warranty in regard to the Documents and Materials which were prepared by design professionals other than Contracting Party or provided to Contracting Party by City. City shall not be limited in any way in its use of the Documents and Materials at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. Publication of the information derived from work performed or data obtained in connection with services rendered under this Agreement must be approved in writing by City. Additionally, it is agreed that the Parties intend this to be an Agreement for services and each considers the products and results of the services to be rendered by Contracting Party hereunder to be work made for hire. Contracting Party acknowledges and agrees that the work (and all rights therein, including, without limitation, copyright) belongs to and shall be the sole and exclusive property of City without restriction or limitation upon its use or dissemination by City. 7.7 Release of Documents. The Documents and Materials shall not be released publicly without the prior written approval of the Contract Officer, or assigned designee, or as required by law. Contracting Party shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. 7.8 Confidential or Personal Identifying Information. Contracting Party covenants that all City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussion notes, or other information, if any, developed or received by Contracting Party or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contracting Party to any person or entity without prior written authorization by City or unless required by law. City shall grant authorization for disclosure if required by any lawful administrative or legal proceeding, court order, or similar directive with the force of law. Permission to disclose information on one occasion, or public hearing held by City relating to the Agreement, shall not authorize Contracting Party to further disclose such information, or disseminate the same on any other occasion. Contracting Party 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, Contracting Party's own personnel involved in the performance of this Agreement, at public hearings, or in response to questions from -10- a Legislative committee. Contracting Party 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. All City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussions, or other information shall be returned to City upon the termination or expiration of this Agreement. All information related to the construction estimate is confidential and shall not be disclosed by Contracting party to any entity, other than City, Caltrans, and/or FHWA. All of the materials prepared or assembled by Contracting Party pursuant to performance of this Agreement are confidential and Contracting Party agrees that they shall not be made available to any individual or organization without the prior written approval of City or except by court order. If Contracting Party or any of its officers, employees, or subcontractors does voluntarily provide information in violation of this Contract, City has the right to reimbursement and indemnity from Contracting Party for any damages caused by Contracting Part releasing the information, including, but not limited to, City' attorney's fees and dis rsements, including without limitation experts' fees and dish rsements. ContracJAreement. arty's covenant under this section shall survive the termina ' n or expiration of thisof reasonable negl 8. ENFORCEMENT OF AGREEMENT. 8.1 California Law. This Agreement shall be interpreted, construed, and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contracting Party covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefore. Prior to either party commencing any legal action under this Agreement, the parties agree to try in good faith, to settle any dispute amicably between them. If a dispute has not been settled after forty-five (45) days of good -faith negotiations and as may be otherwise provided herein, then either party may commence legal action against the other. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer, or assigned designee; provided that if the default is an immediate danger to the health, safety, or general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to this Section 8.0. During the period of time that Contracting Party is in default, City shall hold all invoices and shall, when the default is -11- cured, proceed with payment on the invoices. In the alternative, City may, in its sole discretion, elect to pay some or all of the outstanding invoices during any period of default. 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 Officer and City Manager (or authorized designee), who may consider written or verbal information submitted by Contracting Party. Not later than thirty (30) calendar days after completion of all deliverables necessary to complete the plans, specifications and estimate, Contracting Party may request review by City Governing Board of unresolved claims or disputes, other than audit. The request for review shall be submitted in writing. Neither the pendency of a dispute, nor its consideration by the committee will excuse Contracting Party from full and timely performance in accordance with the terms of this Agreement. Audit Disputes shall be considered as provided for Section 10. 8.3 Retention of Funds. City may withhold from any monies payable to Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Contracting Party in the performance of the Services required by this Agreement. 8.4 Waiver. No delay or omission in the exercise of any right or remedy of a non -defaulting party on any default shall impair such right or remedy or be construed as a waiver. City's consent or approval of any act by Contracting Party requiring City's consent or approval shall not be deemed to waive or render unnecessary City's consent to or approval of any subsequent act of Contracting Party. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 8.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 8.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Termination Prior To Expiration of Term. This Section shall govern any termination of this Agreement, except as specifically provided in the following Section for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Contracting Party. Upon receipt of any notice of termination, Contracting Party shall immediately cease all Services hereunder except such as may be specifically approved by the Contract Officer, or assigned designee. Upon termination, City shall be entitled to all work, including but not limited to, reports, investigations, appraisals, inventories, studies, analyses, drawings and data estimates performed to that date, whether completed or not, and in accordance -12- with Section 7.5. Contracting Party shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer, or assigned designee, thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, or assigned designee, except amounts held as a retention pursuant to this Agreement. Notwithstanding any provisions of this Agreement, Contracting Party shall not be relieved of liability to City for damages sustained by City by virtue of any breach of this Agreement by Contracting Party, and City may withhold any payments due to Contracting Party until such time as the exact amount of damages, if any, due City from Contracting Party is determined. 8.8 Termination for Default of Contracting Party. If termination is due to the failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party shall vacate any City -owned property which Contracting Party is permitted to occupy hereunder and City may, after compliance with the provisions of Section 8.2, take over the Services and prosecute the same to completion by contract or otherwise, and Contracting Party shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Contracting Party for the purpose of setoff or partial payment of the amounts owed City. 8.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys' fees; provided, however, that the attorneys' fees awarded pursuant to this Section shall not exceed the hourly rate paid by City for legal services multiplied by the reasonable number of hours spent by the prevailing party in the conduct of the litigation. Attorneys' fees shall include attorneys' fees on any appeal, and in addition a party entitled to attorneys' fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery, and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. The court may set such fees in the same action or in a separate action brought for that purpose. 8.10 Suspension of Work. City may temporarily suspend this Agreement, at no additional cost to City, provided that Contracting Party is given written notice (delivered by certified mail, return receipt requested) of temporary suspension. If City gives such notice of temporary suspension, Contracting Party shall immediately suspend its activities under this Agreement. A temporary suspension may be issued concurrent with the notice of termination provided for in this Section 8.0. -13- 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION. 9.1 Non -liability of City Officers and Employees. No officer, official, employee, agent, representative, or volunteer of City shall be personally liable to Contracting Party, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Contracting Party or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Contracting Party covenants that neither it, nor any officer or principal of it, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contracting Party's performance of the Services under this Agreement. Contracting Party further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent, or subcontractor without the express written consent of the Contract Officer, or assigned designee. Contracting Party agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. During the term of this Agreement, the Contracting Party 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. The Contracting Party 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. No officer or employee of City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to this Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. Contracting Party warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. Contracting Party certifies that it has disclosed to City any actual, apparent, or potential conflicts of interest that may exist relative to the services to be provided pursuant to this Agreement. Contracting Party agrees to advise City of any actual, apparent or potential conflicts of interest that may develop subsequent to the date of execution of this Agreement. Contracting Party further agrees to complete any statements of economic interest if required by either City ordinance or State law. Contracting Party hereby certifies that the Contracting Party or subconsultant and any firm affiliated with the Contracting Party or subconsultant that bids on any construction contract or on any Agreement to provide construction inspection for any construction project resulting from this Agreement, has established necessary controls to ensure a conflict of interest does not exist. An affiliated firm is one, which is subject to the control of the same persons, through joint ownership or otherwise. 9.3 Covenants against Discrimination. The Contracting Party's signature affixed herein and dated shall constitute a certification under penalty of perjury under the -14- laws of the State of California that the Contracting Party has, unless exempt, complied with the nondiscrimination program requirements of Gov. Code §12990 and 2 CCR § 8103. During the performance of this Agreement, Contracting Party and its subconsultants shall not deny the Agreement's benefits to any person on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall they unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status. Contracting Party and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Contracting Party and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 et seq.), the applicable regulations promulgated there under (2 CCR §11000 et seq.), the provisions of Gov. Code §§11135- 11139.5, and the regulations or standards adopted by City to implement such article. The applicable regulations of the Fair Employment and Housing Commission implementing Gov. Code §12990 (a-f), set forth 2 CCR §§8100-8504, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. Contracting Party shall permit access by representatives of the Department of Fair Employment and Housing and the City upon reasonable notice at any time during the normal business hours, but in no case less than twenty-four (24) hours' notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or City shall require to ascertain compliance with this clause. Contracting Party 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. Contracting Party shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under this Agreement. The Contracting Party, with regard to the work performed under this Agreement, shall act in accordance with Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq.). Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the United States shall, on the basis of race, color, national origin, religion, sex, age, disability, be excluded from participation in, denied the benefits of or subject to discrimination under any program or activity by the recipients of federal assistance or their assignees and successors in interest. The Contracting Party shall comply with regulations relative to non-discrimination in federally -assisted programs of the U.S. Department of Transportation (49 CFR Part 21 - -15- Effectuation of Title VI of the Civil Rights Act of 1964). Specifically, the Contracting Party shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR §21.5, including employment practices and the selection and retention of Subconsultants. The Contracting Party, subrecipient or subconsultant will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any contract covered by 49 CFR 26 on the basis of race, color, sex, or national origin. In administering the City components of the DBE Program Plan, Contracting Party, subrecipient or subconsultant will not, directly, or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing accomplishment of the objectives of the DBE Program Plan with respect to individuals of a particular race, color, sex, or national origin. Title VI Assurances — Appendix A During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as Consultant) agrees as follows: a. Compliance with Regulations: Consultant shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this agreement. b. Nondiscrimination: Consultant, with regard to the work performed by it during the agreement, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub -applicants, including procurements of materials and leases of equipment. Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations. c. Solicitations for Sub -agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by Consultant for work to be performed under a Sub- agreement, including procurements of materials or leases of equipment, each potential sub -applicant or supplier shall be notified by Consultant of the Consultant's obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. d. Information and Reports. Consultant shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the recipient or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information -16- required of Consultant is in the exclusive possession of another who fails or refuses to furnish this information, Consultant shall so certify to the recipient or FHWA as appropriate, and shall set forth what efforts Consultant has made to obtain the information. e. Sanctions for Noncompliance: In the event of Consultant's noncompliance with the nondiscrimination provisions of this agreement, the recipient shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: withholding of payments to Consultant under the Agreement within a reasonable period of time, not to exceed 90 days; and/or ii. cancellation, termination, or suspension of the Agreement, in whole or in part. f. Incorporation of Provisions: Consultant shall include the provisions of paragraphs (1) through (6) in every sub -agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. Consultant shall take such action with respect to any sub -agreement or procurement as the recipient or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event Consultant becomes involved in, or is threatened with, litigation with a sub -applicant or supplier as a result of such direction, Consultant may request the recipient enter into such litigation to protect the interests of the State, and, in addition, Consultant may request the United States to enter into such litigation to protect the interests of the United States. Title VI Assurances — Appendix E During the performance of this contract, the Contracting Party, for itself, its assignees, and successors in interest agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to: Pertinent Nondiscrimination Authorities: - Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. - The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); - Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); -17- - Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; - The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); - Airport and Airway Improvement Act of 1982, (49 U.S.C. § 4 71, Section 4 7123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); - The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, subrecipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; Page 2 of 2 - The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); - Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); - Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). 10. AUDIT REVIEW PROCEDURES. 10.1 Audit Disputes. Any dispute concerning a question of fact arising under an interim or post audit of this Agreement that is not disposed of by agreement provided for in Section 8.0, shall be reviewed by City's Chief Financial Officer. Not later than thirty (30) calendar days after issuance of the final audit report, Contracting Party may request a review by City's Chief Financial Officer of unresolved audit issues. The request for review will be submitted in writing. Neither the pendency of a dispute nor its consideration by City will excuse Contracting Party from full and timely performance, in accordance with the terms of this Agreement. 10.2 Audit Review Procedures. Contracting Party and subconsultant Agreements, including Schedule of Compensation, cost proposals and Indirect Cost Rates (ICR), may be subject to audits or reviews such as, but not limited to, an Agreement audit, an incurred cost audit, an ICR Audit, or a CPA ICR audit work paper review. If selected for audit or review, the Agreement, cost proposal and ICR and related work papers, 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 work paper review it is Contracting Party's responsibility to ensure federal, City, or local government officials are allowed full access to the CPA's work papers including making copies as necessary. The Agreement, cost proposal, and ICR shall be adjusted by Contracting Party and approved by City Contract Officer to conform to the audit or review recommendations. Contracting Party agrees that individual terms of costs identified in the audit report shall be incorporated into the Agreement by this reference if directed by City at its sole discretion. Refusal by Contracting Party to incorporate audit or review recommendations, or to ensure that the federal, City or local governments have access to CPA work papers, will be considered a breach of Agreement terms and cause for termination under Section 8.0 of the Agreement and disallowance of prior reimbursed costs. 10.3 Caltrans Audits and Investigations Work Paper Review. Contracting Party's Schedule of Compensation may be subject to a CPA ICR Audit Work Paper Review and/or audit by Independent Office of Audits and Investigation (AOAI). IOAI, at its sole discretion, may review and/or audit and approve the CPA ICR documentation. The Schedule of Compensation shall be adjusted by the Contracting Party and approved by the City Contract Officer to conform to the Work Paper Review recommendations included in the management letter or audit recommendations included in the audit report. Refusal by the Contracting Party to incorporate the Work Paper Review recommendations included in the management letter or audit recommendations included in the audit report will be considered a breach of the Agreement terms and cause for termination under Section 8.0 of the Agreement and disallowance of prior reimbursed costs. During IOAI's review of the ICR audit work papers created by the Contracting Party's independent CPA, IOAI will work with the CPA and/or Contracting Party toward a resolution of issues that arise during the review. Each party agrees to use its best efforts to resolve any audit disputes in a timely manner. If IOAI identifies significant issues during the review and is unable to issue a cognizant approval letter, City will reimburse the Contracting Party at an accepted ICR until a FAR (Federal Acquisition Regulation) -19- compliant ICR {e.g. 48 CFR Part 31; GAGAS (Generally Accepted Auditing Standards); CAS (Cost Accounting Standards), if applicable; in accordance with procedures and guidelines of the American Association of State Highways and Transportation Officials (AASHTO) Audit Guide; and other applicable procedures and guidelines}is received and approved by IOAI. Accepted rates will be as follows: A. If the proposed rate is less than one hundred fifty percent (150%) -the accepted rate reimbursed will be ninety percent (90%) of the proposed rate. B. If the proposed rate is between one hundred fifty percent (150%) and two hundred percent (200%) - the accepted rate will be eighty-five percent (85%) of the proposed rate. C. If the proposed rate is greater than two hundred percent (200%) - the accepted rate will be seventy-five percent (75%) of the proposed rate. If IOAI is unable to issue a cognizant letter per this Section 10.3, IOAI may require Contracting Party to submit a revised independent CPA -audited ICR and audit report within three (3) months of the effective date of the management letter. IOAI will then have up to six (6) months to review the Contracting Party's and/or the independent CPA's revisions. If the Contracting Party fails to comply with the provisions of this Section 10.3, or if IOAI is still unable to issue a cognizant approval letter after the revised independent CPA audited ICR is submitted, overhead cost reimbursement will be limited to the accepted ICR that was established upon initial rejection of the ICR and set forth this Section 10.3 for all rendered services. In this event, this accepted ICR will become the actual and final ICR for reimbursement purposes under this Agreement. Contracting Party may submit to City final invoice only when all of the following items have occurred: (1) IOAI accepts or adjusts the original or revised independent CPA audited ICR; (2) all work under this Agreement has been completed to the satisfaction of City; and, (3) IOAI has issued its final ICR review letter. The Contracting Party must submit its final invoice to City no later than sixty (60) calendar days after occurrence of the last of these items. The accepted ICR will apply to this Agreement and all other agreements executed between City and the Contracting Party, either as a prime or subconsultant, with the same fiscal period ICR. 11. STATE PREVAILING WAGE RATES 11.1 State Prevailing Wage Rates. No Consultant or Subconsultant may be awarded an Agreement containing public work elements unless registered with the Department of Industrial Relations (DIR) pursuant to Labor Code §1725.5. Registration with DIR must be maintained throughout the entire term of this Agreement, including any subsequent amendments. The Contracting Party shall comply with all of the applicable provisions of the California Labor Code requiring the payment of prevailing wages. The -20- General Prevailing Wage Rate Determinations applicable to work under this Agreement are available and on file with the Department of Transportation's Regional/District Labor Compliance Officer (https://dot.ca.gov/programs/construction/labor-compliance). These wage rates are made a specific part of this Agreement by reference pursuant to Labor Code §1773.2 and will be applicable to work performed at a construction project site. Prevailing wages will be applicable to all inspection work performed at City construction sites, at City facilities and at off -site locations that are set up by the construction contractor or one of its subcontractors solely and specifically to serve City projects. Prevailing wage requirements do not apply to inspection work performed at the facilities of vendors and commercial materials suppliers that provide goods and services to the general public. General Prevailing Wage Rate Determinations applicable to this project may also be obtained from the Department of Industrial Relations Internet site at http://www.dir.ca.gov. 11.2 Payroll Records. Contracting Party and each Subconsultant shall keep accurate certified payroll records and supporting documents as mandated by Labor Code §1776 and as defined in 8 CCR §16000 showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by the Contracting Party or Subconsultant in connection with the public work. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: A. The information contained in the payroll record is true and correct. B. The employer has complied with the requirements of Labor Code §1771, §1811, and §1815 for any work performed by his or her employees on the public works project. The payroll records enumerated under this Section 11.2 shall be certified as correct by the Contracting Party under penalty of perjury. The payroll records and all supporting documents shall be made available for inspection and copying by City representative's at all reasonable hours at the principal office of the Contracting Party. The Contracting Party shall provide copies of certified payrolls or permit inspection of its records as follows: A. A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or the employee's authorized representative on request. B. A certified copy of all payroll records enumerated in this Section 11.2 shall be made available for inspection or furnished upon request to a representative of City, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. Certified payrolls submitted to City, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards shall not be altered or obliterated by the Contracting Party. -21- C. The public shall not be given access to certified payroll records by the Contracting Party. The Contracting Party is required to forward any requests for certified payrolls to the City Contract Officer by both email and regular mail on the business day following receipt of the request. Contracting Party and all subconsultants shall submit a certified copy of the records enumerated in this Section 11.2, to the entity that requested the records within ten (10) calendar days after receipt of a written request. Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by City shall be marked or obliterated in such a manner as to prevent disclosure of each individual's name, address, and social security number. The name and address of the Contracting Party or Subconsultant performing the work shall not be marked or obliterated. The Contracting Party shall inform City of the location of the records enumerated under this Section 11.2, including the street address, city and county, and shall, within five (5) working days, provide a notice of a change of location and address. The Contracting Party or Subconsultant shall have ten (10) calendar days in which to comply subsequent to receipt of written notice requesting the records enumerated in this Section 11.2. In the event the Contracting Party or Subconsultant fails to comply within the ten (10) day period, he or she shall, as a penalty to City, forfeit one hundred dollars ($100) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Such penalties shall be withheld by City from payments then due. Contracting Party is not subject to a penalty assessment pursuant to this section due to the failure of a Subconsultant to comply with this section. 11.3 Responsibility. When prevailing wage rates apply, the Contracting Party is responsible for verifying compliance with certified payroll requirements. Invoice payment will not be made until the invoice is approved by the City Contract Officer. 11.4 Penalty. The Contracting Party and any of its Subconsultants shall comply with Labor Code §1774 and §1775. Pursuant to Labor Code §1775, the Contracting Party and any Subconsultant shall forfeit to the City a penalty of not more than two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director of DIR for the work or craft in which the worker is employed for any public work done under the Agreement by the Contracting Party or by its Subconsultant in violation of the requirements of the Labor Code and in particular, Labor Code §§1770 to 1780, inclusive. The amount of this forfeiture shall be determined by the Labor Commissioner and shall be based on consideration of mistake, inadvertence, or neglect of the Contracting Party or Subconsultant in failing to pay the correct rate of prevailing wages, or the previous record of the Contracting Party or Subconsultant in meeting their respective prevailing wage obligations, or the willful failure by the Contracting Party or Subconsultant to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay -22- the correct rates of prevailing wages is not excusable if the Contracting Party or Subconsultant had knowledge of the obligations under the Labor Code. The Contracting Party is responsible for paying the appropriate rate, including any escalations that take place during the term of the Agreement. In addition to the penalty and pursuant to Labor Code §1775, the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contracting Party or Subconsultant. If a worker employed by a Subconsultant on a public works project is not paid the general prevailing per diem wages by the Subconsultant, the Contracting Party is not liable for the penalties described above unless the Contracting Party had knowledge of that failure of the Subconsultant to pay the specified prevailing rate of wages to those workers or unless the Contracting Party fails to comply with all of the following requirements: A. The Agreement executed between the Contracting Party and the Subconsultant for the performance of work on public works projects shall include a copy of the requirements in Labor Code §§ 1771, 1775, 1776, 1777.5, 1813, and 1815. B. The Contracting Party shall monitor the payment of the specified general prevailing rate of per diem wages by the Subconsultant to the employees by periodic review of the certified payroll records of the Subconsultant. C. Upon becoming aware of the Subconsultant's failure to pay the specified prevailing rate of wages to the Subconsultant's workers, the Contracting Party shall diligently take corrective action to halt or rectify the failure, including but not limited to, retaining sufficient funds due the Subconsultant for work performed on the public works project. D. Prior to making final payment to the Subconsultant for work performed on the public works project, the Contracting Party shall obtain an affidavit signed under penalty of perjury from the Subconsultant that the Subconsultant had paid the specified general prevailing rate of per diem wages to the Subconsultant's employees on the public works project and any amounts due pursuant to Labor Code §1813. Pursuant to Labor Code §1775, City shall notify the Contracting Party on a public works project within fifteen (15) calendar days of receipt of a complaint that a Subconsultant has failed to pay workers the general prevailing rate of per diem wages. If City determines that employees of a Subconsultant were not paid the general prevailing rate of per diem wages and if City did not retain sufficient money under the Agreement to pay those employees the balance of wages owed under the general prevailing rate of per diem wages, the Contracting Party shall withhold an amount of moneys due the Subconsultant sufficient to pay those employees the general prevailing rate of per diem wages if requested by City. -23- 11.5 Hours of Labor. Eight (8) hours labor constitutes a legal day's work. The Contracting Party shall forfeit, as a penalty to the City, twenty-five dollars ($25) for each worker employed in the execution of the Agreement by the Contracting Party or any of its Subconsultants for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of the Labor Code, and in particular §§1810 to 1815 thereof, inclusive, except that work performed by employees in excess of eight (8) hours per day, and forty (40) hours during any one week, shall be permitted upon compensation for all hours worked in excess of eight (8) hours per day and forty (40) hours in any week, at not less than one and one-half (1.5) times the basic rate of pay, as provided in §1815. 11.6 Employment of Apprentices. Where either the prime Agreement or the sub - agreement exceeds thirty thousand dollars ($30,000), the Contracting Party and any subconsultants under him or her shall comply with all applicable requirements of Labor Code §§ 1777.5, 1777.6 and 1777.7 in the employment of apprentices. The Contracting Party and its subconsultants are required to comply with all Labor Code requirements regarding the employment of apprentices, including mandatory ratios of journey level to apprentice workers. Prior to commencement of work, Contracting Party and its subconsultants are advised to contact the DIR Division of Apprenticeship Standards website at https://www.dir.ca.gov/das/, for additional information regarding the employment of apprentices and for the specific journey -to- apprentice ratios for the Agreement work. The Contracting Party is responsible for all subconsultants' compliance with these requirements. Penalties are specified in Labor Code §1777.7. 12. DISADVANTAGED BUSINESS ENTERPRISES (DBE) PARTICIPATION. The Contracting Party, subrecipient (City), or subconsultant shall take necessary and reasonable steps to ensure that DBE's have opportunities to participate in the Agreement (49 CFR 26). To ensure equal participation of DBE's provided in 49 CFR 26.5, The City shows a contract goal for DBE's. Contracting Party shall make work available to DBEs and select work parts consistent with available DBE subconsultants and suppliers. The Contracting Party shall meet the DBE goal shown elsewhere in these special provisions or demonstrate that they made adequate good faith efforts to meet this goal. It is Contracting Party's responsibility to verify at date of proposal opening that the DBE firm is certified as a DBE by using the California Unified Certification Program (CUCP) database and possesses the most specific available North American Industry Classification System (NAICS) codes or work code applicable to the type of work the firm will perform on the contract. Additionally, the Contracting Party is responsible to document the verification record by printing out the California Unified Certification Program (CUCP) data for each DBE firm. A list of DBEs certified by the CUCP can be found at https://dot.ca.gov/programs/civil-rights/dbe-search. -24- All DBE participation will count toward the California Department of Transportation's federally mandated statewide overall DBE goal. Credit for materials or supplies the Contracting Party purchases from DBE's counts toward the goal in the following manner: 100 percent counts if the materials or supplies are obtained from a DBE manufacturer. - 60 percent counts if the materials or supplies are purchased from a DBE regular dealer. Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and regular dealer." This Agreement is subject to 49 CFR Part 26 entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs". Consultants who enter into a federally -funded agreement will assist the City in a good faith effort to achieve California's statewide overall DBE goal. 12.1 DBE Goal. The Goal for DBE participation for this Agreement is 13%. Participation by DBE Contracting Party or subconsultants shall be in accordance with information contained in Exhibit 10-02: Consultant Contract DBE Commitment attached hereto and incorporated as part of the Agreement. If a DBE subconsultant is unable to perform, the Contracting Party must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. 12.2 Meeting the Goal. The Contracting Party can meet the DBE participation goal by either documenting commitments to DBEs to meet the Agreement goal, or by documenting adequate good faith efforts to meet the Agreement goal. An adequate good faith effort means that the Contracting Party must show that it took all necessary and reasonable steps to achieve a DBE goal that, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to meet the DBE goal. If the Contracting Party has not met the DBE goal, complete and submit Exhibit 15-H: DBE Information — Good Faith Efforts to document efforts to meet the goal. Refer to 49 CFR Part 26 for guidance regarding evaluation of good faith efforts to meet the DBE goal. 12.3 Contract Assurance. Under 49 DBR 26.13(b): The Contracting Party, subrecipient or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contracting Party shall carry out applicable requirements of 49 CFR 26 in the award and administration of federal -aid contracts. Failure by the Contracting Party to carry out these requirements is a material breach of this contract, which may result in the termination of this contract under Section 8.0 or such other remedy as the recipient deems appropriate, which may include, but is not limited to: -25- (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated Damages; and/or (4) Disqualifying the Contracting Party from future proposing as non -responsible. 12.4 Termination and Replacement of DBE Subconsultants. The Contracting Party shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the Contracting Party or DBE subconsultant obtains the City's written consent. The Contracting Party shall not terminate or replace a listed DBE for convenience and perform the work with their own forces or obtain materials from other sources without authorization from the City. Unless the City's consent is provided, the Contracting party shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE on the Exhibit 10-02 Consultant Contract DBE Commitment form, included in the bid. Termination of DBE Subconsultants After execution of the Agreement, termination of a DBE may be allowed for the following, but not limited to, justifiable reasons with prior written authorization from the City- 1 . Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project. 2. The City stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet the City's bond requirements. 3. Work requires a consultant's license and listed DBE does not have a valid license under Contractors License Law. 4. Listed DBE fails or refuses to perform the work or furnish the listed materials (failing or refusing to perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or discrimination). 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent or exhibits credit unworthiness. 8. Listed DBE voluntarily withdraws with written notice from the Contract. 9. Listed DBE is ineligible to receive credit for the type of work required. 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. -26- 11. The City determines other documented good cause. Contracting Party must use the following procedures to request the termination of a DBE or portion of a DBE's work: 1. Send a written notice to the DBE of the Contracting Party's intent to use other forces or material sources and include one or more justifiable reasons listed above. Simultaneously send a copy of this written notice to the City. The written notice to the DBE must request they provide any response within five (5) business days to both the Contracting Party and the City by either acknowledging their agreement or documenting their reasoning as to why the use of other forces or sources of materials should not occur. 2. If the DBE does not respond within five (5) business days, Contracting Party may move forward with the request as if the DBE had agreed to Contracting Party's written notice. 3. Submit Contracting Party's DBE termination request by written letter to the City and include: • One or more above listed justifiable reasons along with supporting documentation. • Contracting Party's written notice to the DBE regarding the request, including proof of transmission and tracking documentation of Consultant's written notice. • The DBE's response to Contracting Party's written notice, if received. If a written response was not provided, provide a statement to that effect. The City shall respond in writing to Contracting Party's DBE Termination request within five (5) business days. Reolacement of DBE Subconsultant After receiving the City's written authorization of DBE termination request, Contracting Party must obtain the City's written agreement for DBE replacement. Contracting Party must find or demonstrate GFEs to find qualified DBE replacement firms to perform the work to the extent needed to meet the DBE commitment. The following procedures shall be followed to request authorization to replace a DBE Firm: 1. Submit a request to replace a DBE with other forces or material sources in writing to the City which must include: a. Description of remaining uncommitted work item made available for replacement DBE solicitation and participation. -27- b. The proposed DBE replacement firm's business information, the work they have agreed to perform, and the following: • Description of scope of work and cost proposal • Proposed subcontract agreement and written confirmation of agreement to perform on the Contract • Revised Exhibit 10-02: Consultant Contract DBE Commitment 2. If Contracting Party has not identified a DBE replacement firm, submits documentation of Contracting Party's GFE's to use DBE replacement firms within seven (7) days of City's authorization to terminate the DBE. Contracting Party may request the City's approval to extend this submittal period to a total of 14 days. Submit documentation of actions taken to find a DBE replacement firm, such as: • Search results of certified DBEs available to perform the original DBE work identified and or other work Contracting Party had intended to self -perform, to the extent needed to meet DBE commitment • Solicitations of DBEs for performance of work identified • Correspondence with interested DBEs that may have included contract details and requirements • Negotiation efforts with DBEs that reflect why an agreement was not reached • If a DBE's quote was rejected, provide reasoning for the rejection, such as why the DBE was unqualified for the work, or why the price quote was unreasonable or excessive • Copies of each DBE's and non-DBE's price quotes for work identified, as the City may contact the firms to verify solicitation efforts and determine if the DBE quotes are substantially higher • Additional documentation that supports Contracting Party's GFE The City shall respond in writing to Contracting Party's DBE replacement request within five (5) business days. 12.5 Commitment and Utilization. The City's DBE program must include a monitoring and enforcement mechanism to ensure that DBE commitments reconcile to the DBE utilization. The City shall request the Contracting Party to: Notify the City's contract officer or designated representative of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work 3. Maintain records including- - Name and business address of each 1It tier subconsultant - Name and business address of each DBE subconsultant, DBE vendor, and DBE trucking company, regardless of tier - Date of payment and total amount paid to each business (see Exhibit 9-F Monthly Disadvantaged Business Enterprise Payment) If the Contracting Party is a DBE Consultant, they shall include the date of work performed by their own forces and the corresponding value of the work. If a DBE is decertified before completing its work, the DBE must notify the Contracting Party in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify the Contracting Party in writing of the certification date. The Contracting Party shall submit the notifications to the City. On work completion, the Contracting Party shall complete a Disadvantaged Business Enterprises (DBE) Certification Status Change, Exhibit 17-0, form and submit the form to the City within 30 days of contract acceptance. Upon work completion, the Contracting Party shall complete Exhibit 17-F Final Report — Utilization of Disadvantaged Business Enterprises (DBE), First -Tier Subcontractors and submit it to the City within 90 days of contract acceptance. The City will withhold $10,000 until the form is submitted. The City will release the withhold upon submission of the completed form. In the City's reports of DBE participation to Caltrans, the City must display both commitments and attainments. 12.6 Commercially Useful Function. DBE's must perform a commercially useful function (CUF) under 49 CFR 26.55 when performing work or supplying materials listed on the DBE Commitment form. The DBE value of work will only count toward the DBE commitment if the DBE performs a CUF. A DBE performs a CUF 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 CUF, 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. Contracting Party must perform CUF evaluation for each DBE working on a federal -aid contract, with or without a DBE goal. Contracting Party shall perform a CUF evaluation at the beginning of DBE's work and continue to monitor the performance of CUF for the duration of the project. -29- Contracting Party must provide written notification to the City at least 15 days in advance of each DBE's initial performance of work or supplying materials for the Contract. The notification must include the DBE's name, work the DBE will perform on the contract, and the location, date, and time of where their work will take place. Within 10 days of a DBE initially performing work or supplying materials on the Contract, Contracting Party shall submit to the City the initial evaluation and validation of DBE performance of a CUF using the LAPM 9-J: Disadvantaged Business Enterprise Commercially Useful Function Evaluation. Include the following information with the submittal: • Subcontract agreement with the DBE • Purchase orders • Bills of lading • Invoices • Proof of payment Contracting Party must monitor all DBE's performance of CUF by conducting quarterly evaluations and validations throughout their duration of work on the Agreement using the LAPM 9-J: DBE Commercially Useful Function Evaluation. Contracting Party must submit to the City these quarterly evaluations and validations by the 5t" of the month for the previous three months of work. Contracting Party must notify the City immediately if they believe the DBE may not be performing a CUF. The City will verify DBEs performance of CUF by reviewing the initial and quarterly submissions of LAPM 94 DBE Commercially Useful Function Evaluation, submitted supporting information, field observations, and through any additional City evaluations. The City must evaluate DBEs and their CUF performance throughout the duration of a Contract. The City will provide written notice to the Contracting Party and the DBE at least two (2) business days prior to any evaluation. The Contracting Party and the DBE must participate in the evaluation. Upon completing the evaluation, the City must share the evaluation results with the Contracting Party and the DBE. An evaluation could include items that must be remedied upon receipt. If the City determines the DBE is not performing a CUF, the Contracting Party must suspend performance of the noncompliant work. Contracting Party and DBEs must submit additional CUF related records and documents within five (5) business days of City's request such as: • Proof of ownership or lease and rental agreements for equipment • Tax records • Employee rosters • Certified payroll records • Inventory rosters -30- Failure to submit required DBE Commercially Useful Function Evaluation forms or requested records and documents can result in withholding of payment for the value of work completed by the DBE. If Contracting Party and/or the City determine that a listed DBE is not performing a CUF in performance of their DBE committed work, Contracting Party must immediately suspend performance of the noncompliant portion of the work. City may deny payment for the noncompliant portion of the work. City will ask Contracting Party to submit a corrective action plan (CAP) to the City within five (5) days of the noncompliant CUF determination. The CAP must identify how the Contracting Party will correct the noncompliance findings for the remaining portion of the DBE's work. City has five (5) days to review the CAP in conjunction with the Contracting Party's review. The Contracting Party must implement the CAP within five (5) days of the City's approval. The City will then authorize the prior noncompliant portion of work for the DBE's committed work. If corrective actions cannot be accomplished to ensure the DBE performs a commercially useful function on the Contract, Contracting Party may have good cause to request termination of the DBE. 12.7 A DBE does not perform a CUF 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 determining whether a DBE is such an extra participant, examine similar transactions, particularly those in which DBEs do not participate. 12.8 If a DBE does not perform or exercise responsibility for at least thirty percent (30%) of the total cost of its Agreement with its own work force, or the DBE subcontracts a greater portion of the work of the Agreement 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 CUF. 12.9 Records. The Contracting Party 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 Contracting Party's shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. 12.10 Decertification of DBE. If a DBE subconsultant is decertified during the life of the Agreement, the decertified subconsultant shall notify the Contracting Party 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 Contracting Party in writing with the date of certification. Any changes should be reported to City's Contract Officer within thirty (30) calendar days. -31- 12.11 Progress Payments. For projects awarded after March 1, 2020, but before September 1, 2023: No later than the 10th of the month following the month of any payment(s), the Contracting Party must submit an invoice for payment along with Exhibit 9-F: Monthly Disadvantaged Business Enterprise (DBE) Payment to the Caltrans Business Support Unit at Business. Support. U n it(a)_dot. ca.gov. Provide a copy to the City. For projects awarded on or after September 1, 2023: Exhibit 9-F is no longer required. Instead, by the 15th of the month following the month of any payment(s), the Contracting Party must now submit Exhibit 9-P to the City. If the Contracting Party does not make any payments to subconsultants, supplier(s), and/or manufacturers Contracting Party must report "no payments were made to subs this month" and write this visibly and legibly on Exhibit 9-P. 12.12 Subcontracting. Any subcontract entered into as a result of this agreement shall contain all of the provisions of this section. 13. MISCELLANEOUS PROVISIONS. 13.1 Notice. Any notice, demand, request, consent, approval, or communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this Section. To City: CITY OF LA QUINTA Attention: Bryan McKinney, PE 78495 Calle Tampico La Quinta, California 92253 To Contracting Party: 13.2 Contracting Party's Reports or Meetings. The Contracting Party shall submit progress reports at least once a month. The report should be sufficiently detailed for the City' Contract Officer to determine, if the Contracting Party is performing to expectations, or is on schedule; to provide communication of interim findings, and to sufficiently address any difficulties or special problems encountered, so remedies can be developed. 13.3 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 13.4 Section Headings and Subheadings. The section headings and subheadings contained in this Agreement are included for convenience only and shall not limit or otherwise affect the terms of this Agreement. -32- 13.5 Cost Principals. The Contracting Party agrees that 48 CFR Part 31, Contract Cost Principles and Procedures, shall be used to determine the allowability of individual terms of cost. The Contracting Party also agrees to comply with Federal procedures in accordance with 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. Any costs for which payment has been made to the Contracting Party that are determined by subsequent audit to be unallowable under 48 CFR Part 31 or 2 CFR Part 200 are subject to repayment by the Contracting Party to City. When Contracting Party or Subconsultant is a Non -Profit Organization or an Institution of Higher Education, the Cost Principles for Title 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards shall apply. 13.6 Subcontracting. Nothing contained in this Agreement or otherwise, shall create any contractual relation between the City and any Subconsultants, and no sub agreement shall relieve the Contracting Party of its responsibilities and obligations hereunder. The Contracting Party 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 Contracting Party. The Contracting Party's obligation to pay its Subconsultants is an independent obligation from the City's obligation to make payments to the Contracting Party. The Contracting Party shall perform the work contemplated with resources available within its own organization and no portion of the work shall be subcontracted without written authorization by the City Contract Officer, except that which is expressly identified in the Schedule of Compensation. Any sub -agreement entered into as a result of this Agreement, shall contain all the provisions stipulated in this entire Agreement to be applicable to Subconsultants unless otherwise noted. Contracting Party shall pay its Subconsultants within Fifteen (15) calendar days from receipt of each payment made to the Contracting Party by the City. Any substitution of Subconsultants must be approved in writing by the City Contract Officer in advance of assigning work to a substitute Subconsultant. 13.7 Prompt Progress Payment. The Contracting Party or subconsultant shall pay to any subconsultant, no later than fifteen (15) days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the Contracting Party on account of the work performed by the subconsultants, to the extent of each subconsultant's interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the Contracting Party or subconsultant to a subconsultant, the Contracting Party or subconsultant may withhold no more than 150 percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subconsultant, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. The sanctions authorized under this requirement shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non -DBE subconsultants. -33- 13.8 Prompt Payment of Withheld Funds to Subconsultants. No retainage will be held by the City from progress payments due to the Contracting Party. The Contracting Party and subconsultants are prohibited from holding retainage from subconsultants. Any delay or postponement of payment may take place only for good cause and with the City's prior written approval. Any violation of these provisions shall subject the violating Contracting Party or subconsultant to the penalties, sanctions, and other remedies specified in Section 3321 of the California Civil Code. This requirement shall not be construed to limit or impair any contractual, administrative, orjudicial remedies, otherwise available to the Contracting Party or subconsultant in the event of a dispute involving late payment or nonpayment by the Contracting Party, deficient subconsultant performance and/or noncompliance by a subconsultant. This clause applies to both DBE and non -DBE subconsultants. 13.9 Equipment Purchase. Prior authorization in writing by City Contract Officer shall be required before Contracting Party enters into any unbudgeted purchase order, or subcontract exceeding five thousand dollars ($5,000) for supplies, equipment, or services. Contracting Party shall provide an evaluation of the necessity or desirability of incurring such costs. For purchase of any item, service, or consulting work not covered in Schedule of Compensation and exceeding five thousand dollars ($5,000), with prior authorization by City Contract Officer, three competitive quotations must be submitted with the request, or the absence of proposal must be adequately justified. Any equipment purchased with funds provided under the terms of this Agreement is subject to the following: Contracting Party 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 five thousand dollars ($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 Agreement, or if the Agreement is terminated as provided for in Section 8.0, Contracting Party 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 Contracting Party elects to keep the equipment, fair market value shall be determined at Contracting Party'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 Contracting Party, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by City. Regulation 2 CFR Part 200 requires a credit to State or Federal funds when participating equipment with a fair market value greater than five thousand dollars ($5,000) is credited to the project. 13.10 Rebates, Kickbacks or Other Unlawful Consideration. The Contracting Party 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 -34- terminate this Agreement without liability, to pay only for the value of the work actually performed, or to deduct from this Agreement price or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. 13.11 Prohibition of Expending City, State, or Federal Funds for Lobbying. The Contracting Party certifies, to the best of his or her knowledge and belief, that no State, Federal, or City appropriated funds have been paid or will be paid, by or on behalf of the Contracting Party, to any person for influencing or attempting to influence an officer or employee of any local, 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 or making of this Agreement, or with the extension, continuation, renewal, amendment, or modification of this Agreement. 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 agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Agreement, the Contracting Party shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. §1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000) and not more than one hundred thousand dollars ($100,000) for each such failure. The Contracting Party also agrees by signing this document that he or she shall require that the language of this certification be included in all lower tier sub -agreements, which exceed one hundred thousand dollars ($100,000), and that all such subrecipients shall certify and disclose accordingly. 13.12 Debarment and Suspension Certification. The Contracting Party's signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California, that the Contracting Party 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. Exceptions will not necessarily result in denial of recommendation for award but will be considered in determining responsibility. Disclosures must indicate the party to whom the exceptions apply, the initiating agency, and the dates of agency action. Exceptions to the Federal Government Excluded Parties List System maintained by the U.S. General Services Administration are to be determined by FHWA. 13.13 Funding Requirements. It is mutually understood between the parties that this Agreement may have been written before ascertaining the availability of funds or -35- appropriation of funds, for the mutual benefit of both parties, in order to avoid program and fiscal delays that would occur if the Agreement were executed after that determination was made. This Agreement is valid and enforceable only if sufficient funds are made available to City for the purpose of this Agreement. In addition, this Agreement is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress, State Legislature, or City governing board that may affect the provisions, terms, or funding of this Agreement in any manner. It is mutually agreed that if sufficient funds are not appropriated, this Agreement may be amended to reflect any reduction in funds. City has the option to terminate the Agreement pursuant to Section 8.0 or by mutual agreement to amend the Agreement to reflect any reduction of funds. 13.14 Contingent Fee. Contracting Party warrants, by execution of this Agreement that no person or selling agency has been employed, or retained, to solicit or secure this Agreement upon an agreement or understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees, or bona fide established commercial or selling agencies maintained by Contracting Party for the purpose of securing business. For breach or violation of this warranty, City has the right to annul this Agreement without liability; pay only for the value of the work actually performed, or in its discretion to deduct from the Agreement price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. 13.15 Inspection of Work. Contracting Party 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. 13.16 Safety. Contracting Party shall comply with OSHA regulations applicable to Contracting Party regarding necessary safety equipment or procedures. Contracting Party shall comply with safety instructions issued by City Safety Officer and other City representatives. Contracting Party personnel shall wear hard hats and safety vests at all times while working on the construction project site. Pursuant to the authority contained in Vehicle Code §591, City has determined that such areas are within the limits of the project and are open to public traffic. Contracting Party shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. Contracting Party 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. Contracting Party must have a Division of Occupational Safety and Health (CAL -OSHA) permit(s), as outlined in Labor Code §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 (5) feet or deeper. Any subcontract entered into as a result of this contract shall contain all of the provisions of this Section. 13.17 Claims Filed by City's Construction Contractor. If claims are filed by City's construction contractor relating to work performed by Contracting Party's personnel, and additional information or assistance from Contracting Party's personnel is required in order to evaluate or defend against such claims; Contracting Party agrees to make its -36- personnel available for consultation with City's construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. Contracting Party's personnel that City considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from City. Consultation or testimony will be reimbursed at the same rates, including travel costs that are being paid for Contracting Party's personnel services under this Agreement. Services of Contracting Party's personnel in connection with City's construction contractor claims will be performed pursuant to a written contract amendment, if necessary, extending the termination date of this Agreement in order to resolve the construction claims. 13.18 National Labor Relations Board Certification. In accordance with Public Contract Code §10296, Contracting Party 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 Contracting Party, within the immediately preceding two-year period, because of Contracting Party's failure to comply with an order of a federal court that orders Contracting Party to comply with an order of the National Labor Relations Board. 13.19 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. 13.20 Integrated Agreement. This Agreement including the exhibits hereto is the entire, complete, and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements, and understandings, if any, between the parties, and none shall be used to interpret this Agreement. 13.21 Amendment. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by Contracting Party and by the City Council of City. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. Contracting Party shall only commence work covered by an amendment after the amendment is executed and notification to proceed has been provided by City Contract Officer. 13.22 Severability. In the event that any one or more of the articles, phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable, such invalidity or unenforceability shall not affect any of the remaining articles, phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 13.23 Unfair Business Practices Claims. In entering into this Agreement, Contracting Party offers and agrees to assign to City all rights, title, and interest in and to -37- all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials related to this Agreement. This assignment shall be made and become effective at the time City renders final payment to Contracting Party without further acknowledgment of the parties. 13.24 No Third -Party Beneficiaries. With the exception of the specific provisions set forth in this Agreement, there are no intended third -party beneficiaries under this Agreement and no such other third parties shall have any rights or obligations hereunder. 13.25 Authority. The persons executing this Agreement on behalf of each of the parties hereto represent and warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors, and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA, CONTRACTING PARTY: a California Municipal Corporation JON MCMILLEN, City Manager City of La Quinta, California Dated: ATTEST: MONIKA RADEVA, City Clerk La Quinta, California APPROVED AS TO FORM: WILLIAM H. IHRKE, City Attorney City of La Quinta, California By:_ Name: Title: By:_ Name: Title: -39- [See Attached] Exhibit A Exhibit A Page 1 of 4 Last revised summer 2017 ADDENDUM TO AGREEMENT If the Scope of Services include construction, alteration, demolition, installation, repair, or maintenance affecting real property or structures or improvements of any kind appurtenant to real property, the following apply: 1. Prevailing Wage Compliance. If Contracting Party is a contractor performing public works and maintenance projects, as described in this Section 1.3, Contracting Party shall comply with applicable Federal, State, and local laws. Contracting Party is aware of the requirements of California Labor Code Sections 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Sections 16000, et seq., (collectively, the "Prevailing Wage Laws"), and La Quinta Municipal Code Section 3.12.040, which require the payment of prevailing wage rates and the performance of other requirements on "Public works" and "Maintenance" projects. If the Services are being performed as part of an applicable "Public works" or "Maintenance" project, as defined by the Prevailing Wage Laws, and if construction work over twenty- five thousand dollars ($25,000.00) and/or alterations, demolition, repair or maintenance work over fifteen thousand dollars ($15,000.00) is entered into or extended on or after January 1, 2015 by this Agreement„ Contracting Party agrees to fully comply with such Prevailing Wage Laws including, but not limited to, requirements related to the maintenance of payroll records and the employment of apprentices. Pursuant to California Labor Code Section 1725.5, no contractor or subcontractor may be awarded a contract for public work on a "Public works" project unless registered with the California Department of Industrial Relations ("DIR") at the time the contract is awarded. If the Services are being performed as part of an applicable "Public works" or "Maintenance" project, as defined by the Prevailing Wage Laws, this project is subject to compliance monitoring and enforcement by the DIR. Contracting Party will maintain and will require all subcontractors to maintain valid and current DIR Public Works contractor registration during the term of this Agreement. Contracting Party shall notify City in writing immediately, and in no case more than twenty-four (24) hours, after receiving any information that Contracting Party's or any of its subcontractor's DIR registration status has been suspended, revoked, expired, or otherwise changed. It is understood that it is the responsibility of Contracting Party to determine the correct salary scale. Contracting Party shall make copies of the prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Services available to interested parties upon request and shall post copies at Contracting Party's principal place of business and at the project site, if any. The statutory penalties for failure to pay prevailing wage or to comply with State wage and hour laws will be enforced. Contracting Party must forfeit to City TWENTY-FIVE DOLLARS ($25.00) per day for each worker who works in excess of the minimum working hours when Contracting Party does not pay overtime. In accordance with the provisions of Labor Code Sections 1810 et seq., eight (8) hours is the legal working day. Contracting Party also shall comply with State law requirements to maintain payroll records and shall provide for certified records and inspection of records as required by California Labor Code Section 1770 et seq., including Section 1776. In addition to the other indemnities provided under this Agreement, Contracting Party shall defend (with counsel selected by City), indemnify, and hold City, Exhibit A Page 2 of 4 its elected officials, officers, employees, and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It is agreed by the parties that, in connection with performance of the Services, including, without limitation, any and all "Public works" (as defined by the Prevailing Wage Laws), Contracting Party shall bear all risks of payment or non-payment of prevailing wages under California law and/or the implementation of Labor Code Section 1781, as the same may be amended from time to time, and/or any other similar law. Contracting Party acknowledges and agrees that it shall be independently responsible for reviewing the applicable laws and regulations and effectuating compliance with such laws. Contracting Party shall require the same of all subcontractors. 2. Retention. Payments shall be made in accordance with the provisions of Section 2.0 of the Agreement. In accordance with said Sections, City shall pay Contracting Party a sum based upon ninety-five percent (95%) of the Contract Sum apportionment of the labor and materials incorporated into the Services under this Agreement during the month covered by said invoice. The remaining five percent (5%) thereof shall be retained as performance security to be paid to Contracting Party within sixty (60) days after final acceptance of the Services by the City Council of City, after Contracting Party has furnished City with a full release of all undisputed payments under this Agreement, if required by City. In the event there are any claims specifically excluded by Contracting Party from the operation of the release, City may retain proceeds (per Public Contract Code § 7107) of up to one hundred fifty percent (150%) of the amount in dispute. City's failure to deduct or withhold shall not affect Contracting Party's obligations under the Agreement. 3. Utility Relocation. City is responsible for removal, relocation, or protection of existing main or trunk -line utilities to the extent such utilities were not identified in the invitation for bids or specifications. City shall reimburse Contracting Party for any costs incurred in locating, repairing damage not caused by Contracting Party, and removing or relocating such unidentified utility facilities. Contracting Party shall not be assessed liquidated damages for delay arising from the removal or relocation of such unidentified utility facilities. 4. Trenches or Excavations. Pursuant to California Public Contract Code Section 7104, in the event the work included in this Agreement requires excavations more than four (4) feet in depth, the following shall apply: (a) Contracting Party shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: (1) material that Contracting Party believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law; (2) subsurface or latent physical conditions at the site different from those indicated by information about the site made available to bidders prior to the deadline for submitting bids; or (3) unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Agreement. Exhibit A Page 3 of 4 (b) City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in Contracting Party's cost of, or the time required for, performance of any part of the work shall issue a change order per Section 1.8 of the Agreement. (c) in the event that a dispute arises between City and Contracting Party whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contracting Party's cost of, or time required for, performance of any part of the work, Contracting Party shall not be excused from any scheduled completion date provided for by this Agreement, but shall proceed with all work to be performed under this Agreement. Contracting Party shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting Parties. 5. Safety. Contracting Party shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out the Services, Contracting Party shall at all times be in compliance with all applicable local, state, and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. Exhibit A Page 4of4 Exhibit B Schedule of Compensation With the exception of compensation for Additional Services, provided for in Section 2.4 of this Agreement, the maximum total compensation to be paid to Contracting Party under this Agreement is not to exceed ($ ) ("Contract Sum"). The Contract Sum shall be paid to Contracting Party in installment payments made on a monthly basis and in an amount identified in Contracting Party's schedule of compensation attached hereto for the work tasks performed and properly invoiced by Contracting Party in conformance with Section 2.2 of this Agreement. Exhibit B Page 1 of 1 Exhibit C Schedule of Performance Contracting Party shall complete all services identified in the Scope of Services, Exhibit A of this Agreement, in accordance with the Project Schedule, attached hereto and incorporated herein by this reference. Exhibit C Page 1 of 1 Exhibit D Special Requirements Exhibit 10-02 — DBE Commitment Exhibit D Page 1 of 1 Exhibit E Insurance Requirements E.1 Insurance. Prior to the beginning of and throughout the duration of this Agreement, the following policies shall be maintained and kept in full force and effect providing insurance with minimum limits as indicated below and issued by insurers with A.M. Best ratings of no less than A -VI: Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence) $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Non-contributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Workers' Compensation (per statutory requirements) Must include the following endorsements: Workers Compensation with Waiver of Subrogation Workers Compensation Declaration of Sole Proprietor if applicable Contracting Party shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, Commercial General Liability insurance against all claims for injuries against persons or damages to property resulting from Contracting Party's acts or omissions rising out of or related to Contracting Party's performance under this Agreement. The insurance policy shall contain a severability of interest clause providing that the coverage shall be primary for losses arising out of Contracting Party's performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. An endorsement evidencing the foregoing and naming the City and its officers and employees as additional insured (on the Commercial General Liability policy only) must be submitted concurrently with the execution of this Agreement and approved by City prior to commencement of the services hereunder. Contracting Party shall carry automobile liability insurance of $1,000,000 per accident against all claims for injuries against persons or damages to property arising out of the use of any automobile by Contracting Party, its officers, any person directly or indirectly employed by Contracting Party, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Exhibit E Page 1 of 6 Contracting Party's performance under this Agreement. If Contracting Party or Contracting Party's employees will use personal autos in any way on this project, Contracting Party shall provide evidence of personal auto liability coverage for each such person. The term "automobile" includes, but is not limited to, a land motor vehicle, trailer or semi -trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Contracting Party's performance hereunder and neither City nor its insurers shall be required to contribute to such loss. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contracting Party and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Contracting Party shall carry Workers' Compensation Insurance in accordance with State Worker's Compensation laws with employer's liability limits no less than $1,000,000 per accident or disease. Contracting Party shall procure and maintain Cyber Liability insurance with limits of $1,000,000 per occurrence/loss which shall include the following coverage: a. Liability arising from the theft, dissemination and/or use of confidential or personally identifiable information; including credit monitoring and regulatory fines arising from such theft, dissemination or use of the confidential information. b. Network security liability arising from the unauthorized use of, access to, or tampering with computer systems. c. Liability arising from the failure of technology products (software) required under the contract for Consultant to properly perform the services intended. d. Electronic Media Liability arising from personal injury, plagiarism or misappropriation of ideas, domain name infringement or improper deep - linking or framing, and infringement or violation of intellectual property rights. e. Liability arising from the failure to render professional services. If coverage is maintained on a claims -made basis, Contracting Party shall maintain such coverage for an additional period of three (3) years following termination of the contract. Exhibit E Page 2of6 Contracting Party shall provide written notice to City within ten (10) working days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; or (3) the deductible or self -insured retention is increased. In the event any of said policies of insurance are cancelled, Contracting Party shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Contracting Party's obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. E.2 Remedies. In addition to any other remedies City may have if Contracting Party fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Contracting Party to stop work under this Agreement and/or withhold any payment(s) which become due to Contracting Party hereunder until Contracting Party demonstrates compliance with the requirements hereof. C. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Contracting Party's failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Contracting Party may be held responsible for payments of damages to persons or property resulting from Contracting Party's or its subcontractors' performance of work under this Agreement. E.3 General Conditions Pertaining to Provisions of Insurance Coverage by Contracting Party. Contracting Party and City agree to the following with respect to insurance provided by Contracting Party: 1. Contracting Party agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees, and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contracting Party also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contracting Party, or Contracting Party's employees, or agents, from waiving the right of subrogation prior to a loss. Contracting Party agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. Exhibit E Page 3 of 6 3. All insurance coverage and limits provided by Contracting Party and available or applicable to this Agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contracting Party shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all the coverages required and an additional insured endorsement to Contracting Party's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contracting Party or deducted from sums due Contracting Party, at City option. 8. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contracting Party or any subcontractor, is intended to apply first and on a primary, non-contributing basis in relation to any other insurance or self-insurance available to City. 9. Contracting Party agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by Contracting Party, provide the same minimum insurance coverage required of Contracting Party. Contracting Party agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contracting Party agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 10. Contracting Party agrees not to self -insure or to use any self -insured retentions or deductibles on any portion of the insurance required herein (with the exception of professional liability coverage, if required) and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement Exhibit E Page 4of6 to self -insure its obligations to City. If Contracting Party's existing coverage includes a deductible or self -insured retention, the deductible or self -insured retention must be declared to the City. At that time the City shall review options with the Contracting Party, which may include reduction or elimination of the deductible or self -insured retention, substitution of other coverage, or other solutions. 11. The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contracting Party ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contracting Party, the City will negotiate additional compensation proportional to the increased benefit to City. 12. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 13. Contracting Party acknowledges and agrees that any actual or alleged failure on the part of City to inform Contracting Party of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 14. Contracting Party will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 15. Contracting Party shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contracting Party's insurance agent to this effect is acceptable. A certificate of insurance and an additional insured endorsement is required in these specifications applicable to the renewing or new coverage must be provided to City within five (5) days of the expiration of coverages. 16. The provisions of any workers' compensation or similar act will not limit the obligations of Contracting Party under this agreement. Contracting Party expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials, and agents. 17. Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. Exhibit E Page 5 of 6 18. These insurance requirements are intended to be separate and distinct from any other provision in this Agreement and are intended by the parties here to be interpreted as such. 19. The requirements in this Exhibit supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Exhibit. 20. Contracting Party agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contracting Party for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 21. Contracting Party agrees to provide immediate notice to City of any claim or loss against Contracting Party arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Exhibit E Page 6of6 Exhibit F Indemnification F.1 Indemnitv for the Benefit of Ci a. Indemnification for Professional Liability. When the law establishes a professional standard of care for Contracting Party's Services, to the fullest extent permitted by law, Contracting Party shall indemnify, protect, (vritii c�u^sel �^!c tcd by Cit-N and hold harmless City and any and all of its officials, employees, and agents ("Indemnified Parties") from and against any and all claims, losses, liabilities of c�cry Lind, nu I-, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses of any kind, whether actual, alleged or threatened, includin a ion, reasonable nendental and eensequential damages, court costs, ees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused in whole or in part by any negligent — , v--ngfi ,! act, error or omission of Contracting Party, its officers, agents, employees or vI vi ' u subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defend (vvith counsel Jam'^^f^�' "il f,;+%1`, and hold harmless the Indemnified Parties from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including, without limitation, i^cidcrtal and co^scquCrfiul dumug�s, court costs, attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, v:"eFe the same aFii'eoa+ efr-vf, aFe eensequenee of „r are ;n ry,way , in whole or in part, the performance of this Agreement by Contracting Party or by any in ividual or entity for which Contracting Party is legally liable, including but not limited to officers, agents, employees, or subcontractors of Contracting Pal ty. I to the extent caused by C. Indemnity Provisions for Contracts Related to Construction (Limitation on Indemnity). Without affecting the rights of City under any provision of this agreement, Contracting Party shall not be required to indemnify and hold harmless City for liability attributable to the negligence of City, provided such actives negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been aetivelnegligent and where City's awe negligence accounts for only a percentage of the liability involved, the obligation of Contracting Party will be for that entire portion or percentage of liability not attributable to the uctivc negligence of City. Exhibit F Page 1 of 2 d. Indemnification Provision for Desian Professionals. 1. Applicability of this Section F.1(d). Notwithstanding Section F.1(a) hereinabove, the following indemnification provision shall apply to a Contracting Party who constitutes a "design professional" as the term is defined in paragraph 3 below. 2. Scope of Indemnification. When the law establishes a professional standard of care for Contracting Party's Services, to the fullest extent permitted by law, Contracting Party shall indemnify and hold harmless City and any and all of its officials, employees, and agents ("Indemnified Parties") from and against any and all losses, liabilities of cvc y Lind, nutur�, and description, damages, injury (including, without reasonable limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costsa s including, without limitation, i icidcnta! a uy-- costs, reimbursemen attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused by any negligent act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. 3. Design Professional Defined. As used in this Section F.1(d), the term "design professional" shall be limited to licensed architects, registered professional engineers, licensed professional land surveyors and landscape architects, all as defined under current law, and as may be amended from time to time by Civil Code § 2782.8. F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees to obtain executed indemnity agreements with provisions identical to those set forth herein this Exhibit F, as applicable to the Contracting Party, from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contracting Party in the performance of this Agreement. In the event Contracting Party fails to obtain such indemnity obligations from others as required herein, Contracting Party agrees to be fully responsible according to the terms of this Exhibit. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth in this Agreement are binding on the successors, assigns or heirs of Contracting Party and shall survive the termination of this Agreement. Exhibit F Page 2of2 INSURANCE REQUIREMENTS ACKNOWLEDGEMENT Must be executed by proposer and submitted with the proposal (name) hereby acknowledge and confirm that (name of company) has reviewed the City's indemnification and minimum insurance requirements as listed in Exhibits E and F of the City's Agreement for Contract Services (Attachment 1); and declare that insurance certificates and endorsements verifying compliance will be provided if an agreement is awarded. lam (Title) of (Company) Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence); $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Noncontributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Worker's Compensation (per statutory requirements) Must include the following endorsements: Worker's Compensation Waiver of Subrogation Worker's Compensation Declaration of Sole Proprietor if applicable Page 15 of 17 lam taa�� CALI!-URKI_l ATTACHMENT 3 NON -COLLUSION AFFIDAVIT FORM Must be executed by proposer and submitted with the proposal (name) hereby declare as follows: of (Title) (Company) the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the proposer or any other proposer, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other proposer, or to secure any advantage against the public body awarding the agreement of anyone interested in the proposed agreement; that all statements contained in the proposal are true; and, further, that the proposer has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative hereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Proposer Signature: Proposer Name: Proposer Title: Company Name: Address: Page 16 of 17 /_1aED]:IM140:9E,! ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA Must be executed by proposer and submitted with the proposal; If no addenda has been issued, mark "N/A" under Addendum No. indicating Not Applicable and sign Page 17 of 17 Local Assistance Procedures Manual ATTACHMENT 5 Exhibit 10-1 Notice to Proposers DBE Information Exhibit 10-I: Notice to Proposers DBE Information (federally funded projects only) The Local Public Agency (LPA) has established a DBE goal for this Contract of 13.00 1. TERMS AS USED IN THIS DOCUMENT • The term "Disadvantaged Business Enterprise" or "DBE" means a for -profit small business concern owned and controlled by a socially and economically disadvantaged person(s) as defined in Title 49, Code of Federal Regulations (CFR), Part 26.5. • The term "Agreement" also means "Contract." • LPA also means the local entity entering into this contract with the Contractor or Consultant. • The term "Small Business" or "SB" is as defined in 49 CFR 26.65. 2. AUTHORITY AND RESPONSIBILITY A. DBEs and other small businesses are strongly encouraged to participate in the performance of Contracts financed in whole or in part with federal funds (see 49 CFR 26: Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs). The Consultant must ensure that DBEs and other small businesses have the opportunity to participate in the performance of the work that is the subject of this solicitation and should take all necessary and reasonable steps for this assurance. The proposer must not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. B. Proposers are encouraged to use services offered by financial institutions owned and controlled by DBEs. 3. SUBMISSION OF DBE INFORMATION If there is a DBE goal on the contract, Exhibit 10-01: Consultant Proposal DBE Commitment must be included in the Proposal. In order for a proposer to be considered responsible and responsive, the proposer must make good faith efforts to meet the goal established for the contract. If the goal is not met, the proposer must document adequate good faith efforts. All DBE participation will be counted towards meeting the contract goal; therefore, all DBE participation must be collected and reported. Exhibit 10-02: Consultant Contract DBE Information must be included in best qualified consultant's executed consultant contract. Even if no DBE participation will be reported, the successful proposer must execute and return the form. 4. DBE PARTICIPATION GENERAL INFORMATION It is the proposer's responsibility to be fully informed regarding the requirements of 49 CFR 26, and the Department's DBE program developed pursuant to the regulations. Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). B. A certified DBE may participate as a prime consultant, subconsultant, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. A DBE proposer not proposing as a joint venture with a non -DBE, will be required to document one or a combination of the following: 1. The proposer is a DBE and will meet the goal by performing work with its own forces. Page 1 of 2 January 2025 Local Assistance Procedures Manual Exhibit 10-1 Notice to Proposers DBE Information 2. The proposer will meet the goal through work performed by DBE subconsultants, suppliers or trucking companies. 3. The proposer, prior to proposing, made adequate good faith efforts to meet the goal. D. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined portions thereof. Responsibility means actually performing, managing, and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest. E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. F. The proposer must list only one subconsultant for each portion of work as defined in their proposal and all DBE subconsultants should be listed in the bid/cost proposal list of subconsultants. G. A prime consultant who is a certified DBE is eligible to claim all of the work in the Contract toward the DBE participation except that portion of the work to be performed by non -DBE subconsultants. 5. COUNTING DBE PARTICIPATION Materials or supplies purchased from DBEs count towards the DBE goal under the following conditions: A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. A DBE manufacturer is a firm that operates or maintains a factory, or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A DBE regular dealer is a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment must be, by a long-term lease agreement and not an ad hoc or Agreement -by -Agreement basis. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services 6. RESOURCES A. The CUCP database includes the certified DBEs from all certifying agencies participating in the CUCP. If you believe a firm is certified that cannot be located on the database, please email DBE.Certification(abdot.ca.gov for assistance. B. Access the CUCP database from the Department of Transportation, Office of Civil Rights website. For guidance on how to search for certified firms using the CUCP database, please visit: DBE Goal Setting I Caltrans Page 2 of 2 January 2025 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT 1. Local Agency: City of La Quinta 2. Contract DBE Goal: 13% Complete the corrective measures identified in the Bridge Preventative Maintenance Program Plan to prolong the 3. Project Description: lifespans of the bridges within the city limits. 4. Project Location: City of La Quinta at various locations within the city limits. 5. Consultant's Name: 6. Prime Certified DBE: ❑ 7. Description of Work, Service, or Materials Supplied 8. DBE Certification Number 9. DBE Contact Information o 10. DBE /o Local Agency to Complete this Section 17. Local Agency Contract Number: 2023-33 11. TOTAL CLAIMED DBE PARTICIPATION % 18. Federal -Aid Project Number: BPMP-5233(022) 19. Proposed Contract Execution Date: 20. Consultant's Ranking after Evaluation: IMPORTANT: Identify all DBE firms being claimed for credit, Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. regardless of tier. Written confirmation of each listed DBE is required. 21. Local Agency Representative's Signature 22. Date 12. Preparer's Signature 13. Date 23. Local Agency Representative's Name 24. Phone 14. Preparer's Name 15. Phone 25. Local Agency Representative's Title 16. Preparer's Title DISTRIBUTION: Original — Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. LPP 18-01 Page 1 of 2 January 2019 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment INSTRUCTIONS — CONSULTANT PROPOSAL DBE COMMITMENT CONSULTANT SECTION 1. Local Agency - Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Location - Enter the project location as it appears on the project advertisement. 4. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc.). 5. Consultant's Name - Enter the consultant's firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant's own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 8. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on the date bids are opened. 9. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants. Also, enter the prime consultant's name and phone number, if the prime is a DBE. 10. DBE % - Percent participation of work to be performed or service provided by a DBE. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 11. Total Claimed DBE Participation % - Enter the total DBE participation claimed. If the total % claimed is less than item "Contract DBE Goal," an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 12. Preparer's Signature - The person completing the DBE commitment form on behalf of the consultant's firm must sign their name. 13. Date - Enter the date the DBE commitment form is signed by the consultant's preparer. 14. Preparer's Name - Enter the name of the person preparing and signing the consultant's DBE commitment form. 15. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form. 16. Preparer's Title - Enter the position/title of the person signing the consultant's DBE commitment form. LOCAL AGENCY SECTION 17. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 18. Federal -Aid Project Number - Enter the Federal -Aid Project Number. 19. Proposed Contract Execution Date - Enter the proposed contract execution date. 20. Consultant's Ranking after Evaluation — Enter consultant's ranking after all submittals/consultants are evaluated. Use this as a quick comparison for evaluating most qualified consultant. 21. Local Agency Representative's Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 22. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 23. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the consultant's DBE commitment form. 24. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form. 25. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the consultant's DBE commitment form. LPP 18-01 Page 2 of 2 January 2019 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort EXHIBIT 15-H: PROPOSER/CONTRACTOR GOOD FAITH EFFORTS Cost Proposal Due Date PE/CE Federal -aid Project No(s). BPMP-5433(022) Bid Opening Date CON The City of La Quinta established a Disadvantaged Business Enterprise (DBE) goal of 13% for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five (5) calendar days from cost proposal due date or bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-01: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the DBE goal. This form protects the proposer's or bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates Page 1 of 3 May 2020 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort C. The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE contract goal. Items of Proposer or Bidder Breakdown of Amount Percentage Work Normally Performs Item Items ($) Of (Y/N) Contract D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining information related to the plans, specifications and requirements for the work which was provided to DBEs: Page 2 of 3 May 2020 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts: Page 3 of 3 May 2020 ATTACHMENT 6 Inspector General California Department of Transportation Certification of Indirect Costs and Financial Management System (Note: If a Safe Harbor Indirect Cost Rate is approved, this form is not required) Consultant's Full Legal Name: Important: Consultant means the individual or consultant providing engineering and design related services as a party of a contract with a recipient or sub -recipient of Federal assistance. Therefore, the Indirect Cost Rate(s) shall not be combined with its parent company or subsidiaries. Indirect Cost Rate (ICR): Combined Rate: Home Office Rate: Or and Field Office Rate (if applicable): Facilities Capital Cost of Money (if applicable): Fiscal Period:* * Fiscal period is annual one year applicable accounting period that the ICR was developed (not the contract period). The ICR is based on the consultant's one-year applicable accounting period for which financial statements are regularly prepared by the consultant. I have reviewed the proposal to establish an ICR(s) for the fiscal period as specified above and have determined to the best of my knowledge and belief that: • All costs included in the cost proposal to establish the ICR(s) are allowable in accordance with the cost principles of the Federal Acquisition Regulation (FAR) 48, Code of Federal Regulations (CFR), Chapter 1, Part 31 (48 CFR Part 31). • The cost proposal does not include any costs which are expressly unallowable under the cost principles of 48 CFR Part 31. • The accounting treatment and billing of prevailing wage delta costs are consistent with our prevailing wage policy as either direct labor, indirect costs, or other direct costs on all federally -funded A&E Consultant Contracts. • All known material transactions or events that have occurred subsequent to year-end affecting the consultant's ownership, organization, and indirect cost rates have been disclosed as of the date of this certification. I am providing the required and applicable documents as instructed on the Financial Document Review Request form. Financial Management System: Our labor charging, job costing, and accounting systems meet the standards for financial reporting, accounting records, and internal control adequate to demonstrate that costs claimed have been incurred, appropriately accounted for, are allocable to the contract, and comply with the federal requirements as set forth in Title 23 United States Code (U.S.C.) Section 112(b)(2): 48 CFR Part 31.201-2(d): 23 CFR, Chapter 1, Part 172.11(a)(2): and all applicable state and federal rules and regulations. Our financial management system has the following attributes: • Account numbers identifying allowable direct, indirect, and unallowable cost accounts; • Ability to accumulate and segregate allowable direct, indirect, and unallowable costs into separate cost accounts; Certification of Indirect Costs and Financial Management System - Independent Office of Audits and Investigations - Revised 9/2022 • Ability to accumulate and segregate allowable direct costs by project, contract and type of cost; • Internal controls to maintain integrity of financial management system; • Ability to account and record costs consistently and to ensure costs billed are in compliance with FAR; • Ability to ensure and demonstrate costs billed reconcile to general ledgers and job costing system; and • Ability to ensure costs are in compliance with contract terms and federal and state requirements. Cost Reimbursements on Contracts: I also understand that failure to comply with 48 CFR Part 16.301-3 or knowingly charge unallowable costs to Federal -Aid Highway Program (FAHP) contracts may result in possible penalties and sanctions as provided by the following: • Sanctions and Penalties - 23 CFR Part 172.11(c)(4) • False Claims Act - Title 31 U.S.C. Sections 3729-3733 • Statements or entries generally - Title 18 U.S.C. Section 1001 • Major Fraud Act - Title 18 U.S.C. Section 1031 All A&E Contract Information: • Total participation amount on all State and FAHP contracts for Architectural & Engineering services that the consultant received in the last three fiscal periods. • The number of states in which the consultant does business is • Years of consultant's experience with 48 CFR Part 31 is • Identify the type of audits listed below that the consultant has had performed (if applicable): Cognizant ICR Audit ❑ Local Govt ICR Audit ❑ Caltrans ICR Audit ❑ CPA ICR Audit ❑ Federal Govt ICR Audit ❑ I, the undersigned, certify all of the above to the best of my knowledge and belief and that I have reviewed the ICR Schedule to determine that any costs which are expressly unallowable under the Federal cost principles have been removed and comply with Title 23 U.S.C. Section 112(b)(2), 48 CFR Part 31, 23 CFR Part 172, and all applicable state and federal rules and regulations. I also certify that I understand that all documentation of compliance must be retained by the consultant. I hereby acknowledge that costs that are noncompliant with the federal and state requirements are not eligible for reimbursement and must be returned to Caltrans. Name:** Signature: Phone**: Email**: Title**: Date: **An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice President, a Chief Financial Officer, or equivalent, who has authority to represent the financial information used to establish the indirect cost rate. Note: Both prime and subconsultants as parties of a contract must complete their own forms. Caltrans will not process local agency's invoices until a complete form is accepted and approved by the Independent Office of Audits and Investigations. Certification of Indirect Costs and Financial Management System - Independent Office of Audits and Investigations - Revised 9/2022 SAMPLE COST PROPOSAL Sample Only - Required Cost Proposal Template To Be Determined By Agency SAMPLE COST PROPOSAL 1 COST -PLUS -FIXED FEE OR LUMP SUM OR FIRM FIXED PRICE CONTRACTS (DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES) Note: Mark-ups are Not Allowed ❑ Prime Consultant ❑ Subconsultant ❑ 2nd Tier Subconsultant Consultant Project No. DIRECT TABOR Contract No. Date Classification/Title Name Hours Actual Hourly Rate Total $ 0.00 $ 0.00 $ 0.00 $ 0.00 LABOR COSTS a) Subtotal Direct Labor Costs $ 0.00 b) Anticipated Salary Increases (see page 2 for calculation) c) TOTAL DIRECT LABOR COSTS [(a) + (b)] INDIRECT COSTS d) Fringe Benefits (Rate: 0.00% ) e) Total Fringe Benefits [(c) x (d)] f) Overhead (Rate: 0.000/. ) g) Overhead [(c) x (f)] h) General and Administrative (Rate: 0.00% ) i) Gen & Admin [(c) x (h)] $ 0.00 $ U.UU S000 j) TOTAL INDIRECT COSTS [(e) + (g) + (i)] $ 0.00 $ 0.00 FIXED FEE k) TOTAL FIXED FEE [(c) + 0)] x fixed fee 0.00% ] $ 0.00 1) CONSULTANT'S OTHER DIRECT COSTS (ODC) — ITEMIZE (Add additional DaLyes if necessarv) Description of Item Quantity Unit Unit Cost Total Mileage Costs $ 0.00 Equipment Rental and Supplies $ 0.00 Permit Fees $ 0.00 Plan Sheets $ 0.00 Test $ 0.00 1) TOTAL OTHER DIRECT COSTS 0.00 m) SUBCONSULTANTS' COSTS (Add additional pages if necessary) Subconsultant 1: Subconsultant 2: Subconsultant 3: Subconsultant 4: m) TOTAL SUBCONSULTANTS' COSTS $ 0.00 n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(1)+(m)] . 0.00 TOTAL COST [(c) + 0) + (k) + (n)] $ 0.00 NOTES: 1. Key personnel must be marked with an asterisk(*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals. 2. The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting period and established by a cognizant agency or accepted by Caltrans. 3. Anticipated salary increases calculation (page 2) must accompany. Page 1 of 3 SAMPLE COST PROPOSAL Sample Only - Required Cost Proposal Template To Be Determined By Agency SAMPLE COST PROPOSAL 1 COST -PLUS -FIXED FEE OR LUMP SUM OR FIRM FIXED PRICE CONTRACTS (CALCULATIONS FOR ANTICIPATED SALARY INCREASES) 1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours) Direct Labor Total Hours per Avg 5 Year Subtotal per Cost Cost Proposal Hourly Contract Proposal R ate Duration $250,000 00 500 = $50 00 Year 1 Avg Hourly Rate 2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %) Avg Hourly Rate Proposed Escalation Year 1 $50 00 + 2% = $51.00 Year 2 Avg Hourly Rate Year 2 $51.00 + 2% = $52 02 Year 3 Avg Hourly Rate Year 3 $52 02 + 2% _ $53.06 Year 4 Avg Hourly Rate Year 4 $53.06 + 2% = $54 12 Year 5 Avg Hourly Rate 3. Calculate estimated hours per year (Multiply estimate % each year by total hours) Estimated % Completed Total Hours per Cost Total Hours per Each Year Proposal Year Year 1 20 0% 5000 = 1000 Estimated Hours Year 1 Year 2 400% 5000 = 2000 Estimated Hours Year 2 Year 3 15 0% 5000 = 750 Estimated Hours Year 3 Year 4 15 0% 5000 = 750 Estimated Hours Year 4 Year 5 100% 5000 = 500 Estimated Hours Year 5 Total 100% Total = 5000 4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours) Avg Hourly Rate Estimated hours Cost per (calculated above) (calculated above) Year Year 1 $50 00 1000 = $50,000 00 Estimated Hours Year 1 Year 2 $51.00 2000 = $102,000 00 Estimated Hours Year 2 Year 3 $52 02 750 = $39,015 00 Estimated Hours Year 3 Year $53.06 750 = $39,795.30 Estimated Hours Year 4 Year 5 $54 12 500 = $27,060.80 Estimated Hours Year 5 Total Direct Labor Cost with Escalation = $257,871.10 Direct Labor Subtotal before Escalation = $250,000.00 Estimated total of Direct Labor Salary = Transfer to Page 1 Increase $7,871.10 NOTES: 1 . This is not the only way to estimate salary increases Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a breakdown of the labor to be performed each year 2. An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology) 3. This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted 4. Calculations for anticipated salary escalation must be provided. Page 2 of 3 SAMPLE COST PROPOSAL Sample Only - Required Cost Proposal Template To Be Determined By Agency SAMPLE COST PROPOSAL 1 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 1. Generally Accepted Accounting Principles (GAAP) 2. Terms and conditions of the contract 3. Title 23 United States Code Section 112 - Letting of Contracts 4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s). Prime Consultant or Subconsultant Certifying Name: Title *: Signature : — — — Date of Certification (mm/dd/yyyy): Email: Address: Phone Number: *An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the contract. —ML JCI VII.:CJ LI IC UUI IJUILc111L IJ UI UVIUII IU UI IUCI LI IC L4 UIJUJCU UUI ILI dIUL. Page 3 of 3 ATTACHMENT 7 ��Qa�a EVALUATION CRITERIA Consultant: Reviewer: Date: Refer to Scoring Breakdown on next sheet. Category Max Pts Score Understanding of work to be done 30 Staffing and Scope of Work 20 Pertinent Project Experience 25 Schedule 10 Format/Organization 10 Intangible Qualities 5 Total 100 Unique Qualities (Intangibles): (Explanation) Comments: TOTAL Reviewer's Signature Contract Administrator's Initials Date Page 1 of 2 taa�� CALI!-URKI_l Breakdown: Understanding of work to be done - 25 points maximum 0-8: Scope of work is off topic or is missing more than 5 key elements. 9-17: Scope of work is understandable but missing a few key elements. 18-25: Scope of work well justified and most or all key elements are included. Staffing and Scope of Work - 20 points maximum 0-8 points: Staffing is not clearly listed or does not match scope of work proposed. 9-15 points: Staffing is included but experience is not relevant or similar. 16-20 points: Staffing is included, matches the scope of work, and experience is relevant. Pertinent Project Experience - 20 points maximum 0-4 points: Consultant does not include previous experience or has very minimal experience. 5-10 points: Consultant lists previous experience, but experience is not relevant or similar. 11-15 points: Consultant lists relevant previous experience with similar work. Schedule - 15 Points Maximum 0-4 points: Schedule is missing key components and is unreasonable 5-10 points: Schedule is reasonable but missing key components 11-15 points: Schedule is reasonable and has all key components Format/Organization - 10 points maximum 0-4: Scope of work is not or barely organized into tasks and subtasks, does not flow clearly. 5-7: Scope of work is organized into tasks and subtasks, but not in a clear logical order. 8-10: Scope of work is well organized into logical tasks and subtasks to complete a project. Intangible Qualities - 5 points maximum Intangible qualities are those traits or abilities that are not included in the above categories. Page 2 of 2 56C-02. LA . . ....... .. C56C--0577 6Ct061 j flA La V. ai NO 7,j AT 4JF —I Mot A *A9- -z AS, je. 56C-03.77":' ......... �56C-0378,- 04 0�1 -10 ML -4_ S. Google Ea'r.th. emu, —4c I- 177L74 Irv. NN geANT.{.,,-, 5b 71 el, 98 .4� mi City of La Quinta Bridge Preventive Maintenance Program ATTACHMENT PM00201 Priority (Lowest Bridge Number Number Is Top Priority) Agency Location from Inspection Report Facility Carried Feature Intersected Location Sufficiency Rating SD/FO Status Work Description Deck Area (fly) Unit Cost ($/its) Federal Share (80%) Local Share (20%) Total Particip. Cost Total Non-Particip. Cost 1. Repair spalls on the bridge deck with rapid setting concrete and seal the bridge deck with high molecular weight methacrylate. 2. Replace the joint seals at both Abutments and Pier 4. 3. Remove top 4" of cracked abutment backwalls and place a 1 City of La Quinta 56CO266 Washington Street W hitewater River 0.2 Mi N/O Rte 111 89.1 polyester concrete expansion dam. 4. Protect the existing eroded North Abutment front earthen slope with a concrete slope paving and extending the toe of the slope protection 51,757 38 $ 1,556,000 $ 389,000 $ 1,945,000 $ - to meet CVWD flood control standards. 5. Repair the spalled concrete on the bent cap at Pier 2. 6. Replace the displaced bearing pads at Girders 1 through 6 on the Original Structure at Pier 4 and at the Southerly Abutment. 2 City of La Quinta S6C0577 Highway 111 Deep Canyon Wash 0.3 Mi W/O Washington Street 83.1 1. Seal the bridge deck with high molecular weight methacrylate 2. Paint the bridge number on the railings (non -participating). 14,520 11 $ 128,800 $ 32,200 $ 161,000 $ 1,000 1. Remove the existing AC overlay, 3 City of La Quinta 56C0378 Eisenhower Drive La Quinta Channel 0.3 Mi S/O 50th Avenue 97.4 2. Seal the bridge deck with high molecular weight methacrylate, and place a polyester concrete overlay same thickness as the existing AC 6,106 88 $ 431,200 $ 107,800 $ 539,000 $ - overlay. 1. Replace the joint seal at both abutments. 4 City of La Quinta S6C0076 52nd Avenue Coachella Canal 0.35 Mi E/O Jefferson Street 96.7 2. Remove the existing AC overlay adjacent to the joint seals at both abutments and place a polyester concrete overlay same thickness as the existing AC overlay; and replace the AC in the paving notch with 6,180 40 $ 200,000 $ 50,000 $ 250,000 $ rapid setting concrete. 1. Replace the joint seal at both abutments. 5 City of La Quinta 56C0498 Jefferson Street Coachella Canal 0.3 Mi S/O Avenue 52 96.9 2. Remove the existing AC overlay adjacent to the joint seals at both abutments and place a polyester concrete overlay same thickness as the existing AC overlay; and replace the AC in the paving notch with 5,016 47 $ 188,000 $ 47,000 $ 235,000 $ rapid setting concrete. Grand $ 3,130,000 $ 1,000 Subtotal = $ 2,504,0001 $ 626,000 Project Prioritization Cost Breakdown Local Agencies must develop objective procedures to prioritize their preventive maintenance projects. These procedures must be included in the project files for review in future audits. High priority projects should include the repair of scour countermeasure, embankment erosion control and the repair, restoration, and strengthening of structural elements. PE Cost = $746,000 CON Construction + 10% Mobilization + 25 6 Contin enc + CE Cost = $2 384 000 Total Participating Cost= $3,130,000 Priority should be given to bridges that are not eligible for rehabilitation or replacement under the Federal Highway Bridge Program. The intent of the program is Total Project Cost (Total Partici ating Cost + Total Non -Participating Cost) _ $3,131,000 to keep these bridges in structurally good condition to maximize their service life and to conserve limited funds available for bridges that do require major rehabilitation or replacement. (Bridges eligible for rehabilitation or replacement are rated SD or FO and have a sufficiency rating of 80 or less.) Deadlines: Local agency transmits the BPMP with cover letter certifying compliance with these program guidelines. The electronic copy (any spreadsheet format) should be included with the paper transmittal letter. The DLAE's must receive the BPMPs by September 30th for funds to be obligated in the next IFFY year, and January 30th of each year for adjustments. No time extensions will be granted. Accountability: 7/1912023 Page 1 of 1 PAST PROJECT EXAMPLES LEGEND: — — - Existing structure. Direction of traffic. 'per» Limits of prepare and treat bridge deck with metracrylate. Prior to deck treatment, remove with unsound concrete and place rapid setting concrete patch. See "CONCRETE SURFACE REPAIR DETAIL.' Location of existing joint seal removal, clean expansion joint and placement with new joint seal, Type B. See Note 1. eeeee Location of existing joint seal removal head wall reconstruction, clean expansion joint and placement with new joint seal, Type B. See Note 1. ® Bridge removal (portion) Preserve all existing reinforcement. ® Structural concrete, bridge (RSC), (f'c = 3,600 psi (A 28 days) . — — — — - Existing reinforcement. yw. Roughen concrete surface to 1/4'' amplitude. NCTD TRACKS +1 0 IT TO PACIFIC COAST HIGHWAY a A +1 LOMAS SANTA FE DRIVE EB BB -------------- `C1.`�zti`.'-.��1�1��e>.`=e.\�.`�,?1J-•'` —.---. — --------- 1 '- n"+ j =—__-__-___ }___------ 59'-6"± J MEASURED ALONG LOMAS SANTA FE DRIVE HPLAN 1 11 = 20/-011 TO I-5 o � v +I 0 U0 NOTES: 1. For Joint Seal Type B, see Caltrans Standard Plans (2018) B6-21t'JOINT SEALS (MAXIMUM MOVEMENT RATING=2' ).' 2. Saw cut shaI I not exceed 3/4" or concrete cover over existing bars, whichever is less. 3. Location of concrete surface repair shall be confirmed by the engineer. Exist POLYESTER Exist DECK Exist QUANTITIES CONCRETE CAP SURFACE SAWCUT VERTICAL EDGE REINFORCEMENT TO STRUCTURAL CONCRETE, BRIDGE (RSC) 4 CY REMAIN ------------------ 3/}" DEPTH, Typ CLEAN EXPANSION JOINT 194 LF I Exist CONCRETE JOINT SEAL, TYPE B (MR = 1") 194 LF +1 SURFACE PUBLIC SAFETY PLAN LUMP SUM 1° I --------------------- RAPID SETTING CONCRETE (PATCH) 2 CF I PROTECT Exist — =__________ I r------------ ------------ ___�_____— s =____ _--_ REMOVE UNSOUND CONCRETE 2 CF I I I REINFORCEMENT II I I II PREPARE BRIDGE DECK SURFACE 5177 SOFT I I jl I I Ij TREAT BRIDGE DECK 5177 SOFT I I I I FURNISH BRIDGE DECK TREATMENT MATERIAL 69 GAL I I I BRIDGE REMOVAL (PORTION) 4 CY IN of : I I ---------------------- I I I I � � APPROXIMATE SURFHUE Ar ICn REMOVING UNSOUND CONCRETE AND SURFACE PREPARATION, MINIMUM CONCRETE REMOVAL DEPTH IS 1". FILL WITH RAPID SETTING CONCRETE PATCH MATERIAL. NOTES: 1. Locations to be determined by the engineer. 2. Reinforcement may be encountered during deck concrete removal. QµOFESS/ONq( CONCRETE SURFACE REPAIR DETAIL W Jay Holombo P RECONSTRUCTION OF HEAD WALL DETAIL (EXCLUDING HEAD WALL RECONSTRUCTION) NOTE: * No. 47409 * SECTION A— A NO SCALE THE CONTRACTOR SHALL VERIFY ALL Exp.12-31-23 NO SCALE CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING �� p ,, CIVIL p1 a of DA�iF°� �IYI/in ANY MATERIAL. 904 CAMINO DEL RIO SOUTH SUITE 700, SAN DIEGO, CA 92108 (619) 692-1920 ENGINEER OF WORK CITY APPROVED CHANGES APP'D DATE RECOMMENDED FOR APPROVAL APPROVED FOR CONSTRUCTION BENCH MARK CITY OF S 0 L A N A BEACH ENGINEERING DEPARTMENT DRAWING NO. By: Date: 4/19/22 By: note: By note• DESCRIPTION: LJ IGS wwnss SK LOCATION: OF HWY IAMciAwr o� TMCO�xNER sECTON E IMPROVEMENT PLANS FOR: LOMAS SANTA F E DRIVE OVERHEAD �CG-3188 1 N Design By: J• Holombo Drawn By: A• Stewart By: Date: R.C.E.: Exp: F HWY I NAI �x soulxe4sl eoxxsx or CONCR minx ELEV.: wsasc6ETc e4ss a xwr sNxA POST M.S.L. xcvo . BRIDGE MAINTENANCE AND REPAIR nee+ 1 of 1 I I Filename: Santa-Fe-Dr-a-gp0l.dgn Date:4-19-22 VERTICAL DATUM NOTES' PROJECT PLANS SHOWN IN THE CITY OF INDIO DATUM BASED ON CITY OF INDIO BM 111 FO CONVERT FROM CITY OF INDIO DATUM(NGVD 29+500') TO NAVD 88 PLAN ELEVATION - 497.18' = NAVD 88 CONSTRUCTION NOTES 1. FINAL GRADING SHOWN ON GRADING SHEETS. LEGEND: TT CSP AND GCS EXTENTS BRIDGE ABUTMENT BRIDGE PIER PIPE GATE PER CVWD STANDARD DRAWING I-44, SEE SHEET C-13 FOR DETAILS. Exist SLOPE PROTECTION PER CVWD DWG 19844 DWG NO. CVWD REFERENCE DRAWINGS 19843 PLAN AND PROFILE 988+40.50 TO 1007+00 19844 PLAN AND PROFILE 1007+00 TO 1027+00 19849 CHANNEL CROSS SECTIONS SHT 1 19852 TYPICAL CROSS SECTION AND DETAILS 19854 BANK PROTECTION AT AVENUE 44 19858 SECTIONS AND DETAILS SILT 1 19859 SECTIONS AND DETAILS SILT 2 0036A CVSWC PLAN AND PROFILE 4937 CVSWC RIGHT OF WAY STATUS MAP 4938 CVSWC RIGHT OF WAY STATUS MAP DI GAL-ERT aD LTOLLFREE 0-227-2600LEAST TWO DAYS BEFORE YOU DIG NOERGRONNO SERVICE ALERT OF SOnTHERN CALIFORNIA CONTRACTOR: CITY OFINOIO BASIS OF BEARING BENCHMARK: Br fH11 9aaENAOSvl cauro ATr nsTEm or L9S6IcaSnl zorves (EPocx zazo.96, EAseD �o� /9aTArery As ry of°L9a6^E. CVWD R/W SEE 0-2 FOR RAMP GRADING PIPE GATE, SEE LP-04 FOR LOCATION GRADE CONTROL STRUCTURE AND CONCRETE SLOPE PROTECTION PLA DESIGNER'S SEAL DESIGN D BY: 'QrF S/py9 /I- 12/20/2023 PRE—D Foa ? F EY l JEFFREY B ICK DATE n PROJECT ENGINEER C R.C.E. No. 75396, EXP. 12131125 PROJECT- T.Y. LIN INTERNATIONAL v25 J? CIV1� Q 404 CAMINO DEL RIO SOUTH, SUITE 700 SCALE �OF CQL SAN DIEGO, CA I01). APPROVER'S SEAL APPROVED BY: pgOFESS/pq, l qzF No. C 68510 r EV. 9/30/25 JUAN F. RAYA, P.E. J? crv1� P �OF CITY ENGINEER RCE No. C 68510 CAEF EXP 9/30/2025 DATE: 02/12/2024 C.V.W.D. APPROVAL Al'Po6 or-ll"PBo,rR.ToTHEaoESUa of1nINTE-EoFUN"Io.Ary PLAN CHECKED BY, DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING (SEE DETAIL C ON C-09)1 ri C-) - O G7° STORM DRAIN OUTLET; -AST BANK SLOPE SEE DD PROTECTION: SEE f SHEETS SHEETS C_04 TO C-05, Exist SLOPE PROTECTION PER CVWD DWG 19844 WEST BANK SLOPE PROTECTION:I r � SEE SHEETS C 02 TO C-03, ION C 14 TO C 19 FOR SECTIONS AND ELEVATIONS GRAPHIC SCALE N 50 0 25 50 100 (IN FEET) 1 inch = 50 feet a H- m F O a AVENUE 44 BRIDGE AT THE I.P. No. TELEPHONE FAX (760)391-017 (760)342-MO COACHELLA VALLEY STORM SHEET No. WATER CHANNEL 18 CONSTRUCTION DETAIL SHEETS C-01 OF 97 SHEETS 100 CIVIC CENTER MALL SITE ADDRESS CITY FILE No. INDIO, CA 92201 —Indio.org I,:: TOE GB - EP - V LINK CL- TOP CVLINK' I INF 7TL 48 PROTS DEXISTING CSP; SEE DETAIL F ON C-11 GRAPHIC SCALE 40 0 20 40 80 (IN FEET) 1 inch = 40 feet 101 L_ 10111 CVSWC' LINE1010 1013 1 2 a COACHELLA VALLEY ��CONS GRADE STORMWATER CHANNEL CONTROL PIER 2 \ - STRUCTURE PER SEE STRUCTURE PLANS DETAILS ON v 5 �\ SHEETS C-07 TO STORM DRAIN OUTLET; TOE C-08, AND C-13 SEE DD SHEETS GB 4 ti 8 EP /v 6 C L TOP _--\ / 1009 TOP OF CSP ---- _---- _-____ TOP Var 2 TO 5 1� U coEP ?�- C � O Ln U 5 Conc SLOPE WITH ACCESS PATH + SEE C-05 TO C-08 1 O GB CV LINK PATH 45455 4557E _-. 22 _ 21 _ 14 13 12 J 28 1 8 1 5 C - _- - _ - 7 = AR_3 LINE --- 25 9 - - 180.71E Lt 'CVSWC' 1008+50.00 17 - ( o 178,97E Lt 'CVSWC' 1016+52, P p,� �` Q ✓- --- -- -- � ------- �/ SAWCUT Exist CSP SAWCUT Exist CSP JOIN Exist CSP TOE 16 J P ---- ABUTMENT 1 - - 10 -- _ / JOIN Exist CSP TOE Lt 'CVSWC' 1008+50.00 'CVSWC' J� � - _SEE STRUCTURE PLANS_,_ " SAWCUT Exist CSP �� 86.97' Lt 1016+52 P /�- JOIN Exist CSP GB SAWCUT Exist CSP PLAN VIEW CV LINK PATH SEE DOWEL TO EXISTING CSP;-/ JOIN Exist CSP GB CROSS SECTION SEE DETAIL F ON C-11 220.97' Lt 'CVSWC' 1016+52.12 WEST BANK SLOPE PROTECTION DETAILS, THIS SHEET / SAWCUT Exist CSP 222.71' Lt 'CVSWC' 1008+50.00 JOIN Exist CSP TOP SAWCUT Exist CSP JOIN Exist CSP TOP 'CVSWC' Sta 1008+50.00 TO Sta 1013+30.55 SLOPE PROTECTION (TABLE CONTINUES ON C-03) 0(�) LEGEND, CSP AND GCS EXTENTS O3 27 BRIDGE ABUTMENT BRIDGE PIER 1/2 TON RIP RAP PAD O ANGLE POINT, SEE TABLE O5 u� DI GAL-ERT aDIAL TOLL FREE0-227-2600 LEAST TWO DAYS BEFORE YOU DIG NOERGRONNO SERVICE ALERT OF 50NTHERN CALIFORNIA 1 1 CONTRACTOR: BOTTOM OF CSP CUT-OFF WALL CVLINK EP CVLINK ALIGNMENT TOP OF CSP TOE GB EP CL TOP Sta OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV 1008+50.00 -180.71' 450.30' -188.71' 460.30' - - - - -222.71' 480.30' 1008+75.00 -170.08' 448.26' -180.56' 459.30' - - - - -212.72' 481.65E 1009+00.00 -159.45' 446.22' -172.41' 458,31' -201,22'O2 483,37E -222,83E 483.80' -225,00'O1 483.84' 1009+25.00 -148.78' 442.14' -164.22' 456.32' -200.23' 483.41' -220.33' 483.50' -225.00' 483.59' 1009+50.00 -137.95' 438.07' -155.90' 454.32' -197.73' 482.80' -217.82' 483.20' -225.00' 483.34' 009+75.00 -127,28'O3 429.91' -147.73'(E) 450,34E -195,36E 482,13' -215.44' 482,53E -225,00E 483.00' 1010+00.00 -126.21' 429.91' -146.70' 450.39' -193.13' 481.39' -213.20' 481.79' -225.00' 483.00' 1010+25.00 -125.36' 429.91' -145.90' 450.44' -191.02' 480.59' -211.08' 480.99' -225.00' 483.00' 1010+50.00 -124.72' 429.91' -145.30' 450.49' -189.05' 479.73' -209.10' 480.13' -225.00' 483.00' 1010+75.00 -124.23'O4 429.91' -144.87' 450.54' -187,21E 478.85' -207.25' 479.25' -225.00' 483.00' 1011+00.00 -115.87'O5 429.91' -144.56' 450.59' -185.50' 477.96E -205,54E 478.36E -225.00E 483.00' 1011+25.00 -115.75' 422.011 -144.38' 450.64' -183.92' 477.07' -203.95' 477.47' -225.00' 483.00' 1011+50.00 -115.74' 422.11' -144.32' 450.69' -182.47' 476.19' -202.49' 476.59' -225,00' 483.00' 1011+75.00 -115.87' 422.21' -144.40' 450.74' -181.15' 475.30' -201.17' 475.70' -225.00' 483.00' 012+00,00 -116,1206 422.31' -144.61' 450.79' -179.96' 474.42' -199.98' 474.82' -225.00' 0 483,00E 1012+25.00 -113.90'O8 419.81' -144.93' 450.84' -178.90' 473.53' -198.91' 473.93' -227.30' 483.00' 1012+50.00 -114.25' 419.81' -145.34' 450.89' -177.97' 472.68' -197.98' 473.08' -229.73' 483.00' 1012+75.00 -114.56E 419.81' -145.69' 450.94' -177.15' 471.94' -197.16' 472.34' -232.30' 483.00' 1013+00.00 -114.66E 419.81E -145.84E 450.99' -176,39E 471.30' -196,40E 471.70' -235.00' 9 483.00' 1013+25.00 -114,89E 419.81' -146.12' 451.04' -175.72' 470.77' -195.72' 471,17' -240.00' 483.00' 1013+30.55 -114.88' 419,81 E -146.1 3' 451 .05' -1 75,59' 470.67' -195.59' 471 ,07' -219,96E 11 476,16E CITY OFINOIO BASIS OF BEARING BENCHMARK: Br fH11 9a'NICEBENAoaBl cauro N.ATE �nsTEm or L9aB lcaaal zorvas (Evocx zazD.DD)aAsaD A� /4aT.'N Aa ry D1°lS-F. DESIGNER'S SEAL DESIGN D BY: APPROVER'S SEAL APPROVED BY: PROFESS/O,y9 POD t;Y BU/�l n C /I� 12/20/2023 PROFESS/ON9 F' R9z No. C 68510 Y IC��✓//��-`_ JEFFREY B ICK DATE PROJECT ENGINEER R.C.E. No. 75396, EXP. 12131125 T.Y. LIN INTERNATIONAL JUAN F. RAYA, P.E. 1 I�u EV, 9/30/ 5 404 CAMINO DEL RIO SOUTH, SUITE 700 CIVIC Q /F'OF CAVE /F OF CNI-F CITY ENGINEER RCE No. C 68510 SAN DIEGO, CA 92108 EXP 9/30/2025 DATE: 02/12/2024 TELEPHONE# 619.692.1920 FAX# 619.692.0634 TOE FULL CV LINK PATH AND SLOPE PROTECTION WEST BANK CVSWC" 1008+00 TO 1013+25 CVSWC" 1014+25 TO 1016+52.12 SECTION A -A TOP OF CSP Var TOP ------------2 TO 3� EP _2-1 CL � II I I - BRIDGE ABUTMENT GB SEE STRUCTURE PLANS W7 CONC SLOPE WITH ACCESS PATH CV LINK SEE C-05 TO C-08 PATH FULL CV LINK PATH AND SLOPE PROTECTION AT ABUTMENT WEST BANK IICVSWC11 Sta 1013+25 TO 1014+25 SECTION B-B C.V.W.D. APPROVAL QrvwITxIN APPROVAL OF TI'S DRAWINGBV C.V.W.D. DOES NOT INCLUDE APPROVAL OF ANY PORTON OF TIE "QUICl ASTO THE ADEQUACY OFFS INTENDED FUNCTION C.V.W.D. DRAWING APPROVAL PLAN CHECKED BY: DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING AVENUE 44 BRIDGE AT THE I.P. No. TELEPHONE FAX (760)3914017 (760)342-6590 COACHELLA VALLEY STORM SHEET No. WATER CHANNEL 19 CONSTRUCTION DETAIL SHEETS C-02 OF 97 SHEETS ig I100 CIVIC CENTER MALL SRE ADDRE55 CITY FILE No. INDIO, CA 92201 www.indio.org C.V.W.D. APPROVAL T OE APPROVIT IFS O I On I V WO. DOES NOUI rv¢UDE APPROVAL OF ANY PORTION OF THE PROTECT As TO THE ADEQUACY Of ITS IITENDED FUNCTION C.V.W.D. DRAWING APPROVAL PLAN CHECKED BY: DATE PROJECT ENGINEER RECOMMENDED: DIRECTOR OF ENGINEERING DWG NO. REVISIONS I APP'D DATE DI GAL-ERT aL TOLL FREE 0-227-2600 LEAST TWO DAYS BEFORE YOU DIG NOERGRONNO SERVICE ALERT OF...THERN CALIFORNIA CONTRACTOR: 12 10 13 14 19 15 16 17 20 18 21 22 23 24 r CVSWC' Sta 1013+35.07 TO Sta 1016+52.12 SLOPE PROTECTION (TABLE CONTINUED FROM C-02) BOTTOM OF CSP CUT-OFF WALL CVLINK EP CVLINK ALIGNMENT TOP OF CSP TOE GB EP CL TOP Sta OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV 1013+35.07 -114.89' 419.81' -146.14' 451.06' -175.48' 470.59' -195.49' 470.99' -216.25'12 475.95' 1013+49.35 -114.92' 419.81' -146.20' 451.09' -175.19' 470.36' -195,19, 470.76' -215,95'10 475.79' 1013+50.00 -114.92' 419.81' -146.20' 451.09' -175.18' 470.35' -195.18' 470.75' -215.94' 477.00' 1013+75.00 -115.08' 419.81' -146.42' 451.14' -174.77' 470.04' -194,77' 470.44' -215.54' 477.00' 1014+00.00 -115.22' 419.81' -146.60' 451.19' -174.48' 469.78' -194.48' 470.18' -215.26' 477.00' 1014+14.69 -115.34' 419.81' -146.75' 451.22' -174.38' 469.63' -194.38' 470.03' -215.16'13 475,05' 1014+19.14 -115.38' 419.81' -146.80, 451.23' -174.35' 469.59' -194035' 469.99' -211.63'14 475,00' 1014+25.00 -115.45, 419.81' -146.88' 451.25' -174.33' 469.53' -194.33' 469.93' -219.68' 477.10, 1014+31.63 -115.58' 19 419.81' -146.94' 451.25' -174.32' 469.48' -194.32' 469.88' -228.82' 479.47' 1014+41.50 -120.58' 424.86' -147.04' 451.27' -174.32' 469.43' -194032' 469.83' -242.51'15 483,00' 1014+50.00 -124.92' 429.22 -147.15' 451.29' -147.34' 469.41' -194.34' 469.81' -242.73' 483.00' 1014+58.11 -129.07' 433.37' -147.18' 451.29' -174.38' 469.41' -194038' 469.81' -242.97'16 483,00' 1014+75.00 -137.78' 442.02' -147.28' 451.30' -174.51' 469.47' -194.51' 469.87' -231.73' 483.00' 1014+76.57 -138.60' 442.82' -147.28' 451.30' -174.52' 469.48' -194052' 469.88' -230.69'17 483,00' 1014+93.15 -147.25' 20 451.31' - - -174.71' 469.63' -194071' 470.03' -225.86' 483.00' 1015+00.00 -152.53' 454.86' - - -174.80' 469.71' -194.81' 470.11' -223.89' (8 483,00' 1015+25.00 -171.99' 467.81' - - -175.23' 470.13' -195.24' 470.53' -221.40' 483.00' 1015+27.90 -174.27' 21 469.31' - - -175.29' 470.19' -195029' 470.59' -221.12' 483.00' 1015+37.56 -174.09' 22 469.31' - - -175.49' 470.41' -195.5o' 470.81' -220.20' 483.00' 1015+50.00 -164.21' 462.96' - - -175.79' 470.73' -195.79' 471.13' -219.04' 483.00' 1015+75.00 -144.57' 450.21' - - -176.47' 471.51' -196.48' 471.91' -216.82' 483.00' 1015+76.77 -143.18' 23 449.31' - - -176.53' 471.57' -196054' 471.97' -216.67' 483.00' 1015+79.81 -143.09' 449,31' -143.57' 24 449.69' -176.62' 471.68' -196063' 472.08' -216.41' 483.00' 1016+00.00 -154.04, 450.17' -156.48' 459.82' - - - - -214.73' 483.00' 1016+15.39 -143.27' 449.31' -147.12' 452.49' - - - - -213097'25 483.00' 1016+25.00 -165.89' 451.11' -170.99' 456.21' - - - - -215.77' 483.00' 1016+50.00 -177.94' 452.04' -185.71' 452.62' - - - - -220.55' 483.00' 1016+52.12 -178.97'26 450.37' -186097' 453.35' - - - - -220098' 482,08' CITY OFINOIO BASIS Y.. F BEARING BENCHMARK: Br fH11 111 HA.vlcauro aTensTem or L966Ica6nl zoNE A NSPOCH-E.00) E.E. �A� /9aTAxEN as ry D1°19a6°E. DESIGNER'S SEAL DESIGN D BY: QµOFESS/py9 BU/�l /I- 12/20/2023 POD t;Y JEFFREY 9 BjJVDICK DATE CT PROJECT ENGINEER C R.C.E. No. 75396, EXP. 12131125 1 I/zs T.Y. LIN INTERNATIONAL J? CIV1�. Q 404 CAMINO DEL RIO SOUTH, SUITE 700 /F' pF CALVE SAN DIEGO, CA 92108 APPROVER'S SEAL APPROVED BY: PROFESS/pN F R9l qz�/�� No. C 68510 r EV. 9/30/25 JUAN F. RAYA, P.E. �OF CITY ENGINEER RICE No. C 68510 CALF EXP 9/30/2025 DATE: 02/12/2024 AVENUE 44 BRIDGE AT THE I.P. No. TELEPHONE FAX (760)3914017 (760)342-MO COACHELLA VALLEY STORM SHEET NO. WATER CHANNEL 20 CONSTRUCTION DETAIL SHEETS C-03 OF 97 SHEETS 100 CIVIC CENTER MALL SITE ADDRESS CITY FILE No. INDIO, CA 92201 www.indio.org 909 33 34 35 36 LEGEND, �r + CSP AND GCS EXTENTS BRIDGE ABUTMENT i BRIDGE PIER GRAPHIC SCALE 40 0 20 40 80 (IN FEET) 1 inch -40 feet CONSTRUCTION NOTES: 1. SEE SHEET C-04 FOR SECTIONS D-D, E-E AND F-F. 2. SEE G-2 AND G-3 FOR GRADING. vl� COACHELLA VALLEY � STORMWATER CHANNEL 71.98' Rt 'CVSWC' 1011+11.15 ANGLE POINT Elev. 427.63' 65.06' Rt 'CVSWC' 1011+11.15 nn ANGLE POINT Elev. 420.71' 71.98' Rt 'CVSWC' 1011+31.41 ANGLE POINT Elev. 427.60 64.80' Rt 'CVSWC' 1011+31.41 ANGLE POINT Elev. 420.42' PLAN VIEW EAST BANK SLOPE PROTECTION 'CVSWC' Sta 1007+50 TO Sta 1012+00 SLOPE PROTECTION (TABLE CONTINUES ON C-05) BOTTOM OF CSP CUT-OFF WALL GRADE BREAK GRADE BREAK GRADE BREAK TOP OF CSP TOE GB1 GB2 GB3 GB4 TOP Sta OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV 1007+50.00 135.76' 427.11 158.54' 449.89 - - - - - - 208.21' 483.00 1007+75.00 133.69' 427.10 156.53' 449.94 - - - - - - 206.12' 483.00 1008+00.00 131.61' 427.08 154.52' 449.99 - - - - - - 204.03' 483.00 1008+06.37 131.08' 30 427.08 154.01' 31 450,00 - - - - - - 203,50' 31 483,00 1008+25.00 121.06' 427.07 144.03' 450.04 - - - - - - 193.47' 483.00 008+27,95 1 19.47' 33 427,07 42,45' 32 450.04 - - - - - - 191.88' 35 483.00 1008+50.00 112.44' 427.05 135.48' 450.09 - - - - - - 184.84' 483.00 1008+65.02 107.66' 427.04 130.73' 450.12 - - - - - - 180.05' 36 483.00 C.V.W.D. APPROVAL A"R."A"T" DRAWING BY-W.C. IS CINHYTHAT PORTION WITHIN C.N.W.D. RIGHT OF WAY FOR ENCROACHMENT PERMIT NO. 'oRTHoN OF aoEaUanOF, H:E�C F��"Io�AN TMEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY: DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING _- - -TOP OF CSP -----------STOP -08 SLOPE PROTECTION EAST BANK "CVSWC" 1007+50.00 TO 1008+65.02 SECTION A -A LACCESS PATH VARIES TOP OF CSP 20 4 TO 3 - 1 GB2 2Y GB3 VARIES 1.5 4 TO 3 1� 1 Conc SLOPE 1� SEE C-05 TO C-08 TOE SLOPE PROTECTION EAST BANK 'CVSWC' 1008+65.02 TO 1010+32.45 SECTION B-B TOP OF CSP VARIES ---- 4 TO 3- GB3 VARIES 1.5 GB 4 TO 3 1 1[871111 Conc SLOPE SEE C-00r-08 ME ENV DI GAL-ERT aL TOLL FREE SLOPE PROTECTION 0-227-2600EAST BANK LEAST TWO DAYS 2 BEFORE YOU DIG CVSWG 1 1 101 5+34.42 F NOERGRONNO SERVICE ALERT OF SOUTHERN CALIFORNIA SECTION E C T I O N C- C O J 1. 1 1. 1. a CONTRACTOR: DRAWN BY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: OFESS/ IV- 12/20/2023 9 TELEPHONE FAX SHEET No. PREPARED FOR FR p pgOFESS/pN / r��C (]69)891-001] ABOI Bd]-SEED COACH E L LA VALLEY STORM POD JEFFREY B ICK DATE � � F. R � ✓ - _ a n PROJECT ENGINEER JP 0 WATER CHANNEL DATE COMPLETED: C R.C.E. No. 75396, EXP. 12131125 No. C 68510 r 21 PROJECTNo. T.Y. LIN INTERNATIONAL AS BUILT COMP. DATE: 1 I/25 EV. 9/.10/28 JUAN F. RAYA, P.E. CONSTRUCTION DETAIL SHEETS BY DATE Q 404 CAMINO DEL RIO SOUTH, SUITE 700 P CITY ENGINEER OF 97 SHEETS APP'D DATE C�04 CONSTRUCTION RECORD ENGINEER REVISIONS /F' pE CALVE SAN DIEGO, CA 92108 /F' OF CNI- F RICE No. C 68510 EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRESS CITY FILE No. CITYOFI1 NORTHA ERI NDA GALE DATE: 02/12/2024 BENCHMARK: SM w�� EaaENAovlcauroArvlAs]Are Eurvecoo9oINATE srs]Em or iE9a lcasnl zorves lEPocx zazo.9ol EAseD INDIO. CA 92201 -11 UPON THE WEST UNE OF Ill/. -IN AS N of°Isa9°E. TELEPHONE# .19.692.1920 FAX# 619.692.0634 www.indio.org 44 45 46 47 48 49 54 'CVSWC' Stc 1008+75,00 TO Stc 1014+25,00 SLOPE PROTECTION (CONTINUED FROM C-049 CONTINUES ON C-06) BOTTOM OF CSP CUT-OFF WALL GRADE BREAK GRADE BREAK GRADE BREAK TOP OF CSP TOE GB1 GB2 GB3 GB4 TOP Sto OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV 1008+75,00 104.23' 427,04 127.33' 450,14 174.58' 481,64 - - - - 192.71' 483,00 1008+77,59 103.35' 427,04 126.46' 450,14 173.16' 481,28 195.97' 483,00 - - 196.00' 37 483,00 1009+00,00 95,71' 427,02 118.87' 450,19 160.91' 478,22 183.70' 479,93 - - 196.00, 483,00 1009+21,50 88,39' 427,01 111.61' 450,23 149.19' 475,28 171,96' 38 476,99 - - I 96.0E-a 483,00 1009+25,00 86,79' 427,01 110.54' 450,24 147.34' 474,81 170.12' 476,53 171.99' 477,00 195.41' 483,00 1009+50,00 77,91' 425,93 102.27' 450,29 134.03' 471,46 156.86' 473,21 172.03' 477,00 191.15' 483,00 1009+60,80 73,86' 425,46 98,70' 450,31 128.23' 470,01 151.08' 471,77 172.06' 40 477,00 189.26' 483,00 1009+75.00 68.48' 424.85 93.97' 450.34 120.56' 468.09 143.44' 469.86 173.36' 477.00 186.75' 483.00 1009+80,00 66,58' 424,63 92,29' 450,35 117.85' 467,41 140.74' 469,19 173.81' 477,00 185.86' 41 483,00 1009+86.10 64,25' 424,37 90,24' 450,36 114.53' 466,58 137.43' 468,36 174.35' 477,00 186.40' 42 483,00 1009+99.37 59,15' 423,80 85,74' 450,39 107.28' 464,76 130.21' 466,55 - - 175.49' 43 477,00 1010+00,00 58,90' 423,77 85,52' 450,39 106.94' 464,67 129.87' 466,47 - - 175.55' 477,00 1010+19,29 51,47' 44 422,94 78,96' 45 450,43 96.32' 46 462,00 119.28' 463,82 - - 177.16' 477,00 1010+25,00 58,03' 47 422,69 85,80' 48 450,44 103.14' 49 462,00 116.13' 463,03 - - 117.62' 477,00 1010+32,45 66,56' 422,37 94,67' 450,45 112.01' 462,00 - - - - 178.21' 477,00 1010+50.00 65.86' 421.61 94.73' 450.49 112.00' 462.00 - - - - 179.56' 477.00 1010+75,00 65,58' 421,24 94,87' 450,54 112.00' 462,00 - - - - 181.39' 477,00 1010+88,83 65,37' 421,04 94,89' 450,57 112.00' 462,00 - - - - 182.34' 477,00 1010+99.07 65,19' 420,89 94,89' 450,59 112.00' 462,00 - - - - 183.03' 51 477,00 1011+00.00 65,17' 420,88 94,88' 450,56 112.00' 462,00 183.09' 477,00 - - 195.12' 483,00 1011+04,26 65,13' 420,81 94,92' 450,60 112,00' 462,00 183,37' 52 477,00 - - 195.39' 483,00 1011+13.75 65,03' 420,68 94,92' 450,62 112.00' 462,00 181.58' 477,00 - - 196.00' S3 483,00 1011+25.00 68,89' 420,51 95,02' 450,64 112.00' 462,00 179.43' 477,00 - - 196.00' 483,00 1011+50.00 64,49' 420,14 95.03' 450.69 112.00' 462,00 174.56' 477.00 - - 196.00' 483,00 1011+65.00 64,34' 419,92 95,13' 450,72 112.00' 462,00 172.00' 54 477,00 - - 196.00' 483,00 1011+75.00 64,15' 419,78 95,11' 450,74 112.00' 462,00 - - - - 196.00' 483,00 1012+00.00 63.81' 419,41 95,18' 450,79 112.00' 462,00 - - - - 196.00, 483,00 1012+25.00 64,08' 419,66 95,26' 450,84 112.00' 462,00 - - - - 196.00' 483,00 1012+50.00 64,35' 55 419,91 95,33' 450,89 112.00' 462,00 - - - - 196.00' 483,00 1012+75.00 69027' 56 424080 95.41' 450.94 112.00' 462.00 - - - - 196.00, 483.00 1013+00,00 69,30' 424,80 95,48' 450,99 112.00' 462,00 - - - - 196.00' 57 483,00 1013+25.00 69.32' 424.80 95.56' 451.04 112.00' 462,00 - - - - 193.26' 483,00 1013+50,00 69,35' 424,80 95,63' 451,09 112.00' 462,00 - - - - 190.33' 483,00 1013+75,00 69,37' 424,80 95,71' 451,14 112.00' 462,00 - - - - 187.26' 483,00 1013+85.92 69.38' S8 424.80 95.74' 451.16 112.00' 462.00 - - - - 185.88' 483.00 1013+87,65 69,19' 424,80 95,76' 451,16 112.00' 462,00 - - - - 185.66' 59 483,00 1014+00,00 67,82' 424,80 95,85' 451,19 112.00' 462,00 180.09, 481,68 - - 201.78' 60 483,00 1014+25.00 64.95' 424.80 95.96' 451.24 112.00' 462.00 168.68' 479.02 190.83' 480.37 204.06' 483.00 C.V.W.D. APPROVAL aoEa°anof InlN. E�oEOF��"Io„aN TMEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY: DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING TOP OF CSP VARIES VARIES 4 TO 3 TO 3 GB2 1 1,5 � GB1 1 1 01!7nc SLOPE TO SEE C-05 TO C-08 lk SLOPE PROTECTION EAST BANK ''CVSWC'' 1010+32.45 TO 1013+87,65 SECTION D-D TOP OF CSP VARIES J�ACCESS PAT 4 TO 3 VARIES 20' - 1 4 TO 3 GB3 27 GB4 VARIES 4 TO 3 GB2 1,5 GB1 Conc SLOPE SEE C-05 TO SLOPE PROTECTION EAST BANK "CVSWC'' 1013+87.65 TO 1015+30.75 SECTION E-E TOP OF CSP T - - - - - - - - - - - - - - - - - - - VARIES 4 TO 3 VARIES 1 4 TO 3 GB1 nc SLOPE SEE C-05 TO C-08 05 1� TOE TOP DI GAL-ERT aAT_DIAL TOLL FREE SLOPE PROTECTION 0-227-2600 EAST BANKLEASTTWODAYS 'CVSWC 1015+30,75 TO 1015+90.60 EFORE YOU DIG m NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA SECTION F- F p a CONTRACTOR: RAWNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. PREPARED FOR INSPECTOR: OFESS/ IV- p 12/20/2023 9 TELEPHONE FAX SHEET No. Y FR p gOFESS/pN / r��C (]68)891-001] (780)842-8590 COACH E L LA VALLEY STORM POD EBU! JEFFREYUBPVDICK DATE � � F. R � ✓ - _ a n PROJECT ENGINEER JP WATER CHANNEL DATE COMPLETED: C R.C.E. No. 75396, EXP. 12131125 No. C 68510 y 22 PROJECT- T.Y. LIN INTERNATIONAL AS BUILT COMP. DATE: 1 I/25 EV. 9/.10/28 JUAN F. RAYA, P.E. CONSTRUCTION DETAIL SHEETS BY DATE Q 404 CAMINO DEL RIO SOUTH, SUITE 700 P CITY ENGINEER OF 97 SHEETS APP'D DATE J%' plC C-05 CONSTRUCTION RECORD ENGINEER REVISIONS pF CALVE SAN DIEGO, CA 92108 /F' OF CNI- F RCE No. C 68510 EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRESS CITY FILE No. CITY OFINOIO BASIS OF BEARING GALE DATE: 02/12/2024 BENCHMARK: BIA-1 E9aENaovlcau' R11i A vurvvcoo9DlrvaTE srs]Em or iE9a lcasnl zorvvs(Evoa-.DD)-ED INDIO, CA 92201 TH,'NFIOI/9a]arEN asry Di°Is 4s^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634-Indio.org 66 65 68 67 DI GAL-ERT aL TOLL FREE 0-227-2600 LEAST TWO DAYS BEFORE YOU DIG NDERGRONND SERVICE ALERT OF SOUTHERN CALIFORNIA CONTRACTOR: 'CVSWC' Sto 1014+29.71 TO Sto 1015+90.60 SLOPE PROTECTION (CONTINUED FROM C-05) BOTTOM OF CSP CUT-OFF WALL GRADE BREAK GRADE BREAK GRADE BREAK TOP OF CSP TOE GB1 GB2 GB3 GB4 TOP Sta OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV OFFSET ELEV 1014+29.71 64.39' 61 424.80 95.96' 451.25 112.00' 462.00 166.51' 478.51 188.67' 479.87 204.05' 483.00 1014+50.00 74.51' 425.83 95.96' 451.29 112.00' 462.00 157.10, 476.33 179.30' 477.00 204.00' 483.00 1014+58.96 78.94' 62 431.06 95.96' 451.31 112.00' 462.00 152.90' 475.37 175.12' 476.74 204.04' 483.00 1014+60.23 79.38' 431.81 95.96' @ 451.31 112.00' 462.00 152.30' 475.23 174.53' 476.60 204.04' 483.00 1014+61,44 79.81' 432.51 95.79' 451.31 112.00'64 462.00 151.74' 475.10 173.96' 476.47 204.04' 483.00 1014+75.00 84.57' 440.44 93.80' 451.34 110.02' 462.00 145.33' 473.64 167.59' 475.02 204.06' 483.00 1014+93.59 91.02' 66 451.31 107.25' 462.00 136.47' 471.63 158.77' 473.01 - - 204.03' 483.00 1015+00.00 94.82' 454.45 106.27' 462.00 133.39' 470.93 155.71' 472.32 - - 204.00' 65 483.00 1015+14.92 103.59' 461.75 103.98' 462.00 126.18' 68 469.31 148.53' 470.71 - - 204.05' 483.00 1015+15.44 103.90' 67 462.00 126.10' 469.31 148.27' 470.65 - - - - 204.05' 483.00 1015+25.00 116.46' 466.62 124.61' 469.31 143.64, 469.61 - - - - 204.06' 483.00 1015+27.78 120.10' 467.97 124.18' 469.31 142°29' 70 469.31 - - - - 204.06' 483.00 1015+30.56 123.73'69 469.31 142.22' 469.31 - - - - - - 204.06' 483.00 1015+41.03 141,96' 71 469.31 - - - - - - - - 204.06' 483.00 1015+50.00 135.36' 464.89 142.04' 469.31 - - - - - - 204.00' 483.00 1015+75.00 116.78' 452.56 142.18' 469.31 - - - - - - 204.01' 483.00 1015+81.60 111.83' 72 449.31 142.20' 469.31 - - - - - - 204.01' 483.00 1015+90.60 111.84' 449.31 142.20' 469.31 - - - - - - 204.00' 483.00 CITY BASIS OF BEARING OFINOIO BENCHMARK: Br fH11 111 INA.vlcau¢o aTens7em or i966lca6nl zorves(-H-...)ease. �o� /9a7axeN as ry o1°19a6^e. DESIGNER'S SEAL DESIGN D BY: 'µkff sS/py9 /I- 12/20/2023 PREPARED FOR POD t;Y l JEFFREY B ICK DATE n PROJECT ENGINEER C R.C.E. No. 75396, EXP. 12131125 PROJECT- v25 T.Y. LIN INTERNATIONAL J? CIV1� Q 404 CAMINO DEL RIO SOUTH, SUITE 700 B UE �OF CAL\E SAN DIEGO, CA 92108 APPROVER'S SEAL APPROVED BY: pgOFFSS/pN qz�/�� F R9l No C 68510 r EV. 9/30/25 JUAN F. RAYA, P.E. J? crv1� P CITY ENGINEER 1p OF CA`p RCE No. C 68510 EXP 9/30/2025 DATE: 02/12/2024 TELEPHONE FAX (760) 3914017 (760) 342 - MO 100 CIVIC CENTER MALL INDIO, CA 92201 C.V.W.D. APPROVAL aoeauacr of IT. III irnEHO wHIT'..AN TMeC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING AVENUE 44 BRIDGE AT THE COACHELLA VALLEY STORM WATER CHANNEL CONSTRUCTION DETAIL SHEETS C-06 I.P. No. SHEET No. 23 OF 97 SHEETS 37.00' 14.50' Elev 467.81 FG m _ FG Elev 449.31 Elev 447.31 N � SEE DETAI B SEE DETAIL A C-09 C-09 143.18' Lt 'CVSWC' 1015+76.77 TOE Elev 449.31 CUTOFF Elev 447.31 149.39' Lt 'CVSWC' 1015+40.00 Elev 467.81 149.25' Lt 'CVSWC' 1015+25.92 Elev 467.81 164.36' Lt 'CVSWC' 1015+37.66 Elev 469,31 164.27' Lt 'CVSWC' 1015+27,98E1ev 469,31 1 i I /II II I lhll!fIIlllll✓(A ,� 1 74.09' Lt 'CVSWC' 1 01 5+37.56 Elev 469.31 DI GAL-ERT DIAL TOLL FREE -800-227-2600 AT LEAST TWO DAYS BEFORE YOU DIG NOERGRONNO SERVICE ALERT OF 5011THERN CALIFORNIA CONTRACTOR: CITYOFINOIO BASIS OF BEARING BENCHMARK: BN fH11 9aSENA)aal cauro ATE srsTEm or i9aS lcaaSl zorves(e H.0.)))SASE) �o� /9aTAxEry As ry )1°1a46^E. 96.00' CONSTRUCTION NOTE: 1. SEE SHEET 0-02 FOR GRADING. 7 NI SECTION A - GRADE CONTROL STRUCTURE AT LOW FLOW SCALE= I'' - 1 0' y C.V.W.D. APPROVAL Hla) 1.1laYc.l.aoDDlllo°Trs��E.oEoF.1.11 hA.1 TMEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY: DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING 98.60' Rt 'CVSWC' 1015+42.82 Elev 419.81 Elev 467.81 Elev 417.81 -� 98.76' Rt 'CVSWC' 1015+28.03 Elev 467.81 SEE DETAI 6 111.83' Rt 'CVSWC' 1015+81.60 c-o9 TOE Elev 449.31 CUTOFF Elev 447.31 113.63' Rt 'CVSWC' 1015+40.70 Elev 469.31 LEGEND, 113.74' Rt 'CVSWC' 1015+30.47 Elev 468.31 CSP AND GCS EXTENTS _O !� BRIDGE ABUTMENT A BRIDGE PIER I I i 41.96' Rt 'CVSWC1015+41.03 Elev 469.31 147.25' Lt 'CVSWC' 1014+93.15 Elev 451.31 V115.58' Lt 'CVSWC' 1014+31.63 TOE Elev 419.81 CUTOFF Elev 417.81 E�ev2469 31 CVSWC' 1015+�90 PLAN VIEW I GRADE CONTROL STRUCTURE DESIGNER'S SEAL DESIGN D BY: APPROVER'S SEAL APPROVED BY: IC��✓//��-`` PROFESS/py9 /I� 12/20/2023 PROFESS/pN9 POD PROJEJEFFREY B ICK DATE O F . n PROJECT ENGINEER C R.C.E. No. 75396, EXP. 12131125 No. C 68510 Y 1 I/u T.Y. LIN INTERNATIONAL EV, 9/30/ 5 JUAN F. RAYA, P.E. 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER CIVIC Q CINI� P /F'pF CQU SAN DIEGO, CA 92108 /F OF CNI-F RCE No. C 68510 EXP 9/30/2025 02/12/2024 TELEPHONE# 619.692.1920 FAX# 619.692.0634 DATE: 42.22' Rt 'CVSWC' 1015+30.74 Elev 469.31 I NOTE' 1, REFER TO C-01 THRU C-06 FOR CSP LIMITS, 2, REFER TO C-08 FOR SECTION C Co 64.39' Rt 'CVSWC' 1014+29.71 TOE Elev 419.81 I CUTOFF Elev 417.81 / I I GRAPHIC SCALE 20 0 10 20 40 (IN FEET) 1 inch -20 feet a AVENUE 44 BRIDGE AT THE I.P. No. TELEPHONE FAX (760)391-017 (760) 342 - 6590 COACHELLA VALLEY STORM SHEET No. WATER CHANNEL 24 CONSTRUCTION DETAIL SHEETS C-07 OF 97 SHEETS 100 CIVIC CENTER MALL SME ADDRESS CITY FILE No. INDIO, CA 92201 www.indio.org C.V.W.D. APPROVAL aoD D111 NIT. III EHOEO FUHcrIorvAN TMEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING 10' 1 15, 1 248' 1 15' 1 28' " "CVSWC" LINE ll TOP OF PROPOSED GRADE m 0' v v CONTROL STRUCTURE Q WEST BANK SLOPE PROTECTI01 DI GAL-ERT DIAL TOLL FREE -800-227-2600 AT LEAST TWO DAYS BEFORE YOU DIG NOERGRONNO SERVICE ALERT OF SOnTHERN CALIFORNIA CONTRACTOR: CITY OFINOIO BASIS OF BEARING BENCHMARK: BN fH11 saaENAovl cauro ATE nSTEm Cr LSS6(0- zoNE 6(EIOCH zazS.96)sASED /9a'_ AS ry of°LS—, GRADE CONTROL STRUCTURE CROSS SECTION C 'CVSWC' 1015+34.42 SECTION C DESIGNER'S SEAL DESIGN D BY: va6vaaEO Foa QµOFESS/ py9 /I— 12/20/2023 ? FEY BU/�l JEFFREYUBPVDICK DATE n PROJECT ENGINEER C R.C.E. No. 75396, EXP. 12131125 PROJECT No. T.Y. LIN INTERNATIONAL v25 J? CIV1� Q 404 CAMINO DEL RIO SOUTH, SUITE 700 SCALE �OF CAL\E SAN DIEGO, CA 92108 APPROVER'S SEAL APPROVED BY: pgOFESS/pq, F No. C 68510 r EV. 9/30/25 JUAN F. RAYA, P.E. J? c1v1� P 1Fa CITY ENGINEER RCE No. C 68510 C EXP 9/30/2025 DATE: 02/12/2024 IK SL ON AVENUE 44 BRIDGE AT THE I.P. No. TELEPHONE FAX (760)3914017 (760)342-MO COACHELLA VALLEY STORM SHEET No. WATER CHANNEL 25 CONSTRUCTION DETAIL SHEETS C-08 OF 97 SHEETS 100 CIVIC CENTER MALL SITE ADDRESS CITY FILE No. INDIO, CA 92201 —Indio.org C.V.W.D. APPROVAL LAP PER TABLE 1 ON SHEET 7, TYP #5 @ 6'' OC EW, TYP OPTIONAL CONSTRUCTION - GCS JOIN, TYP TYPICAL GCS REINFORCING DETAIL_ ~ SCALE' 1" 22' FILL TOP OF JOINT WITH PREFORMED JOINT FILLER ELASTOMERIC SEALANT CONFORMING TO ASTM C 920 REINFORCEMENT PER HORIZONTAL STEEL IS DISCONTINUED AT JOINT AT EACH SIDE OF EXPANSION JOINT FACE OF GCS "I �1', 1-114'' Dic SMOOTH DOWEL GREASED ON ONE SIDE P_ 24'' ON CENTER EXPANSION JOINT U SCALE 1" = 1' D I G AL-E RT DIAL TOLL FREE 800-227-2600 AT LEAST TWO DAYS BEFORE YOU DIG NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA CONTRACTOR: CONSTRUCTION RECORD JENGINEERI REVISIONS CITY OF INDp 9A81S OF BEARING BENCHMARK: BMY111 NORTH AMEflIGON DATUM OF19831NAD831 CALIFORNIA STATE PU\NE CAORDIHATE SYSTEM OF 19831CC583120NE 61EPOCH 2O30.001 BPSED 1aV.TAKENA Nm•L9•Al^E. 6 i Sy�FT ? xON OPTIONAL =11�1 PyA CONSTRUCTION SEE FOR IIIT JOINT REINFORCEMENT _ Ill ji III N �TYPICAL CUT-OFF WALL_ DETAIL SCALE 111 = 2' CONTROL JOINT, 20 OC, EW. MATCH EX CSP CONTROL JOINT LOCATIONS r 0.25" NOTE: CONTROL JOINTS TO BE CONSTRUCTED IN 6" CSP ONLY CONTROL_ JOINT c SCALE: 1'' = 1/2' DESIGNER'S SEAL .OFESS/ON �F-Y BU yU,�,Jq*Jnll C 1 1/25 CIVIC Q' OF CAVE DESIGN D BY: IIIL_ 12/2012023 JEFFREY 9 BpqDICK DATE PROJECT ENGINEER R.C.E. No. 75396, EXP. 12131125 T.Y. LIN INTERNATIONAL 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO, CA 92108 TELEPHONE. 619.692.1920 FAX# 619.692.0634 #4 BAR (CONTINOUS) 0_18" O.C. Lfl On ' -111�1 .III�II 13so ? EXCAVATE TRENCH TO NEAT LINES AND PLACE CONC. AGAINST COMPACTED MATERIAL #4 BAR 1 8" O.C. TYPICAL CSP END ANCHOR WALL- DETAIL EX CSP, REINFORCEMENT NOT SHOWN FOR CLARIT SEE �FOR c-o7 REINFORCEMENT EXTEND PROP CSP FROM EX CSP TO GCS DESIGN ELEVATION DISTANCE VARIES CONTROL JOIN SEE A FOR SLL EXPANSION JOIN SEE -------------- REINFORCEMENT PROP. GC e LAP PER TABLE 1 ON SHEET 7, TY EX CSP BOTTOM IF PRESENT 10'-0'' AT BOTTOM OF GCS EACH SIDE GCS TO CSP INTERFACE U SCALES 1" = 2' APPROVER'S SEAL APPROVED BY: No. C 685107 EV. 9/.10/25 JUAN F. RAYA, P.E. mf cIVR �' CITY ENGINEER �F OF CAVE RCE No. C 68510 EXP 9/30/2025 DATE: 02/12/2024 TELEPHONE FAX 1760)391401] (7601342-6590 100 CIVIC CENTER MALL INDIO, CA 92201 PLAN CHECKED BY. DATE PROJECT ENGINEER RECOMMENDED., DWG NO. DIRECTOR OF ENGINEERING REVISIONS I APP-D DATF AVENUE 44 BRIDGE AT THE COACHELLA VALLEY STORM WATER CHANNEL CONSTRUCTION DETAIL SHEETS C-09 I.P. No. SHEET No. 26 OF 97 SHEETS CHANNEL DI GAL-ERT aL TOLL FREE 0-227-2600 LEAST TWO DAYS BEFORE YOU DIG NDERGRONND SERVICE ALERT OF SOUTHERN CALIFORNIA CONTRACTOR: OITY OFINOIO BASIS OF BEARING BENCHMARK: BN fH11 saaENAoavl cauvo ATE naTE A.Iilea lcaaal zoNE 6(EPOCH zazo.00)aASEo /QaT.'S a ry o1°19—E. DESIGNER'S SEAL DESIGN D BY: 'µkff sS/py9 /I- 12/20/2023 PREPARED FOR POD t;Y BU/�l JEFFREY 9 BpVDICK DATE n PROJECT ENGINEER C R.C.E. No. 75396, EXP. 12131125 PROJECT- v25 T.Y. LIN INTERNATIONAL J? CIV1� Q 404 CAMINO DEL RIO SOUTH, SUITE 700 SCALE �OF CAL\E SAN DIEGO, CA 92108 APPROVER'S SEAL APPROVED BY: pgOFESS/pN qz�/�� F R9l No C 68510 r EV. 9/30/25 JUAN F. RAYA, P.E. J? crv1� P CITY ENGINEER 1p OF CA`p RCE No. C 68510 EXP 9/30/2025 DATE: 02/12/2024 TELEPHONE FAX (760) 3914017 (760) 342 - MO 100 CIVIC CENTER MALL INDIO, CA 92201 C.V.W.D. APPROVAL aoD D111 NIT. III EHOEO FUHcrIorvAN TMEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING AVENUE 44 BRIDGE AT THE COACHELLA VALLEY STORM WATER CHANNEL CONSTRUCTION DETAIL SHEETS C-10 I.P. No. SHEET No. 27 OF 97 SHEETS DI GAL-ERT a L TOLL FREE 0-227-2600 LEAST TWO DAYS BEFORE YOU DIG NDERGRONND SERVICE ALERT OF SOUTHERN CALIFORNIA CONTRACTOR: BEGIN CUT-OFF WALL @ - DESIGN INVERT GRADE TO DRAIN TOWARDS CENTER LINE OF CHANNEL BOTTOM OF CUT-OFF WALL- (ELEV. AS SHOWN ON PROFILE) TOP OF SLOPE PROTECTION- (ELEV. AS SHOWN ON PROFILE) 6" THICK P.C.C. LINING WEEP HOLES (SEE DETAIL e ON SHEET C-08#4 @ #4 BARS @ 18" O.C. / / NATIVE SOIL COMPACTED TO 959 OF MAX DRY DENSITY PER ASTM D698 -114 CONT. HORIZONTAL AND VERTICAL AT BEGINNING AND END OF LINING VARIES VARIES / 24"` \ 1 ` CSEE DETAIL BELOW NOTE: 1) CONCRETE CLASS 560-C-3250 OF SUBSECTION 201-1. 1.2 OF THE SSPWC (560 /bslcy PORTLAND CEMENT GRADE C AGGREGATE GRADATION, MIN. COMPRESSIVE STRENGTH OF 5250 PSI, 4-IN MAX SLUMP). WHEN APPLICABLE HIGHER STANDARDS MAY BE REQUIRED PER APPROVED SOILS REPORT. 2) MINIMUM REBAR COVERAGE = 1.5" 3) ALL REBAR SHALL BE DEFORMED BARS AND CONFORM TO ASTM A-675 GR 60 OR A706 GR 60 SLOPE PROTECTION DETAIL ~J NO SCALE TOP OF SLC PROTECTION 20 "MIN 27 ACCESS V MIN. ROAD 2" MIN. 2 1F,- 1.5 7� 2' M•IN. ­AK� '#4 BARS-1 @ 78" O.C. EXISTING #4 BARS @ 18 " O.C. (CON7 SLOPE PROTECTION DETAIL AT TOP NO SCALE OITYOFINOIO BASIS OF BEARING BENCHMARK: BN fH11 9aaENAoaal cauro N.ATr ns7am T.'S a or i9ealcaaalzorvas(avocx—.96)11— /9aAry 91°1aa6°a. DEVELOPMENT SIDE I I I I I I 2 3 I cl- I I W I I � I I I I I I I I I I I I I -r - BOTTOM OF CUTOFF WALL (CHANNEL SIDE) CONTROL JOINT PLAN � NO SCALE 24' 12' ALTERNATIVE SLOPE PROTECTION DETAIL AT TOP NO SCALE CVWD ROW -ACCESS ROAD AND OTHERS IF APPLICABLE STOP OF SLOPE PROTECTION 114" AT BOTTOM -I f C.V.W.D. APPROVAL aoESS_ o' irs irnEHOEo wHA.. TMrC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY: DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING CONTROL JOINT WITH ASPHALT FILLER TOE OF SLOPE PROTECTION 44 4 a 12 " 12' MIN. 1 " DIA. DRILL HOLE AND GROUT SOLID EXISTING CONCRETE LINING WALL PROTECT IN PLACE (REINFORCEMENT NOT SHOWN) #4 REBAR AT 7 8 "O. C. CONTROL JOINT U NO SCALE PROPOSED CONCRETE LINING (REINFORCEMENT NOT SHOWN) DRILL AND PLACE #4 @ 18"O.C. DOWELS TO EXIST CONCRETE LINING CENTERED WITH NON -SHRINK EPDXY GROUT (TYP.) DOWEL CONNECTION DETAIL FOR SLOPE PROTECTION NO SCALE DESIGNER'S SEAL DESIGN D BY: APPROVER'S SEAL APPROVED BY: IC��✓//��-`` 12/20/2023 pgpFFSS/pN9 JEFF�REY BICK DATE F R qz n PROJECT ENGINEER C R.C.E. No. 75396, EXP. 12131125 No. C 68510 r 1 V25 T.Y. LIN INTERNATIONAL EV, 9/30/5 JUAN F. RAYA, P.E. 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER /F' OF CAVE SAN DIEGO, CA 92108 /F OF CpF F RCE No. C 68510 EXP 9/30/2025 02/12/2024 DATE: AVENUE 44 BRIDGE AT THE I.P. No. TELEPHONE FAX (760)3914017 (760)342-6590 COACHELLA VALLEY STORM SHEET No. WATER CHANNEL 28 CONSTRUCTION DETAIL SHEETS C-11 OF 97 SHEETS 100 CIVIC CENTER MALL SITE ADD Ell CITY FILE No. INDIO, CA 92201 —.indio.org C.V.W.D. APPROVAL acenua�v of i"INTENDED FUN -ON THEC.V.W.D.TDRAWING APPROVAL PLAN CHECKED BY: DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING DI GAL-ERT a L TOLL FREE 0-227-2600 LEAST TWO DAYS BEFORE YOU DIG NDERGRONND SERVICE ALERT OF SOUTHERN CALIFORNIA CONTRACTOR: Tap aF SIOPF PRDTUCTI 2' LONG PEW08ATED PIPE WITH PERFORAW,0! DOWN 2 5 CV. FT Of CLASS N PERMEAKE A14!ERIAl. WRAPPEO W F1 TEP F V 2�+ xoraa0r7 74CW DA APPR04£D COL44L AND RED SECLATELY (TYP.) N7ZP NOLl3 J' 014 PbC 1 ScH 40 a to' o_c_ STARED WEEP HOLE U No scALE #4 BAR (CONTINUOUS) ©18" O.C. DEVELOPMENT SIDE EXCAVATE TRENCH TO NEAT LINES AND PLACE CONC. AGAINST COMPACTED MATERIAL //4 BAR @ 78" O.C. DETAIL ANCHOR WALL NO SCALE 72'" MIN. LAP COLD JOINT — — — — #4 REBAR AT 78" O.C. CONSTRUCTION JOINT NO SCALE CITY OFINOIO BASIS OF BEARING BENCHMARK: Br.171 9aaENAovl cauvo ATE nsTENA. i966lca6nl mNE 6(EPocH.0.96) EASE) L_ILI JPON IN EST/4am ,N 5 ry 91°1S—E. M%TFA SdO 4/1„ 3F 1.0' 4h, 310 PYPE *qH 21T CRAX TO W rLkFT a4MMM J4—A WS �V�' WiS11 76—CaGE u4�1aQAM�El7 NOW. AWEP .af$ S44(1 BF COWRuCTED JWT? 3' CLFARAM1CF 177(1N PF&4R STATION CAL PER LAYOUT, 0 UNLESS NOTED OTHE _zlg Exist Conc CURB & GUT LIMA DIKE J �J NO SCALE rL \—/ Ni(-) cr A i F PAVEMENT CONFORM DETAIL r NO SCALE DESIGNER'S SEAL DESIGN D BY: APPROVER'S SEAL APPROVED BY: O p1ypYE SS/ I IV I /V— 12/20/2023 pgpFESS/pN9 JEF�IDATE F R qz n PROJECT ENN GINEERER JP 9� C R.C.E. No. 75396, EXP. 12131125 No. C 68510 Y 1 I�u T.Y. LIN INTERNATIONAL EV, 9/30/5 JUAN F. RAYA, P.E. 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER CIVIE Q CIVIE P /F' pE CAE�E SAN DIEGO, CA 92108 /F OF CAE F RICE No. C 68510 EXP 9/30/2025 02/12/2024 DATE: FL AVENUE 44 BRIDGE AT THE I.P. No. TELEPHONE FAX (760)3914017 (760)342-6590 COACHELLA VALLEY STORM SHEET No. WATER CHANNEL 29 CONSTRUCTION DETAIL SHEETS C-1 2 OF 97 SHEETS 100 CIVIC CENTER MALL SITE ADDRESS CITY FILE No. INDIO, CA 92201 DI GAL-ERT aDIA0L TOLL FREE -227-2600 LEAST TWO DAYS BEFORE YOU DIG NDERGRONND SERVICE ALERT OF SOUTHERN CALIFORNIA CONTRACTOR: CITY OFINOIO BASIS OF BEARING BENCHMARK: BN fN11 9aaENAOSal cauvo ATe ns7am er i9ea lcaaal zorves(—H—.96)aAsao N./4a'Axery As ry o1°19a6^a. 3' WELD ON COLLAR AS REQUIRED, 16' MIN. ' ' PIPE GATE ASSEMBLY n GENERAL NOTES: 1. ALL PIPE TO BE AS SHOWN W/ 1/4" THICK WALLS UNLESS OTHERWISE INDICATED AND SURFACED W/ A FIELD APPLIED GALVANIZED COATING 2. SET 5' HINGE POST (AS SHOWN), 6' DIA. GATE POST SLIDES ' f OVER 5" DIA. CONCRETE FILLED HINGE POST. 5" DIA- HINGE POST . ,a CAP IS WELDED TO IT AFTER THE HINGE POST IS SET AND GATE IS HUNG Z 3. SET LOCK POST TO MATCH GATE LATCH (AS SHOWN) AND FILL LOCK POST W/ CONCRETE TO JUST BELOW SLOT, TO MAINTAIN SPACE FOR LOCK, WELD CAP TO TOP OF LOCK POST. 4' PIPE 1/2' CAP...'•� - t — --/ 4- SOUARE LOCK I 6" PIPE CHHOLE TO I HAND LOCKi CONCRETE LEVEL I 10" NDLE IF I 3" BRACE 3" x 11" X 1/2" J1 N0. 4 REBAR, BENT & WELDED LOCKING HASP WELDED I �'� TO GATE ARM Ia` TO ATE ARM 4" I 2 1/2" X 1" BAND, WELDED AROUND 5" PIPE TO ACT AS BUSHING PLACES). (2 6' LOCK POST LOCKING POST 1 GREASE FITTING AT EACH PLACE SEE NOTE 3 r -5- HINGE POST HASP GOES INTO 6' LOCKING 7HINGE CEMENT FILLED � POST TO PROTECT LOCK FROM POST VANDALISM COACHELLA VALLEY WATER DISTRICT STANDARD PIPE GATE ASSEMBLY APPROVAL DATE: DRAFT 09/1 B DRAWING NUMBER: I-44 DESIGNER'S SEAL DESIGN? BY::�/�/ '(kff SS/py9 (ry I III'/ 12/20/2023 PREPARED FOR POD t;Y BUgCI JEFF�REYB ICK DATE n PROJECT ENGINEER C R.C.E. No. 75396, EXP. 12131125 PROJECT- v25 T.Y. LIN INTERNATIONAL J? CIV1�. Q 404 CAMINO DEL RIO SOUTH, SUITE 700 SCALE �OF CAL\E SAN DIEGO, CA 92108 APPROVER'S SEAL APPROVED BY: pgOFESS/pN qz F R9l No C 68510 r EV. 9/30/25 JUAN F. RAYA, P.E. J? crv1� P CITY ENGINEER 1pOF Cp`p RCE No. C 68510 EXP 9/30/2025 DATE: 02/12/2024 TELEPHONE FAX (760) 3914017 (760) 342 - MO 100 CIVIC CENTER MALL INDIO, CA 92201 CN.W.D. APPROVAL aoD D111 NIT. III EHOEO FUHcrlorvAry TMFC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING AVENUE 44 BRIDGE AT THE COACHELLA VALLEY STORM WATER CHANNEL CONSTRUCTION DETAIL SHEETS C-13 I.P. No. SHEET No. 30 OF 97 SHEETS 500 190 480 170 160 140 STATION 1008+50.00 500 5 490 4 480 4 470 4 460 4 450 4 440 4 ............................... F......................................... i......................................... a......................................... i..... 00c......................................... :......................................... i......................................... a.-.-. FG 90 .............................................................................................................................................................. € 483.80' 483.37': 80 ......... ................:...... 70 ...................................................................................................... a....................................... .. :.-.-.. 1 60 = ........-458:31'........... ..... 1 �1 50 --------------------------- H - -................. ............. 446.22' 40 -----------------------------------------------------------------------------------------------------------------a..............--..--.....................8.-.-.. 300 200 100 0 STATION 1009+00.00 500 500 490 490 480 480 470 470 460 460 450 450 440 440 ............................... ......................................... :......................................... v......................................... i.-..-- ............................... -......................................... '.......................................... ......................................... _ -FG .......................................................................... � 83.3 �..............................................................-.. 483.20' 82.80' 1.5 �1 454.32' ............................... ;......................................... ...................... ................ ......................................... 1 �1 ................................................................................................... .....................439:07 . ............ 300 200 100 0 STATION 1009+50.00 500 490 480 470 460 450 440 C.V.W.D. APPROVAL APPHR—LOF THIS DRAWING &Y [ v. W.D. IS ONLY THAT PORTON WITHIN C.—C. RIGHT OF WAY FOR ENCROACHMENT PERMIT N0. ADEQUACY OEl �ITS NTEDE ANDEDPF�NRIONANY OF THEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING REVISIONS APP'D p TF FG VARIES (TYP,) FG FG 4 9 0................................ ... ........................... ......... :......................................... ......................................... ..... 4 9 0 4 9 0 .....:...........................................................-.-.- 4 9 0 4 9 0 --------------------------- - .................... ........................................................................... 490 V;R €483.00' 483.00' (TYP.) 2 TO 5 483.00' 481 .79' 481.39' 480.13' ............................... '.........................--.............--.. ......... 480 -g 480 480 480 480 ;--- �.1..-478�,.......................�..-.-. 480 479.93' 36' 77, 470 ................................ €.-.-.-.-..-.-.-...-.-.-.-... ............................ 470 470 -------------------------------- ..................p............ .... ............._..------..............--........... 470 470 -----------------------------------------------------------------..........--------------------------- 470 :FG G F 5 1.5 �' (TYP.) 1. FG -......................................._€-..-.-.-.-....-.-. ..--..-.... = - - =---------------------------------------------------....................._€.-.-.-..:.....------------........--.............-€-.... ----......--- ---------......------------- ---------- - .-.-. .................- 460 460 460 460 460 -- -- - -1 - - -- -€ - 460 € 450.39' 450.49' 450.59' -----------------.................................................................... ----- - - - - - ..-.- 450 450 --------------------------------------------------...-----------------.................--.......................'.........------......-..................- ................................................ 450 450 ..............................................................-. ..................-. .....-.................................. ---- 450 i- 1 (TYP.) 1 ........................................................................... c 4 4 0 4 4 0------..........................------------------...-----------------...p..............--.........................------............--............... - 4 4 0 4 4 0..................................................................-. ..................--- - - - ..... 440 € 429.91' 429.91' 429.91' 4 3 0------------------------------------ .... 430 430 ----------------------------------------------------------................--..--........... ----- -'-- 430 430 ...............................-------............................ ...................... 430 =A 300 200 100 0 300 200 100 0 300 200 100 0 STATION 1010+00.00 STATION 1010+50.00 STATION 1011+00.00 DI GAL-ERT DIAL TOLL FREE WEST BANK SLOPE PROTECTION 800-227-2600 a AT LEAST TWO DAYS a H BEFORE YOU DIG ul F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE 342 °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN Q\y°FES$/pry .� r/ice (T801391.4011 (T60)393.6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER WATER CHANNEL 31 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y RAW,5 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER sT CIVR e C-14 OF 97 SHEETS CONSTRUCTION RECORD 1ENGINEER REVISIONS I APP'D DATE aLE 1F pF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RCE No. C 68510 CITY OF Ixoa BASB OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL BITE ADDRESS CITY FILE No. BENCHMARK: em xiii NORTH AMEflICAN DATUM 0119831NAD831 CALIFORNIA —PINE CAORDIHATE SYSTEM OFl9831CC583I20NE 6IEPOCH 2O30.00I BP5ED DATE: O2I12/2024 INDIO, CA 92201 u 34V.TAREN A&Nm '4VE. TELEPHONE# 619.692.1920 FAX# 619.692.0634 www.ixAio.org SEC. T. S.,R E..S,E.&M. APN 490 480 1 70 460 450 430 '120 480 470 460 130 420 € 483.00' ...............................o-...............................................................................• ......................................... 476.59' s176.19' -------------------------------=----------------------------------------------------- --- ...................... '................................................ FG ............................... ......................................... c................... ...................:..............................5...... 1.5 �1 450.69' 422.11' ............................... p......................................... ;.......................................... ......................................... ;...... 300 200 100 0 STATION 1011+50,00 480 4 470 4 460 4 450 4 440 4 430 4 420 4 480 4 470 4 460 4 450 4 440 4 430 4 /Ion A STATION 1012+00,00 480 480 470 470 460 460 450 450 440 440 430 430 420 420 480 480 470 470 460 460 450 450 440 440 430 430 non Aon STATION 1012+50.00 ............................. _......................................... °......................................... ......................................... s.-.-.-. VARIES (TYP,) ......................... _............................ ......... ............ .................................. ::VAR MR.) 5 475.95' € �1 € 470.99'-..4.ZQ-..5.9�........................ FG ............................. _......................................... €.(-T.Y.P-._1.-. 1--..5............. ......................................... €.-.-.-. �1 € 451.06' ............................. -......................................... €....................... ................ _................................................. .............................r..-.-.-.-.. - - - -......................................... (TT7.7-- 1 .............................€......................................... €................................. ..... ......................................... €.-.-.-. ............................. .......................................... €...................................... ..-.-....4.1.9..6.1..------------.-s.-.-.-. 490 480 470 460 450 440 430 420 490 480 470 460 450 440 430 non C.V.W.D. APPROVAL APPROVAL OF THIS DRAWING 0Y CV.I.D. IS ONLY THAT PORTON WITHIN C.V.W.D. RIGOR OF WAY FOR ENCROACHMENT PERMIT NO. ADEQUACY.1 TS TE N UNCTION ANY THEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY: DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING REVISIONS APP'D ❑ATF 300 200 100 0 300 200 100 0 300 200 100 0 STATION 1013+00,00 STATION 1013+30.77 STATION 1013+35,07 DI GAL-ERT DIAL TOLL FREE WEST BANK SLOPE PROTECTION -800-227-2600 D AT LEAST TWO DAYS a H BEFORE YOU DIG R: F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. Qµ pN � Q\y0FE55/pry .� r/i�� (T801391.4011 (T60)393.6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 32 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, CITY ENGINEER SUITE 700 sT CIVR e C-15 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RICE No. C 68510 clTr oIF DIED BASIS OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRES8 CITY FILE No. BENCHMARK: BN 11111 NORTHAMERICAN DATUM 01IESI1NAD83I CALIFORNIA STATEPIANECOORDINATE SYSTEM OF1EB31CCSS3I20NE 6 (EPOCH 2O10.00)BPSED DATE: 02/12/2024 INDIO, CA 92201 ILs141/44TARENA N01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.i ndio.org SEC. , T. S.. R E. SB.B.B M. AFHl 490 480 1 70 460 450 440 120 STATION 1013+49,35 480 470 460 140 120 480 4 470 4 460 4 450 4 440 4 430 4 420 4 480 4 470 4 460 4 450 4 440 4 430 4 420 4 ............................. _......................................... ......................................... _......................................... :. VAR............................... .................................................. TO 5 475.78' �i 470.75' 470.35' - --------------------------- N - - -.-..-.-.-...,..- FG 1.5 �1 451.09' .............................. =......................................... ..-.-.-.-..-.-.-.-.......-------------- =-------------------------------------'- - ..............................:..........................................:......................................".----------------------------.-.-.-.-.-..i.-.-... 1 1€ ..............................................................................................................:.-.-.-..-...-.-...-----------...-.-.-....:. .............................. _......................................... €...................................... . 419.81 ' 300 200 100 0 STATION 1013+50,00 480 480 470 470 460 460 450 450 440 440 430 430 420 420 480 480 470 470 460 460 450 450 440 440 430 430 420 420 STATION 1014+00.00 ........................................................................:.........................................=----------------------------------------- ------ VARIES €(TYPe) - - -- -.-.-._......................................BAR.-.-......47.9:47'-.-.-.-;-.-.-.-..--..-.-.-.-..-.-.-...-..-.-.-.-. . 2�F0 5(TYP,) 1 .............................i.........................................469.42 ................ FG € (TYP,) 1.5 �1 € 451.25' .............................. s......................................... €......................... --------.-.-.-:-.-......................................i...... .............................. ---------------------------------------------------------------------- --------------------------------------------------r MR.) 1 .............................. ......................................... €.................................. ..... -........................................r...... -----------------------------`---------------------------------------...................................... -_..-..4.1.9.al................... ` C.V.W.D. APPROVAL APPROVAL OFTHISDRAWINGOv .D.ISONLYTHATPORT( 4 90 C.V.W.D.RIGHTOFWAY FOR ENCR CHMENT PERMITNO. E''R.ECT—T EA6D An OF n TH C.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. D PROJECT ENGINEER 480 RECOMMENDED: D DIRECTOR OF ENGINEERING _ REVISIONS / 470 460 450 440 430 420 490 480 470 460 450 440 430 420 300 200 100 0 300 200 100 0 300 200 100 0 STATION 1014+14,69 STATION 1014+19,14 STATION 1014+31,63 DI GAL-ERT DIAL TOLL FREE WEST BANK SLOPE PROTECTION -800-227-2600 D AT LEAST TWO DAYS a H BEFORE YOU DIG ul F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN � Q\y°FES$/pry .� r/i�� (T801391-0011 (T60)393 .6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 33 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, CITY ENGINEER SUITE 700 sT CIVR e C-16 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RCE No. C 68510 cln of INEHO BASB OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRES8 CITY FILE No. BENCHMARK: BM Xl11 NORTHAMERION DATUM 01IESI1NAD83I CALIFORNIA 6FATEPIANECOORDINATE SYSTEM OF1EB31CCSS3I20NE 6(EPOCH 2O10.00)BPSED DATE: 02/12/2024 INDIO, CA 92201 Rs141/44TAKENASN01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.indio.org SEC. , T. S.. R E. SB.B.B M. AFH 490 480 1 70 460 450 440 120 STATION 1014+41,50 480 470 460 450 440 130 420 480 4 470 4 460 4 450 4 440 4 430 4 420 4 480 4 470 4 460 4 450 4 440 4 430 4 420 4 ............................ ......................................... ......................................... ;......................................... ...-..... FIG ' 483.00' ----------------------------a-...-.-.----.-.-.-.--..--............ ................................. 2€ TO 5 �1 ............................ ......................................... 469.81"........469.41................ :. FG ............................ =......................................... '.................. -----------.-.-.-.-..-.-.-......-.-.-....-.-.-......-.-.-....s. 1.5 (TIP,) �1 € 451.29' SEA GRADE CONTROL_ 1 GTYP,) ............... ---- 9: ......................................................................................................----- '--------------- 429.22-=-------€ ............................ ......................................... :......................................... ;......................................... €-........ 300 200 100 -0 STATION 1014+50,00 480 480 470 470 460 460 450 450 440 440 430 430 420 420 480 480 470 470 460 460 450 450 440 440 430 430 420 420 2@ TO 5 483.00' STATION 1014+58,11 ----------------------a---------------------------- F — —........... AR--(TYP 4-------- ---------------------...:.-.-.-. VIES ,) 483.00' .......................................................................................................... TO 5 �1 -----------------------------......................................... 470.11`.-4fi9.-7.1....-.-.-..-.-.-.-....s. €F G TYPe) 1 -.-.-.-....-7-------------............. .......... ................— - 454.86' SEE? GRADE CONTROL: ----------------------------->..-.-.-....--5 F R fE Ft ......................................... ......................................... ;. ............................. _......................................... €......................................... _................................................. ............................. ......................................... :......................................... .........................................:....... ............................. o......................................... i......................................... a......................................... c....... 490 480 470 460 450 440 430 420 490 480 470 460 450 440 430 420 C.V.W.D. APPROVAL APPROVAL of THIS DRAWING RY C.v. W.D. IS ONLY THAT PORTION WIT C.V.W.D. RIGHT Of WAY FOR ENCROACH V ENT PERMIT N0. ADEGUACY OO'ITS INTEENDEDlUP Ap nEC.V.W.D.TDRAWING APPROVAL PLAN CHECKED BY, DATE PROJECT ENGINEER RECOMMENDED: DWG DIRECTOR OF ENGINEERING REVISIONS APVD 300 200 100 0 300 200 100 0 300 200 100 0 STATION 1014+76,57 STATION 1014+93,15 STATION 1015+00,00 DI GAL-ERT DIAL TOLL FREE WEST BANK SLOPE PROTECTION 800-227-2600 D AT LEAST TWO DAYS a BEFORE YOU DIG N F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: RAWNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN � Q\y°FES$/pry .� r/i�� (T801391.4011 (T60)393 .6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 34 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER sT CIVR g ``-17 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RICE No. C 68510 cln oIF INDIO BASIS OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRES8 CITY FILE No. BENCHMARK: BM 11111 NORTHAMUNION DATUM 01 39831NAD83I CALIFORNIA STATEPIANECOORDINATE SYSTEM OF I—(CCSS3)20NE 6 (EPOCH 2O10.00)BPSED DATE: 02/12/2024 INDIO, CA 92201 Rs141/44TARENA N01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.i ndio.org SEC. , T. S.. R E. SB.B.B M. APN 490 480 1 70 460 450 440 430 STATION 1015+27,90 480 470 460 '150 440 130 420 480 4 470 4 460 4 450 4 440 4 430 4 420 4 480 4 470 4 460 4 450 4 440 4 430 4 420 4 F 483.00' :VAR ............................i....-.-.--.-.-.-.--...-.-.-.... - ....... 470.81' 4M.41' FG ----------------------------=------------------------------.-.-.-..... ....---.-.-..--..-........................... 469.31' ...................................................................................CONTROL .-.-.. STRUCTURE ............................ ......................................... ......................................... ......................................... €.-...-.. ............................ z......................................... _----------------------------------------- ^......................................... _ ............................ ......................................... s......................................... .......................................-.€.-.-.-.. 300 200 100 0 STATION 1015+37,56 ....................................... FJ�................................... a......................................... €....... 483.00' VAR a................ ..................... ........................................a.-.-..--..-.-.-.-..-.-.-.-.-..-.-.-....-. _ ...... 2 TO 5 472.08' 471.68' \\ F G �1 1 €449.69' 449.31' .-.-.-..- :SEE GRADE CONTROL STRUCTURE ---------------------------------------------------------------------------------'---------------------------...-.-.-.-..-.5.-.-..... z......................................... c......................................... "......................................... i-.-.-..- 480 480 470 470 460 460 450 450 440 440 430 430 420 420 480 480 470 470 460 460 450 450 440 440 430 430 420 420 STATION 1015+50,00 472.86' 472.46' .-.-...----- FIG ( T.-y-R-,-}...-J,-5 ........... .................................................. �1 1 452.24' 490 480 470 460 450 440 430 420 490 480 470 460 450 440 430 420 C.V.W.D. APPROVAL APPROVAL of THIS DRAWING BY C.v. W.D. IS ONLY THAT PORTION WIT C.V.W.D. RIGHT Dl WAY FOR ENCROACH V ENT PERMIT N0. ADEQUACY OO' ITS INTEDNDED lUP Ap nEC.V.W.D.TDRAWING APPROVAL PLAN CHECKED BY, DATE PROJECT ENGINEER RECOMMENDED: DWG DIRECTOR OF ENGINEERING REVISIONS APVD 300 200 100 0 300 200 100 0 300 200 100 0 STATION 1015+76,77 STATION 1015+79,81 STATION 1016+00,00 DI GAL-ERT DIAL TOLL FREE WEST BANK SLOPE PROTECTION -800-227-2600 D AT LEAST TWO DAYS a BEFORE YOU DIG N F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: RAM!BY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN � Q\y°FES$/pry .� r/i�� (T801391.4011 (T60)393 .6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 35 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER sT CIVR g ``-18 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-AE SAN DIEGO, CA 92108 /F' pF CA\-\E RICE No. C 68510 cln oIF INDIO BASIS OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRESS CITY FILE No. BENCHMARK: BM 11111 NORTHAMUNION DATUM 01 39S31NAD83I CALIFORNIA STATEPIANECOORDINATE SYSTEM OF19S31CCS113I20NE 6 (EPOCH 2O10.00) BASED DATE: 02/12/2024 INDIO, CA 92201 Rs141/44TARENA N01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.i ndio.org SEC. , T. S.. R E. S.B.B. S M. APN 490 480 470 460 450 440 430 420 490 480 470 460 450 440 430 420 ............................... :......................................... '-......................................... :......................................... :.-.-. € FG 483.00' VAR . -..-------------------------a..-.-.-.-. ................... -2 -TO -5---------------------- �1 473.54' 473.14' ............................... r......................................... :............. -------------------------------------------------------------------s FG 1. (TYP; 1 452.49' ------------------------------------------------------------------------------------------------ 1.-.-- 449.31..'............... .-.-. ------------------------------e ..---------------------------------------°----------------------------------------- ............................... _......................................... :......................................... _......................................... :..... ............................... ;......................................... =......................................... ......................................... 300 200 100 0 STATION 1016+15.39 ............................... —......................................... -------------------------------------------------------------------------------..-.-.-. 483.00' € VAR -------------------------------r..-.-.-.-..................... -2 —TO 5----------------------- ^----------------------------------------- �1 473.54' 473.14' ......................................... =---------........................=......................................... s.-.-. FG (TYP: 1 ............................... =---------------------------------------- =------------------. -------------------=--------------------------------------..- 1 € 452.49' ----------------------------------------------------------------------- --------------------------------1.-.-- .-.-....44M 1.....-.-.-.--..- .-.-. ............................... ......................................... s......................................... ;......................................... <..... ............................... —......................................... '......................................... —......................................... ............................... ;......................................... ;......................................... .........................................;..... C.V.W.D. APPROVAL APPROVALOFTHISDRAWINGOv .D.ISONLYTHATPORT( C.V.W.D.RIGIROFWAY FOR ENCR CHMENT PERMITNO. 490 490 - - - ......................................... ............................ ...........-.-..-.--------------------..-.-.-.---.-.... 490 DRAWI PORTION OF THE P S TOTHE ADEQUACY OOF ITS NTEDND C.V.W.D. DRAWING APPROVAL F G PLAN CHECKED BY. D VAR 483.00' PROJECT ENGINEER 2 TO 5 ' =480 RECOMMENDED: D - 1 T 475.08 - 474.68' DIRECTOR OF ENGINEERING REVISIONS / 470 470 ..F.i-.-.-.-..-...-.-.-.--.-.-.-.................... ..................................................................................t.5 470 YP) 460 460 �. ---------------------------.---.-.-.-.-.-..-.-.-.--...-.-.-.-..-.-.-.-;...-.-.-.-.= -.-.- 460 1 (TYPJ453.05' 450 450 .......................................................................€..............-.-.-.. 1 € 450.29' €...... 450 440 440 ........... s.........................................€...-.-.-.-..-.-.-.-...-------------------=----------------------------------------. 440 430 430 ........................................................................ ......................................... N. 430 420 420 -------------------------------------------------------......................................... - 420 300 200 100 0 STATION 1016+50.00 490 480 470 460 450 440 430 420 300 200 100 0 DI GAL-ERT STATION 1 01 6+52.1 2 DIAL TOLL FREE WEST BANK SLOPE PROTECTION 800-227-2600 D AT LEAST TWO DAYS a H BEFORE YOU DIG ul F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FESS, 12/2012023 COACHELLA VALLEY STORM SHEET No. Qµ pN Q\y0FE55/pry .� r/ice (T801391.4011 (T60)393.6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER WATER CHANNEL 36 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 J? CIV\� i sT CIVR e CITY ENGINEER C.1 g OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP-D DATE ALE 1F pF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RCE No. C 68510 CITY of Ixoa BASB OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL IITEADDRE38 CITY FILE No. BENCHMARK: BMx111 NORTH AMERPONDATUM 01 IESI 1NAD83I CALIFORNIA —FINE COORDINATE SYSTEM OF 19831CCSS3I20NE 6 IEPOCH 2O30.OER ED DATE: 02/12/2024 INDIO, CA 92201 u R4V.TARENASNm-L9'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 _.!.AUo.o'. SEC. , T. S.. R E. S.B.B. B M. APN 490 480 1 70 460 450 140 430 420 480 470 460 140 ................................................. _................................ _...............7TRTFS ...(i 777)- 483.0 ' ¢........................................................................................................................... .................. RG ...;.................................................................... .......... .......................................... :................................ 1 1 1� T............................................................................................................................................................ ....................................... -----...... ------------------........................................... 42 11' ......................................... F.................................................................................... ................................ 0 100 200 300 STATION 1007+50.00 480 4 470 4 460 4 450 4 440 4 430 4 420 4 480 4 470 4 460 4 450 4 440 4 430 4 4?n 4 go=----------------------------------------- -----------------------------------------------------------------------------------=---------------------------- 483.00' 80?--------------------------------------- -@......................................... ..................................... ....a... ...................... FG. 60=............................................ ........------------......................................................_................ 1,5 1� =449.99' 50 ........................................ L;......................................... ;...................... J421.08' do 30 '...................................................................._.................. .. 20 0 100 200 300 STATION 1008+00.00 480 480 470 470 460 460 450 450 440 440 430 430 420 420 480 480 470 470 460 460 450 450 440 440 430 430 420 42n € 483.00' FG=- .-------------------- .................. .........---1 ,...........--;..........---.................----......=--......--......-------- 1� ........................................ 449.99 -.-.-.-..-.-.-.--.@...............................................---------------------- 1 1� ........ =......................................... _............. ......................... '......................................... :............................. 421.08' ----------------------------------------^------------............................ t......................................... -............................ 0 100 200 300 STATION 1008+06.37 490 480 470 460 450 440 430 420 490 480 470 460 450 440 430 420 C.V.W.D. APPROVAL APPROVAL OF THIS DRAWING BY Cv. W.D. IS ONLY THAT PORTON WITHIN C.V.W.D. RIGHT OF WAY FOR ENCROACHMENT PERMIT N0. ADEQUACY OEl �ITS NTEDE ANDEDPF �NRIONANY OF THEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING REVISIONS APP-DI DATF 0 100 200 300 0 100 200 100 200 300 STATION 1008+27.95 STATION 1008+50.00 STATION 1008+65.02 DI GAL-ERT DIAL TOLL FREE EAST BANK SLOPE PROTECTION -800-227-2600 D AT LEAST TWO DAYS a H BEFORE YOU DIG ul F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN � Q\y°FES$/pry .� r/i�� (T801391.4011 (T60)393 .6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 37 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER �f sT CIVR g ``-20 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RCE No. C 68510 clTr of INEHO BASB OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRES8 CITY FILE No. BENCHMARK: BM"11 NORTHAMERION DATUM OF19931NAD83I CALIFORNIA STATEPIANE COORDINATE SYSTEM OF19B31CCSS3I20NE 6 (EPOCH 2O10.00) BASED DATE: 02/12/2024 INDIO, CA 92201 u141/44TARENA N01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.i ndio.org SEC. , T. S., R E. SB.B.B M. AFH 490 480 1 70 460 450 140 430 420 480 470 460 140 ...............7TR7TT ...�i 777)-------'....;..--....-...-....-.-.-......-...-........................................ I 83.0 '.........................i-.-......-...-........-...-..-.-.-.--.-.-.--..-.-.-.--.---.-.---..-.-.-.-..---...........--.....................................i--------------------------------.-....i.-.......................................a................................ RG..._----------------------- ` --------------------------.-..-.--.-.-.€.-----------------------..-.-.-.-..---.-._-..-.-.-.-...------------------- 1.1------------------------- ------------------------..-.-.-.-..---.-.¢-..-.-.-.-...--------------- 1 1� -----------------------------------------i------------------....................... ................................ ......................................... ................ --------------------=----------------------..-.-.-.-..---.-.:-..-.-.-.-...----------------- 42 11' z----------------------------------------------------------------------------------=------------------------..-.-.-.-..---.-. ................................ 0 100 200 300 STATION 1008+77,59 480 4 470 4 460 4 450 4 440 4 430 4 420 4 480 4 470 4 460 4 450 4 440 4 430 4 4?n 4 STATION 1009+00,00 90-E.......................................... E.......................................... .......................................... E.......................... 483.00' 80 -=----------------------------- -- ------ --'--------------------------------------------------------------- ....... 477.D0' 1. 7' 70 -:............................................................................... .......................................... : .......................... 470.01'€ 60........................................................................................ .......................................... _.......................... 50................ 450.31 € € -----------------------------------------=------------------------------------------.......................... 40 ................................................................................................................................................................ 30.......................................................................................... ..........................................:........................... 425.46' 20 ........................................................................................................................................._.-.-..-..-.-..-..-.-.-..-. 480 480 470 470 460 460 450 450 440 440 430 430 420 420 480 480 470 470 460 460 450 450 440 440 430 430 420 42n 4833.00' -. ------------- FG .......................................... 5-------------------=------------------------------------ -------------------------.. 1� 450.09' --------------------------------.-..------------------.-----------.-.-......................................................... 1 1� ----------------------------------------- ---------------------------------------'-----------------------------------------=----------------------------- ...-.-_------------------------------------------------........................................................................................................... ------------------------------------------------------------------------------------------------------------------------ .............................. 0 100 200 3n0 STATION 1009+21,50 C.V.W.D. APPROVAL APPROVAL OF THIS DRAWING BY Cv. W.D. IS ONLY THAT PORTON WITHIN 490 C.V.W.D. RIGHT OF WAY FOR ENCROACHMENT PERMIT N0. TH EIPRaLL TorEAoEn°no°inh;°hoEOPF°hRI°oHANY C.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. DATE PROJECT ENGINEER 480 RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING R E V I S 10 N S APP'D DATE 470 460 450 440 430 420 490 480 470 460 450 440 430 420 0 100 200 300 0 100 200 100 200 300 STATION 1009+50,00 STATION 1009+60,80 STATION 1009+80,00 DI GAL-ERT DIAL TOLL FREE EAST BANK SLOPE PROTECTION -800-227-2600 D AT LEAST TWO DAYS a H BEFORE YOU DIG ul F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FAX °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN � Q\y°FES$/pry .� r/i�� (T801391-0011 (T60)393 .6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 38 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER �f sT CIVR g ``-21 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RCE No. C 68510 clTr of INEHO BASB OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRES8 CITY FILE No. BENCHMARK: BM"11 NORTHAMERION DATUM 011—(NAD83) CALIFORNIA STATEPIANE COORDINATE SYSTEM OF l9931CCS03I20NE 6 (EPOCH 2O10.00) BASED DATE: 02/12/2024 INDIO, CA 92201 u141/44TARENA N01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.i ndio.org SEC. , T. S., R E.. SB.B.B M. AFH 490 480 1 70 460 450 140 430 420 480 470 460 140 ............................................. _................................ _...............7TRTF7 ...(i 777)- 483.0 ' ............................................................................ ... ......................................... T................................ RG ... ;....................................... ............................. .......... -......................................... :................................ 1 jl' .....................------------------------=----------------------..-.-.-.-..-.-.-._-..-.-.-.-...--.-.-.-..-.-.-...- ----------------------------------------------------------------------------------------------------------------------------- ................................ 0 100 200 300 STATION 1009+86,10 480 4 470 4 460 4 450 4 440 4 430 4 420 4 480 4 470 4 460 4 450 4 440 4 430 4 4?n 4 90 =----------------------------------------------------------------------------------------------------------------------------=---------------------------- 483.00' 80?--------------------------------------- •.......................................... ......................................... a... ...................... 70 - ---------------------------- ---------€.---------------------------------------- .-...... .. FG: 60=............................................ ........................................................................._................ 1,5 1� 50 449.99'....................................................................... 1 1� do= -------------------------------------- ....... ....... .. 30'...................................... €.............................................................- 427.08' 20 0 100 200 300 STATION 1009+99,37 90. '......................................... €......................................... €......................................... a............................ 43.00' 2:1 TO 4:1 ` 80.-......................................... - -------------------------.-.-.-......- 70......................................... €......... - --------------------------- ......................................... °............................ 471.46 :OUTLET HEADWALL :SEE FOLD-02 60 ........ ........................ ............... ...... =.........................................=............................ 5 1 € 450 29' € € 1 1� 40 - >......................................... '......................................... '............................ 3 0 ........i................................................................................:........................................._..................-.-.-....- 425.93' 20 ------------------------------- .-.-....- 480 480 470 470 460 460 450 450 440 440 430 430 420 420 480 480 470 470 460 460 450 450 440 440 430 430 420 42n ------------------...................................------................., BRIDGE ABUTMENT ¢-----------------------------------------±----..-.-.-.-..---.-.-.-..-...- ........ 477€00' :VARIES 3:1 TO 4 a 1 466.47' 464.67' 1 .5 :FG 1� 450.39' € ..................................................................................2 — 1................................................... 1F 423.77' STATION 1010+00.00 C.V.W.D. APPROVAL APPROVAL OF THIS DRAWING BY Cv. W.D. IS ONLY THAT PORTON WITHIN 490 C.V.W.D. RIGHT OF WAY FOR ENCROACHMENT PERMIT N0. ADEQUACY OEl �ITS NTEDNDEDPF �NRIONOF ANY THEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. DATE PROJECT ENGINEER 480 RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING REVISIONS APP-D DATE 470 460 450 440 430 420 490 480 470 460 450 440 430 42n 0 100 200 300 0 100 200 300 0 100 200 300 STATION 1010+19,29 STATION 1010+32,45 STATION 1010+50,00 DI GAL-ERT DIAL TOLL FREE EAST BANK SLOPE PROTECTION -800-227-2600 D AT LEAST TWO DAYS a H BEFORE YOU DIG ul F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN � Q\y°FES$/pry .� r/i�� (T801391.4011 (T60)393 .6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 39 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER �f�f sT CIVR g ``�22 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RCE No. C 68510 clTr of INEHO BASB OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRES8 CITY FILE No. BENCHMARK: BM"11 NORTHAMERION DATUM OF19931NAD83I CALIFORNIA STATEPIANE COORDINATE SYSTEM OF19B31CCSS3I20NE 6 (EPOCH 2O10.00) BASED DATE: 02/12/2024 INDIO, CA 92201 u141/44TARENA N01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.i ndio.org SEC. , T. S., R E. SB.B.B M. AFH 480 470 460 '150 140 STATION 1010+88,83 ---..............................................................F 1- 483.00' .......................................... :---------W A�R.1.E E---------- E 3:-1 TO 4=1 1� €...................462.00'--...-.-.-..-...-.-....-. ................ '- FG 10 5 1 450.79`: ................................................................................ 1 €............................ I.�..... 490 490 480 480 470 470 460 460 450 450 440 440 430 430 420 420 480 4 470 4 460 4 450 4 440 4 430 4 420 4 STATION 1010+99.07 ) 0 - = = ----------------° FG 483.00' € 0 ----------------------------------------------- ---------- s /+R-d-E 3:1 TO 4=1 1� 70 .................................................................... ................. 462.00' FG i0--...-.-€........................................ — -------------------------------- 1e 5 1 59' 30 -----------------------------------------------...................................... 1 10-----------------------------I-F ....._ 0........:................................... ..... ......................................... >n All Q_Q1' - 480 480 470 470 460 460 450 450 440 440 430 430 420 420 490 49 480 48 470 47 460 46 450 45 440 44 430 43 420 42 0 100 200 300 STATION 1011+00,00 € 3=1 TO 401 1� ..................... ....... FG 462.60' -------------------------------- - ...... --------------------- 1€e5 1 450.69 a ............................. 1 '---------------------------1 ------------------------------- i...................................................................... 420.14' 490 480 470 460 450 440 430 420 490 480 470 460 450 440 430 420 C.V.W.D. APPROVAL APPROVAL OF THIS DRAWING BY Cv. W.D. IS ONLY THAT PORT( C.V.W.D. RIGHT OF WAY FOR ENCROACHMENT PERMIT NO. ADEQUACY OOF ITS NTEDND THEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. D PROJECT ENGINEER RECOMMENDED: D DIRECTOR OF ENGINEERING _ REVISIONS 0 100 200 300 0 100 200 30(i 100 200 300 STATION 1011+04,26 STATION 1011+13,75 STATION 1011+50,00 DI GAL-ERT DIAL TOLL FREE EAST BANK SLOPE PROTECTION -800-227-2600 D AT LEAST TWO DAYS a H BEFORE YOU DIG ul F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN � Q\y°FES$/pry .� r/i�� (T801391-0011 (T60)393 .6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 40 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER sT CIVR g ``-23 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RCE No. C 68510 clTr of INEHO BASB OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRES8 CITY FILE No. BENCHMARK: BM"11 NORTHAMERION DATUM OF19931NAD83I CALIFORNIA STATEPIANE COORDINATE SYSTEM OF19B31CCSS3I20NE 6(EPOCH 2O10.00) BASED DATE: 02/12/2024 INDIO, CA 92201 u141/44TARENASN01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.indio.org SEC. , T. S., R E. SB.B.B M. AFH 480 470 460 '150 140 STATION 1011+65,00 ---..............................................................F4-- 483.00' .......................................... ---W A-R-I-E 5---------- E 31 TO 4=1 1� €...................462.00'--...-.-.-..-...-.-....-. ................ '- FG 1€05 1 450.79`: -------------------------------------- 1 €............................4.�..... 419.41 '------ 490 490 480 480 470 470 460 460 450 450 440 440 430 430 420 420 480 4 470 4 460 4 450 4 440 4 430 4 420 4 I.......................................... ................................. FF- ' -- i .......................................... .......... V-A-R-4-PS ........... .....................................--I.............................. € 3=1 TO 4:1 1� FG ................................ ............................................................................................................... 1 5 e --------------------- - - - - ------------------------------------------------------------------------------------- ------------------------------ 1 .............................1.......................................................................................;.............................. ..........41 • g.41..:.......................................................................................................................... 0 100 200 300 STATION 1012+00.00 3�1 TO 4z1 1� 0......................................<. 462.00': FG i0.......:................................................................................' 1. 5 1 450.99 30 .............................................. ...................................... 1 480 480 470 470 460 460 450 450 440 440 430 430 420 420 VARIES STATION 1012+50,00 490 490 :...................................:................................... €F0 480 480 ...................................................................................... ..:-.-...--.-.-.-..-.-.-.-...--.-.-.-..-...--...-----------...-.-...--.-. VARIES 3=1 TO 4:1 470 470 ...................................... .-.-.-.. fi -. rG— - 460 460 .......:............... ------------- ------------------------------------------------------------------------- ---------------------------- 462.00' '- 451.09' 450 450....-.. - ............................................................................................................ 440 440' 1 .-....-+ ---------------------------------------------------------^--------------------------------------- ? ............................. 430 430 ......................................... .........................................:............................. 424.80' 420 420 ----------------------------------------------------------------------------------=----------------------------------------'----------------------------- C.V.W.D. APPROVAL APPROVAL OFTHISDRAWINGBv .D.ISONLYTHATPORT( 490 C.V.W.D.RIGHTOFWAY FOR ENCR CHMENT PERMITNO. 1.111­11RE AoEaA OFnhE°ho C.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. D PROJECT ENGINEER 480 D RECOMMENDED: DIRECTOR OF ENGINEERING - REVISIONS / 470 460 450 440 430 420 490 480 470 460 450 440 430 420 0 100 200 300 0 100 200 300 100 200 300 STATION 1011+75,00 STATION 1013+00,00 STATION 1013+50,00 DI GAL-ERT DIAL TOLL FREE EAST BANK SLOPE PROTECTION -800-227-2600 D AT LEAST TWO DAYS a H BEFORE YOU DIG ul F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN � Q\y°FES$/pry .� r/i�� (T801391-0011 (T60)393 .6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 41 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER �f sT CIVR g ``-24 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RCE No. C 68510 clTr of INEHO BASB OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRES8 CITY FILE No. BENCHMARK: BM"11 NORTHAMERION DATUM OF19931NAD83I CALIFORNIA STATEPIANE COORDINATE SYSTEM OF19B31CCSS3I20NE 6(EPOCH 2O10.00) BASED DATE: 02/12/2024 INDIO, CA 92201 u141/44TARENASN01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.indio.org SEC. , T. S., R E. SB.B.B M. AFH 490 480 170 460 450 440 120 190 480 470 460 '150 440 130 STATION 1013+67,65 VARIES ------------------- €-----------3 e-1 Tti 4 e 1 41.2.32' 1� 4 .93' '------------------------------------------_.. i 7..... FG 1� 454.45' I— €---------------------------------------------------------S.E.€ 9 STRUCTURE 480 4 470 4 460 4 450 4 440 4 430 4 420 4 480 4 470 4 460 4 450 4 440 4 430 4 4?n 4 90 ..................T-.-..-.-.-.-..-.-.-.-.. .-.-.-.-.-..-.-.-.-... .......:......................................... ................48 80 ... -=-----------------------------..-.-.-..-.-.-.-.-..-.-.-.-..-.-.-.-..... .... _......................................... _......................... .. 481.68' VARIES 3=1 TO 4:1 70 .................................................:.... ..........................................................................:......................... .. :1 FG 60 .............................462:00`..-. -.-.-.-..-.-.-.-.. ..................... 1, 5 451.19' 50 -------- -------------- ------ ----------- -_ -................................._........................................ ................. - 1 1� - 4 0 .............................................. ..........................................i-.-.-.-..-.-.-.-..------------.-.-.-...-.c-.-.-.--.-.-.-.-........- 3 0 .......€.......... ...................................................................................... 424.80' 20...-.-s ......................................... .......................................... _......................................... :........................ - _. 0 100 200 300 STATION 1013+85,92 VARIES I I YF'•J 0------------------------------------------------i-.-.-.-....-.-.....-....,-.-.-j-.-... Fnz------------------- ....---.-.-....... - O......:..........................................g..........q q.I.�.......................................................;. 3:1 TO 4:1 1 0 ------ ---------------------.-.... '-.-....-.-. = ----------------------- .....- FG i0......<..........................................i.......-----------------------5 E-E--- R A D E----C.9 N T R 0 L----F.......................... . STRUCTURE 0 .-.-........................................... ......................................... €.......................... --- I0 ------------------------------------------------------------------------------------------------------------------------------------------------------------ — 50 ------.......................................... E......................................... ;<......................................... i.......................... --- ?0 .......................................... ......................................... ......................................... €.......................... --- 480 480 470 470 460 460 450 450 440 440 430 430 420 420 490 490 480 480 470 470 460 460 450 450 440 440 430 430 420 42n STATION 1014+00.00 490 480 470 460 450 440 430 420 490 480 470 460 450 440 430 4?n C.V.W.D. APPROVAL APPROVAL OF THIS DRAWING BY Cv. W.D. IS ONLY THAT PORTON WITHIN C.V.W.D. RIGHT OF WAY FOR ENCROACHMENT PERMIT N0. OF ADEQUACY OEl �ITS NTEDNDEDPF �NRIONANY OF THEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING R E V I S 10 N S 7APP-DI DATF 0 100 200 300 0 100 200 300 0 100 200 300 STATION 1014+01,71 STATION 1014+29.71 STATION 1014+50,00 DI GAL-ERT DIAL TOLL FREE EAST BANK SLOPE PROTECTION 800-227-2600 D AT LEAST TWO DAYS a H BEFORE YOU DIG ul F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN � Q\y°FES$/pry .� r/i�� (T801391.4011 (T60)393 .6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 42 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER �f sT CIVR g ``-25 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RCE No. C 68510 clTr of INEHO BASB OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRES8 CITY FILE No. BENCHMARK: BM"11 NORTHAMERION DATUM 0119931NAD83I CALIFORNIA STATEPIANE COORDINATE SYSTEM OF19B31CCSS3I20NE 6 (EPOCH 2O10.00) BASED DATE: 02/12/2024 INDIO, CA 92201 u141/44TARENA N01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.i ndio.org SEC. , T. S., R E. SB.B.B M. AFH 490 480 170 460 450 440 120 190 480 470 460 '150 440 130 STATION 1014+58,96 ................................. VARIES ------------------- €-----------3 e-1 T t) 4 e 1 41.2.32' 1� 4 .93' '----------------------------------------._.. i 7..... FG 1� 454.45' I— €......................................... ................. S.E.€ �Ft-A9 STRUCTURE 480 4 470 4 460 4 450 4 440 4 430 4 420 4 480 4 470 4 460 4 450 4 440 4 430 4 420 4 90 ..................T-.-..-.-.-.-..-.-.-.-.. .-.-.-.-.-..-.-.-.-... .......:......................................... ................48 80 ... -=-----------------------------..-.-.-..-.-.-.-.-..-.-.-.-..-.-.-.-..... .... _......................................... _......................... .. 481.68' VARIES 3=1 TO 4:1 70 .................................................:.... ..........................................................................:......................... .. :1 FG 60 .............................462:00`..-. -.-.-.-..-.-.-.-.. ..................... 1, 5 451.19' 50 -------- -------------- ------ ----------- -_ -................................._........................................ ................. - 1 1� - 4 0 .............................................. ..........................................i-.-.-.-..-.-.-.-..------------.-.-.-...-.c-.-.-.--.-.-.-.-........- 3 0 .......€.......... ...................................................................................... 424.80' 20...-.-s ......................................... .......................................... _......................................... :........................ - _. 0 100 200 300 STATION 1014+60,23 VARIES I I YH.) )0....................................................................... .......T-.-.¢.......... fl� .-.-...-..-.-.-.-.-.-.-...-..-.-...... 0 VARIES ......:................................. ---- ........... 5a-1------�ti---4:-1---- ------ ..................................:.......................... .. 412.32' € 470.93' 0................................. FG i 0............................................... ...................................... p................................... ......�..................------ ;.-.-.-...-..-.-.-......._ 30 ------------------------------------------ ----------------S� �R 4aF-4-,QNT4ROL.-.-...-..-.-.-.- _. STRUCTUR9 10................................................ E......................................... i......................................... .......................... 0.......................................................................................................................................................... ... ?0 --.................-------..-.-.-.-..-.-.-.i.-..-.-.-.-..-.-.-.-.-..-.-.-.-..------...........................................€..........................- 480 480 470 470 460 460 450 450 440 440 430 430 420 420 490 490 480 480 470 470 460 460 450 450 440 440 430 430 420 420 STATION 1014+61.44 490 480 470 460 450 440 430 420 490 480 470 460 450 440 430 420 C.V.W.D. APPROVAL APPROVAL OF THIS DRAWING BY Cv. W.D. IS ONLY THAT PORTON WITHIN C.V.W.D. RIGHT OF WAY FOR ENCROACHMENT PERMIT N0. ADEQUACY OEl �ITS NTEDNDEDPF �NRIONOF ANY THEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING R E V I S 10 N S 7APP-DI DATF 0 100 200 300 0 100 200 300 0 100 200 300 STATION 1014+93,59 STATION 1015+00,00 STATION 1015+14,92 DI GAL-ERT DIAL TOLL FREE EAST BANK SLOPE PROTECTION 800-227-2600 a AT LEAST TWO DAYS a H BEFORE YOU DIG ul F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN � Q\y°FES$/pry .� r/i�� (T801391.4011 (T60)393 .6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 43 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER sT CIVR g ``-26 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RCE No. C 68510 cln of INEHO BASB OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRES8 CITY FILE No. BENCHMARK: BM"11 NORTHAMERION DATUM 0119931NAD83I CALIFORNIA STATEPIANE COORDINATE SYSTEM OF19B31CCSS3I20NE 6 (EPOCH 2O10.00) BASED DATE: 02/12/2024 INDIO, CA 92201 u141/44TARENA N01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.i ndio.org SEC. , T. S., R E. SB.B.B M. AFH 490 480 170 460 450 440 120 190 480 470 460 '150 440 130 STATION 1015+15,44 ................................. VARIES ------------------- €-----------3 e-1 Tti 4 e 1 41.2.32' 1� 4 .93' '------------------------------------------_.. i 7..... FG 1� 454.45' I— €---------------------------------------------------------S.E.€ 9 STRUCTURE 480 4 470 4 460 4 450 4 440 4 430 4 420 4 480 4 470 4 460 4 450 4 440 4 430 4 4?n 4 90 ..................T-.-..-.-.-.-..-.-.-.-.. .-.-.-.-.-..-.-.-.-... .......:......................................... ................48 80 ... -=-----------------------------..-.-.-..-.-.-.-.-..-.-.-.-..-.-.-.-..... .... _......................................... _......................... .. 481.68' VARIES 3=1 TO 4:1 70 .................................................:.... ..........................................................................:......................... .. :1 FG 60 .............................462:00`..-. -.-.-.-..-.-.-.-.. ..................... 1, 5 451.19' 50 -------- -------------- ------ ----------- -_ -................................._........................................ ................. - 1 1� - 4 0 .............................................. ..........................................i-.-.-.-..-.-.-.-..------------.-.-.-...-.c-.-.-.--.-.-.-.-........- 3 0 .......€.......... ...................................................................................... 424.80' 20...-.-s ......................................... .......................................... _......................................... :........................ - _. 0 100 200 300 STATION 1015+27,78 VARIES I I YF'•J 0......:..................................................................,-...-..-¢ -.-... F�------------------- ....---.-.-....... - O......:..........................................g.........U•A R.I.�.S............ ..........................................;. 3:1 TO 4:1 1 0 ------ ---------------------.-.... '-.-....-.-. = ----------------------- .....- FG i 0......<..........................................i.......-----------------------SEE ---- R A D E----C.9 N T R 0 L----F.......................... . STRUCTURE 0 .-.-........................................... ......................................... €.......................... --- I0 ------------------------------------------------------------------------------------------------------------------------------------------------------------ — 50 ------.......................................... E......................................... ;<......................................... i.......................... --- ?0 .......................................... ......................................... ......................................... €.......................... --- 480 480 470 470 460 460 450 450 440 440 430 430 420 420 490 490 480 480 470 470 460 460 450 450 440 440 430 430 420 42n STATION 1015+30.56 490 480 470 460 450 440 430 420 490 480 470 460 450 440 430 4?n C.V.W.D. APPROVAL APPROVAL OF THIS DRAWING BY Cv. W.D. IS ONLY THAT PORTON WITHIN C.V.W.D. RIGHT OF WAY FOR ENCROACHMENT PERMIT N0. OF ADEQUACY OEl �ITS NTEDNDEDPF �NRIONANY OF THEC.V.W.D. DRAWING APPROVAL PLAN CHECKED BY. DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING R E V I S 10 N S 7APP-DI DATF 0 100 200 300 0 100 200 300 0 100 200 300 STATION 1015+41,03 STATION 1015+50,00 STATION 1015+81,60 DI GAL-ERT DIAL TOLL FREE EAST BANK SLOPE PROTECTION 800-227-2600 a AT LEAST TWO DAYS a H BEFORE YOU DIG ul F NDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA O a CONTRACTOR: w.wNBY DESIGNER'S SEAL DESIGN DBY: APPROVER'S SEAL APPROVED BY: AVENUE 44 BRIDGE AT THE I.P. No. INSPECTOR: TELEPHONE FA% °FE3S, ,2,2DRD23 COACHELLA VALLEY STORM SHEET No. FR pN � Q\y°FES$/pry .� r/i�� (T801391.4011 (T60)393 .6590 PREPARED FOR �D EY BUBO F, JEFFREY B ICK DATE PROJECT ENGINEER JP 9!- WATER CHANNEL 44 DATE COMPLETED: PROJECT No. �C R.C.E. No. 75396, EXP. 12131125 No. C 68510 v a AS BUILT COMP. DATE: yy�I'' 1 1/25 T.Y. LIN INTERNATIONAL E�y 9/30/25 JUAN F. RAYA, P.E. CONSTRUCTION DETAILS BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER �f sT CIVR g ``-27 OF 97 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE ALE 1F OF CA\-�E SAN DIEGO, CA 92108 /F' pF CA\-\E RCE No. C 68510 clTr of INEHO BASB OF BEARING EXP 9/30/2025 100 CIVIC CENTER MALL SITE ADDRES8 CITY FILE No. BENCHMARK: BM"11 NORTHAMERION DATUM 0119931NAD83I CALIFORNIA STATEPIANE COORDINATE SYSTEM OF19B31CCSS3I20NE 6 (EPOCH 2O10.00) BASED DATE: 02/12/2024 INDIO, CA 92201 u141/44TARENA N01.19'46^E. TELEPHONE# 619.692.1920 FAX# 619.692.0634 =.i ndio.org SEC. , T. S., R E. SB.B.B M. AFH BVC 20+00.87 ELEV 486.23 610' VC 4 75% R/C=-1.025%/Sta PROFILE GRADE No Scale 37'00'00" 517'-6" (MEASURED ALONG "Ave 44" LINE) BB EB 158'-0" 201'-6" 158'-0" p CV LINK ---------------` ' - - `[a-� -- ------------ - - - - - - - - - ------ 4a- 3 - - - - - - - - - - - -- - - - - - - - - --- Abut 1 2 Abut 4 NOTE loi loj U n 2 PIER 2 FG PIER 3 7 � > Approx OG ALONG 100-YEAR DESIGN FLOOD ELEVATION = RIGHT EDGE OF DECK 472.32 AND 200-YEAR DESIGN FLOOD ELEVATION = 474.46, SEE NOTE 8 DATUM ELEV = 400.001 1 1 20+00 21+00 22+00 23+00 24+00 25+00 1 " = 30' �O 9 �9, 0y9�2 MANHOLE TOP OF SLOPE TOP OF SLOPE F TOE OF SLOPE < �� STA 22+65Ave 44" LINE SKEW, �Typ TOE OF SLOPE �• j \\ STRUCTURE �\ \ APPROACH SLAB \ \ N(30S), Typ \ \ ------- ----I-- ------ ------ --------- 20+00 \ \ 21+00 -------BB 20+19.00 \ \ "Ave 44" LINE ______-ELEV 486.71 1 \ TOP OF SLOPE d TO JACKSON St. \ ' S89°5319"E --E-- ---------------�-- \ 22+00 23+00 \24+00 \ TO GOLF CENTER Pkwy. \ MANHOLE TOE OF SLOPE 6'-6" Rt "Ave 44" LINE STA 22+69 1"=30' "LOAD AND RESISTANCE FACTOR DESIGN" AND HL 93 WITH "LOW -BOY" AND PERMIT DESIGN VEHICLE TOE OF SLOPE 25+00 C.V.W.D. APPROVAL EVC 26+10.87 GNWITNIN ELEV 483.94 DDEfiNDTINaGDEAEERG ALOE ao[DUA=YOF Irs INTENDED FUNCTIONAN TNEC.V.W.D.TDRAWING APPROVAL —3.5% PLAN CHECKED BY: DATE UTILITIES PROJECT ENGINEER RECOMMENDED: DWG NO. 1O 2-4" Conduits (Frontier) DIRECTOR OF ENGINEERING 20 8" Dia Casing with Gas Carrier (SCG) REVISIONS APP•D DATE 3O 18" Dia Water (I WA) ® 6-6" Conduits (IID) 5O 2-4" Conduits (Charter -Spectrum) © 2-2" Lighting Conduits 7O 10" Dia Water (IWA) ® 2-4" Conduits, future FO "Ave 44" LINE D 78'j--4" 5'- 0" 1'-0" 6'-2"5'- q, 11'-0" 11'-0" 10'-0" 11'-0" 11170" 6'-2" 1'-0" MEDIAN 3 PROFILE GRADE 3 55) 6 1 -2% -27 8 I 5 I' 26+00 6 8 ° 6 5 7 2 0 3 4 CIP/PS CONCRETE BOX GIRDER OG --- ----------�- oo - - - - - - ----- - - - - - in m FG I o I I I I I I I 9'4 COLUMN, Typ TL I I I � I � 10'0 CIDH PILE, Typ I I I o J TYPICAL SECTION h 1"=10' TOP OF SLOPE l .____________ NOTES/ LEGENDS: oI ------- 1� Paint "AVENUE 44 BRIDGE" and year built o -6-+-DU - - - - - - - - - 00 2Z Concrete Slope Protection, see Civil Plans s •---------- _ 3O Architectural Treatment ® Luminaire - 5� Ornamental Railing © Concrete Barrier Type 732SW (modified) 5 For "PILE DATA TABLE" and "HYDROLOGIC SUMMARY TABLE", see "FOUNDATION PLAN" sheet. E ® See Table-3 in Bridge Design Hydraulic/Scour Report, Dated February 2020 and "FOUNDATION PLAN" sheet. For "GENERAL NOTES" and "INDEX TO BRIDGE PLANS", see "INDEX TO PLANS" sheet. IIIIII Point of minimum vertical clearance CONTRACTOR: DRAWN BY DESIGNER'S SEAL DESIGNED BY: � APPROVER'S SEAL APPROVED BY: GENERAL PLAN I.P. No. INSPECTOR: Y. Wang 1 Z/2D/2023 FPRONE PREPARED 'OR O gOFE55ipnq QgOFESS/p (i�� v RTFcol a9, -aon (Tfi0)362-fi590 SHEET No. KUMAR K. GHOSH DATE 2 JpN Rqy � CITY OF INDIO `� BRIDGE ENGINEER 9 y AVENUE 44 BRIDGE 72 DATE COMPLETED: K. osh R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 AT COACHELLA VALLEY PROJECT N°. NO T.Y. LIN INTERNATIONAL AS BUILT COMP. DATE: -30- Epr. 9/30/45 JUACITY ENGIRAYA,NEER P.E. STORM WATER CHANNEL BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER APP'D DATE S/. CIVIL Q- ST CIV1� P - 1 OF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS scA�B /E' 0p CAVE SAN DIEGO, CA 92108 q�' RC NO. C68510, EXP. 9 130 125 OF CALEE CITY FILE No. BASIS OF BEARING 700 CIVIC CENTER MALL SITE ADDRESS BENCHMARK: AS SHOWN DATE: 02/12/2024 INDIO, CA 92201 TELEPHONE# 619.692.1820 FAX# 619.692.0634 .indio.org GENERAL NOTES LOAD AND RESISTANCE FACTOR DESIGN DESIGN: AASHTO _RFD Bridge Design Specifications, 8th edition and the California Amendments. SEISMIC DESIGN: Caltrans Seismic Design Criteria (SDC), version 1.7 dated April 2013 DEAD LOAD: Includes 35 psf for future wearing surface LI VE LOADING: "Load and Resistance Factor Design" and HL93 with "Low —Boy" and Permit Design vehicle SEISMIC LOADING: SDC AIRS online Soil profile: VS30 =678 ft/sec Moment magnitude: 7.9 Peak ground acceleration: 0.782g AIRS Curve 2.0 0 1.6 2 1.2 U p 0 a 0) 0.8 n N U 0.4 0.0 0.0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 4.5 5.0 Period (sec) REINFORCED CONCRETE: f y = 60 ksi f'c = 3.6 ksi, see "CONCRETE STRENGTH AND TYPE LIMITS" n = 8 PRESTRESSED CONCRETE: See "PRESTRESSING NOTES" on "GIRDER LAYOUT" sheet. PLAN SYMBOLS —?—SECTION IDENTIFICATION (�TSTANDARD PLAN (2023) SHEET N0. DETAIL NO. CONTRACTOR: INSPECTOR: DATE COMPLETED: AS BUILT COMP. DATE: CONSTRUCTION RECORD BENCHMARK: CALTRANS STANDARD PLANS (DATED 2023) A3A ABBREVIATIONS (SHEET 1 OF 3) A3B ABBREVATONS ((SHEET 2 OF 3)) A3C ABBREVIATIONS SHEET 3 OF 3 A10A LEGEND — LINES AND SYMBOLS SHEET 1 OF 5 A10B I LEGEND — LINES AND SYMBOLS SHEET 2 OF 5 A10C LEGEND — LNES AND SYMBOLS SHEET 3 OF 5 A10D LEGEND — LINES AND SYMBOLS SHEET 4 OF 5 Al OE LEGEND — LNES AND SYMBOLS SHEET 5 OF 5 A10F LEGEND — SOIL (SHEET 1 OF 2� A10C LEGEND — SOIL (SHEET 2 OF 2 A62B LIMITS OF PAYMENT FOR EXCAVATII ON AND BACKFLL—BRIDGE SURCHARGE AND WALL A62C LMTS OF PAYMENT FOR EXCAVATION AND BACKF LL—BR DGE 30-1 BRIDGE DETAILS 30-3 BRIDGE DETAILS 30-5 BRIDGE DETAILS BO-13 BRIDGE DETAILS 37-1 BOX GIRDER DETAILS 37-10 UTILITY OPENING BOX GIRDER 37-11 UTILITY DETAILS 68-5 CAST —IN —PLACE POST —TENSIONED GIRDER DETAILS 39-1 STRUCTURE APPROACH — TYPE N (30) 311-51 TUBULAR HANDRAILING B11-58 CONCRETE BARRIER TYPE 732SW (SHEET 1 OF 2) B11-59 CONCRETE BARRIER TYPE 732SW (SHEET 2 OF 2) B14-5 WATER SUPPLY LINE (DETAILS) (PIPE SIZES LESS THAN 4") No Scale LEGEND: — STRUCTURAL CONCRETE, BRIDGE (5,000 PSI ® 28 DAYS) — STRUCTURAL CONCRETE, BRIDGE (POLYMER FIBER) (5,000 PSI ® 28 DAYS) ® — STRUCTURAL CONCRETE, BRIDGE (4,000 PSI @ 28 DAYS) ® — STRUCTURAL CONCRETE, CIDH PILES (4,000 PSI @ 28 DAYS) ® — STRUCTURAL CONCRETE, BRIDGE FOOTING (4,000 PSI @ 28 DAYS) STRUCTURAL CONCRETE, BRIDGE (POLYMER FIBER) LIMITS No Scale Y.Y.a' DESIGNER'S SEAL DESIGNED BY: APPROVER'S SEAL APPROVED BY: Wang gOFESS/p � F � �ld✓t 1 2/20/2023 gOFESS/ p 2 JpN R1 �. ReRwR6D FOR KUMAR K. GHOSH DATE CITY OF INDIO K. osh BRIDGE ENGINEER xo. _30_ R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 m g�p�5 RoaeoT No. T.Y. LIN INTERNATIONAL, JUAN RAYA, P.E. J). CIVIL P /F 404 CAMINO DEL RIO SOUTH, SURE 700 q/F CITY ENGINEER RCE No. C68510, EXP. 9 130 / 25 SAN DIEGO, CA 92108 Dw�E pF cn� f OF \F AS SHOWN INDEX TO BRIDGE PLANS SHEET NO. TITLE 72 GENERAL PLAN 73 INDEX TO PLANS 74 DECK CONTOURS 75 FOUNDATION PLAN 76 ABUTMENT LAYOUT 77 ABUTMENT DETAILS NO. 1 78 ABUTMENT DETAILS NO. 2 79 ABUTMENT DETAILS NO. 3 80 PIER LAYOUT 81 PIER DETAILS NO. 1 82 PIER DETAILS NO. 2 83 TYPICAL SECTION 84 SUPERSTRUCTURE GEOMETRY 85 GIRDER LAYOUT 86 GIRDER DETAILS 87 MISCELLANEOUS DETAILS NO. 1 88 MISCELLANEOUS DETAILS NO. 2 89 STRUCTURE APPROACH SLAB DETAILS 90 STRUCTURE APPROACH DRAINAGE DETAILS 91 JOINT SEAL ASSEMBLY 92 JONT ARMOR FOR PEDESTRIAN WALKWAYS 93 RAILING LAYOUT 94 RAILING DETAILS NO. 1 95 RAILING DETAILS NO. 2 96 RAILING DETAILS NO. 3 97 LOG OF TEST BORINGS DATE: 02/12/2024 TYPICAL PIER EXCAVATION AND BACKFILL e ® — LIMITS OF STRUCTURE EXCAVATION, TYPE D EARTHWORK LIMITS SHOWN ARE IN ADDITION TO A62C TELEPHONE FAX (760I391d 17 T (760)062-fi590 100 CIVIC CENTER MALL INDIO, CA 92201 INDEX TO PLANS I.P. No. SHEET No. AVENUE 44 BRIDGE AT COACHELLA VALLEY 73 STORM WATER CHANNEL 2 OF 26 SHEETS \ (� Brg Abut 1 STRUCTURE APPR^^^ ci no r.. PIER 2 PLAN 1"=30' (\< L PIER 3 (L Brg Abut 4 \1( NOTES: 1. Contour interval is 0.10 ft. 2. Contours do not include camber. 3. X Denotes 10' intervals along "Ave 44" Line. 4. ❑ Denotes even foot contour. is CAMBER LINE N 0 ol _ o 0 O O N N p O O O p O O O O p O O 2 h O 0 O O C) O i n� i N F0 a a a Of a a a ry z Z Z a a cn cn N a_ V N a- L0 d 0 a 8 PROFILE LINE E CAMBER DIAGRAM No Scale (DOES NOT INCLUDE ALLOWANCE FOR FALSE WORK SETTLEMENT) CONTRACTOR: R^wR aY DESIGNER'S SEAL DESIGNED BY: N/d✓t APPROVER'S SEAL APPROVED BY: I.P. No. Y. Wang INSPECTOR: 12/20 /DECK CONTOURS ZO23 '^ TELEPHONE FAX oQAOFESS/p PgOFESS/p (/// V Psol sa1son (760)112-fi5a0 SHEET No. KUMAR K. E AVENUE 44 BRIDGE DATE 2 JpN Rq} DATE COMPLETED: RREPARED FOR CITY OFINDIO �" K. osh R.C.E. No.N2555GINEEE7(P. O6/30/24 9 74 PROJECT NO. Nw No. C 68510 AT COACHELLA VALLEY LIN INTERNATIONALAS BUILT COMP. DATE: _30_ T.Y. Epp. 9/SC%t5 m JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 CITY ENGINEER .... STORM WATER CHANNEL J). CIVIL Q' sT CIV\� c `- 3 OF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE sc^Ls 1F OF. CPS f SAN DIEGO, CA 92108 q/F OF CAl\F RCE No. C68510, EXP. 9 130 / 25 CITY FILE No. BASIS OF BEARING AS SHOWN DATE: 02/12/2024 100 CIVIC CENTER MALL SITE AooREss BENCHMARK: INDIO, CA 92201 TELEPHONE# 619.682.1920 FAX# 618.682.0634 1 1 vAvw.indio.org.org NOTE: Location of utility facilities shown are approximate. Contractor must pothole and verify utility locations prior to start construction. HYDROLOGIC SUMMARY TABLE Hydrologic Summary Base Flood Design Flood Overtopping/ Record Flood Frequency (years) 100 200 500 Discharge (cfs) 39,000 60,500 89,000 Water Surface Elev at Bridge (ft) 472.32 474.46 477.85 Velocity (ft/s) 3.78 4.4 Flood plain data are based upon information available when the plans were prepared and are shown to meet federal requirements. The accuracy of said information is not warranted by the State and interested or affected parties should make their own investigation. CONTRACTOR: INSPECTOR: DATE COMPLETED: AS BUILT COMP. DATE: BY DATE CONSTRUCTION RECORD ENGINEER BASIS OF BEARING BENCHMARK: PLAN 1"=30, SCOUR DATA TABLE Design flood (200—Year) Base flood (100—Year) Support No. Long Term, General Scour Elevation (ft) Short Term, Pier Scour Depth (ft) Long Term, General Scour Elevation (ft) Short Term, Pier Scour Depth (ft) Abutment 1 NA NA NA NA Piers 2 & 3 404.46 15.0 414.02 13.6 Abutment 4 NA NA NA NA Notes: Scour elevations shown are taken from Table-10 and Table-11 in the approved Bridge Design Hydraulic/Scour Report, dated February 2020. Elevations in the report are provided in NAVD88 datum. Elevations shown on this plan are in the City of Indio Datum based on City of Indio BM111. Plan Elevation in City of Indio Datum — 497.18 feet = Hydraulic Report Elevation in NAVD88 EXISTING UTILITIES: 1� FO, Spectrum, to be relocated into bridge by others 2O FO, Frontier, to be relocated into bridge by others 3� 4" Gas, So.Cal, to be relocated into bridge by others ® 10" Water, IWA, to be relocated into bridge 5� Electrical and Cable lines to remain in place © 18" Water, IWA, to be relocated into bridge 7� 18" sewer, VSD, to remain in place ® Existing RCP to be removed PLAN CHECKED BY: DATE PROJECT ENGINEER RECOMMENDED: DWG NO. DIRECTOR OF ENGINEERING REVISIONS I ARRo oATF LEGEND: XXX.XX BOTTOM OF FOOTING ELEVATION O — CIDH PILE BENCHK4ARK- Bench Mark: #111 Description: Chiseled angle at the westerly end of the NW corner of Ave 44 & Apache St. Elevation: 478.84' City of Indio Vertical Datum: NGVD 29 + 500 Horizontal Datum: NAD 83 PILE DATA TABLE Location Pile Type Nominal Resistance ki s ) ( p Pile Cut—off Elevation (ft) Design Tip Elevation (feet) Specified Ti Elev feet) Compression Tension Abutment 1 36" CIDH 590 — 470.25 422 (a), 420 (b) 420 Pier 2 120" CIDH 8430 — 456 326 (a), 318 (b) 318 Pier 3 120" CIDH 8460 — 456 330 (a), 319 (b) 319 Abutment 4 36" CIDH 590 — 469.75 409 (a), 404 (b) 404 Notes: 1. Design tip elevations are controlled by: (a) Compression, (b) Settlement.. 2. The specified tip elevations shall not be raised. " DESIGNER'S SEAL DESIGNED BY: /, �. APPROVER'S SEAL APPROVED BY: Y. Wang ��1�Oyl�f'^",",� 12/20/2023 �. pWESS/pn, QROFESS/p PaEPAREO FOR O F KUMAR K. GHOSH DATE CITY OF INDIO K. osh BRIDGE ENGINEER R.C.E. No. 72555, EXP. 06 / 30/ 24 xo. No. C 68510 PROJECT No. A T.Y. LIN INTERNATIONAL _fig_ JUAN RAYA, P.E. s awL P 404 CAMINO DEL RIO SOUTH, SUITE 700 m P CITY ENGINEER SCALE T/E'CF CAVE SAN DIEGO, CA 92108 Tq�'Q�FICARC No. C68510, EXP. 9 130 125 AS SHOWN DATE: 02/12/2024 EPHONE FAX (766J 391-011 (760) 342-6NO 100 CIVIC CENTER MALL INDIO, CA 92201 FOUNDATION PLAN I.P. No. SHEET No. AVENUE 44 BRIDGE 75 AT COACHELLA VALLEY STORM WATER CHANNEL 4 OF 26 SHEETS 619.692.1920 FAX # 619.692.0634 I Abut 1= Brg PAD t SLOPE PROTE WWLOL NOTE 4� 7' TyA o" STEEL REINFORCED ELASTOMERIC Brg PADS 22" X 20" X 5" (ELASTOMER ONLY) Tot 7. / —"A— AA" I IKIC 9'-8" 14'-1" 14'-1" 14'-1" 14'-1" 9'-8" 48'-1Y4" 48'-1Y4" PLAN 3/16" = 1,-0„ ITII Iry norms nl l� nIl1TC c NnTF• Ahutmant-1 shnwn. Ahutmant-4 aimilnr. - WWLOL NOTE 4 NOTES 1. For bearing pad details, see "ABUTMENT DETAILS NO. 2" sheet. 2. For "JOINT PROTECTION DETAIL", see "ABUTMENT DETAILS NO. 2" sheet. 3. For drain outlet and geocomposite drain details, see "STRUCTURE APPROACH DRAINAGE DETAILS" sheet. 4. For wingwall details, see "ABUTMENT DETAILS NO. 1" sheet. 5. For pile details, see "ABUTMENT DETAILS NO. 2" sheet. 6. See "UTILITY OPENINGS" table on 7. "MISCELLANEOUS DETAILS NO. 1" sheet. For abutment corner reinforcement details, see "ABUTMENT DETAILS NO. 1" sheet. 8. See "ABUTMENT DETAILS NO. 1" sheet for "DETAIL A". BB/EB CL Abut Brg JOINT SEAL ASSEMBLY BLOCKOUT (MR=3 Y2") JOINT PROTECTION DETAILS, NOTE 2 2'-2" V-10" STRUCTURE APPROACH, SEE "STRUCTURE APPROACH SLAB DETAILS" SHEET / I I I i I V-0" -- / STRUCTURE APPROACH DOWELS \ #4 n @ 12 #4 @ 12 #4 @ 18 CONSTRUCTION JOINT \ '\ #5 n @ 6 UNDER brg PADS & @ 12 ELSEWHERE VRHIIV VV ILC I, LJ—V IVIuX I ' SEE NOTE 3 Typ o g a s a a s 0 0 D ro DE NAIL 8 / #10 � Tot 7 (END BARS) CONCRETE #10 n Tot 7 (MAIN BARS) SLOPE PROTECTION 36" Dia CIDH PILES SEE "CIVIL PLANS" ALL PILES NOT SHOWN ELEVATION #5 @ 12 V-0" GEOCOMPOSITE DRAIN, #5 @ 12 NOTE: Abutment-1 shown, Abutment-4 similar. NOTE 3 2" Clr I Typ #5 L @ 12 L 36" Dia CIDH 2% DRAIN OUTLET, 2 PILES Tot 16, i _ SEE NOTE 3 h NOTE 5 / "Ave 44" LINE 1,-0„ M c CHAMFER, Typ NOTE 7 #5 @ 12 01 �j #5 Tot 12 0 CL Abut 1 - -�- - O - O -/ �- O -- 0- -- O �v 61 PILES r r— — #6 @ 12 g 3" Clr Typ 9'-23Y4" 3'-11Ya' 2'-6"r3'- 6 3'-6" 2'-6" Typ Typ 6'-0" 6'-0" 7 EQ SP @ 13'-2" = 92'-2", Typ �I FOOTING PLAN SECTION Y2„ = 1'-0„" V-0" NOTE: Abutment-1 shown, Abutment-4 similar. NOTE: Abutment-1 shown, Abutment-4 similar. CONTRACTOR: RawN aY DESIGNER'S SEAL DESIGNED BY: N6d✓l APPROVER'S SEAL APPROVED BY: I.P. No. INSPECTOR: Y. Wang 1 Z/ZO/ZOZ3 TELEPHONE ABUTMENT LAYOUT RERAREDrOR opA0FE53/pnq PgOFESS/p (/// V 176o)aetmt7 176oloazFAX -esso SHEET No. R KUMAR K. GHOSH DATE 2 JpN Rq} CITY OF INDIO BRIDGE ENGINEER 9 AVENUE 44 BRIDGE DATE COMPLETED: K. osh R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 AT COACHELLA VALLEY 76 PROJECT No. Na T.Y. LIN INTERNATIONAL "� AS BUILT COMP. DATE: R —30— m Epp. o/so/zs JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 CITY ENGINEER �;.... STORM WATER CHANNEL S�. CIVIL Q' sT CIV\� c rJ OF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DA7E scnLe 7p OF, CA` f SAN DIEGO, CA 92108 q/F Op CAl\F RCE No. C68510, EXP. 9130 / 25 CITY FILE No. BABIS GF BEARING AS SHOWN DATEOZ/'I Z/ZOZ4 100CIVIC CENTERMALL SITEAODRESS BENCHMARK: : INDIO, CA 92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634—Indio.org BO-13 13-2 Y4" Exp Jt filler NOTE DETAIL A No Scale CONTRACTOR: INSPECTOR: DATE COMPLETED: AS BUILT COMP. DATE: BY DATE CONSTRUCTION RECORD ENGINEER F BASIS O BEARING BENCHMARK: ABUTMENT WINGWALL ELEVATION Y2" = V-0" BARRIERS NOT SHOW FOR CLARITY EXPANDED POLYSTYRENE ✓13-1 NOTES: 1. See "STRUCTURE APPROACH SLAB DETAILS" sheet. 2. See Civil Plans. ABUTMENT SEAT 3. See "STRUCTURE APPROACH DRAINAGE DETAILS" sheet. 4. For typical abutment footing reinforcement, see ABUTMENT LAYOUT"sheet. 5. See "JOINT SEAL ASSRMBLY" sheet. Y.Y. a' Wang DESIGNER'S SEAL PROFESS/n O K. osh Na30— J). CIVIL P /f OF CAL P DESIGNED BY: �ld✓t ReRwREo FOR CITY OF INDIO KUMAR K. GHOSH BRIDGE ENGINEER R.C.E. No. 72555, EXP. O6 / 30/ 24 RoaECT No. T.Y. LIN INTERNATIONAL 404 CAMINO DEL RIO SOUTH, SURE 700 SAN DIEGO, CA 92108 -LE AS SHOWN TELEPHONE# 619.682.1920 FAN WINGWALL LOL ARCHITECTURAL TREATMENT, STRUCTURE SEE "RAILING DETAILS" SHEET APPROACH SLAB, NOTE 1 MATCH EDGE OF BRIDGE DECK 00 77 �l 4" EXPANDED 9 POLYSTRENE BO 13 #4 #9 CONCRETE SLOPE PROTECTION OTECTION, #9 2„ GEOCOMPOSITE Cl, DRAIN, NOTE 3 #4 0 1,—ON SECTION C-C Y2" = 1'-D„ Ems., =•7IIIIIII 7.�e11V TYPICAL ABUT FOOTING NC V-0" CHAMFER ABUTMENT FOOTING CORNER DETAIL Y4" = V-0" 12 23 APPROVER'S SEAL PROFESS/p 'up JpN Rq}9 No. C 68510 cam. 9/s9/z6 CIv\� c q/£ OF APPROVED BY: DATE DATE JUAN RAYA, P.E. CITY ENGINEER RCE No. C68510, EXP. 9 130 / 25 DATE: 02/12/2024 592.0634 E 0 ABUTMENT DETAILS NO. 1 I.P. No. E TELEPHONEAx SHEET No. I760I091d 17 (760I ]42-fi580 AVENUE 44 BRIDGE 77 AT COACHELLA VALLEY STORM WATER CHANNEL 6 OF2B SHEETS 100 CIVIC CENTER MALL 517E-IRE58 CITY FILE No. INDIO, CA 92201 _indio.org ELASTOMERIC Brg PAD (COAT TOP WITH SILICONE Brg PAD GREASE PRIOR TO PLACING BLOCKOUT FOR JOINT SHEET METAL) SEAL ASSEMBLY BACKWALL STRUCTURE 0.079" Galy SHEET METAL APPROACH SLAB, � NOTE 2 BO-13 EXPANDED POLYSTYRENE 13-2 SAME THICKNESS AS ; RSP BEARING PAD BO-1 BO-13 13-1 0 i 1-4 3" BONDING ON SMOOTH FINISH I I `------- -- -------------------� 1'-0" ** (L ABUTMENTI �X Ya" 3" --- - -------------------- Typ X EXPANSION 3" BONDING JOINT FILLER 3" RSP CHAMFER 1-4 PLAN 2" DUCT TAPE 14 GAUGE (0.079") GEOCOMPOSITE DRAIN, SEE NOTE 1 OVER ALL JOINTS SEE NOTE 3 Galy SHEET METAL EXPANDED ABUTMENT POLYSTYRENE BACKWALL 3" Typ * — PLACE PRIOR TO BACKFILLING THE ABUTMENT BACKWALL LEVEL ** — VERIFY WITH JOINT SEAL MANUFACTURER ELEVATION JOINT PROTECTION DETAIL BEARING SEAT DETAILS No Scale NOTES 1. For geocomposite drain details, see "STRUCTURE APPROACH DRAINAGE DETAILS" sheet. )/4" Typ 2. For structure approach slab, see "STRUCTURE APPROACH SLAB DETAILS" sheet. 3. Bearing pads shall be set level. 4. The elastomeric compound shall be neoprene and conform to Caltrans specifications. INTERNAL ELASTOMER LAYERS OF Y2"(Typ) 5. No anchor rods through elastomeric bearings. 6. All edges of the bearing steel plates shall be ground or otherwise treated so that no sharp edges remain. 7. For specified tip elevation and pile cutoff elevation, see "FOUNDATION PLAN" sheet. 8. Only mechanical lap splice is allowed in spiral pile reinforcement. 9. Spiral pile reinforcement termination shall have 80 bar diameter lap splice in addition to a 6" long 135` hook or to have an extra turn with Y2 the pitch in addition to a 90' hook extended through pile core. STEEL LAMINATED BEARING TABLE LOCATION B(in) L(in) ELASTOMER ONLY THICKNESS T (in) TOTAL BEARING THICKNESS (in) SLIDING YES/NO Abut 1 22 20 5.0 5.75 YES Abut 4 22 20 5.0 5.75 YES CONTRACTOR: INSPECTOR: CONSTRUCTION RECORD BENCHMARK: PLAN DIMENSION LENGTH OR WIDTH TOP AND BOTTOM EXTERNAL ELASTOMER LAYERS OF Ya" STEEL PLATES 14 GAGE (0.075") ELASTOMERIC BEARING DETAIL NO SCALE (See notes 3, 4, 5, & 6) Co I cV q CIDH #8 Tot 15 2" ID INSPECTION PIPES, Tot 3, SPACED EQUALLY u4 COIDAI SECTION D-D 3/a = 1'-0" PILE CUTOFF Elev NOTE 7 BOF � FOOO TING J 0 0 10 @ Z p J_ Q J a J W a - N a' H 0 bi MAIN CIDH Reinf Z U L F-o Cl)U a U SPECIFIED TIP Elev. NUIL / Y.Y.a' DESIGNER'S SEAL DESIGNED BY: APPROVER'S SEAL APPROVED BY: Wang gOFESS/p � F � �ld✓t 1 2/20/2023 DATE gOFESS/ p 2 JpN R1 �. ReRAR6o FOR KUMAR K. GHOSH CITY OF INDIO K. osh BRIDGE ENGINEER R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 " RoaeoT No. Na _3g_ T.Y. LIN INTERNATIONAL � 9/s0/zs JUAN RAYA, P.E. J). CIVIL P /F 404 CAMINO DEL RIO SOUTH, SURE 700 � q/F CITY ENGINEER RCE No. C68510, EXP. 9 130 / 25 OF cn� f SAN DIEGO, CA 92108 OF AS SHOWN DATE: 02/12/2024 CIDH PILE DETAILS �/4= 1'-0" TELEPHONE FAX I760I391. 17 17601--6690 100 CIVIC CENTER MALL INDIO, CA 92201 9A Indio.org O) 0 z 00 0 0 0 Z ABUTMENT DETAILS NO. 2 AVENUE 44 BRIDGE AT COACHELLA VALLEY STORM WATER CHANNEL E 0 I.P. No. SHEET No. 78 7 OF 26 SHEETS WINGWALL Reinf, NOTE 4 #5 Tot 4 MANDATORY SMOOTH 1'-6" INTO STEM 18 NOTE4 WINGWALL Reinf, #4 Tot 8 EXTEND UNBONDED Const it, NOTE 1 #4 -6 #4 ® 181 �1V-6" Reinf, AbutN OTE 3ACKWALL #5 Tot 8 • #5 —\ Tot 4 #5 —\ Tot 4 ��• EQUALLY SPACED EQUALLY SPACED � , MANDATORY SMOOTH #5 Tot 5 UNBONDED Const it, NOTE 1 Abut 1 #5 Tot 4 #5 Tot 2 #5 OR V-0" CHAMFER #5 Z� Tot 5 4" EXPANDED BO-13 2 -4 #5 Tot 4 #9 GALVANIZED #5 Tot 6 POLYSTYRENE, 13-1 LAP #9� GALVANIZED ACUTE CORNER SECTION A -A Y2" = 1'-0" NOTE: Abutment-1 shown, Abutment-4 similar. 2" EXPANDED BO-13 4" POLYSTYRENE 13-2 OBTUSE CORNER NOTE 2 - - - - - - - - - - ---- --------------------- in1 #4 Tot 4— — — — — — — — — — #5 #5 --\ Tot 4 /Y�J MANDATORY SMOOTH 1" EXPANSION UNBONDED Const Jt, JOINT FILLER NOTE 1 #10 r---1 Tot 7 Y4" CHAMFER (MAIN BARS) ==44 ------------------ B 1 12'-0" B #10 � Tot 7 (END BARS) `i WINGWALL Reinf, I P NOTE 4 - - - ------------------------------- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - / 3'-0" 2 #5 Tot 4 EXTEND 2'-6" INTO FOOTING WINGWALL Reinf, o / Abut STEM #10 Tot 7 #5) NOTE 4 #9 4 BUNDLES Tot 8, GALVANIZED / Reinf, NOTE 3 �/ o � // CL/ h (MAIN BARS) / 2'-O" • SHEAR KEY DETAIL NI / / Y2" = V-0" #10 (END BARS) / / Abutment 1 SHEAR KEY shown, Abutment 4 similar 8 Abut 1 8 / / o / NOTES / 1. Mandatory joint surface must be smooth finished and lined with 15 pound construction paper. V-0" CHAMFER /' #5 @ 12 ��' 2. Remove outer 4" expanded polystyrene after construction. 2'-0" e #5 ®12 3. For abutment backwall and stem reinforcement, see "ABUTMENT LAYOUT" sheet. s g/ ACUTE CORNER OBTUSE CORNER 4. For wingwall reinforcement, see "ABUTMENT DETAILS NO. 1" sheet. " 2'-0" SECTION B-B Y2" = V-0" NOTE: Abutment-1 shown, Abutment-4 similar. CONTRACTOR: RawNaY DESIGNER'S SEAL DESIGNED BY:� APPROVER'S SEAL APPROVED BY: ABUTMENT DETAILS NO. 3 I.P. No. Y. Wang INSPECTOR: 12/20/2023 IC7 TELEPHONE FAX REReRED FOR opAOFESS/p PgOFESS/p (//// V (]60)9914017 (1fi01342-fi590 SHEET No. KUMAR K. GHOSH DATE 2 JpN Rqy. R CITY OF INDIO BRIDGE ENGINEER 9 AVENUE 44 BRIDGE 79 DATE COMPLETED: K. osh R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 AT COACHELLA VALLEY PROJECT N•. Na T.Y. LIN INTERNATIONAL g 5 m JUAN RAYA, P.E. AS BUILT COMP. DATE: R _ —30— m � BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 CITY ENGINEER �,.... STORM WATER CHANNEL J). CIVIL Q' sT CIV\� c `-- $ OF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE scpLs Ip OF, CAL P SAN DIEGO, CA 92108 q/£ OF CAl\F RCE No. C68510, EXP. 9 / 30 / 25 CITY FILE No. BASISOFBEARING AS SHOWN DATE: O2/12/2024 100 CIVICCElll. MALL SITE ADDRESS BENCHMARK: INDIO, CA 92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634 www.indioorg EDGE OF QC Bundled Bars TOP CAP REINFORCEMENT PIER 2 SHOWN, PIER 3 SIMILAR 3@6 ALA COLUMN #6 CAP STIRRUPS 4 5@9 4'-6" 4'-6" 13@4 DETAIL A,-\, NOTE 7 I I I #; I B I BOTTOM CAP REINFORCEMENT PLAN 3/6" = V-0" "Ave 44" LINE 16@9 1 @12 q COLUMN @9 13@4 4'-6 16 " 4'-6" 5@9 4 ECK DECK TRANSVERSE Reinf EXTEND TO EDGE OF DECK 4RS Tot 24 NOTES 1. For "SECTION B—B" and "SECTION C—C", see "PIER DETAILS NO. 1" sheet. 2. For "SECTION A —A", see "PIER DETAILS NO. 2" sheet. 3. For utility opening details through pier cap, see "PIER DETAILS NO. 2" and "MISCELLANEOUS DETAILS" sheets. 4. Pier cap stirrups shall be placed normal to q pier, see "DETAIL B" on "PIER DETAILS NO. 1" sheet. 5. The #11 U—BAR to be made continuous by splicing with mechanical couplers. See "U—BAR DETAIL" for allowable splice location. 6. For column reinforcement details, see "PIER DETAILS NO. 2" sheet. 7. For "DETAIL A" and "DETAIL B", see "PIER DETAILS NO. 1" sheet. ALLOWABLE SPLICE ZONE, STAGGERED SERVICE SPLICE MECHANICAL COUPLERS ONLY 1 18'-01, I 18'-0" I C G�i LUMN o �� ALLOWABLE SPLICE ZONE, STAGGERED SERVICE SPLICE MECHANICAL COUPLERS ONLY E U-BAR DETAIL No Scale A ELEVATION 3/16 = V—D„ CONTRACTOR: NAwN Rv DESIGNER'S SEAL DESIGNED BY: NGd✓l APPROVER'S SEAL APPROVED BY: PIER LAYOUT I.P. No. Y. Wang INSPECTOR: 12/20/2023 TONE FAX SHEET No. pgOF E55/pn, , . p -fi590 aEaaREO FOR O F KUMAR K. GHOSH DATE 2 JpN QgOFESS/Rq �� (i�� V R661 391 aon (Tfi01342 P CITY OF INDIO 4' BRIDGE ENGINEER 9 y AVENUE 44 BRIDGE 80 DATE COMPLETED: K. osh R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 AT COACHELLA VALLEY PROJECT N°. NO T.Y. LIN INTERNATIONAL AS BUILT COMP. DATE: -30- E. 9/30/45 JUACITY ENGIRAYA,NEER P.E. STORM WATER CHANNEL BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER APP'D DATE S/. CIVIL Q- ST CIV1� P 9 OF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS soA� /E' 0p CAVE SAN DIEGO, CA 92108 q�' RC NO. C6851 Q EXP. 9 130 125 CALEE CITY FILE No. BASIS OF BEARING 700 CIVIC CENTER ALL SITE AOORESS BENCHMARK: AS SHOWN DATE: 02/12/2024 INDIO, CA 92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634 .inoio.org 6'-0" LAP,I I DETAIL A #14 TOP BARS Tot 20 (10 BUNDLES) #4 . , @ 12"J �4 Cont @18 #11 U—BAR, DECK BARS Tot 24, NOTE 1 # 6 STIRRUP #6 LU STIRRUPS, NOTE 3 #11 U—Bar, SEE NOTE 1 #8 x 20'-0" @ 12, (EXTEND 2'-0" INTO CAP) #5 @ 12 Reinf, SLAB FLARE, NOTE 5 #14 Tot 24 K INFORCEMENT 04 CONT @ 18 ;DECK LONG REINF), VOTE 2 6'-0' PIER 5'-6" 5'-6" NOTE 6 2'-10" Typ NOTE 6 UTILITY OPENINGam 67-10 N O m — a o Const Jt U-7 � - 0 0 0 0 0 0 0 0 4" FILLET, Typ #11 Tot 13 ADJUST TO CLEAR — — — — — — — PRESTRESS DUCT +— I #7 Tot 7 EACH FACE 21.000 Typ �m U �a m I O U O m I -(a— OMIT UPPER #5 IN BOTTOM SLAB NOTE 6 SECTION B-B 3/4 = 1'-0" �� PIER NOTES 1. #11 U—BAR reinforcement to be made continuous by splicing with service splice mechanical couplers. 2. For deck and soffit reinforcement details, see "TYPICAL SECTION" sheet. 3. For stirrup spacing, see "PIER LAYOUT" sheet. 4. For column reinforcement, see "PIER DETAILS NO. 2" sheet. 5. For limits of slab flare, see "GIRDER LAYOUT" sheet. 6. No splice is allowed in the transverse deck or soffit reinforcement within limits of bent cap. 7 V / SIDE REINFORCEMENT o I COLUMN i / / #8 COLUMN HOOPS A Z�Z E #6 [1 #6 [[ ]] #6 #6 (L ]] #6] DETAIL B SECTION C-C For details not shown, 3/4" = 1'-0" see SECTION B—B W= 1 — 0" CONTRACTOR: RawN 6Y DESIGNER'S SEAL DESIGNED BY: N/d✓t APPROVER'S SEAL APPROVED BY: I.P. No. Y. Wang PIER DETAILS N0.1 INSPECTOR: 12/20 /2023 TELEPHONE FAX REPARED FOR opAOFESS/p PgOFESS/p 17so)astmtT (760)112-6590 SHEET No. KUMAR K. ENGINGH(EER DATE 2 JpN Rq} AVENUE 44 BRIDGE DATE COMPLETED: RCITY OFINDIO '" K. osh R.C.E. No.N2555EE7(P. O6/30/24 9 81 PROJECT Nu. Nw No. C 68510 AT COACHELLA VALLEY LIN INTERNATIONALAS BUILT COMP. DATE: _30_ T.Y. Epp. 9/30%t5 m JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 CITY ENGINEER .. STORM WATER CHANNEL J). CIVIL Q' sT CIV\� c 10OF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE scALe Ip OF CN. f SAN DIEGO, CA 92108 q/£ OF CAl\F RCE No. C68510, EXP. 9 130 / 25 CITY FILE No. BABIS DF BEARING AS SHOWN DATE: 02/12/2024 100 CIVICCENTER MALL 517E ADOREss BENCHMARK: INDIO, CA 92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634 www.indio.org PIER I LC) r) Ld 0 z L z 0 N w 0 Ld J I- 0 o z @ o o_ is 0 F0 0 2 W J 0 zuz z m N E 7 MAIN COLUMN Reinf I PILE CUT—OFF ELEVATION, NOTE 2 —120" CIDH #14 Tot 50 (20 BUNDLE', 10 SINGLES) SECTION D-D Y2" = V-0" �(L PIER PS NOTES: 1. All hoops are "ULTIMATE" butt spliced continuous. 2. For pile cut—off elevation and CIDH pile specified tip elevation, see "FOUNDATION PLAN" sheet. 3. No splices allowed in main reinforcement in this zone. 4. "ULTIMATE" butt splice only in main reinforcement in this zone. AI/)TC ') T. BENT CAP UTILITY OPENING DETAIL e and I t stirrups /ening No scale o CL PIER 0 Ld IL U W 0 NOTES: D z — — + — For bent cap stirrups and reinforcement see S 0 X "BENT LAYOUT" sheets and n 67-10 L z (OD c 'CD 12 o 1 a #14 Tot 50 8„ 2. Orient so top of bar is toward closest column. h U a- m � 0 0l Z z #8 HOOPS 2" ID INSPECTION TUBE o o @ 33" Max. 8 I I o N ® 8Y2" Min o Clr Typ a Ld 0 oz 0 LU SECTION E-E o z CIDH PILE Yz" = V-0" SPECIFIED TIP Elev E NOTE 2 I SECTION A -A Y4„ = 1'-01, CONTRACTOR: RawR aY DESIGNER'S SEAL DESIGNED BY: N/d✓t O/APPROVER'S SEAL APPROVED BY: I.P. No. INSPECTOR: 12/2 2OZ3 TELEPHONE Y. Wang PIER DETAILS NO. 2 RED FOR opAOFESS/p PgOFESS/p (/// V Psol sa�son (T60I FAX 112-fi5a0 SHEET No. KUMAR K. E AVENUE 44 BRIDGE DATE 2 JpN Rq} DATE COMPLETED: RREPACITY OFINDIO �" K. osh R.C.E. No.N2555GINEEE7(P. O6/30/24 � 9 82 PROJECT NO. Nw No. C 68510 AT COACHELLA VALLEY LIN INTERNATIONALAS BUILT COMP. DATE: _30_ T.Y. Epp. 9/SC%t5 m JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 CITY ENGINEER .. STORM WATER CHANNEL J). CIVIL Q' sT CIV\� c 11 OF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE scpLs Ip OF CPS f SAN DIEGO, CA 92108 q/F OF CAl\F RCE No. C6851 Q, EXP. 9130 / 25 CITY FILE No. BASIS OF BEARING AS SHOWN DATE: 02/12/2024 100 CIVIC CENTER MALL SITE AooREss BENCHMARK: INDIO, CA 9 TELEPHONE# 619.682.1920 FAx# 618.682.0634 1 1 vAvw.indio.org.org 1'-0" 6'-2" CONCRETE BARRIER TYPE 11'-3" 732SW MODIFIED, TYP rn w B11-58 611-59 1 8 GIRDER, T YP O 9 z 00 —2% NOTE 8 00 6 • 4„— — — -- JoK FILLET, Typ Typ 3/4" DRIP GROOVE, NO(F 2L -- BAT -- Typ HOUSE, 1 7 NOTE 10 N 6" SOFFIT ACCESS OPENING 6„ TYP III~~~ o NOTE 7 Typ 5'-6" 8'-11" Max & VARIES 2'-3" Min & VARIES 8'-0" Typ BARRIER DOWEL, Typ CL GIRDER, Typ #6 x 8'-0", Typ NOTE 4 V-10"1'-10" #5 Tot 2 Typ Typ PER BAY, Typ #4 Cant Tot 4 PER BAY, Typ #5 Cant Tot 12 #5 Cant Tot 11 PER BAY, Typ CONTRACTOR: INSPECTOR: CONSTRUCTION RECORD BENCHMARK: --ADDITIONAL BOTTOM REINFORCEMENT NOTE 5 R #7 Cant Tot 7 Typ EQUALLY SPACED PER BAY, Typ "Ave 44" LINE 78'— 4" 64'-0" 5'-7Y2" 5'-7Y2" a MANHOLE bi O NOTE 7 g7-11 j� z 1 ih — x O N C -- c — -- --_ LLJ � N OI Ld ~p z a) —a) z Ld F '-SOFFIT GRATE NOTE 7 4 SPACES @ 11'-3" = 45-0" TYPICAL SECTION Y4, = 1 -0„ "Ave 44" LINE ADDITIONAL TOP REINFORCEMENT, NOTE 5 6'-2" , 1 1'-0" CONSTRUCTION JOINT, Typ g —2% Typ 0 1 - IVOTF Ql 3 o J2 I 1 BAT HOU NOTE 10 1 11 7'-2" Min 5-6 & VARIES 4'-0" Max SOFFIT ACCESS OPENING NOTE 7 &VARIES BO-5 #6 — S=11" 5-10 OR BO-5 5-11 NOTE 6 #4 Cant ® 18 UTILITIES O 2-4" Conduits (Frontier) O 8" Dia Casing with Gas Carrier (SCG), Note 11 3O 18" Dia Water Line (IWA) ® 6-6" Conduits (IID) 5O 2-4" Conduits (Charter —Spectrum) © 2-2" Lighting Conduits 7O 10" Dia Water Line (IWA) ® 2-4" Conduits, future FO NOTES: 1. For soffit thickness and girder stirrup spacing, see "GIRDER LAYOUT" sheet. 2. For structure depth, see "SUPERSTRUCTURE GEOMETRY" sheet. 3. For exterior girder thickness, see "GIRDER LAYOUT" sheet. 4. Additional top transverse deck reinforcement shall be placed in the overhang for a distance of 5'-0" on either side of expansion joint in the barrier rail at BB and EB. This additional reinforcement shall be bundled with alternating top transverse bars. 5. For additional reinforcement, see "GIRDER DETAILS" sheet. 6. Place normal to and space along "Ave 44" line. 7. For deck access opening, soffit grate and soffit access opening location, see "GIRDER LAYOUT" sheet. 8. For barrier modifications, see "RAILING DETAILS NO. 2" and "RAILING DETAILS NO. 3" sheets. 9. See "WATERLINES DESIGN PLANS" for pipe profile. 10. See "SUPERSTRUCTURE GEOMETRY" and "MISCELLANEOUS DETAILS NO. 2" sheets for Bat House. 11. Concrete saddle and steel casing for SoCal gas line shall be installed by contractor. Casing will be provided by SoCal Gas to Contractor. see SoCal Gasline plans. #8 Cant Tot 2 PER GIRDER, #8 Tot 4, Typ TYP TYP#5 x #5 @ 12, Typ � OR� #6 Ly 12" @16" = � TE 1PS, 67-1 N Y2 BAR S-2 SPACING, Typ NOTE 6 #8 Cant Tot 2 ` SOFFIT FLARE Reinf NOT SHOWN. PER GIRDER, Typ .� SEE "PIER DETAILS NO.1" SHEET PART TYPICAL SECTION REINFORCEMENT Bo-5 B7-1 BS-5 Y. Wang DESIGNER'S SEAL PROFESS/n O K. osh N°30— J). CIVIL P OF CAS P DESIGNED BY: �� ReRwREo FOR CITY OF INDIO KUMAR K. GHOSH BRIDGE ENGINEER R.C.E. No. 72555, EXP. O6 / 30/ 24 RoaecT N°. T.Y. LIN INTERNATIONAL 404 CAMINO DEL RIO SOUTH, SURE 700 SAN DIEGO, CA 92108 AS SHOWN TELEPHONE# 619.682.1920 FAN 12 23 APPROVER'S SEAL PROFESS/p 'up JpN Rq}9 No. C 68510 9/s6/zs CIv\� c q/£ OF APPROVED BY: DATE DATE JUAN RAYA, P.E. CITY ENGINEER RCE No. C68510, EXP. 9 130 / 25 DATE: 02/12/2024 W2.0634 TELEPHONE FAX (760I391d 17 (760)06P-6590 100 CIVIC CENTER MALL INDIO, CA 92201 9ANw.indio.org TYPICAL SECTION AVENUE 44 BRIDGE AT COACHELLA VALLEY STORM WATER CHANNEL I.P. No. SHEET No. 83 1 20F 26 SHEETS �BB 57'-3" 100'-9" O— Constant structure depth d = 5-6" 2O — 100'-9" Parabolic haunch d = 5'-6" to 9'-0" Y X /q PIER 2 100'-9" X2 PARABOLIC EQUATION: Y — Yd — 5.50 — P (From Vertex to � Pier) Y = Soffit elevation Yd = Deck elevation X = Horizontal distance measured along CL bridge from Vertex toward q Pier (0.00' to 100'-9") P = 2900.16 (Parabolic Constant) Y X X VERTEX 100'-9" /� PIER 3 100'-9" EB 57'-3" -\, 0 0 0 9'-0" 9'-01, VERTEX VERTEX BAT HOUSES, b NOTE 3 SUPERSTRUCTURE GEOMETRY No Scale #5 x 8'-0" 3'-0" Tott 2 LIMITS OF TRANSVERSE REINFORCEMENT 2 TOP AND BOTTOM #5 x 8'-0" q ABUTMENT Brg Tot 2 TOP AND 3 BOTTOM (CENTERED) 2" x Y4" 10'-0" BARS ® 3" ? #5 1 @ 6. PLACE , � r Tot 15 PARALLEL TO q GIRDER r � ( ) Y4, L 4" X 3" X Y4" AND SPACE ALONG BRG #6 #10 #5 u OR Tot 3 SOFFIT OPENING _ c14 #5 o #5 Tot 2 ; 4" CHAMFER #6 STOP SOFFIT 3 Y2" DRIP GROOVE * #10 Tot 7 EXTEND TO REBAR 2" CLEAR 3/4" CHAMFER TYp ALL AROUND #5 Tot 9 EDGE OF DECK 1'-0" ol FROM OPENING ALL AROUND #5 Tot 2 UTILITY OPENINGS B7-10 RSP #5 x 6'-0" U-2 #6 38-5 B8— 4" Tot 2 5 #9 Tot 4 TOP AND BOTTOM e h 4'-0" SECTION B-B s 1 "=V-0" � PLAN #9/Tot 6 9 3" Y2" = 1'-0" SOFFIT GRATE DETAILS 3'-0" LIMITS OF TRANSVERSE REINFORCEMENT 7#9 61 s See note 1 & 2 #6 @ 6 � o NOTES: SECTION A -A All materials to be galvanized after fabrication. 3 —0 Y2" = V-0" END DIAPHRAGM 2. Bar reinforcement shown shall be in addition Y2" = V-0" Note: Not all reinforcement shown. to bottom slab reinforcing shown elsewhere. E 3. See "MISCELLANEOUS DETAILS NO. 2" sheet. * — BARS MAY BE SPLICED OR BENT TO CLEAR PRESTRESSING ANCHORAGE AS DIRECTED BY THE ENGINEER CONTRACTOR: RawRaY DESIGNER'S SEAL DESIGNED BY:� APPROVER'S SEAL APPROVED BY: SUPERSTRUCTURE GEOMETRY I.P. NO. Y. Wang INSPECTOR: 12/20/2023 TELEPHONET FAX REReRED FOR opAOFESS/p PgOFESS/p (//// V (]60)1814017(760)342-fi590 SHEET No. KUMAR K. GHOSH DATE 2 JpN Rq} R CITY OF INDIO BRIDGE ENGINEER 9 AVENUE 44 BRIDGE 84 DATE COMPLETED: K. osh R.C.E. No. 72555, EXP. 06130124 No. C 68510 AT COACHELLA VALLEY aoaecr no. xa T.Y. LIN INTERNATIONAL " AS BUILT COMP. DATE: R —30— m Epp. o/so/zs JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 CITY ENGINEER STORM WATER CHANNEL J). CIVIL Q' sT CIV\� c 130E Z6 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE scpLs Ip O, CAL f SAN DIEGO, CA 92108 q/£ OF CAl\F RCE No. C68510, EXP. 9 130 / 25 CITY FILE No. BASIS OF BEARING AS SHOWN DATE: OZ/1 Z/2024 100CIVIC CENTERMALL SITEADDRESS BENCHMARK: INDIO, CA 92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634 www.indio.org NOTES: LEGEND: PRESTRESSING NOTES The final force ratio (larger divided by smaller) 1. For camber diagram, see "DECK CONTOURS" sheet. O — Bottom Slab Thickness 2. For skewed deck corner details, see "GIRDER DETAILS" sheet. 270 KSI Low Relaxation Strand: bettgirders t d the P. = 3. For "END DIAPHRAM", see "SUPERSTRUCTURE GEOMETRICS" sheet. — —Girder Stem Width labetween an 19,000 kips any gers snoexceed ratio of 10:9. j— Anchor Set = 3/8 in 4. For location and size of utility openings, — Soffit Vent Concrete: f' c = 5.0 ksi @ 28 days see "MISCELLANEOUS DETAILS NO. 1" sheet. Total Number of Girders = 7 f Ci = 3.5 ksi @ time of stressing 5. For deck manhole location, see "GENERAL PLAN" sheet. ® — Theoretical Point of No Movement for Two End Stressing Friction Curvature Coefficient_u = 0.15 (1/rad) Contractor shall submit elongation calculations — Indicates Deck Manhole location, Note 5 Friction Wobble Coefficient, K = 0.0002 (1/ft) based on initial stress at Assumed long term losses = 20 (ksi) N = 0.919 times jacking stress. ® — Indicates 2' x 4' Soffit Grate. For details, Two end stressing shall be performed from both end. see 'SUPERSTRUCTURE GEOMETRICS" sheet VENT, 67-1 O+ — Indicates soffit access opening SOFFIT ACCESS TYP V-1 B14-5 OPENING, Typ Brg Abut 1 Tot 12 PIER 2 f PIER 3� Brg Abut 4 Ext GIRDER 40'-0" 40'-0" 40'-01, 40'-0" GIRDER, 16'-0" Ext GIRDER FLARE, Typ Ext GIRDER MANHOLE B7-11 67-11 \ U43 U45 Ext GIRDER Ext GIRDER EDGE OF DECK Ext GIRDER 16'-0" Typ FLARE, Typ FLARE, Typ FLARE, Typ FLARE, Typ FLARE, Typ IMM \ ---- -- ------ -- ---- —�=0—-------- — — — — — 18" 12" 12" 18" 18" 12" 12" 18" \ 18" 12" 12" 18" 8'-0", Typ 19'-3", Typ "Ave 44" LINE 8'-0", Typ \ O 19'-3", Typ — — — 20'-0" \ F .T— \ 18" 12" 12" 18" 18" 12" 12" 18" 18" 12" 12" 18" \ — — — — — — 3,. SOFFIT GRATE Typ, \ 3" 3" \ EDGE OF DECK 3" 3„ \ Tot 8 3" BO-5 BO-5 OR BO-5 BO-5 BO-5 OR BO-5 BO-5 BO-5 OR BO-5 BO-5 PLAN 1" = 20'-0" CL PIER 2 CL PIER 3 L1 L2 L3 Brg Abut 1 CENTER OF GRAVITY OF S PRESTRESSING FORCE. Brg Abut 4 0.5L2 PATH IS A PARABOLIC - 0.4L1 CURVE BETWEEN o o " I H o POINTS SHOWN �1 0.1L1 0.1L2 0 1 0.1L2 0.1L3 I 1 0.4L3 N+ 2 11 0 m � N � N� I h oI i 12' � 12' 12' I 12' 3" s 3» 3" :::�����NF3 POINT, Typ 3., " 16'-0" SOFFIT 3 �( FLARE, Typ 10@12 40@4 46 U 22 14@121 @18 11_2@12112@91 40@6 1 0@4 40@6 120@91 20@12 @18 112@12112@91 40@6 1 80@4 30@61 24@9 1 25@12 1 @18 1 40@6 GIRDER STIRRUP SPACING A ,r #6 U 2@ l_4@1 21 @18 25@12 24@9 30@6 40@6 20@9 20@12 @18 20@12 20@9 40@6 30@6 1 24@9 1 25@12 @18 114@12122@6 INTERIOR GIRDERS B TO FO m STIRRUP SPACING 40@4 10@12 "I #6 0@6_1 @18 25@12 _I_24@9_jj0@tj 1 80@4 1 40@6 112@9112@12 @18 20@12 20@9 40@6 70@4 1 40@6 11209112@121 @18 114@12 122@6 1 GIRDER G STIRRUP SPACING BO-5 B7-1 B8-5 RSP LONGITUDINAL SECTION No Scale CONTRACTOR: RawN aY DESIGNER'S SEAL DESIGNED BY: N/d✓t APPROVER'S SEAL APPROVED BY: I.P. No. Y. Wang GIRDER LAYOUT INSPECTOR: 12/2O/2023 TELEPHONE FAX REPeRED FOR opA0FE53/pnq PgOFESS/p (//V (760)1814017 (T60I 112-fi590 SHEET No. KUMAR K. ENGINEER DATE 2 JpN Rq} AVENUE 44 BRIDGE DATE COMPLETED: RCITY OFINDIO '" K. osh R.C.E.No.N2555EEXP.06/30/24 0 85 PROJECT N.. Nw No. C 68510 AT COACHELLA VALLEY T.Y. LIN INTERNATIONAL AS BUILT COMP. DATE: _30_ Epp. 9/SC%t5 m JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 CITY ENGINEER �;.. STORM WATER CHANNEL J). CIVIL Q' sT CIV\� c 1 40� 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APPTI DATE scpLs Ip O, CN. f SAN DIEGO, CA 92108 q/£ OF CAl\F RCE No. C68510, EXP. 9 130 / 25 CITY FILE No. BASIS OF BEARING AS SHOWN DATE: 02/12/2024 100 CID,VIC CA S2201ER L 517E-IRE58 BENCHMARK: INDIO, CA 9.org TELEPHONE # 619.682.1920 FAX# 618.682.0634 www.indio.org #8 Tot 10 PIER 2 PER INTERIOR BAY, EXTEND TRANSVERSE 1'-6" Min. INTO END DIAPI BO-5 5-11 BLOCKOUT FOf #8 Tot 10 PER BAY, TYP NOTE 1 EDGE OF DECK ADDITIONAL BOTTOM SLAB REINFORCEMENT PIER 2 SHOWN, PIER 3 SIMILAR 3FS2 — 1,_0 „ PIER 2 ADDITIONAL TOP SLAB REINFORCEMENT PIER 2 SHOWN, PIER 3 SIMILAR 3/32" GM 5-11 tut JOINT SEAL ADDITIONAL #6 TOP AND Bot ® 6" Max SPACING EXTEND TO JOINT SEAL BLOCK OUT �I s C) o lo —0" 3 � Abut 4 EXTEND TRANSVERSE BARS EDGE OF DECK EDGE OF DECK TO EDGE OF DECK #6 Tot 2 E Abut 1 BO-5 3 —0 NOTE I 5-11 1. Only Service Butt splice is allowed for #8 additional top OBTUSE CORNER ACUTE CORNER and bottom slab and #8 girder reinforcement. DECK TRANSVERSE REINFORCEMENT AT ABUTMENTS Y4" CONTRACTOR: anwN ev DESIGNER'S SEAL DESIGNED BY: �ld�l APPROVER'S SEAL APPROVED BY: GIRDER DETAILS I.P. NO' Y. Wang INSPECTOR: 12/20/2023 T66 391 ONE FAX SHEET No. pgOF E55/pn, , . QgOFESS/p (i�� V R 1 aon (76 0)342-fi590 aEaaREO FOR O 9 KUMAR K. GHOSH DATE 2 JpN Rq �� P CITY OF INDIO 4' BRIDGE ENGINEER 9 y AVENUE 44 BRIDGE 86 DATE COMPLETED: K. osh R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 AT COACHELLA VALLEY rRoaecT R°. sO T.Y. LIN INTERNATIONAL AS BUILT COMP. DATE: —30— Ems. 9/30/45 CITY ENGIRAYA,NEER P.E. STORM WATER CHANNEL BY DATE 404 CAMINO DEL RIO SOUTH, SUITE 700 CITY ENGINEER APP'D DATE CIVIL Q- ST CIV1� P 1— LE SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS A. 0p CAVE SAN DIEGO, CA 92108 q�' RCE NO. C6851 Q EXP. 9 130 125 CALEE CITY FILE No. BASIS OF BEARING 700 CIVIC CENTER MALL SITE AOORESS BENCHMARK: AS SHOWN DATE: 02/12/2024 INDIO, CA 92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634 .indio.org Ys» x 12" NEOPRENE STRIP. BOND TO CONCRETE SUPPORT AND COAT TOP WITH SILICONE GREASE 1" X 8" Galy STEEL ANCHOR BOLT, Tot 2 EA SUPPORT WITH GaIv / STEEL NUT & WASHER --'----A �l /n Ld Of 2—#4 SECTION Galy STEEL STRAP 5/s" X 3" ALLOW PIPE FREEDOM TO QI IM1 KinTr z 1" 6" Typ A r #4 J Tot 2 EA SIDE RADIUS TO MATCH OD OF PIPE PIPE SUPPORT DETAILS No Scale WATER LINES AIR RELEASE VALVE No Scale ELEVATION BB OR EB OF SUPPORT = OL PIPE HALF CIRCLE, STAINLESS STEEL APPROACH SLAB NOTE 9 20 GAGE SHEET METAL FORMED TO FIT OD OF PIPE. EPDXY TO PIPE PIPE CASING, NOTE 10 NOTE 8 PIPE SUPPORT FOR OPENING, SEE V-0 "UTILITY OPENING TABLE" AND B7-10 NOTES 1. Pipe support spacing shall be as shown on "WATERLINES DESIGN PLANS". 2. Pipe support shall be 12" Min clear of any concrete wall. 3. All hardware shall be galvanized after fabrication 4. Pipe shall be tightly clamped at two pipe supports nearest to the center of the bridge. All other pipe supports shall be shimmed with steel washer plate to provide i4" clearance between pipe and clamp. 5. Spacing between the casing insulators shall be per manufacturer's recommendations except that there shall be at least 3 casing spacers per pipe section, on 12" from each joint and one centered. Additionally, one insulator shall be installed 12" from each end of the casing. 6. All steel casing pipe joints shall be welded full circumference. 7. Steel casing shall be lined and coated with hot applied coal tar enamel per AWWA C206. Enamel shall be AWWA Type II. 8. See "WATERLINES DESIGN PLANS" for location. 9. Seismic Expansion Joint is not shown, see "WATERLINES DESIGN PLANS". 10. Extend casing 5 feet past the end of approach slab. 11. For gas line concrete pedestal and steel casing details see SoCal GAS drawings. 12. Pedestal and casing for gas line shall be installed by the contractor. Gas line casing will be provided by SoCal Gas. ISEE NOTES 1 & 2 r V-0" PIPE INSTALLATION AT ABUTMENTS No Scale UTILITY OPENING TABLE Utility Description Opening Size Bent Cap End Diaphragm Backwall 10" Dia Water (IWA) 16" 0 60"W x 16"H 18" 0 8" Dia Casing with Gas Carrier (SCG) 16„ 0 60"W x 16"H 16" 0 18" Dia Water (IWA) 24" 0 60"W x 24"H 32" 0 6-6" Conduits (IID) 20"W x 24"H 60"W x 24"H 20"W x 24"H CONTRACTOR: Y.Wang ' DESIGNER'S SEAL DESIGNED BY: APPROVER'S SEAL APPROVED BY: MISCELLANEOUS DETAILS NO. 1 I.P. No. Y. Wang ), INSPECTOR: v� 12/20/2023 IC7^// TELEPHONE FAX opAOFESS/p PgOFESS/p (//// V P60I 191-0017 (1fi0)342-fi590 SHEET No. KUMAR K. GHOSH DATE 2 JpN Rq} RREReRED FOR CITY OF INDIO BRIDGE ENGINEER 9 AVENUE 44 BRIDGE 87 DATE COMPLETED: K. osh R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 AT COACHELLA VALLEY PROJECT No. Na T.Y. LIN INTERNATIONAL " AS BUILT COMP. DATE: R —30— m Epp. o/so/zs JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 � CITY ENGINEER .. STORM WATER CHANNEL J). CIVIL Q' sT CIV\� c 16 OF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP-D DATE scnLe Ip OF CA` f SAN DIEGO, CA 92108 q/£ OF CAl\F RCE NO. C68510, EXP. 9 130 / 25 1 CITY FILE No. BASIS OF AS SHOWN : BEARING DATEOZ/1Z/ZOZ4 100CIVICCENTER ALL SITEADORESS BENCHMARK: INDIO, CA 92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634—Indio.org 2'-10" 1/4" Dia x 3 1/4" WEDGE ANCHOR THROUGH 3/8" SCH 40 PVC SLEEVE— N 2" I I II I 2'-6" ,J 1/4" Dia x 4 1/2" WEDGE ANCHOR THROUGH 3/8" SCH 40 PVC SLEEVE 3" = 1'-0" NOTES 1. Place 6 bat houses next to each other centered on span-2, on both north and south faces of exterior girders. See "SUPERSTRUCTURE GEOMETRY" sheet 2. f' ci = 4000 psi (light weight conc). 3. Use 6x6—W2.OxW2.0 WWF reinforcement in Y4' panel. FACE OF Ext GIRDER FOR LOCATION SEE "TYPICAL SECTION" SHEET In w T HOUSE SECTION A —A = 11 BAT HOUSE DETAILS SECTION B—B CONTRACTOR: Y.Wang ' DESIGNER'S SEAL DESIGNED BY: APPROVER'S SEAL APPROVED BY: MISCELLANEOUS DETAILS NO. 2 LP'No. Y. Wang ), INSPECTOR: v� 12/20/2023 TELEPHONE FAX opAOFESS/p PgOFESS/p (//// V P66I 191-0017 (760 )342-fi590 SHEET No. KUMAR K. GHOSH DATE 2 JpN Rq} RREReRED FOR CITY OF INDIO BRIDGE ENGINEER 9 AVENUE 44 BRIDGE $$ DATE COMPLETED: K. osh R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 AT COACHELLA VALLEY aoaecr No. xa T.Y. LIN INTERNATIONAL AS BUILT COMP. DATE: R —30— m Epp. o/so/zs JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 CITY ENGINEER .. STORM WATER CHANNEL J). CIVIL Q' sT CIV\� c 170E Z6 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP-D DATE SCALE Ip OF CA` f SAN DIEGO, CA 92108 q/£ OF CAl\F RCE NO. C68510, EXP. 9 / 30 / 25 CITY FILE No. BASIS OF BEARING DATE: OZ/1Z/ZOZ4 100 CIVIC CENTER MALL SITE ADORES. AS SHOWN BENCHMARK: INDIO, CA 92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634-.indio.org FRONT FACE OF BARRIER END WINGWALL, NOTE 3 BB OR EB 37 SKEW BRIDGE DECK --- HMA -f� ROADWAY PAVEMENT OPTIONAL LONGITUDINAL- 44" LINE Const JOINT \ --- -----ve JA l i SIDE WALK U' PLAN 1"=20' BB R PAY LIMITS FOR STRUCTURAL CONCRETE, APPROACH SLAB (TYPE N) O EB 30'-0" * SEE 'ABUTMENT TIE DETAILS" #5 BAR CHAIRS @ 3'-0"f TRANSVERSE N�#5 @ 18 BOTH WAYS TRANSVERSELY AND 4'-0"f � JOINT LONGITUDINALLY NORMAL TO PARALLEL @ 6 LANE LINES, PARALLEL TO SEE NOTE 4 LANE LINES GEOCOMPOSITE DRAIN, Abut SEE NOTE 2 BACKWALL SECTION A -A No scale BB OR EB BLOCKOUT FOR JOINT SEAL #5 E7@ 9 ASSEMBLY, SEE 1'-0" NOTE 1 Min #5 (@ 9 O c I 41 � CD #5 Cont Tot 4 PARALLEL Ti TO BB OR EB #5 @ 9 Ya"x3" EXPANSION Abut BACKWALL 3„ JOINT FILLER '� C ABUTMENT TIE DETAILS 3/4" = 1,-0„ FILTER FABRIC JEN TAPE FABRIC NOT ALL BARRIER Reinf SHOWN, NOTE 5- MATCH DECK OVERHANG — GEOCOMPOSITE DRAIN NOTE 2 7 SEE "CIVIL PLANS" 3" to SLOTTED PLASTIC PIPE, SEE NOTE 2 2Yz 4ft#5 BAR BAR CHAIR DETAIL WINGWALL NOTE 3 732SW (MOD) #5 Cont Tot 5 - TPB STRUCTURE APPROACH '--#5 x 4'-0" @ 18 2" 2'-0" SECTION B-B 3/4, = 1,-0„ x 8'-0" @ 9 ® Indicates Expanded Polystyrene, remove after concrete is placed. DRILL AND BOND #5 s" -3" @ 12 1� INTO 6" DEEP HOLE 3" Typ 1Yz" x 3Yz" CONTINUOUS RECESSED KEY, OMIT IF STAGE 1 STAGE 2 CONNECTING TO EXISTING 3/4" 0 x 3" Galy OR Exist STRUCTURE APPROACH COUPLING NUT 3/a"0 Galy THREADED ROD x 1'-0" @ 12 3/4"0 x 8„ BOLT 3" Typ I 1Yz" x 3)V2" CONTINUOUS STAGE 1 STAGE 2 RECESSED KEY 2'-0„ Min LAP 3 Typ 2'-4" Min LAP STAGE 1 STAGE 2 LONGITUDINAL CONSTRUCTION JOINT ALTERNATIVES 3/a = 1 -0„ I SECTION C-C No scale NOTES: 1. For joint protection details and blackout dimensions for joint seal assembly. see "ABUTMENT DETAILS NO. 2" sheet. Haunch reinforcement placed for joint seal assembly blackout must be normal to BB or EB and spaced to avoid joint seal assembly anchorage. 2. For drainage details, see "STRUCTURE APPROACH DRAINAGE DETAILS' sheet. 3. For wingwall details, see "ABUTMENT DETAILS NO.1" sheet. 4. At the Contractor's option, approach slab transverse reinforcement may be placed parallel to BB or EB. Spacing of transverse reinforcement is measured along roadway. 5. For barrier details not shown, see e and e CONTRACTOR: DESIGNER'S SEAL DESIGNED BY APPROVER'S SEAL APPROVED BY: STRUCTURE APPROACH SLAB I.P. No. Y. Wang INSPECTOR: 12/20/2023 C�/J '^ TELEPHONETz FAX REPAREDPOR opAOFESS/p PgOFESS/p (/// V Psolsa1sonOfi013A3-6590 DETAILS SHEET No. KUMAR K. GHOSENGINEER DATE 2 JpN Rq} AVENUE 44 BRIDGE DATE COMPLETED: PRE OFINDIO '" K. ash R.C.E. No.N2555EE7(P. O6/30/24 � 9 89 PROJECT Nu. Nw No. C 68510 AT COACHELLA VALLEY T.Y. LIN INTERNATIONAL AS BUILT COMP. DATE: _30_ Epp. 9/SC%t5 m JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 CITY ENGINEER STORM WATER CHANNEL CIVILQ' 1S OF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP-D DATE scALs Ip O, CN. SAN DIEGO, CA 92108 /£ pp CAl\F RCE NO. C68510, EXP. 9 / 30 / 25CITY FILE No. BASISOPBEARIN. DATE: OZ/1Z/ZO24 100 CIVIC CENTER ALL SITEADORESS AS SHOWN BENCHMARK: INDIO, CA 92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634—Indio.org WINGWALL � ABUTMENT 1 � ABUTMENT 4� -SLOPE PROTECTION GEOCOMPOSITE DRAIN II \\ SEE "DETAIL / i 3" SLOTTED PLASTIC PIPE, �® Typ Typ \® L------- —� STRUCTURE WINGWALL 4" F APPROACH DRAIN, NOTE 2 TYPICAL PLAN AT BB No Scale WINGWALL EOCOMPOSITE j RAIN STRUCTURE APPROACH WINGWALL TYPICAL PLAN AT EB No Scale 3" SLOTTED PLASTIC PIPE, Typ 10 mil POLYETHYLENE 3" SLOTTED SHEET BOND TO 4" 0 CASING PLASTIC PIPE. a GEOCOMPOSITE SEE NOTE 2 DRAIN ih BOND 6" TO WALL. TEE CONNECTION, CUT HOLE FOR 3" PIPE LEVEL OR SLOPED SEE NOTE 2 AND �� 0 TOWARD WALL 3" UNSLOTTED "TEE CONNECTION DETAIL" 1 PLASTIC PIPE 4" PLASTIC PIPE TPB BACKFACE OF ABUTMENT DRAIN, NOTE 2 1'-0" DETAIL A No Scale TEE CONNECTION DETAIL NOTES: 1. For slope protection details, see Civil Plans. 2. 4" Plastic pipe drains at 25' Max center to center. 4" Plastic pipes shall be extended to the slope protection face. 3. Bends and junctions in 3" plastic pipe are 2'-6" raduis Min. CONTRACTOR: INSPECTOR: CONSTRUCTION RECORD BENCHMARK: No Scale END OF STRUCTURE APPROACH SLAB ,—END OF WINGWALL CONCRETE DRAINAGE PAD 3" SLOTTED PLASTIC PIPE GEOCOMPOSITE DRAIN SEE "DRAINAGE DETAILS"-/-" SEE "TEE CONNECTION DETAIL" SECTION A -A No Scale BB kDRAIN POSITE FABRIC 0PLASTIC PIPE OTTED) TPB DRAINAGE PAD (MINOR CONCRETE) � 4" SLOPE PROTECTION SEE "ROAD PLANS" 4" PLASTIC PIPE DRAIN, NOTE 2 GEOCOMPOSITE DRAIN FILTER FABRIC 0 3" PLASTIC PIPE (SLOTTED) s TPB WITHOUT FOOTING WITH FOOTING DRAINAGE DETAILS No Scale Y.Y.a' DESIGNER'S SEAL DESIGNED BY: APPROVER'S SEAL APPROVED BY: Wang gOFESS/p � F � �ld✓t 1 2/20/2023 gOFESS/ p 2 JpN R1 �. ReRwR6D FOR KUMAR K. GHOSH DATE CITY OF INDIO K. osh BRIDGE ENGINEER Na _3g_ R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 � 9/s6/zs RoaecT No. T.Y. LIN INTERNATIONAL JUAN RAYA, P.E. J). CIVIL P /F 404 CAMINO DEL RIO SOUTH, SURE 700 � q/F CITY ENGINEER RCE No. C68510, EXP. 9 130 / 25 SAN DIEGO, CA 92108 Dw�E OF cn� f OF \F AS SHOWN DATE: 02/12/2024 TELEPHONE FAX (760I391d 17 (760)3A1-6590 100 CIVIC CENTER MALL INDIO, CA 92201 —Indio.org STRUCTURE APPROACH DRAINAGE DETAILS AVENUE 44 BRIDGE AT COACHELLA VALLEY STORM WATER CHANNEL ss E I.P. No. SHEET No. 90 19 OF 26 SHEETS / / / / / JOINT ARMOR PLATE NOT SHOWN. SEE NOTE 8 TOP OF CURB — TOP OF CURB / STEEL EDGE / MEMBER / / / Ya" BEVEL, / Typ FACE OF CURB / / 5/sX 8" ANCHOR STUDS / @ 4Y2"t STAGGERED, / (6" LONG IN OVERHANG) / FOR JOINT SEAL BLOCKOUT DIMENSIONS, SEE "JOINT PROTECTION DETAIL" ON "ABUTMENT DETAILS NO. 2" SHEET PLAN 3" = 1'-0" loll 8" * 2" DIRECTION OF TRAFFIC � 1)/2„O HOLE FOR STEEL R COUNTERSUNK 5/8"b "X BARRIERANCHORAGE. PLACE 6" X + S ON I I ! APPROACHING TOP OF `� I TRAFFIC END DECK Ys" GAP PAVING TYP NOTCH OR CLOSURE POUR 2 LIMITS r Typ INITIAL POUR SHEET 5/8" X 8" ANCHOR LIMITS NEOPRENE STUDS, (5/8" X 6" IN OVERHANG AREA) NORMAL TO JOINT "a" STAGGER AS SHOWN EXPANDED POLYSTYRENE, Yz" @ MAXIMUM TEMPERATURE, MATCH EXISTING JOINT EXACT WIDTH TO BE DETERMINED WIDTH FOR CLOSURE POUR BY ENGINEER SECTION A -A 3" = 1'-0" * TO SET MINIMUM JOINT OPENING "W" 1'2"+[(Max Str temperature in 'F )—(actual Str temperature in 'F)]*(oc )(12)(contributory L in feet) Y2' Minimum cc = 0.0000060 L = 517.5/2 = 258.75 ft / FCU P ACE OFRBB JOINT ARMOR PLATE NOT SHOWN. SEE NOTE 8 FOR JOINT SEAL BLOCKOUT DIMENSIONS, SEE "JOINT PROTECTION DETAIL" ON "ABUTMENT DETAILS NO. 2" SHEET JOINT INFORMATION "a" DIMENSIONS LOCATION MOVEMENT RATING (MR) SKEW WINTER SPRING g� FALL SUMMER Abut 1 3Y2" 37'00'00" 17/s" 13/s" Abut 4 3Y2" 37'00'00" 17/6" 13/8" 7�" STEEL R BARRIER 2 "X6"X18" STEEL EDGE MEMBER C O 2" SIDEWALK DETAIL 3" = l'—O" SCHEMATIC STEEL EDGE MEMBER NO SCALE NOTES: 1. Alternatively, fillet or complete penetration welds may be used at anchor studs. 2. Alternate types of anchor studs may be permitted subject to the authorization by the Engineer. 3. Use joint at crown of roadway, at any change in traverse slope in deck and at changes in horizontal direction. Place other joints at or near lanes. All metal parts to be painted or galvanized after fabrication. 4. Sheet Neoprene shall be fabricated in one continuous piece and shall be fabricated to bend around corners. Field splices of the neoprene are not allowed. 5. Insert assembly or expansion anchorage for %" X 13/4" bolts. Use installation bolts extended Y" minimum past nut and coat with bond breaker, after concrete has cured, remove installation bolts, install HS bolts and sheet neoprene. 6. ac, is the thermal expansion coefficients for concrete. 7. Anchor studs shall conform to ASTM 108. 8. For Checkered Steel Plate detail, see "JOINT ARMOR FOR PEDESTRIAN WALKWAYS" sheet. CHECKED STEEL PLATE, NOTE 8 NOTE: SHADED AREAS TO BE WELDED SCHEMATIC FIELD WELD DETAIL NO SCALE GRIND TOP SURFACE Y4 60' ONLY SCHEMATIC SHOP WELD DETAIL NO SCALE BAR 2"XX"X8" CENTERED 0 BOLTS, WITH Y4"O HOLES I /— X6" GAP c,1 N QI 5%"0 ANCHORAGE, N SEE NOTE 5 N TOP OF DECK TYP SECTION B-B 6" = V—O" CONTRACTOR: Y. DESIGNER'S SEAL DESIGNED BY: APPROVER'S SEAL APPROVED BY: JOINT SEAL ASSEMBLY I.P. No. Y. Wang �ld✓t INSPECTOR: 12/20/2023 TELEPHONE FAX —RED FOR opAOFESS/p PgOFESS/p (//// V (760)1914017 (rfi01342-fi590 SHEET No. KUMAR K. SH DATE 2 JpN Rq}qj_� RCITY OFINDIO BRIDGE ENGINGIN EER 9 AVENUE 44 BRIDGE 91 T.Y. LIN INTERNATIONAL DATE COMPLETED: K. osh R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 AT COACHELLA VALLEY xa AS BUILT COMP. DATE: Raoaecr Ho. —30— m Epp. o/so/zs JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 CITY ENGINEER .. STORM WATER CHANNEL J). CIVIL Q' sT cm\1 c ZOOF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE scpLs AS SHOWN Ip OF, CPS f SAN DIEGO, CA 92108 q/£ OF CpL�F RCE NO. C68510, EXP. 9 130 / 25 OZ/1Z/ZOZ4 : DATECITY FILE No. BASIS OF BEARING 100CIVIC CENTERMALL SITEADDREss BENCHMARK: INDIO, CA 92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634—.indio.org TOP OF BARRIER TOP OF SIDEWALK TOP OF RAILING NOT SHOWN BARRIER FOR CLARITY "DETAIL A" � Y2° X 2" FLAT HEAD CAP SCREWS 3» WITH INSERT ASSEMBLIES ®rL 12 Max, STAGGERED TOP OF "DETAIL C" SIDEWALK B" CHECKERED 4"DETAIL STEEL TOP OF / TOP OF / DECK DECK ` o G OPEN JOINT TO p' MATCH DECK (J \ O JOINT WIDTH y G Z 0 �_ ELEVATION SECTION A -A 1" CHECKERED g = o STEEL NO SCALE NO SCALE PLATE o� Z Z O O 1 Y2" Z 1' LLJ U a_ W 00 PLAN — — TAPER EDGE OF / STEEL PLATE / 1" NO SCALE / / < \ / \ Y6" GAP TAPER CONCRETE < —� �\ 1 TOP OF DECK 2 / FOR DETAILS NOT SHOWN, SEE / R = nfi' / "SIDEWALK DETAIL" ON "JOINT \ / \ / SEAL ASSEMBLY" SHEET \ / DETAIL A DETAIL C NO SCALE — NO SCALE NOTES: 1. Utility openings and expansion joints not shown for clarity. 2. Recess concrete Y2" for plates. 3. Plates to be galvanized. 4. Architectural treatment not shown Y8" GAP \ Typ / DETAIL B NO SCALE CONTRACTOR: Y. Wang DESIGNER'S SEAL DESIGNED BY: N6d�l APPROVER'S SEAL APPROVED BY: Y. Wang INSPECTOR: FWESS/— 1 Z DATE 23 QROFESS/ PaEPp AREO FOR O 9 KUMAR K. GHOSH DATE CITY OF INDIO �" BRIDGE ENGINEER 9 y DATE COMPLETED: K. osh R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 AS BUILT COMP. DATE: PROJECT N°. NO T.Y. LIN INTERNATIONAL E. 9/M/25 J UAN RAYA, P.E. BY DATE S�. CIVIL Q- 404 CAMINO DEL RIO SOUTH, SUITE 700 `1T CIV1� P CITY ENGINEER CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE SCALETF CAVE SAN DIEGO, CA 92108 OF q�' RCE NO. C68510, EXP. 9 130 125 CAL\F BENCHMARK: BASIS GF BEARING AS SHOWN DATE: 02/12/2024 TELEPHONE# 619.692.1820 FAX# 619.692.0634 JOINT ARMOR FOR TELEPHOE (1-1 PEDESTRIAN WALKWAYS AVENUE 44 BRIDGE AT COACHELLA VALLEY STORM WATER CHANNEL 100 CIVIC CENTER ALL SITEADDRE88 INDIO, CA 92201 www.indio.org o E I I.P. No. SHEET No. 92 21 OF 26 SHEETS NOTES LEGEND: 1. Stations are shown along "Ave 44" line. G INDICATES CONCRETE PILASTER 2. For additional luminaire, metal railing, and INDICATES BRIDGE LUMINAIRE conc pilaster details, see "RAILING DETAILS" sheets. 3. For fractured rib texture details, see "RAILING DETAILS NO. 2" sheet. Fractured rib texture, shall be extended 2'-0" Min below finished grade. 27'-11Y2" 42,-5" 28'-7Y4" Lt EOD 34'-1Yz" Lt EOD 1 3 EQUAL SPACE ® 40'-35/s" = 120'-10%" 5 EQUAL SPACE ® 40'-35/s" = 201'-6" 3 EQUAL SPACE ® 40'-3%" = 120'-103/a" Lt EOD Lt EOD 29'-8Y2" 42'-5" Rt EOD BOTH SIDES BOTH SIDES BOTH SIDES 34'-1Yz" 30'-10)/4" Rt EOD 11 BoRIDGGE LUMINAIRE, Typ Rt EOD Rt EOD END OF END OF METAL RAILING, Typ Conc PILASTER, Typ BARRIER BARRIER FRACTURED RIB TEXTURE (TAN Abut 1 Abut 4 FRACTURED G COLORED CONCRETE), TEXTURE (TAN Typ, NOTE 3 L=.i L=�j COLORED CONCRETE), NOTE 3 PIER 2 PIER 3 DATUM ELEV = 400.00 I I I 20+00 21+00 22+00 23+00 24+00 25+00 TYPICAL EXTERIOR ELEVATION 1' = 20' PILASTER \y 8PIL8" Lt R \ 38'-8" Lt 6G PILASTER ��� 38'-8" Lt 8" Lt A \iF CL PILASTER q 96� \ \ice PILASTER 4 Sta 25+12.67 PILASTER Sta 19+66.05 EDGE OF A 38'-8" Lt \� p 38'-8" Lt 3, LtBRIDGE Sta 84 DECK r' ><�38'-8" Sta 21+47.86 Sta 23+49.36 a 25+41.28 2 h \ \ \ \ 9 - ----- --------2��0 -------------22+00--------------- - ------------------- -----�� --------- s 20+00-- 2300 24I0025+00----�� 26I00 STRUCTURE APPROACH SLTByp,�\ \ \\ "Ave 44 LINElo \\ \\ a LUMINAIRE, Typ Tot 8 \\ \\ PILASTER PILASTER 38'-8" Rt PILASTER 38'-8" Rt EDGE OF BRIDGE DECK q PILASTER PILASTER 38'-8" Rt \Sto 20+42.83 Sta 20+14.28 \ Sta 22+06.14 38'-8" Rt Sta 24+07.6.1 38'-8" Rt PILASTER Sto 25+62.66 38'-8" Rt Sta 25+93.51 BRIDGE RAILING PLAN 1" = 20' CONTRACTOR: Y. Wan Y. Wang DESIGNER'S SEAL pgOF E55/pn, O 9 4' K. osh sON —30— S/. CIVIL Q- /E'OF CAVE DESIGNED BY: Nld�l 12/2D/2D23 , . APPROVER'S SEAL QgOFESS/p 2 JpN Rq �� 9 y No. C 68510 E. 9/30/45 ST CIV1� P q�' OF CALEE APPROVED BY: (i�� V T66 391ONE FAX R 1 aon (Tfi0)342-fi590 700 CIVIC CENTER MALL INDIO, CA 92201 RAILING LAYOUT AVENUE 44 BRIDGE AT COACHELLA VALLEY STORM WATER CHANNEL I.P. No. SHEET No. 93 220F 26 SHEETS INSPECTOR: aEaaREO FOR P CITY OF INDIO rRoaecT R°. KUMAR K. GHOSH DATE BRIDGE ENGINEER R.C.E. No. 72555, EXP. 06 / 30/ 24 DATE COMPLETED: T.Y.T INTERNATIONALYAS BUILT COMP. DATE: P.E. JUACITY ENGIRAYA,NEER CITY ENGINEER RC NO. C6851 Q EXP. 9 130 125 DATE: 02/12/21024 404 CAMINO DEL RIO SOUTH, SUITE 700 BY DATE SAN DIEGO, CA92108 CONSTRUCTION RECORD ENGINEER REVISIONS APP'D DATE scA� AS SHOWN SITE AOORESS CITY FILE No. BASIS BENCHMARK: OF BEARING TELEPHONE# 619.692.1920 FAX# 619.692.0634 .indio.org VARIES 40'-3V8" Max VARIES 40'-3%" Max BB 6" 1" SQUARE 11 GA 0 Clr 4'-1" TYP STEEL PICKETS CL Conc PILASTER POST SPACING 8" Max ® 8" O.C., Typ T�,p TYP RAIL, Typ TS 2X2XY4" T 11 I I POST, Typ IMAGE IMPRINT ® PILASTER, Typ IMAGE IMPRINT ® PILASTER, Typ CONTRACTOR: INSPECTOR: EB Y4"R PALM, Typ SEE "METAL PLATE PALM DETAIL" CONC BARRIER 6 TYPE 732SW (MOD) Clr —TOP OF Conc W/ FRACTURED BARRIER RIB TEXTURE (BOTH SIDES) (TAN COLOR CONCRETE) �11I111■�■1■��I�loil li■lmal zil /110111miairli1■1■1■alIll i i111�1■I■I■i i■I■I �■I■I■i i■I■��I�I■i i■ ell Illlllllllul,Illllllllllllllllllllllllllllllllllll��r �olllllllllllllllllllllllllllllllllllllllllll-: Illlllllllllllllllllllllllllllllllllllllllllllllllllllllll��r oilllllll�llllllllllllllllllllllllllllllllllllllll �Illlllllllllllllllllllllllllllllllllllllllllllllllllllllllll��r ��6" SMOOTH BAND STOP OF (TOP & BOTOM) TYPICAL BARRIER INTERIOR ELEVATION SIDEWALK OPEN JOINT TO MATCH DECK 1/2"= 1'-0" JOINT WIDTH AT BB AND EB OUTSIDE FACE OF Conc BARRIER CONC BARRIER TYPE 732SW (MOD) W/ FRACTURED RIB TEXTURE (BOTH SIDES) (TAN COLOR CONCRETE) TOP OF BRIDGE DECK TYPICAL BARRIER EXTERIOR ELEVATION Typ f/Y4"_CAP PLATE GTyp Typ TS 2"X2"XY4" TOP PLATE, NOTE 2 G 1" SQUARE 11 Galy N STEEL PICKETS, Typ Typ TOP OF Conc Typ TS 2"X2"XY4" BARRIER BOTTOM PLATE U�FOR POST ANCHORAGE, SEE Typ "STEEL POST DETAIL ON RAILING DETAILS NO. 3" SHEET TYPICAL ORNAMENTAL METAL RAILING DETAIL 1 1 /2"= 1'-0" CONSTRUCTION RECORD BENCHMARK: 1/2"= 1'-0" Y4" h_ METAL PALM 0 1" SQUARE y LAYOUT GRID 11" METAL PLATE PALM DETAIL tea• BOTTOM OF BRIDGE OVERHANG 0 TEST PANEL A 1 1/2"= 1'-0" a' Y.Y. DESIGNER'S SEAL DESIGNED BY: APPROVER'S SEAL APPROVED BY: Wang F gOFESS/p � � �ld✓t 1 2/20/2023 DATE gOFESS/ p 2 JpN R1 �. ReRwR6D FOR KUMAR K. GHOSH CITY OF INDIO K. osh BRIDGE ENGINEER R.C.E. No. 72555, EXP. O6 / 30/ 24 No. C 68510 "� RoaecT No. Na _3g_ T.Y. LIN INTERNATIONAL � 9/s6/zs JUAN RAYA, P.E. J). CIVIL P /F 404 CAMINO DEL RIO SOUTH, SURE 700 S�. CIV1\ q/F CITY ENGINEER RCE No. C68510, EXP. 9 130 / 25 Dw�E OF CAL f SAN DIEGO, CA 92108 q� OpL�F AS SHOWN DATE: 02/12/2024 LEGEND ® 1 1/2" RELIEF (TAN COLORED CONCRETE) ® 1 1/2" RELIEF (MEDIUM BROWN STAIN) ® 1" RELIEF (MEDIUM BROWN STAIN) 1/2" RELIEF (DARK BROWN STAIN) NO RELIEF (TAN COLORED CONCRETE) ® FRACTURED RIB TEXTURE (TAN COLORED CONCRETE) NOTES: 1. Contractor shall provide test panels for pilaster image imprint and ornamental railing metal plate palm for Engineer's approval prior to railing construction. 2. See g11-51 for "TUBE SPLICE DETAILS". TEST PANEL B 3"= 1'-0" TELEPHONE FAX I760I391d 17 (Tfi01342-fi590 100 CIVIC CENTER MALL INDIO, CA 92201 www.indio.org RAILING DETAILS NO. 1 AVENUE 44 BRIDGE AT COACHELLA VALLEY STORM WATER CHANNEL s 0 I.P. No. SHEET No. 94 23OF 26 SHEETS 6" 2'-4" 6" SMOOTH BAND Typ (TOP & BOTOM), 2'^ Typ 5"_I c4 YP �� i� IMAGE IMPRINTS ® PILASTER, Typ 4" SQUARE GRID FOR—)�R� LAYOUT PURPOSES, Typ U' INTERIOR ELEVATION TYPICAL IMAGE IMPRINT AT PILASTER 1 1'-0» CL OF PILASTER = LUMINAIRE 6" SMOOTH BAND (TOP & BOTOM), Typ T w 0 00 N ~ OP OF SIDEWALK FRACTURED RIB TEXTURE, Typ LUMINAIRE, Typ 5 ORNAMENTAL GYP/ -RAILING, Typ �I NO RELIEF/� (TAN COLORED CONCRETE) INTERIOR ELEVATION TYPICAL IMAGE IMPRINT AT PILASTER W/ LUMINAIRE 1"= 1'-0" Conc PILASTER CAP (DARK BROWN STAIN), 5" Typ Typ HANDRAILING, Types OUTSIDE FACE OF Conc BARRIER, Typ IMAGE IMPRINT— T5,1 TOP OF @ PILASTER, Typ BRIDGE DECK 4" SQUARE GRID FOR LAYOUT PURPOSES, Typ FRACTURED EXTERIOR ELEVATION RIB TEXTURE, Typ TYPICAL IMAGE IMPRINT AT PILASTER 1"= V-0" (L OF PILASTER = (L LUMINAIRE OUTSIDE FACE OF Conc BARRIER, Type [me METAL RAILING MAX RELIEF IMAGE IMPRINT ® PILASTER, Typ CONCRETE BARRIER TYPE 732SW 611-58 B11-59 TAN COLORED CONCRETE 1Y2" FRACTURED RIB TEXTURE EDGE OF BRIDGE DECK 2" LUMINAIRE, Typ 5 ORNAMENTAL RAILING, Typ 'rYP rNOTE2&4 1Y" MAX RELIEF SEE "STEEL POST DETAIL" ON "RAILING DETAILS NO. 3" SHEET —6" SMOOTH BAND Q2" FRACTURED RIB TEXTURE w °J � I C� TOP OF SIDEWALK 6" SMOOTH BAND CONSTRUCTION JOINT SECTION A -A 1"= 1'-0" LEGEND: ® 1 1/2" RELIEF (TAN COLORED CONCRETE) ® 1 1/2" RELIEF (MEDIUM BROWN STAIN) ® 1" RELIEF (MEDIUM BROWN STAIN) 1/2" RELIEF (DARK BROWN STAIN) NO RELIEF (TAN COLORED CONCRETE) ® FRACTURED RIB TEXTURE (TAN COLORED CONCRETE) NOTES s 1. All concrete at barrier and pilaster shall be tan colored concrete. g Pilaster concrete cap shall be dark brown stain. For additional stained concrete elements, see legend. 5 2. Metal railing shall be galvanized and painted medium brown. 3. For railing layout information and pilaster/luminaire locations, see "RAILING LAYOUT" sheet. E s 4. For metal railing details, see "RAILING DETAILS NO. 1" sheet. 5. For luminaire, and conc pilaster details, see "RAILING DETAILS N0. 3" sheet. 6. For "SECTION B—B", see "RAILING DETAILS NO. 3" sheet. CONTRACTOR: Y. Wang a' DESIGNER'S SEAL DESIGNED BY: �fd✓t APPROVER'S SEAL APPROVED BY: I.P. No. Y. RAILING DETAILS NO. 2 INSPECTOR: 12/20/2023 TELEPHONE FAX RERARED FOR opAOFESS/p PgOFESS/p (/// V Psol sa1son (]60)]42-fi5a0 SHEET No. KUMAR K. GHOSH DATE 2 JpN Rq} R CITY OF INDIO BRIDGE ENGINEER 9 AVENUE 44 BRIDGE 95 DATE COMPLETED: K. osh R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 AT COACHELLA VALLEY PROJECT No. Na T.Y. LIN INTERNATIONAL "� AS BUILT COMP. DATE: R —30— m a/so/zs JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 � CITY ENGINEER .. STORM WATER CHANNEL J). CIVIL Q' sT CIV\� c 240F 26 SHEETS CONSTRUCTION RECORD JENGINEERI REVISIONS I APP'D DATE scpLs Ip OF CA` f SAN DIEGO, CA 92108 q/£ OF CAl\F RCE NO. C68510, EXP. 9 130 / 25 CITY FILE No. BASIS OF BEARING DATE: OZ/1Z/ZOZ4 100 CIVIC CENTER ALL AS SHOWN 517E ADOREss BENCHMARK: INDIO,C i92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634 www.indiO.Org TOP OF SIDEWALK -FRACTURED RIB TEXTURE, Typ NO RELIEFS (TAN COLORED CONCRETE) ~ `TOP OF BRIDGE DECK EXTERIOR ELEVATION TYPICAL IMAGE IMPRINT AT PILASTER W/ LUMINAIRE 1"= 1'-0" PLAN FRACTURED RIB TEXTURE 3"= 1'-0" 0 I Conc PILASTER (L PILASTER — UUUU LUMINAIRE 2'-5" LUMINAIRE (WHERE SHOWN ON PLANS) 2" CHAMFER, Typ A C�L N "« Typ_ TOP Conc BARRIER, Typ #3 0 TIES— #5 Tot 10� T5 SMOOTH #5 L- TAPERED SHAFT V-6" LO I 0 fl DOWN LIGHTING: oN STERNBERG LIGHT POLE MODEL NEWPORT 2100 WITH RPMI BRACKET, 1527 OMEGA/R FIXTURE — OLD IRON COLOR OR APPROVED EQUAL SEE NOTE 4 103/4" DIA BASE II METAL RAILING I. Conc BARRIER O j & SIDEWALK oo I SEE NOTE 6 `V I I o O O O TOP OF BRIDGE DECK TYPICAL SECTION LUMINAIRE ON BRIDGE DECK 1/2"= V-0" BOLTS AND ANCHORAGE TO BE PROVIDED BY LIGHTING MANUFACTURER AND APPROVED BY ENGINEERY, Typ IMAGE IMPRINT @ PILASTER, Typ CONTINUE #5 BARRIER REINF THROUGH POST, Typ NOTE 5 10'-0" -ADDITIONAL #5 LIE 06" TOP & BOTTOM REINF w CONSTRUCTION JOINT, Typ Li EDGE OF ID M BRIDGE DECK w SECTION B-B 1 "= V-0" T A EDGE BRIDGE DE PILASTER � LUMINAIR SIDEWALK Reinf 00 N r 11-58 B11-59 Conc PILASTER CAP, Typ CONDUITS NOT SHOWN. NOTE 6 ADDITIONAL #5 TOP & BOTTOM Reinf 0 EDGE OF z 0 BRIDGE DECK � I J N ] r J E � - S 0 CL PILASTER = - o_ CL LUMINAIRE ¢ ~ N a N a PILASTER W/ Of LUMINAIRE j ABOVE ;o w ro 0 2" Clr m Typ 0 z_ I N c Of SECTION C-C 1" = V-0" -7 METAL RAILING 5" 0 x 9" POST POCKET 8„ #4 "Tot 2- 2—#4 x 1'-0" Conc BARRIER 10%" DIA LUMINAIRE BASE, Typ 7Y4" DIA BOLT CENTERLINE, Typ BOLTS AND ANCHORAGE f0 BE PROVIDED BY _IGHTING MANUFACTURER \ND APPROVED 3Y ENGINEER, Typ SECTION A -A 1" = V-0" 2—#4 x 2'-6" STEEL POST DETAIL 1 1 /2"= V-0" Note: Reinf shown is in addition to typical barrier reinforcement. EDGE OF BRIDGE DECK 1'-0" M 0 0 U •I 0 2" Clr w a TO TIES j � Typ I o ¢ — I N -- - N N a_ I I I• •I ¢ I I 0CL I f-,Oq PILASTER #5 LTot 6 -#3 0 TIES © 6" IMAGE IMPRINT ® PILASTER, Typ CONTINUE #5 BARRIER REINF THROUGH POST, Typ NOTE 5 SECTION B-B 1" = 1'-0" NOTES B11-58 B11-59 1. For concrete barrier details not shown, see 2. For railing layout information and pilaster/luminaire locations, see "RAILING LAYOUT" sheet. 3. For concrete barrier, fractured rib texture, and pilaster imprint details, see "RAILING DETAILS NO. 2" and "RAILING DETAILS NO. 2" sheets. 4. Lighting to be Sternberg Lighting or approved equal. Anchorage of luminaire to concrete pilaster to be submitted by light manufacturer to the engineer for approval. 5. Provide additioinal barrier reinf at luminaire locations as required by B11-58 B11-59 6. For utilities in sidewalk, see "TYPICAL SECTION" sheet. CONTRACTOR: Y.Wang ' DESIGNER'S SEAL DESIGNED BY: APPROVER'S SEAL APPROVED BY: RAILING DETAILS NO. 3 I.P. No. Y. Wang INSPECTOR: 12/20/2023 TELEPHONE FAX opAOFESS/p PgOFESS/p (//// V P60I 191-0017 (160)342-fi590 SHEET No. KUMAR K. GHOSH DATE 2 JpN Rq} RREReRED FOR CITY OF INDIO BRIDGE ENGINEER 9 AVENUE 44 BRIDGE 96 DATE COMPLETED: K. osh T.Y. LIN INTERNATIONAL R.C.E. No. 72555, EXP. 06 / 30/ 24 No. C 68510 AT COACHELLA VALLEY aOJECT No. Na " AS BUILT COMP. DATE: R —30— m o/so/zs JUAN RAYA, P.E. BY DATE 404 CAMINO DEL RIO SOUTH, SURE 700 � CITY ENGINEER .. STORM WATER CHANNEL J). CIVIL Q' sT CIV\� c ZSOF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS APP-D DATE s LE Ip OF CA` f SAN DIEGO, CA 92108 q/£ OF CAl\F RCE NO. C68510, EXP. 9 130 / 25 CITY FILE No. BASISOFBEARINo AS SHOWN DATE: 02/12/2024 100 CIVIC CENTER MALL SITEAODRESS BENCHMARK: INDIO, CA 92201 TELEPHONE# 619.692.1920 FAX# 619.692.0634 1 .indio.org 1�% 9F PLAN 5 Or` ss-�a as 1" = 59 �kerv. YP' \ Boring Sta. No. Offset a�_ _ ______ __r� i c �� �.i A-16-001 20+30 28 Feet Right of Center Line A-16-002 — F — — — _ , A-16-008 <5+Gu �\ `- +^ A-16-002 22+90 18 Feet Right of Center Une A-16-001 �'' 1*M16 004 A-16-003 24+90 20 Feet Right of Center Line r c g r ■ -I . . ,,, __ — .�-� - -. r r \ -N m A-16-004 25+50 27 Feet Right of Center Line 31` 8� e^ u� E_EVATION ELEVATION EUNATON ELEVATION ". ELEVATION B.EVATION _ 485 370 - ---- 370 435 370 --- --- 370 485 465 K-16-001 A-16-004 w c 480 e' 30 — 365 480 3fi5 365 480 —ELe - ISO F0 p 2 swn«,m�m 5'° O m 475 - 380 — 380 475 360 - 380 4]5 - 475 2 m A m € ` cw7 -16-002 A-16-003 a,reti p> 8 Q 470 9 355 -- .a.. w. ..m.m ..ree.mw.. 4]0 E e 355 ..,w.+eem,m 355 470 v+.awvan 470 r S w ~-g•Ri 0 465 a...ww 350-- 35 35 465 350 0 485 .e o� 465 E o�^ g Z��"B,arn €� immair. x""m. ,5c.u�.i"e.m.re" e� nw.,v.a nem�.rvreo� m 5 4. "uo "'Nr 315 — 345 460 345 395 460 460 89 yl 455 �m � 340 — — 340 455 R u 340 340 455 485 450 „arn. 'ems"' n. via wun>rw 335— 3W 450 335 W5 45C 450 ewo 9x..r aar asxwe""� 445 330 330 445 330 wo 445 ".me,.-ew«irmw 445 440 325 aa.x.s".m..e..v+� wim+m _ S23 440 325 325 440 440 435 m.e.""sr*.rvrea ree. m.a..ww .ie,nm, m,m 320— _ 320 435 _ oires, m,r 320 - 320 435 435 430 315 —m ree�w n 315 410 315 315 43a 425 310 310 425 — 310 - 310 425 425 420 - .+w.., ^�• e.ery 420 420 A 420 415 ma.m°a.m'm...'. nrem 415 415 415 ..» am. r.,wyswo, x. v.m -•• „® ..m.s.vaw,®mma ."r���etim..w.vw.+. 410 410 410 - 410 405 ...rxe.cn.c.re 405� 405 405 � eT.a.0 ® wroweiem" im `100 mnwmmiry /00 — I - 400 "w°waa, 4CO Qom' 0_ N cU_ ul Z O 0395— 395 — 395 m�m wires. 395 ~ r W �y aY AuRr *MIh+M,we,eem.n mHameao - U d0 ri i2 IAK �K em',a�.nNawo,mmmve.vWv 390 390 39O 390 Q 385 - 385 385 war. nrem.mm J85 W '- W o O a AARuO o"n' O J 330 330 — 380 '00 Q PROFILE WN N U si U to J75 - e..v, en �.. 3]5 — 375 375 rmnx9oppym J .xis ER""mtla""nn Natlu mreNSm wrWme 370 rec .asa. 370 370 370 NeL PLAN CHECKED BY: CONTRACTOR: RAwNBY DESIGNER' DESIGNED BY: APPROVER' SEAL APPROVED BY: SSEAL S I, M. Ward TELEPHONE FAX LOG OF TEST BORINGS / �j4i Ty - -- y 12/20/2023 P601391d01T Reolw-es90 yLOFESSIOqISHEET No. INSPECTOR: PREIIRED FORQ.. Yr. DATE PROFESS/pNq 'S THOMAS B. CANADY City of Indio �'' TITLE �, ,�p7' �'Y9 COACHELLA VALLEY 97 DATE COMPLETED: ''� PRINCIPAL ENGINEER AS BUILT COMP. DATE: Ra�EOT Nv. s EIp 6/6p/21 ATLAS ENGINEERING WESTING. No. C 68510 rn JUAN RAYA, P.E. STORM WATER CHANNEL ��y1pIas�� BY DATE r7 / �J; 6280RIVERDALE EIP.9/30I25 CITY ENGINEER BRIDGE AT 26 OF 26 SHEETS CONSTRUCTION RECORD ENGINEER REVISIONS o CN APP'DATE OF ', SAN DIEGO, CALIFORNIA 92120 sr CIV\� e GALE q>f. RCE No. C68510, EXP. 9130 125 CITY FILE No. OF CAME 100 CIVIC CENTER MALL BENCHMARK: 8RE ADDRESS BA818 OF BEARING DATE: 02/1 Z/ZOZ4 INDIO, CA 92201 AS SHOWN TELEPHONE# FAX# www.intlio.org SEC. T. s., R. E., s.fi.fi.a N. NOTES: 1. For ramp alignment line geometry not shown, see ROADWAY PLANS. 2. For GENERAL NOTES, INDEX TO PLANS, and BENCH MARK TABLE, see INDEX TO PLANS" sheet. 10 Abutment Retrofit Q2 Overhang and Concrete Barrier (Type 732SW) Q3 Overhang and Concrete Barrier (Type 836 MOD) 4Q Remove existing barrier and salvage metal bridge railing Q Chain Link Railing (Type 7) Remove existing raised median island and channelizer in Stage 1 © Reconstruct in Stage 4, see ROADWAY PLANS Q7 Retrofit Hinge with Pipe Seat Extenders ® Approach slab, existing OStrengthen overhang and deck with Carbon Fiber Reinforced Polymer (CFRP) bar LACFCD R/W QO Pipe Pin 11 Barrier Slab, for barrier slab details see "BARRIER SLAB AND JOINT SEAL PLAN sheet. ® Paint: "LOS ANGELES RIVER BRIDGE BRIDGE No. 53-0341" 1957 © Electrolier mounting pedestal and Electroliers. For locations see Roadway Plans ® Wall reconstruction with barrier slab LEGEND: - Existing structure \�\j Indicates Limits of Bridge removal (portion) Direction of Traffic Match existing grade and cross slope at overhang addition SHE Water Surface Elevation See HYDROLOGIC SUMMARY on "INDEX TO PLANS" sheet New Electrolier on pole, See Roadway Plans COUNTY I ROUTE REGISTERED CIVIL ENGINEER DATE 4,0 ?,oFESSIONq` m � C72555 PLANS APPROVAL DATE z XP, 0%6-30-24 INE SWE OF SHALLAODNT BE RESPICIVIL BLE FOR THE ACCI?AC? OR srgtfi OFCAL CDAPLEIEAESS Df SCAAEED COPIES OF THIS PLAN SHEET, TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 C Rte 1SAN DIEGO, CA 92108 1 85'-9" Min I VARIES STAGE 4 2'-0" 12'-0" 11'-0.. STAGE 4 11'-0.. 11'-0..11'-0.. 2'-0" SEE Shldr Ln Ln WORK Ln Ln Ln S IhS dr ROADWAY PLANS 2'-0" AREA 2'-0" LACFCD R/W STAGE 3 STAGE 3 12'-0" 11'-6" 11'-6" 11'-0" 12'-0" SEE WORK AREA Ln Ln Ln Ln Ln ROADWAY 2'-0" 4'-0" TEMP PED ACCESS, PLANS SEE ROADWAY PLANS STAGE 2 12'-0" 11'-6" 11'-6" 11'-0" 11'-0"J STAGE 2 SEE Ln Ln Ln Ln Ln WORK AREA ROADWAY 2 _O" PLANS 31'-6" Min AND VARIES 41'-4" Min AND VARIES 5'-6" Ln Cg 12' = 24'-0" 3 Ln 0 12' = 36'-0" Min AND 3'-4" Shld Min AND VARIES VARIES Shld1 * NORTHBOUND 2'-0" SOUTHBOUND "% I. I. .I. .I. - ( .I. .I. ff"",.,, 1'-9" 2'-0" 2 -0 6'_2.; 1,-O„ FS"" " % - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Abut 1 Abut 8 Shld I Sh d 6.4%± MAX 5 Exist PRECAST 5 3 1 4 9 VARIES SLOPE AND 9 r 4 Cone PILE, Typ -1 -1 PIER 2 PIER 3 PIER 4 PIER 5 PIER 6 PIER 7 r -]r I B�r f0�r -� I� �� �rI�_ 2 Exist RSP, Typ T_' DATUM �Iev = -68.00 I I I I I I 3 6± Exist Reinf 6 I� 389 388 387 386 385 384 383 Cone BOX GIRDER 625'-4%"± BB (MEASURED ALONG "C Rte 1") EB V-334"± 72'-r,%"± 95'-4114± 94-101/4"± 94'-4%"± 94'-1"± 94'-0%8"± 71'-r,%"± 4'-3%8"± HINGE LACFCD R/W ---------------- --- 1 III I I I, I 1 NS 7 Approx OG ,, NOTE: THE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. BC 388+43.18 R-150.0' 47.06Rt ELEVATION 1" = 40' LA RIVER CONTROL LINE PIER 5 (L PIER 4 I "PCH-N710-R8" LINE PIER 3 EC 386+04.00 R=2035.25' SEE NOTE 1 PIER 2 3�35.25Rt � Abu� t 1 I � � TOP OF���R=142.75 �N840 15 41'E SLOPE 11 �1 1� / 1 I� d I 88+94.649 L�-8 7.67Rt LACFCD VOMIT A R /W 1 8.31. PCH :=-PM6'9 SINE S80° 47 W 389 18 EC 388+91.10 58.03Lt 64+94.660 1 0.69Lt "EBF1" LINE SEE NOTE 1 R=125.0' 21 Frank Wei - Branch 19 DESIGN OVERSIGHT 7' 188 B 388+86.19± lev = 38.93± - 1398 BCBC 1388+59.2159 50.. 05 Lt r2�23 R=l14.5' TOP OF SLOPE S58029'50"W N80°18'47"E I\ EC 387+42.29 50.50Lt EC 387+42.29 86 k �- - VI LLI O -10 C HINGE-)Z> IN + N PLAN Exist Cone PIER WALL �� 5'-611± Exist Utilities: DE FOREST AVENUE UC protect in TOP OF (Br. No. 53-1047) place SLOPE ; PIER 6 PIER 7 Abut 8 I - - - - - - - - Approx OG 1 R=45.17' ---------------------- 1 R=2035.25' � n- - - - -n � - .. .. .. .. .. .. Exist DECK I 1 - TYPICAL SECTION �^ '' I DRAIN, Typ "PCH-LA1-PV6.9-8.3" LINE 0 EB 382+60.79± I - Exist PRECAST i Elev = 38.86± BC 380+69.70 1 10 Cone PILE, Typ 1 385 1 384 R=64.42' 383 IHUNTINGTON BEACHI 6 I 1 R=1949.50' 2 4 5 I TOP OF CIIRVF nATA SLOPE �� Exist BRIDGE 14,- KTe i Line Br No. 53-0341 R = 2,000.00' A = 19°16'05" T = 339.499' L = 672.587' "PCH-LA1-PM6.9-8.3" Sta 385+60.65 = "LAR_Ctrl" Sto 106+16.84 [QUANTITIES ESIGN SEISMIC T ....... D. KOSowdish EMo . nzon ANALYSIS BY CHECKED BY CHECKED ETAILS LAYOUT I. Martin E. Monzon BY CHECKED BY PLANS AND SPECS COMPARED „_____ SPECIFICATIONS DATE PLOTTED => 15-NOV-2024 TIME PLOTTED => 18:14 ORIGINAL SCALE GENERAL PLAN SHEET IN CHES FOR 2/6/2022) FILE => 53-0341-a-gp01.DGN USERNAME => tylipw11-pw-s- REDUCED PLANS 0 82 S80°25' LACFCD 07E - L, PROPOSED BRIDGE RAILING ALIGNMENT No. I STATION & OFFSET EBF1 Sta. 65+05.240 8.083'Rt ❑2 EBF1 Sta. 65+27.681 10.500'Rt ❑3 EBF1 Sta. 65+63.580 10.500'Rt PREPARED FOR THE I Kumarsh STATE OF CALIFORNIA PROJECT Gh NG PROJECT ENGINEER DEPARTMENT OF TRANSPORTATION (LOOKING DOWN STATION) PROPOSED BRIDGE RAILING ALIGNMENT No. STATION & OFFSET ® PCH-LAl-PM6.9-8.3 Sta. 387+42.285 50.500'Lt PCH-LAI-PM6.9-8.3 Sta. 382+60.796 50.500'Lt 11 PCH-LAI-PM6.9-8.3 Sta. 382+19.277 35.250'Rt PCH-LA1-PM6.9-8.3 Sta. 382+63.186 35.250'Rt 1 2 3 1PROJECT NUMBER & PHASE: 0718000071 PROPOSED BRIDGE RAILING ALIGNMENT No. STATION & OFFSET PCH-LAI-PM6.9-8.3 Sta. 382+94.250 35.250'Rt PCH-LAl-PM6.9-8.3 Sta. 386+04.004 35.250'Rt PCH-N710-R8 Sta. 88+46.080 7.250'Rt PCH-N710-R8 Sta. 88+78.393 7.250'Rt PCH-N710-R8 Sta. 88+94.357 4.833'Rt 21 EBF1 Sta. 64+94.859 8.638'Rt BRIDGE No. 53-0341 LOS ANGELES RIVER BRIDGE (RETROFIT) POST MILE 7.1 GENERAL PLAN COUNTY/ROUTE: LA/1 DISREGARD PRINTS BEARING REVISION DATES SHEET OF CONTRACT No.: 07-346101 EARLIER REVISION DATES - II } II I 9 t9R7 1 1 1 E Distj COUNTY I ROUTE GENERAL NOTES — LOAD AND - - - RESISTANCE FACTOR DESIGN INDEX TO PLANS DESIGN: AASHTO LRFD Bridge Design Specifications, 8th edition with the California Amendments, preface dated April 2019. Caltrans Structural Technical Policies 9.4, 2020 Caltrans Structural Technical Policies 16.2, 2020 American Concrete Institute 440.2R-17, Guide for the Design and Construction of Externally Bonded FRP Systems for Strengthening Concrete. SEISMIC DESIGN: Caltrans Memo to Designers 20-4, Seismic Retrofit Guidelines for Bridges in California, dated June 2016. STANDARD PLAN: Standard Plans and Specifications, 2023 edition. and Revised Standard plans dated January, 2024 LIVE LOAD: HL-93 and CA Permit design load SEISMIC LOADING: Soil profile type, Vs30 = 728 ft/sec Moment Magnitude: Mmax = 7.11 Peak Ground Acceleration 0.5g ARS Curve 1.2 5% Damping 0.0 0.0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 4.5 5.0 Period (sec) SHEET No. TITLE LEGEND: 1 GENERAL PLAN Structure 2 INDEX TO PLANS ® Excavation 3 REMOVAL DETAILS No. 1 (Bridge) 4 REMOVAL DETAILS No. 2 5 BARRIER REPLACEMENT DETAILS 6 CFRP DETAILS Structure 7 ABUTMENT RETROFIT LAYOUT ® Backfill 8 ABUTMENT RETROFIT DETAILS (Bridge) 9 HINGE RETROFIT LAYOUT 10 HINGE RETROFIT DETAILS 11 JOINT ARMOR FOR PEDESTRIAN WALKWAYS 12 DECK AND SOFFIT OPENINGS 13 BARRIER SLAB AND JOINT SEAL PLAN 14 BARRIER SLAB DETAILS No. 1 15 BARRIER SLAB DETAILS No. 2 16 BARRIER SLAB DETAILS No. 3 HYDROLOGIC SUMMARY DESIGN FLOOD FLOOD FREQUENCY 100-year DISCHARGE 142,000 cfs WATER SURFACE ELEVATION ft 26.6± MAXIMUM STREAM VELOCITY ft/s 11.2 Note: Data shown per Los Angeles River Bridge, Structures Final Hydraulic Report Dated 12/30/2022. BENCHMARK DATA See "PROJECT CONTROL" sheet of "ROADWAY PLANS" for benchmark data. REINFORCED CONCRETE: NEW CONSTRUCTION: fy = 60 ksi f c = 3.6 ksi, unless noted otherwise Exist STRUCTURE (Assumed for Retrofit Evaluation): fyor = 36 ksi (actual yield strength of reinforcement for existing structure) Vice = 5.0 ksi (expected compressive strength of concrete for existing structure) CARBON FIBER REINFORCED POLYMER: Ultimate Stress = 300 Ksi Ultimate Strain = 0.0167 BARRIER NOT SHOWN PIPE SEAT EXTENDER: fy = 35 ksi - fu = 60 ksi BARRIER SLAB NOTE: THE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. HINGE DIAPHRAGM BOLSTER � ABUTMENT DIAPHRAGM OVERHANG OLSTER II CONSTRUCTION ABUTMENT DIAPHRAGM BOLSTER LEGEND: CONCRETE STRENGTH AND TYPE LIMITS No Scale Rock Slope Protection (RSP), ® Remove and Replace, see ROADWAY PLANS REGISTERED CIVIL ENGINEER DATE �O PROFESSIONq` � C72555 m PLANS APPROVAL DATEINE z w xp, ofi-no-24 SHALL � TMOT BE RfSPONSIBL FOR THE AA IF OF CALIFUNNIA OR ITS ICF DR NTS CIVIL CAL F��tiP COWLEIEAESS OF SCARED COPIES CIS THIS PLAN SHEET. TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO. CA 92108 ��_ ABUTMENT BOLSTER ABUTMENT BOLSTER I ABUTMENT BOLSTER Approx OG Approx TOP OF RSP Approx OG = FG A ABUTMENT ELEVATION SECTION A -A LIMITS OF PAYMENT FOR EXCAVATION AND BACKFILL No Scale QUANTITIES STRUCTURE EXCAVATION (BRIDGE) 28 CY STRUCTURE BACKFILL (BRIDGE) 2 CY STRUCTURAL CONCRETE, BRIDGE 30 CY STRUCTURAL CONCRETE, BRIDGE (POLYMER FIBER) 135 CY STRUCTURAL CONCRETE, BARRIER SLAB 118 CY MINOR CONCRETE (RAISED MEDIAN ISLAND) 55 CY DIAPHRAGM BOLSTER 16 EA DRILL AND BOND DOWEL 2,484 LF CLEAN EXPANSION JOINT 319 LF PIPE PIN 5,450 LB JOINT SEAL (MR 1 1/2") 372 LF BAR REINFORCING STEEL (BRIDGE) 42,000 LB RAPID SETTING CONCRETE (PATCH) 30 CF REMOVE UNSOUND CONCRETE 30 CF REFINISH BRIDGE DECK 840 SOFT CORE CONCRETE 4 LF �5" CORE CONCRETE 7" 10 LF CORE CONCRETE 10') 8 LF ACCESS OPENING, SOFFIT 8 EA BRIDGE REMOVAL (PORTION), LOCATION A LUMP SUM CARBON FIBER REINFORCED POLYMER BAR 11,168 �940 LF SEAT EXTENDER (PIPE TYPE) LB BARRIER SLAB SLOPE PAVING (CONCRETE) 1 CY MISCELLANEOUS METAL (BRIDGE) 1,145 LB CHAIN LINK RAILING (TYPE 7) 1 371 �692 LF CONCRETE BARRIER (TYPE 732SW) LF CONCRETE BARRER (TYPE 836 MODIFIED) 683 LF SALVAGE METAL BRIDGE RAILING 1.375 LF Structural Concrete, Bridge ® Structural Concrete, Bridge (Polymer Fiber) We = 4.5 ksi) ® Diaphragm Bolster ® Structural Concrete (Barrier Slab) Frank Wei - Branch 19 DESIGN D. Kasawdish I _E _ nzon PREPARED FOR THE Gh NG CHECKED KumarSTATE OF CALIFORNIA PROJECT E. MonZon PROJECT ENGINEER CHECKEDE. n DEPARTMENT OF TRANSPORTATION `n' ... 53 341 I LOS ANGELES RIVER BRIDGE (RETROFIT) DESIGN OVERSIGHT DETAILS 9T I, Martin T MILE POST MILE 7.1 INDEX TO PLANS; QUANTITIES D. Kasawdish s:cN OFF DATE STRUCTUFqTS DESIGN DETAIL SHEET DATE PLOTTED => 13-SEP-2024 TIME PLOTTED => 23:12 ORIGINAL SCALE COUNTY/ROUTE: LA/1 (ENGLISH) (REVISION 8/i6/20211 PILE _> 53-0341-a-itp.dgn USERNAME => tylipwll-p IN INCHES O 1 2 3 PROJECT NUMBER & PHASE: 0718000071 CONTRACT No.: 07-346101 DISREGARD PRINTS BEARING EARLIER REVISION DATES — REVISION GATES SHEET OF 11�1I�y �} n1n 941161 2 1 1 6 3'-11"± COUNTY I ROUTE 2'-10"± REMOVE Exist Z Rte 1 E STEEL BALUSTER REMOVE Exist / REMOVE RAILING AND CURB RAISED I LANE SEPARATION SYSTEM + SALVAGE STEEL MEDIAN I SEE ROADWAY PLANS V/ o RAILING ISLAND RAILING AND ✓� o SIDEWALK ' SALVAGE STEEL "^ RAILING Exist DRAIN, Exist DRAIN, +1 PROTECT IN PLACE I 1 POTECT IN OTE/77 "�, \M� IF \,i�a — �1 � � I � � I REMOVE Exist ELECTROLIERS, STEEL BALUSTER TYPICAL EXISTING BARRIER AND SIDEWALK REMOVAL Nil = 1'-0" NOTES: 1. For SECTION H1-H1 SECTION H2-1­12 , SECTION I -I , SECTION J-JN SECTION K1-K1 SECTION K2 -K2", "SECTION N-N", "SECTION M-M", and "SECTION 0-0", see "REMOVAL DETAILS No. 2" Sheet. 2. Barrier Removals not shown for clarity. 3. Excavation limits not shown for clarity, see "BARRIER REMOVAL DETAILS No. 2" 4. Existing Manhole frame and cover to be removed and replaced. 5. For De Forest Avenue Removal Details, see DE FOREST AVENUE UC (RETROFIT) plans. K1 K1 REMOVE CURTAIN + WALL/WINGWALL Q Q Abut 1 I REMOVE VAULT _ C*COVER SLAB REMOVE SUPERSTRUCTURE I I HAUNCH I , I � I V— PLAN /4" = 1'-0" NOTE: THE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. REMOVE ABUTMENT `' S BACKWALL REMOVE VAULT I COVER SLAB ti EMBANKMENT WALL REMOVAL _�K REMOVE WINGWALL- PLAN I/4" = 1'-011 /REMOVE SUPERSTRUCTURE HAUNCH ao I N EDGE OF Exist DECK +1 0 zo REMOVE SUPERSTRUCTURE HAUNCH Abut j K1 REGISTERED CIVIL ENGINEER DATE �O PROFESgtONq` m � C72555 PLANS APPROVAL DATE z XP. 06-30-24 OF CALIFUNNIA OR SHALLTMOT BE RE-9WSIBLLFOR THE AcITS AGENTS o CIVIL CAL F��tiP CWLEIEAESS OF SCAAWD COPIES OF TNIS PLAN SHEET. TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO. CA 92108 LEGEND: ® Bridge removal (portion) ® Salvage metal bridge railing — Existing Structure l 1 Existing Manhole Opening PLAN I/4" = 1'-0" REMOVE APPROACH SLAB qREMOVE VAULT I( r COVER SLAB Ktmvvt SUPERSTRUCTURE HAUNCH REMOVE ABUTMENT BACKWALL � REMOVE ABUTMENT � T `i BACKWALL REMOVE VAULT�����������\� COVER SLAB REMOVE EDGE OF Exist CURB N 3' N PLAN REMOVE VAULT COVER SLAB J REMOVE SUPERSTRUCTURE HAUNCH Frank Wei - Branch 19 DESIGN D. Kasawdish I _E.VMonzon PREPARED FOR THE Gh KumarSTATE `n' ... I LOS ANGELES RIVER BRIDGE (RETROFIT) DESIGN OVERSIGHT DETAILS er CHECKED OF CALIFORNIA 53 341 I. Martin E. MonZon PROJECT ENGINEER PROJECT NG DEPARTMENT OF TRANSPORTATION MILE POST MILE T 7.1 REMOVAL DETAILS N o . 1 QUANTITIES CHECKEDE. s:cN OFF DATE D. Kasowd i sh n STRUCTUFqTS DESIGN DETAIL SHEET (ENGLISH) (REVISION 8/i6/20211 DATE PLOTTED => 15-NOV-2024 PILE _> 53-0341-a-misctl+07.tlgn TIME PLOTTED => 17:12 ORIGINAL SCALE USERNAME _> +ylipwll-p IN INCHES O 1 2 3 PROJECT NUMBER &PHASE: 0718000071 COUNTY/ROUTE: LA/1 CONTRACT No.: 07-346tOt DISREGARD PRINTS BEARING EARLIER REVISION DATES — REVISION DATES SHEET OF 1_,/ I2/ JOM U j 11/11/23 3 1 1 6 COUNTY I ROUTE BB/EB RAILING AND TOP OF DECK CURB REMOVAL REMOVE REMOVE SUPERSTRUCTURE Abut BACKWALL HAUNCH CURTAIN WALL WINGWALL +I ° i\\ REMOVE b N CURTAIN WALL / 1'-3"± WINGWALL +I -REMOVE VAULT _I T VAULT WALL BEYOND I EXTERIOR FACE OF CURTAIN WALL Exist ABUTMENT SECTION H1—H1 SECTION I —I Y2" — 1'-0" V211 = 1'-011 REMOVE Abut BB/EB REMOVE SUPERSTRUCTURE HAUNCH BACKWALL TOP OF DECK +I REMOVE APPROACH SLAB c' REMOVE CURB "IV +I o REMOVEEll STEEL BALUSTER REMOVE STEEL RAILING / BALUSTER RAILING EXTERIOR 3'-3" NORTHSIDE FACE OF WINGWALL 2'-0" SOUTHSIDE :P�REMOVE CURB Exist �� ABUTMENT I REMOVE WINGWALL i I 1 SECTION H2—H2 V2" = 1'-011 NOTE: THE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. EXTERIOR�� FACE OF o WINGWALL ' SECTION K1—K1 SECTION K2 —K2 %2" = 1'-0" %2" = 1'-0" TOP OF DECK SECTION J—J Y2" = 1'-o" LIMITS OF REMOVAL SEE NOTE 2 Exist AC DIKE TOP BE REMOVED, SEE ROADWAY PLANS OG FG TO BOTTOM OF NEW BARRIER SLAB Exist APPROACH SLAB SECTION M—M Y2" = 1'-0" REMOVE APPROACH SLAB TOP OF APPROACH SLAB '-Exist APPROACH SLAB SECTION N—N Y2" = 1'—oil RAILING AND SIDEWALK REMOVAL, SEE "BRIDGE REMOVAL AND DECK REPLACEMENT" SHEET. EXTERIOR FACE OF CURTAIN WALL +1 Lo REMOVE WALL TO FACE OF ABUTMENT SEAT LADDER RUNGS, SEE NOTE 1, Typ Exist ABUTMENT REMOVE Exist GUARDRAIL Exist CURB AND BARRIER TO BE REMOVED, SEE ROADWAY PLANS Exist SLOPE PAVING, PROTECT IN PLACE c BARRIER REMOVAL, SEE "BRIDGE REMOVAL AND BARRIER REPLACEMENT DETAILS" SHEET REMOVE CURB AND SIDEWALK REMOVE CURTAIN WALL / WINGWALL OG REGISTERED CIVIL ENGINEER DATE �O P1y0FE5gtONq` C72555 PLANS APPROVAL DATE z XP. 06-30-24 SrA IF OF CALIFUNNIA BE RE-9WSIBLLFOR THE Acamer � NTS 'r1,0� ITS CIVIL SHALLCAL COfELETEAESS OF SCAAWD COPIES OF TNIS PLAN SHEEL TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO, CA 92108 NOTES: 1. Protect in place existing ladder rungs below new barrier slab. 2. Limits of removal and excavation to match barrier slab construction, see "BARRIER SLAB DETAILS No. 1". 3. For location of "SECTION H1-H1% SECTION 1­12-1­12",'SECTION I-I'I "SECTION J-J", "SECTION K1-K1', "SECTION K2 -K2", SECTION N-N", "SECTION M-M", and SECTION 0-O", see "REMOVAL DETAILS No. 1" Sheet. LEGEND: ® Bridge removal (portion) ® Salvage metal bridge railing — -- Existing Structure REMOVE APPROACH SLAB TOP OF APPROACH SLAB o +11 1, Exist BACK WALL SECTION 0-0 Y2" = 1'-011 Frank Wei - Branch 19 DESIGN D. Kosowdish I -E -WrIzon PREPARED FOR THE Kumar Gh `n' ... I LOS ANGELES RIVER BRIDGE (RETROFIT) DESIGN OVERSIGHT DETAILS Br CHECKED STATE OF CALIFORNIA 53 341 I. Martin E. MOnZOn PROJECT ENGINEER NG DEPARTMENT OF TRANSPORTATION MILE POST MILE T 7.1 REMOVAL DETAILS N o . 2 QUANTITIES CHECKEDE. s:cN OFF DATE D. Kosowd i sh n STRUCTUFqTS DESIGN DETAIL SHEET (ENGLISH) (REVISION 8/i6/20211 DATE PLOTTED => 15-NOV-2024 PILE _> 53-0341-a-miSctl+08.tlgn TIME PLOTTED => 17:13 ORIGINAL SCALE USERNAME _> +ylipwll-p IN INCHES O 1 2 3 PROJECT NUMBER &PHASE: 0718000071 COUNTY/ROUTE: LA/1 CONTRACT NO.: 07-346tOt DISREGARD PRINTS BEARING EARLIER REVISION DATES — REVISION DATES SHEET OF 1�� 1�� g 111/1I,2y 4 1 6 COUNTY I ROUTE CONCRETE - BARRIER Reinf (TYPE 836 MOD) NOTE 10 B11-79 B11-80 3" COVER FOR CFRP, Typ a \BD T r #5 Tot 8 — 2" COVER FOR DRILL & BOND DOWEL 2" CONDUIT SEE ES-9C ES-9D ROADWAY PLANS #5 DRILL AND BOND DOWEL- @ 8" IN 5" DEEP HOLE MAX CHAIN LINK RAILING (TYPE 7) NOTE 9 g11-52 l� 33'-6" IIMin AND VARIES, NOTE 7 3'-3" Max 2'-6" in CFRP CA 8" WON),i p Typ Typ SEE "CFRP z II NOTE 6 DETAILS SHEET rn c #5 (A 12), M 3'-G" Max & Vor NOTE: THE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. Frank Wei - Branch 19 DESIGN OVERSIGHT DETAIL SHEET 8/16/2021) NOTES: 1. Existing deck reinforcement to remain in place. 2. Roughen existing bridge deck surface before casting new concrete against existing concrete. 3. For details not shown, see B11-52, B11-58, B11-59, B11-59A, B11-79 & B11-80, B11-80A. Dimensions may vary with roadway cross slope and with certain thicknesses of surfacing. See ROADWAY PLANS. 4. For point armor details over sidewalk at abutment and hinge joints, see JOINT ARMOR FOR PEDESTRIAN WALKWAY" sheet. 5. For FG 300 IG channelizer post details, see ROADWAY PLANS. 6. Match existing grade and cross slope at overhang addition. 7. For curb and sidewalk toe geometry, see ROADWAY PLANS. 8. Barrier reinforcement to be drill and bond dowel into new deck only if reinforcement hook does not fit in reduced overhang width. 9. Limits of chain link railing to match limits of concrete barrier. For inset details at end of barrier see B11-52. 10. Post anchorage detail shown on B11-52 applies to anchorage on Concrete Barrier Type 836 MOD. 11. Match height of curb on ROADWAY PLANS. C Rte 1 CHANNELIZER POST, NOTE 5 SEE ROADWAY PLANS 43'-4" Min AND VARIES, NOTE 7 #5 9 16 MINOR CONCRETE (RAISEISLAND) MEDIAN 3 Typ FOR VERTICAL 1 DRILL/BOND #5 DRILL AND BOND DOWEL (A 8" IN 5" DEEP HOLE - -- -- - - - -- - - - - TYPICAL SECTION Y411 = 1'-0" (LOOKING DOWNSTATION) BY CHECKED DESIGN D. Kasawdish E. Monzon BY CHECKED DETAILS 1. Martin E. Monzon QUANTITIES BY CHECKED D. Kasawdish E. Monzon DATE PLOTTED => 15-NOV-2024 TIME PLOTTED => 17:13 ORIGINAL SCALE FILE => 53-0341-b-gnote.dgn USERNAME => tylipW11_p IN INCHES FOR `REMEO PLANS 0 CHAIN LINK RAILING (TYPE 7) NOTE 9 B11-52 CFRP (A 8" WON), SEE "CFRP DETAILS" SHEET NOTE 4 F1 .5% NOTE 6 PEDESTAL AT ELECTROLIER LOCATIONS, Typ REGISTERED CIVIL ENGINEER DATE �O P1yOFE5gtONq` i C72555 PLANS APPROVAL DATE z XP. 06-30-24 INE SIAIE OF CALIFORNIA BE RE-9WSIBL �OR THE AICF Q4 r1,0� ITS NTS 'CIVIL SHALLCAL COI�LETEAESS OF SCARED COPIES AF THIS PLAN SHEET. TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO. CA 92108 CONCRETE g11-58 B11-59 BARRIER Reinf (TYPE 732SW) NOTE 8 #5 Tot 8 1-2" AND--' — #5 DRILL AND BOND DOWEL 3 1-311 Q 8" Max IN 5" DEEP HOLE 1 F CONDUIT Typ FOR HORIZONTAL DRILL/BOND I ES-9C ES-9D SEE ROADWAY PLANS 3'-6" Max & Vor - — � _ Exist Reinf Conc — ----- —- BOX GIRDER PREPARED FOR THE STATE OF CALIFORNIA Kumar Gh PROJECT ENGINEER DEPARTMENT OF TRANSPORTATION 1 2 3 1PROJECT NUMBER & PHASE: 0718000071 LEGEND: — - -- Existing structure 53-0341 LOS ANGELES RIVER BRIDGE (RETROFIT) POST MILE 7.1 BARRIER REPLACEMENT DETAILS COUNTY/ROUTE: LA/1 DISREGARD PRINTS BEARING REVISION DATES SHEET OF CONTRACT No.: 07-346101 EARLIER REVISION DATES — 1T 2311, II wii63 CJ 1 E NOTES: Abut 1 SHOWN, Abut 8 SIMILAR 389+00 --5'- O" CFRP BARS ($ 4" SEE NOTE 2 PAVING NOTCH EDGE OF Exist Reinf Conc BOX GIRDER Rte 1 EDGE OF SIDEWALK SEE NOTE3 --A I I LEGEND: — - Existing structure * Limits of Deck Repair ** Limits of Refinish Bridge Deck to match limits of existing sidewalk removal EDGE OF DECK PAVING NOTCH (9 S �� HINGE 5 _p" NOTES: 1. Place perpendicular to and space along edge of deck. Adjust 5 "0 CFSEEBNARS OTEa24 spacing of the CFRP strips to avoid barrier dowels. 4 CFRP EDGE OF DECK 2. CFRP Bars to be installed parallel to joint and gradually SBNOTE� EE transition to perpendicular to edge of deck. 3. For Joint layout and details, see "BARRIER SLAB AND JOINT N SEAL PLAN" details. 4. Barrier reinforcement to be drill and bond dowel into new * w _ deck only if reinforcement hook does not fit in reduced overhang width. 5. For Drill and bond dowel into existing deck, see "BARRIER SLAB DETAILS No. 3" sheet. 5'-9" CFRP BARS I "—SEE NOTE 3 SEE NOTE yp� 1J , � Rte 1 � 386+00 SEE NOTE 3 � EDGE OF SIDEWALK n� � Iv'_ w v'- c. W w 5'-0„ SEE NOTE 3 CFRP BARS 4 SEE NOTE 2 PARTIAL PLAN OF CFRP DETAILS AND DECK REPAIR 1/411 = 1'-011 SAWCUT GROOVE, Typ SEE "DETAIL 1" TOP OF Exist — — CONCRETE DECK TOP OF Exist CONCRETE DECK C — -- �� — _ _ — _ CFRP BARS o — — — — — Ln Exist Reinf TRANSVERSE AND CFRP BAR IN EACH BOTTOM OF Exist LONGITUDINAL SAWCUT GROOVE IN EXIST CONCRETE DECK d PROTECT IN PLACE CONCRETE DECK, Typ NOTE 1 1.5d SECTION A -A NOTES: NOTE: NO SCALE d CROSHORIZONTAL CONOMENSI09 SQIN(#4 FOR MINIMUM SSECTION Bar) THE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE DETAIL 1 ORDERING OR FABRICATING ANY MATERIAL. NO SCALE �--HINGE rGE OF Exist Reinf Conc BOX GIRDER 5'-0" CFRPARS SEE BNOTE 2 A BARRIER SLAB COUNTY I ROUTE REGISTERED CIVIL ENGINEER DATE �O PROFESSIONq` C72555 n PLANS APPROVAL DATE z w P.INE ofi no-z� TMOT BE RESPONSTBL FOR THE ATCF�DR WAGENTS IA, o SHALLI CAL COAFLEIEAESS OF SCAAMED COPIES OF THIS PLAN SHEET. TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO, CA 92108 #5 DRILL AND BOND DOWEL (A 8" IN 5" DEEP HOLE, Typ PCH-LA01-PM6.9-8.3 2'-0Y4"± Sta. 382+94.250 35.250'Rt #5 Q 6 DRILL AND EDGE OF DECK, SEE BOND DOWEL IN 5" "GENERAL PLAN" SHEET HOLE, SEE NOTE 5 :�' iI11iI11�IIM►I►1►►iii►i�ii�i�i�iw.�u�,-►- ' I Milli IIIIIIIIIIIII - Y w BARRIER Reinf, NOTE 4 Rte 1 OUTSIDE EDGE OF Exist EXTERIOR GIRDER CFRP BARS C4 8", Typ L` a l 0 No UJ 383+00 M TRANSITION CFRP PLAN J NO SCALE JOINT SEAL NOT SHOWN, SEE "BARRIER SLAB AND JOINT SEAL PLAN" SHEET SAW CUT VERTICAL EDGE %4' DEPTH, Typ _a= -�— SUGGESTED SEQUENCE: 1. Locate existing reinforcement and install overhang drill/bond dowels. 2. Construct overhang. 3. Refinish bridge deck 4. Sequence of CFRP strengthening: - Remove unsound concrete, and Place rapid setting concrete patches - Sawcut grooves in existing and new concrete deck - Place New Carbon Fiber reinforced polymer (CFRP) bars - Fill with Epoxy 5. Construct barrier, sidewalk & chain link. EXISTING REINFORCEMENT TO REMAIN EXISTING CONCRETE DECK SURFACE i L - a —r- a APPROXIMATE DECK SURFACE AFTER —FILL VOID WITH RAPID SETTING REMOVING UNSOUND CONCRETE AND CONCRETE PATCH MATERIAL SURFACE PREPARATION, MINIMUM CONCRETE REMOVAL DEPTH IS 1" NOTES: 6. Locations to be determined by the engineer. 7. Reinforcement may be encountered during deck concrete removal and is to remain undamaged. LEGEND: ®Area of unsound concrete removal and rapid setting concrete (patch) material. DECK REPAIR DETAIL NO SCALE BRIDGE DECK REPAIR TABLE APPROXIMATE BRIDGE NO. AREA DAMAGED APPROXIMATE (%) PER TOTAL DEPTH (in) REPAIR AREA BRIDGE 53-0341 3 3 LOCATIONS TO BE DETERMINED BY THE ENGINEER FOR DETAILS SEE "DECK REPAIR/RESURFACING DETAIL" Frank Wei - Branch 19 DESIGN D. Kasawdish I -E - nzon PREPARED FOR THE Kumar Gh --... I LOS ANGELES RIVER BRIDGE (RETROFIT) DESIGN OVERSIGHT DETAILS 9T CHECKED STATE OF CALIFORNIA 53 341 I. Martin E. MonZon PROJECT ENGINEER NG DEPARTMENT OF TRANSPORTATION MILE POST MILE T 7.1 CFRP DETAILS QUANTITIES CHECKEDE. s:cN OFF DATE D. Kasawdish n STRUCTUFqTS DESIGN DETAIL SHEET DATE PLOTTED => 10-SEP-2024 TIME PLOTTED => 22:33 ORIGINAL SCALE IN INCHES COUNTY/ROUTE: LA/1 DISREGARD PRINTS BEARING REVISION GATES SHEET OF (ENGLISH) (REVISION 8/i6/20211 PILE _> 53-0341-b- dt0l.dgn USERNAME => tylipwll-p O 1 2 3 PROJECT NUMBER & PHASE: 0718000071 CONTRACT No.: 07-346101 EARLIER REVISION DATES — „„I,�y �} n,n 941161 6 1 1 6 COUNTY I ROUTE 3 0 LL EDGE OF SUPERSTRUCTURE C Exist UTILITY 1❑ Exist UTILITY 3❑ BLOCKOUT Exist UTILITYRI - - - - END DIAPHRAGM, Typ BLOCKOUT BLOCKOUT A C Exist UTILITY � Exist UTILITYO r� BLOCKOUT Rte 1 BLOCKOUT Abut 1 BEARINGS REGISTERED CIVIL ENGINEER DAT —1� - =1- — - — - — - — - — - — - — - — - — - - — - — - — - — -' - - — - +' — - — - — - — - — - — - — - — PLANS APPROVAL DATE ---- - ---_o-�— - — -$_-_1_�-----11— -- 1�-�-�--1� t--� ----------- 0_0- -' --_— ABUTMENT 1: Sta 388+79.30t .. — --------------0- — - —+I— �0-- — - — - — - — - — - IHESTAI£OFCALIFUNNIAORITS DFFIC£RSORAGENTS ABUTMENT 8:. Sta 382+67.52± SHALL MOT BE R£SIWSIBL£ FAR THE ACCIMACY OR 9.630 , ip I CDAFLETEAESS DF SCARED COPIES OF THIS PLAN SHEET. E o Q1ypF E5Slo\ A� ti�e� Fc i C72555 m � A Xp. 06-30-24 s rq� CIVIL �tiP OF CALlF� A �Ta �1 yP �n ~ PIN 404TYL1 CAMINO DEL RIO SOUTH, SUITE 700 _ \ T SAN DIEGO, CA 92108 VENTS 2'x2'SOFFIT ACCESS OPENING, SOFFIT OPENING Typ SOFFIT OPENING SEE NOTE 3, Typ 22'- 3-YA"± 19,-1 1 i/2"± SOFFIT OPENING SOFFIT 7'_2i/4"± 22'-5"± OPENING LEGEND: — - Existing structure l\ ABUTMENT 1 SUPERSTRUCTURE PLAN 0 Soffit Vent 1 " = 5' F1 \--------- - - -- - -- - -- -- -� Abut 1 BEARINGS A I I 22'-4" 21 '- 3-Y4" C PIPE GROUP C PIPE GROUP O Pipe Pin C Rte 1 _—_ _ _—_ _ _—_ _ _—_ _ _—_ _ _- _ !APPROACH MODIFICATION -- -- -- -- -- -- -- -- -- -- ��� -- -- II / DETAILS NOT SHOWN FOR CLARITY, Typ — — — — — — — — — — — — — - L _ _ -0— _ — - _ _ _ _ --0 - _ _ _ _ _ _ _ ABUTMENT 1: Sta 388+79.- ± ------------- -- �- -- — — — — -4 _ _ - — — — — J ABUTMENT 8: Sta 382+67.52± \\ Exist FACE PIN OF ABUTMENT o C NOTES: 5'-10" 22'-4" 1. Abutment 1 shown, Abutment 8 similar. Differing dimensions shown as noted. C PIPE GROUP ABUTMENT 1 SUBSTRUCTURE PLAN 1 " = 5' C PIPE GROUP (L PIPE GROUP C PIPE GROUP C PIPE GROUP PIPE GROUP Exist UTILITY BLOCKOUT Typ — L + ---i----------------- i -- i �-------------- i------------- CO I CO _ + o + 7 D �, II II II II jo II II • \I II II u i1 a i1 ii i1 11 a a I Abut 1 Elev 22.35± ( OG = FG +I +� +, Abut 8 E I ev 22.35± TT , I _ _ — _ _ — _ I_ — _ _ — _ _ — _ ,n — _ _ — _ _ — _ _ _ — _ _ — _ _ — _ _ — _ _ — •O — _ _ — _ _ — _ _ I I _ _ — _ _ — _ _ — _ _ — _ _ l _ — _ _ — _ _ — _ _ — _ •O �_ _ — �— _ _ _ _ — _ _ — _ _ — _ _ — _ _ — _ _ — _ _ — _ _- �00 GO +QII II II Qa a NOTE: NOTE: Not all existing piles shown. THE CONTRACTOR SHALL VERIFY ALL ABUTMENT 1 ELEVATION CONTROLLING FIELD DIMENSIONS BEFORE V. = 5' ORDERING OR FABRICATING ANY MATERIAL. 2. For "SECTION A -A", see "ABUTMENT RETROFIT DETAILS No. 1" sheet. 3. For Soffit Access Opening Details, see "DECK AND SOFFIT OPENINGS" sheet. 4. For Soffit Vent Details, see "ABUTMENT RETROFIT DETAILS No. 1" sheet. Frank Wei - Branch 19 DESIGN D. Kasawdish-E.-Monzon PREPARED FOR THE `n'�V` LOS ANGELES RIVER BRIDGE (RETROFIT) R. Stone CHECKED E. Monzon STATE OF CALIFORNIA PROJE Gh NG 53 T MILE DESIGN OVERSIGHT DETAILS PROJECT ENGINEER POST MILE QUANTITIES °„ v„�,,,,,, CCEC, ---- DEPARTMENT OF TRANSPORTATION 7.1 ABUTMENT RETROFIT LAYOUT STRUCTUFqTS DESIGN DETAIL SHEET DATE PLOTTED => 6-SEP-2024 TIME PLOTTED => 15:52 ORIGINAL SCALE I ' I ' I ' COUNTY/ROUTE: LA/1 DISREGARD S FOR PRINTS BEARING yr (ENGLISH) (REVISION 8/16/20211 FILE => 53-0341-f-aO1_Lol.dgn USERNAME => tylipwl l-p I`REtMEOEPLANS O 1 2 3 PROJECT NUMBER & PHASE: 0718000071 CONTRACT No.: 07-346101 EARLIER REVISION DATES Exist BB/EB C Brg PIN 2'-3%4"� 2'-6' ± a" PAbut IN JOINT F Imo. +I In I I � I � I•r,, 1r I I III o #8, DRILL AND BOND DOWELS, SEE NOTE 5, Tot 9 PER ROW ADJUST TO CLEAR PIPE STUDS #5 = CA 6 NOTE: a = THICKNESS TO JOINT CA DECK IFVFI = 1-riin "a" PREMOLDED EXPANSION JOINT FILLER SEE NOTE 3 QD Exist FACE OF o Abut STEM ' PIPE PIN- N #5 CA 12, Typ SEE DIAPHRAGM BOLSTER DETAILS c' a #5 8 , DRILL AND BOND ~ DOWELS CA 12" IN 5" DEEP HOLE _ 10" CORE HOLE DIAMETER 51�2„± 9" 0 #4 SPIRAL CA 4� SOFFIT VENT, SEE 6" 0 XX STRONG PIPE "SOFFIT VENT DETAIL" '--2" EXPANDED POLYSTYRENE in W x6" ANCHOR STUD, Typ 701 I I I I I I C PIPE PIN�L 9" I 9" I CONCRETE BOLSTER IC PIPE PIN 1'-6" V 1'-6„ 4'-6" st COUNTY ROUTE TOTAL P -DETAIL 1, Typ II II II I I I I I REGISTERED CIVIL ENGINEER DATE QUO ?,oFESSIO,yq` Fc II II II �, 2 I C72555 PLANS APPROVAL DATE z k Xp. 06-30-24 TAOT BE RfSPONSIBLLFOR THE AITS ICF Q4 AGENTS CIVIL CAL SHALLF��tiP CWLETEAESS a' SCAAKED COPIES A� TNIS PLAN SHEET. TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 #5 CA 6 SAN DIEGO, CA 92108 NOTES: 1. Avoid existing reinforcement when drilling. 2. Roughen existing surface before casting new concrete against existing concrete. 3. Fill concrete to existing end diaphragm. 4. For location of "SECTION A -A", see ABUTMENT RETROFIT LAYOUT" sheet. 5. Dowels shall be equally spaced adjacent to Exist pipes to avoid conflict. Ftg L— T _ I SUBSTRUCTURE DETAILS LEGEND: 3A" = 1'-01, — Existing structure 6" pi XX GALVANIZED 5'- 5± STRONG PIPE A %"x6" ANCHOR #4 SPIRAL AROUND PIPE STUD, Typ Typ Exist Abut 6" ¢ XX STRONG PIPE #8 1� , DRILL AND BOND PIPE PIN PIPE PIN DOWELS CA 6" Max IN 8" DEEP r r O HOLE. ADJUST TO CLEAR PIPE ,I STUDS II II II II II II SEE SUBSTRUCTURE II II III II II II DETAILS Exist END DIAPHRAGM #5� CA 6 FG=OG I DETAIL 1 ' I I No Scale #5 CA 6" iO I I EMBEDDRILL SAND BOND DOWELS, 3 iv PIN -- - - -- - -I-- I #5 12 o , I I 2._0..- I #5 @ 6 (A 6" 0 XX CORE 5" Dia VENT IN #5 6 STRONG PIPE LOWER SLAB. FOR TOTAL Exist PRECAST M 1 9" 9" NUMBER AND PLACING OF Conc PILE, TYP EXISTING GIRDER ---'SOFFIT VENTS, SEE ABUTMENT RETROFIT CONCRETE BOLSTER LAYOUT" SHEET SECTION A —A 2'-O"± 1'-6" 1'-6" — NOTE: 3�" = 1'-0" 5'-O„± THE CONTSHALL VEIFY ALL CONTROLLINGTFIELD DIMENSIONS BEFORE DIAPHRAGM BOLSTER DETAILS SOFFIT VENT DETAIL ORDERING OR FABRICATING ANY MATERIAL. 3/C = 1'-0" No Scale BY CHECKED BRIDGE No. Frank Wei - Branch 19 DESIGN D. Kasowdish E. Monzon PREPARED FOR THE LOS ANGELES RIVER BRIDGE (RETROFIT) DESIGN OVERSIGHT By CHECKED Kumar GhDSh 53-0341 DETAILS R. Stone E. Monzon STATE OF CALIFORNIA PROJECT ENGINEER POST MILE SIGN OFF DATE QUANTITIES D. Kasawdish CHECKED Monzon DEPARTMENT OF TRANSPORTATION 7.1 ABUTMENT RETROFIT DETAILS STRUCTUFqTS DESIGN DETAIL SHEET DATE PLOTTED _> 6-SEP-2024 TIME PLOTTED => 15:52 ORIGINAL SCALE COUNTY/ROUTE: LA/1 DISREGARD PRINTS BEARING REVISION DATES SHEET OF (ENGLISH) (REVISION 8/i6/20211 PILE _> 53-0341-f-a08tlt01 .tlgn USERNAME _> +ylipwl l -p IWEtMEOEPLANS 0 1 2 3 PROJECT NUMBER & PHASE: 0718000071 CONTRACT No.: 07-346101 EARLIER REVISION DATES — II II/i'y�� n1� n I 8 1 16 Dist COUNTY ROUTE I POST MILES SHEETI TOTAL TOTAL PROJECT No. ISHEETS NOTE: 1. For "SECTION "HINGE D—D" see REGISTERED CIVIL ENGINEER DATE O ?,oFESSIO/V4` RETROFIT DETAILS" sheet. C72555 PLANS APPROVAL DATE z Xp. 06-30-24 IHE STATE OF CALIFUNNIA OR ITS OFFICERS OW AGENTS s CIVIL LEGEND: SHALL MOT BE R£S'W518L£ FOR THE ACCIMACY OR OF CALL �lP COAPLET£AESS OF SCAAAED COPIES OF THIS PLAN SHEET. — Existing structure TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 <* SAN DIEGO, CA 92108 � Rte 1 27'-10(/2"± 35'-101/4"± I PIPE SEAT EXTENDER Exist SOFFIT PIPE SEAT ACCESS EXTENDER �� 5'-g(/4"± 6'-4"± PIPE SEAT EXTENDER PIPE SEAT EXTENDER �. I I OPENINGS, Typ I I I I I Exist BAYExi= I t TYPE C-1 I 11 1 1 I I I I I I 1 1 HINGES RESTRAINER 1 1 1 1 11 I I 1 I I I I BLOCKING = I 050 C DIAPHRAGM SKEW'18'. I— 1 IBOLSTER I I I I 11 I— I I 111 - - - - - -- -I-I,- - - - - -- 'I -'I-- '.1=,I-------- ' 1-�-�- I I I I I I I 1 (L PIPE SEAT EXTENDER, Typ 1 I I I w Do rn 1 1 HINGE I I I DIAPHRAGM I I HINGE I I + I 1 1 I + o io I L_ J L_ J l_ I I J I- I- I-- N I - - _J - - - - - �_ - - - - - - -- -- �- - , - - - --'JI--- --------- ---------------JI JI - - - - -- - - IL - - - - - - - - - - - - - - -- - - IL---------------- I I I I I 11 Exist HINGE RESTRAINERS, I — I I 1 1 I I —• —• I I PROTECT IN PLACEI I r f I, I,--f Typ f ---- —----------��---------"-- "- ---�--I,—I,-- -- -� --�--y- —-—-—- —-—-—-—-—-—-— -—-—-— -—- — -- --�— - ---- - - - - - - � I II II II II II II II I 11 1 I I I I 1 I I I I I I I PIER CAP ' I L - - J L - - J L - - - - - - - J L - - J L - - J L - - J L ----'------------------------------------------ -------------------------------------------------------- -------1-- I PIER 4 I NOTE: PLAN THE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. Frank Wei - Branch 19 DESIGN BY D. Kasawdish CHECKED E. Monzon CHECKED E. Monzon PREPARED FOR THE STATE OF CALIFORNIA Kumar Ghosh BRIDGE NO. LOS ANGELES RIVER BRIDGE (RETROFIT) 53-0341 DESIGN OVERSIGHT DETAILS By 1. Martin POST MILE 7.1 HINGE RETROFIT LAYOUT PROJECT ENGINEER DEEDMonzon DEPARTMENT OF TRANSPORTATION QUANTITIES D. Kasawdish SIGN OFF DATE STRUCTUFqTS DESIGN DETAIL SHEET (ENGLISH) (REVISION 8/16/20211 DATE PLOTTED => 6-SEP-2024 TIME PLOTTED => 15:53 ORIGINAL SCALE FILE => 53-0341-n-hingedt01.dgn USERNAME => tyIipwj1_p IN IN HEPLANS O 1 2 3 PROJECT NUMBER &PHASE: 0718000071 COUNTY/ROUTE: LA/1 CONTRACT No.: 07-346101 DISREGARD PRINTS BEARING EARLIER REVISION DATES — REVISION DATES SHEET OF „„I,t7�,/ 1I 9 7 9 1 6 0 15 1 ,-011 #5 DRILL & BOND 4 12 BOTH WAYS OPTIONAL 6" CORED HINGE�I HOLE FOR CONCRETE PLACEMENT "DETAIL A" HINGE JOINT +' C 7" 0 HOLE OPTIONAL 6" CORED 10 C Rte 1 HOLE FOR CONCRETE 1, DIAPHRAGM BOLSTER, PLACEMENT IF ALLOWED 1, Typ BY ROADWAY STAGING 1. #5, Typ SEE NOTE 1 #5 SPACED #5 EVENLY AROUND PIPE ------------ I I I I I I I I I I I I I I I I I _U., - — - - — — --J — - - — - - — - - — - - — - - — - 6'_8"± Exist CABLE— - - RESTRAINER LEGEND: Typ PROTECT IN PLACE, Typ CCC — - -- Existing structure SECTION D-D X2" = 1'-0" CUT END OF PIPE TO MATCH DIAPHRA BOLSTER SKEW ANGLE. ADJUST HS THREADED RODS AS NEEDED TO ACCOMMODATE SKEW 1'-3" . 8" . 4' SPACED EVENLY AROUND PIPE ---- _ - _�STRONGRON XX G PIPE GROUT \ \ ��-_ ---- it -- I ' USE 7" 0 STEEL PIPE LIMITS OF 7" FOR FORMED HOLE. MATCH CORED HOLE ALIGNMENT. CORED HOLE - #5 CA 12 INSIDE & OUTSIDE OF FACE #5 [] C4 12 C5"0 �) #5 1 Tq t 4, +I STRONG SPACED 4' 7� � ABOVE & BELOW °' PIPE a #5 U Tot 4, TOP & BOTTOM SEAL E CONCRE NOTE: PIPE EXTENDER ELEVATION THE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. PART PLAN AN BRIDGE WITH SKEWS NO SCALE DETAIL A 3" = 1 '-0" SKEW GLE 8 - 1" 0 x 6" LONG HS THREADED ROD WITH 2 N (J' �C PIPE SECTION E-E 3" = 1'-0" 00 --C PIPE L---- MATCH It OF BOLTS TO BOLSTER SKEW ANGLE COUNTY I ROUTE REGISTERED CIVIL ENGINEER DATE �O ?,OFESSIC 41, C72555 PLANS APPROVAL DATE z Xp. 06-30-24 INE IF OF CALIFUNNIA ITS SHALLTMOT BE RE-9WNSIBL �OR THE AICF�Q4 AGENTS o CIVIL CAL F��tiP COIPLETEAESS OF SCAAWD COPIES OF THIS PLAN SHEET. TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO, CA 92108 NOTES: 1. Core VO hole parallel to girders for 5"0 XX Strong pipe. 2. Place pipe %4" down f rom top of cored hole along the entire length and grout annulus space around the support end of pipe prior to placing bolster concrete. Seal end of grouted region before grouting operation begins to prevent grout from entering hinge opening. 3. Adjust bolster reinforcement to accommodate bridges with skews. 4. If equalizing bolts are encountered, adJ'ust cored hole horizontally to clear bolts by 6". 5. Galvanize 5"0 XX Strong pipe. Paint inside drilled holes, ends, and outside surfaces of pipe that are not galvanized with zinc rich primer. 6. Adjust t of drilled hole for HS Threaded Rods so the tip of Rod has 2" Min cover concrete. 7. For location of "SECTION D-D", see "HINGE RETROFIT LAYOUT" sheet. AG HS SY4RE ROD WITH 2 NI PLACE WASHER ON - OUTSIDE OF PIPE C PIPE SECTION F-F 3" = 1'-0" Frank Wei - Branch 19 DESIGN -6. KasawdiSh I -E.-Monzon PREPARED FOR THE Kumar GhOsh `n-... I LOS ANGELES RIVER BRIDGE (RETROFIT) DESIGN OVERSIGHT DETAILS BY CHECKED STATE OF CALIFORNIA 53-0341 1. Martin E. Monzon PROJECT ENGINEER DEPARTMENT OF TRANSPORTATION POST MILE 7.1 HINGE RETROFIT DETAILS QUANTITIES CHECKED s:cN OFF DATE D. Kasawdish STRUCTUFqTS DESIGN DETAIL SHEET DATE PLOTTED => 6-SEP-2024 TIME PLOTTED => 15:52 ORIGINAL SCALE IN INCHES COUNTY/ROUTE: LA/1 DISREGARD PRINTS BEARING REVISION DATES SHEET OF (ENGLISH) (REVISION 8/i6/20211 PILE _> 53-0341-n-hingedt02.dgl USERNAME => tylipwll-p O 1 2 3 PROJECT NUMBER & PHASE: 0718000071 CONTRACT No.: 07-346101 EARLIER REVISION DATES - II�II�y �} nl� n � I 1 0 1 6 COUNTY ROUTE TOTAL P OPEN JOINT TO MATCH DECK JOINT WIDTH AT ABUTMENTS AND HINGEri TOP OF SIDEWALK TOP OF DECKON SEE L "DETAIL B" SEE DETAIL C � CHECKERED STEEL R / CURB CHAIN LINK FENCE BARRIERE SEE "DE B" TOP I 3" ` / ( OF DECK CH RED STEEL I %2" X 2" FLAT HEAD CAP — / SCREWS WITH INSERT 12 SECTION A —A ` SECTI ON B—B ASSEMBLIES @ Max, STAGGERED 1Q I ~ I LL 0 TOP OF SEE "DETAIL A" �Q�a BARRIER SE "DETAIL A" TI I U I N 3" CHAIN LINK TOP OF I ° \ ` o TOP OF FENCE BARRIER OR CURB I � SIDEWALK I ` I TOP OF DECK ` OPEN JOINT TO DECK 6A— OPEN MATCH JOINT TOMATCH DECK U' I 3/8" X 18" JOINT WIDTH JOINT WIDT CHECKERED STEEL PLATE ELEVATION ELEVATION I o I NOTE: Barrier not shown I _ for clarity 1Q PLAN SKEW s 200 TOP OF SIDEWALK TOP OF TOP OF BARRIER OR CURB DECK I/2" X 2" FLAT HEAD CAP SCREWS WITH INSERT ASSEMBLIES C4 12 Max, IIIII N 3 STAGGERED 16" Min 0 U I a I ------------ 03 I � � o 00 i 1%2° Z ]C Ld U 00 PLAN SKEW > 200 NOTE: THE CONTRACTOR MUST VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. -?C 3/8" X 1811 CHECKERED STEEL PLATE I L� a 0 z O U Ld Cr %" STEEL IL' TOP OF SIDEWALK TOP OF DECK — OPEN JOINT TO MATCH DECK JOINT WIDTH I/2 I I I I I I I I 1 I I UP, " GAP REGISTERED CIVIL ENGINEER DATE �o eROFESSIoNq� TOP OF PLANS APPROVAL DATE No. z XP. DECK The State of California or Its officers or agents ks CIVIL shall enotta be rof scanned for the accuracy or rq �tiP completeness of scwined copies of this plml sheet. of cALtF°e' \ The Registered Civil Engineer for the project Is responsible for the selection and proper 4pplicatlon of the coaponent design and any modifications show. TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO, CA 92108 OF 3 NOTES: 1. Utility openings and expansion joints not shown for clarity 2. Recess concrete I/2" for plates �P . Plates to be galvanized 0 OF4 DECK 5. Insert assembly or expansion anchorage for %" x 1%4" bolts. Use installation bolts extended %2" minimum past nut and coat with bond breaker. After concrete has cured, remove installation bolts, install HS bolts 6. For joint armor location, see BARRIER SLAB AND JOINT SEAL PLAN sheet \ BAR 2" X I/4" CENTERED C4 BOLTS, WITH %4" 0 HOLES N= L I/2 D a DIRECTION OF TRAFFIC VIEW C—C ClY2"O HOLE FOR COUNTERSUNK %"0 ANCHORAGE. PLACE ANCHOR BOLTS ON APPROACHING TRAFFIC END 5 110 ANCHORAGE, SEE NOTE 5 _ — TOP N OF DECK TYP SECTION D—D TAPER EDGE OF STEEL PLATE — — — IL TAPER a \ 0 \ / CONCRETE / / 1 x L2 \ o 1 \ CL 1 1 1 I/e GAP I I Q D \ / \ TYp I I / X \ TOP / LI o DECK 1-1 1�1 DETAIL A DETAIL B DETAIL C SPECIAL DETAILS REVISED BRIDGE STANDARD DETAILS MODIFICATIONS SHOWN: STATE OF DIVISION OF No. 0341 LOS ANGELES RIVER BRIDGE (RETROFIT) xs8-050 October 2o1e '"� °°gtedS' �° 1 DELETED DETAIL 0 CALIFORNIA �RDE MILE FILE No. APPROVAL DATE re.retals lrednengblrTfs' 2Q REMOVED NOTE DEPARTMENT OF TRANSPORTATION ENGINEERING SERVICES JOINT ARMOR FOR PEDESTRIAN WALKWAYS O{ COIIfOrnIO 7.1 Refer fo: httD'//wr dot.Ca gov/hq/esC/teC/p�7s/m*luo//brldgewwls/bridge-sfardard-data//- FILE => 53-0341-u-miscdt02.dgn ORIGINAL SCALE IN INCHES UNIT: LA/1 DISREGARD PRINTS BEARING REVISION DATES SHEET OF fllaef8/llfdBX.htell USERNAME => fy1Ipw11-pW-SVc TIME PLOTTED => 15:52 DATE PLOTTED => 6-SEP-2024 FOR REDUCED PLANS 0 1 2 3 PROJECT NUMBER & PHASE: 0718000071 CONTRACT NO.: 07-346101 EARLIER REVISION DATES ..1Ii"7 I IB I 9 7 1 1 16 COUNTY I ROUTE REMOVE EXISTING REINFORCEMENT FLUSH WITH CONCRETE AND COAT ENDS WITH ZINC RICH PRIMER / 3/4" SAW CUT - - ALL AROUND - SOFFIT 11_/ 1/4" 0 EXPANSION ANCHORAGE SEE "HINGE ANCHORAGE DETAIL"T' DEVICE - Tot 4 SHIM R —%8 X2X4" 1/4" 0 EXPANSION ANCHORAGE DEVICES, Tot 2 PER HINGE - SECTION A -A 1/4" 0 COUNTERSUNK BOLT Tot 2 PER HINGE. MINIMUM %p" OVERSIZED \ / \Pr1 p / RECESS HOLE HINGE �N t BOLT r A ANCHORAGE BOLT = / /4 0 BOLT,HINGTot HINGE ANCHORAGE DETAIL fL BOLT rt EDGE OF 2'-0" X 2'-0" SEE "DETAIL A" ACCESS OPENING OR OPTIONAL 2'-0" 0 CORED HOLE a SEE "HINGE DETAIL" if EDGE OF PLATE STUD :-_ �z�z DETAIL A 7 " HOLE IN ANGLE FOR 38 EXPANSION ANCHORAGE DEVIC Tot 4 R % X 36 X 2'-11" EDGE OF 2'-0" X 2'-0" Max DECK OPENING F = L 0 SAWCUT 1v/ 6%11 L SYMMETRICAL ABOUT i OPENING SAW o� - a- - ---o - I �� CL I N H 1 1 I 1 I -o ro I I I I 10 O O J L 4 X 4 X M6" X 4'-0" Tot 2 N 3/4" f6 BOLT. NUT TO BE WELDED TO ANGLE OLT HEAD COUNTE 1/4" INTO PLATE ❑o 3I-0" \ PLAN SYMMETRICAL ABOUT C OPENING 6/B„ 5 �7�04NTOR CHIP SMOOTH HOLE IN ANGLE FOR %" 0 EXPANSION ANCHORAGE DEVICES TEMPORARY DECK COVER PLATE REGISTERED CIVIL ENGINEER DATE � PROFES% 4N PLANS APPROVAL DATE No.— Thez {� XP. Q //nntbefresoonsif/e or the i y agents sra CIVIL �tiP completeness of scanned copies of thls plan sheet. of CALtF°e' The Registered Civil Engineer for the project Is responsible for the selection and proper 4pplicotion of the component design and any modifications show. TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO. CA 92108 i—C HINGE �° 1 � I I N- 75' ETRATION Min 2" LONG SPLIT o A PIPE BACKING R /e - tO - � - NOTES: 4 1. Non -removable pin in hinge 3" FILLET, Typ 1, O„ Typ IT 1 2" 1" 2. Hinge assembly to be galvanized, brass or stainless steel CHIP EXISTING CONCRETE APPROXIMATELY 2" PRIOR TO 1'-6' — - CONCRETE CLOSURE TACK WELD AT THIS Min LAP 4" 3Use thread locking system for . PLACEMENT OF CONCRETE CLOSURE LOCATION ONLY 2'-6" all hinge nuts PLAN HINGE DETAIL 4. Hinge assembly to be minimum _ -- %8" Thick SOFFIT ACCESS DOOR ASSEMBLY NOTE: NOTE: SOFFIT ACCESS DOOR OPENING DIRECTION Replace deck rel cement. TO BE DETERMINED BY THE ENGINEER DECK CLOSURE Butt weld to existin NOTE: 1Q THE CONTRACTOR MUST VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. BRIDGE STANDARD DETAILS MODIFICATIONS SHOWN: STATE OF DIVISION OF BRIDGE NO. 53- 0341 LOS ANGELES RIVER BRIDGE (RETROFIT X87-110 July 2014 The components of fhe Bridge StoMard Details have been prepared under the 10 DELETED DETAIL CALIFORNIA POST MILE FILE NO. APPROVAL GATE reg `e'% tv%enfgi' the n +t S� ' of Callforoia DEPARTMENT OF TRANSPORTATION ENGINEERING SERVICES 7.1 DECK AND SOFFIT OPENING S Refer f0: hfp:llwwdot.00govIVIeso/teclpu5s/moMrol/brldgemoMrols/bridge-sfordo'd-detail- FILE => 53-0391-u-m1scdt03.dgn ORIGINAL SCALE IN INCHES UNIT: LA/1 DISREGARD PRINTS BEARING REVISION oaTEs SHEET 6/)BefByllfdBX.html USERNAME =) fylipwll-pw-SVc TIME PLOTTED =) 15:53 DATE PLOTTED =) 6-SEP-2024 FOR REDUCED PLANS 0 1 2 3 PROJECT NUMBER & PHASE: 0718000071 CONTRACT NO.: 07-346101 EARLIER REVISION DATES II/IiN3 )r � 7 12 161 JOINT SEAL TABLE BRIDGE MINIMUM APPROXIMATE EXISTING APPROXIMATE DEPTH TO CLEAN LENGTH TO CLEAN BRIDGE NAME NUMBER LOCATION MR" (inches) LENGTH (feet) WATERSTOP EXPANSION JOINT EXPANSION JOINT (feet) inches Abut 1 - JOINT 1 �/2 113'-0"± NO 12 91'-011± LOS ANGELES HINGE 1�/2 86'-0"± NO 27 80'-0"± RIVER BRIDGE 53-0341 Abut 8 - JOINT i 1 /2 1 96 -0' + _ NO 1 12 84'-0' + _ Abut 8 - PAVING NOTCH 1 1�/2 1 77'-0"± 1 NO 1 12 64'-0"± � Abut 1� i ABUTMENT/HINGE JOINT, JOINT SEAL MR=1 �/2" LOS ANGELES RIVER BRIDGE (Br. No. 53- 0341) EDGE OF Exist EXTERIOR GIRDER 1Z- HINGE I i SEDGE OF Exist EXTERIOR GIRDER NOTE 8 Exist BARRIER REMOVAL NOT SHOWN, SEE NOTE 7 EDGE OF Exist EXTERIOR GIRDER 83 B6-21 ABUTMENT JOINT, JOINT SEAL MR=1 �/2" TOE OF CURB Abut 8 2 EB LEGEND: — - Existing Structure Limits of joint seal and clean expansion joint, Typical PROTECT IN PLACE Exist SLOPE PAVING Abut 1 FOR JOINT SEAL DETAILS OF DE FOREST AVE BARRIER SLAB, Typ NOTE 1 BB PAVING NOTCH 66-21 JOINT SEAL MR=1 %2" DE FOREST AVENUE UC (Br. No. 53-1047), NOTE 6 BRIDGE, SEE "DE FOREST AVENUE UC (RETROFIT)" PLANS ABUTMENT JOINT JOINT SEAL MR=1/2 B6-21 382 Stl COUNTY I ROUTE ITOTAL P REGISTERED CIVIL ENGINEER DATE �O ?,OFESSIC 41, C72555 PLANS APPROVAL DATE z w xp, os-no-z4 � SHALL TAVT BE HfSPGNSIBL FOR THE AICF cr Q4 AGENTS CIVIL COIFLETEAESS a' SCAAKED COPIES THIS PLAN SHEET. CAL TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO. CA 92108 NOTES: 1. For barrier slab details, see "Barrier Slab Details No. 1" sheet. 2. For Wingwall Retrofit Details, see "Barrier Slab Details No. 1" sheet. 3. For Manhole details, see "Barrier Slab Details No. 3' sheet. 4. For removal details, see "Barrier Slab Removal Details No.1 " Sheet. 5. For Joint Armor details, see Joint Armor for Pedestrian Walkways" sheet. 6. For De Forest Avenue UC Barrier Removal and details, see DE FOREST AVENUE UC (RETROFIT) plans. 7. For barrier and sidewalk removal on bridge, see BARRIER REMOVAL AND BARRIER REPLACEMENT DETAILS sheet 8. For edge of barrier layout, see GENERAL PLAN sheet 9. For curb layout, geometry and taper, see ROADWAY PLANS 10. See ROADWAY PLANS for concrete raised median island and channelizer modification outside bridge limits. 1Q Barrier Slab O2 Wingwall Barrier Removal Q3 Install new manhole frame and cover Q4 Existing Approach Slab Q5 Joint Armor, see "Joint Armor for Pedestrian Walkways" sheet r/ NOTE 10 i NOTE: PLAN THE CONTRACTOR MUST VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE 1" = 10' 2 ORDERING OR FABRICATING ANY MATERIAL. BY CHECKED BRIDGE NO. Frank Wei - Branch 19 DESIGN D. Kasawdish E. Monzon PREPARED FOR THE LOS ANGELES RIVER BRIDGE (RETROFIT) DESIGN OVERSIGHT By CHECKED Kumar GhoSh 53-0341 DETAILS i, Martin E. Monzon STATE OF CALIFORNIA PROJECT ENGINEER POST MILE s:cN OFF DATE QUANTITIES ey D. Kasowd i sh CHECKED DEPARTMENT OF TRANSPORTATION 7.1 BARRIER SLAB AND JOINT SEAL PLAN E.STRUCTUFqTS DESIGN DETAIL SHEET DATE PLOTTED => 15-NOV-2024 TIME PLOTTED => 18:14 ORIGINAL SCALE COUNTY/ROUTE: LA/1 DISREGARD PRINTS BEARING AEV1510N DATES SHEET OF (ENGLISH) (REVISION 8/i6/20211 PILE _> 53-0341-u-misctlt06.tlgn USERNAME _> tyIipwl l-p IN IN HEPLANS O 1 2 3 PROJECT NUMBER & PHASE: 0718000071 CONTRACT No.: 07-346101 EARLIER REVISION DATES — I�/ I�/ q 7 11/I I/1} 1 3 1 fill/I I/i} 1 3 1 6 NOTES: 1. For edge of barrier layout, see "GENERAL PLAN" sheet. 2. New Joint will be created around barrier slab and jog up to meet existing. 3. New joint shall be placed parallel to exterior face of box girder end diaphragm until edge -corner of box girder. 4. New joint shall be perpendicular to alignment from exterior edge -corner of boxgirder to edge of deck. 5. For curb layout, geometry and taper, see ROADWAY PLANS 6. For "SECTION S-S", "SECITON T-T", "SECTION W-W", and "SECTION X-X", see "BARRIER SLAB DETAILS No. 2" sheet. 7. For "SECTION R-R", "SECTION U-U", "SECTION V-V", "SECTION V1-V1", "SECTION Y-Y", and 'SECTION Z-Z", see "BARRIER SLAB DETAILS No. 3" sheet. EDGE OF Exist Exist WINGWALL---- 1-11 EXTERIOR GIRDER EDGE OF Exist EXTERIOR GIRDER N PLAN NOTE 5 EDGE OF BARRIER SLAB NOTE 2- Abut 1 EDGE OF CURB / MATCH Exist JOINT / Z rn NOTE 1-- Exist T WINGWALL / / / Y 744�* / 11 1 11 / PLAN NOTE: / V4 = 1 -0 THE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. EDGE OF Exist tOI EDGE OF Exist EXTERIOR GIRDER ,y EXTERIOR GIRDER C Abut 8-) Exist WINGWALL Abut 8/ 6y � Exist RETAINING WALL LEGEND: -- — Existing Structure OManhole frame and cover ONPLAN /q" = 1'—Oil u— T NOTE 1 44'-8"± N PLAN /q" = 1'-0" t COUNTY ROUTE TOTAL P s REGISTERED CIVIL ENGINEER DATE �O PROFESgtONq` C72555 m PLANS APPROVAL DATE z XP. 06-30-24 INE TMOT BE RE-9WSIBL �OR THE AcamITS er NTS CIVIL SHALLCAL F��tiP COIPLETEAESS OF SCAAWD COPIES OF THIS PLAN SHEET. TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO. CA 92108 r. 01 Frank Wei - Branch 19 DESIGN BY D. Kosowdish CHECKED E. Monzon PREPARED FOR THE BRIDGE NO. LOS ANGELES RIVER BRIDGE (RETROFIT) DESIGN OVERSIGHT DETAILS BY CHECKED Kumar GhoSh STATE OF CALIFORNIA 53-0341 1.Martin E. Monzon PROJECT ENGINEER DEPARTMENT OF TRANSPORTATION POST MILE 7.1 BARRIER SLAB DETAILS N o . 1 QUANTITIES CHECE.KED s:cN OFF DATE D. Kosowdish STRUCTUgqES DESIGN DETAIL SHEET (ENGLISH) (REVISION 8/i6/20211 DATE PLOTTED => 15-NOV-2024 PILE _> 53-0341-u-misctl+09.tlgn TIME PLOTTED => 18:14 ORIGINAL SCALE S FOREARLIER USERNAME _> +ylipwll-p I`REtMEOEPLANS O 1 2 3 PROJECT NUMBER & PHASE: 0718000071 COUNTY/ROUTE: LA/1 CONTRACT No.: 07-346101 DISREGARD PRINTS BEARING REVISION DATES REVISION DATES SHEET OF — 1�/ 12�/ ) 11/17/23 14 1 6 Istl COUNTY I ROUTE ITOTAL P 3'-6" Max L * L * 3'-6" Max AND VARIES AND 9" Min CONCRETE CONCRETE #5 Q 8, BUNDLED #5 Cont Q 12 Tot 4 max AT TOP OF OVERHANG BARRIER (TYPE 732SW) BARRIER (TYPE 836 MOD) o #5 Cant Q 12 max WITH #5 F_ Q 8 #5 Cont Q 12 max ' (BUNDLED) (BUNDLED) o #5 Q 12 Tot ATmax BOTTOM OF TOP OF DECK 3" Clr �, TOP OF DECK OVERHANG, SEE NOTE 1 N N 0 2" Clr ~ 11/2" Clr #5 (A 12 Tot 5 max #5 x 4'-6" Q 8 AT BOTTOM OF OVERHANG, SEE NOTE 1 U Y, #6 Q 8 I I #5 x 4'-6" Q 8 SEE BEARING DETAIL SEE BEARING DETAIL M EXISTING f WINGWALL #6 Q B SECTION S—S Q 8, SECTION T—T TootS31RRUPS Y411 - 1'-011 7 Y411 - 1'-011 3'-6" Max L * L * 3'-6" Max AND VARIES i i i AND VARIES CONCRETE #5 Cont Q 12 Tot 4 max BARRIER AT TOP OF OVERHANG #5 Q 8, BUNDLED (TYPE 836 MOD) NOTE 2 #5 Cant Q 12 max WITH #5 F_ Q 8 (BUNDLED) #5 Q 12 Tot ATmBOTTOM OF -TOP OF DECK 3" Clr ax L OVERHANG, SEE NOTE 1 0 2" Clr REMOVE Exist AND-, c CONSTRUCT NEW SLOPE PAVING Exist SLOPE #5 x 4'-6" Q 8 PAVING, #6 Q 8 PROTECT IN PLACE /' /" W4 WELDED WIRE Reinf #5 DRILL AND BOND DOWEL Q 18, IN 5" DEEP HOLE CONNECT TO Exist SLOPE PAVING NOTE: THE CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. Frank Wei - Branch 19 1 DESIGN OVERSIGHT DETAIL SHEET 8/16/202, SECTION W—W Y4" = 1'-ON U N L U M #5 Cant Q 12 Tot 4 max AT TOP OF OVERHANG #5 Cant Q plMaX(BUNDLED)LCL TOP OF DECK L Off CL BARRIER TYPE 836 MOD 836 MOD 732SW DETAILS TYPE SECTION W-W SECTION S-S SECTION T-T AND SECTION X-X L* 7'-9" 12'-6" 7'-9" T 1 2'-01' 1 3,-41' 1 2,-011 * MINIMUM AND VARIES SECTION X—X Y411 = 1'-011 REGISTERED CIVIL ENGINEER DATE 4,0 P1yOFE5gtONq` C72555 PLANS APPROVAL DATE z Xp. 06-30-24 INE SWE OF CALIFORNIA OR ITS BE RE-9WSIBL FOR THE AICF�DR � ,0� NTS 'r1CIVIL SHALLCAL COAFLEIEAESS OF SCAAMED COPIES AF THIS PLAN SHEET. TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO, CA 92108 BEARING PADS = Exist WALL STEM CONCRETE BARRIER (TYPE 732SW) NOTE 2 00 #5 Q 12 Tot 5 max AT BOTTOM OF #6 Q 8 OVERHANG, SEE NOTE 1 #5 x 4'-6" Q 8 SEE BEARING DETAIL LEGEND: — - Existing structure 1 11 x 411 x 611 ELASTOMERIC BEARING PAD 1" EXPANDED POLYSTYRENE BEARING DETAIL V2" = 1'-0" NOTES: 1. Adjust overhang reinforcement to match varying width. 2. For location of "SECTION S-S", SECITON T-T", SECTION W-W" and "SECTION X-X"p see "BARRIER SLAB DETAILS No. 1 sheet. DESIGN D. Kosowdish VE.VMonzon PREPARED FOR THE Kumar Ghosh `n' ".. I LOS ANGELES RIVER BRIDGE (RETROFIT) DETAILS BI cEEcMonzon STATE OF CALIFORNIA 53-0341 Martin PROJECT ENGINEER DEPARTMENT OF TRANSPORTATION POST MILE 7.1 BARRIER SLAB DETAILS; N o . 2 QUANTITIES cEEcMKED D. Kosowdish onzon DATE PLOTTED => 6-SEP-2024 TIME PLOTTED => 15:54 ORIGINAL SCALE I`REEPLANS COUNTY/ROUTE: LA/1 DISREGARD PRINTS BEARING REVISION CAME SHEET OF PILE _> 53-0341-u-misctltlO.tlgn USERNAME _> tylipwll-pMEO 0 1 2 3 PROJECT NUMBER & PHASE: 0718000071 CONTRACT No.: 07-34610t EARLIER REVISION DATES — 11 II 9 7 11�11/I3 1 5 1 E stj COUNTY I ROUTE ITOTAL P #5 (A 6 DRILL & BOND DOWEL IN #5 TOTAL 10 5" DEEP HOLE CONTINUOUS FROM BARRIER c #5 O a 16 (TYPE 836 MOD) w • • O EXISTING CONCRETE #5 I (A 6 w DECK OR FINISH GRADE DRILL & N BOND DOWEL p IN 5" DEEP HOLE 1 72II EWM A—T^k1 I, TOP OF DEC C Exist BACKWALL--, - — - Exist TOP U '� ViROUGHENED TRANSVERSE Reinf -1 L �, SURFACE, — SEE NOTE 2 BRIDGE I- SUPERSTRUCTURE — - - — -- CONCRETE BARRIER TYPE 836 MOD Exist ABUTMENT NOTES: C%, SECTION V—V 1. Existing deck reinforcemet to remain in place. SECTION R-R II = II 1 1 _ 0 2. Roughen existing bridge deck surface before casting II = ._ II L /2 1 0 new concrete against existing concrete. U 3. For details not shown, see B11-52, B11-58, B11-59, �7 B11-59A, B11-79, B11-80, B11-80A. Dimensions may vary with roadway cross slope and with certain thicknesses of surface. See ROADWAY PLANS. 9. For location of "SECTION R-R", SECTION U-U", SECTION V-V", 4. Post anchorage detail shown on B11-52 applies to "SECTION V1-V1","SECTION Y-Y", anchorage on Concrete Barrier Type 836. and SECTION Z-Z", see "BARRIER SLAB DETAILS No. 1" 5. Existing ladder rungs to be removed within limits of sheet. barrier slab only. 6. Existing Ladder rung to be protected in place. 7. Match overhang width at end of "SECTION T-T" shown TOP OF DECK on "BARRIER SLAB DETAILS No. 2" sheet. 5'-61/2" o 8. For curb transition geometry, see ROADWAY PLANS. Reinforcement shown is in addition to reinforcement for "CONCRETE BARRIER (TYPE 732SW)". 5'-611 o 0 ICJ #5 (A 8 #5 (A 12 o c #5 DRILL AND BOND DOWEL CA 8, IN 5" DEEP HOLE �I Exist ABUTMENT NOTE: SECTION U-U THE CONTRACTOR SHALL VERIFY/iLE 1'-0" CONTROLLING FIELD DIMENSIONS BEFORE ORDERING OR FABRICATING ANY MATERIAL. #5 DRILL AND — BOND DOWEL CA 8, IN 5" DEEP HOLE STAGGER #8 Tot 2- TOP OF DECK,, NOTE 1 c 1_ 7'-9" ". NOTE 7 #5 Cont (4 12 Tot 4 max AT TOP OF OVERHANG #5 Cont (A 12 max (BUNDLED) NOTE 8 I:` 10" TOP OF D� #5 Tot 3 \ #6 CA 8 #7F(Al2' i o v E31. ERVA SECTION V1-V1 Y411 = 1'-011 NOTE: For details not shown, see "BARRIER SLAB DETAILS No. 2' sheet. 1/211 TOP OF DECK NOTE 1 O SEE MANHOLE B7-11 1'-0" DETAILS #5 4 8 #5(Al2 -LADDER RUNG, Typ SEE NOTE 6 o c I I � #5 DRILL AND BOND DOWEL (A 8, IN 5" DEEP HOLE Exist ABUTMENT SECTION Y-Y I/211 = 1'-011 NOTE: Detail shown at SW Barrier Slab, SE Barrier Slab similar. CHECKED BRIDGE SUPERSTRUCTURE Exist ABUTMEP REGISTERED CIVIL ENGINEER DATE �O ?,OFESSIC 41, m � C72555 PLANS APPROVAL DATETHE z � xp, ofi-no-z� � VIL SHALL MOT Q4 AGENTS MOT BE AESPGNF SIBL OR THE AICF o I CAL F��tiP COIFLETEAESS a' SCARED COPIES A� THIS PLAN SHEET. TYLin 404 CAMINO DEL RIO SOUTH, SUITE 700 SAN DIEGO, CA 92108 CONCRETE BARRIER(TYPE 732SW) #5]-] CA6 1'/2" C1r SEE ROADWAY PLANS FOR CONDUIT LAYOUT AT ADA RAMP TRANSITION --#5 (A 12 Tot 5 max AT BOTTOM OF OVERHANG #5 x 4'-6" CA 8 #6 (A 12 FG, SEE ROADWAY PLANS Exit BACKWALL 1 '-91/4"± i SECTION Z-Z Y211 = 1'-011 #8 9 -6 Tot 2 3EE MANHOLE 67-11 )ETAILS -ADDER RUNG, Typ, 3EE NOTE 6 Frank Wei - Branch 19 DESIGN D. KOsawdish E. Monzon PREPARED FOR THE LOS ANGELES RIVER BRIDGE (RETROFIT) DESIGN OVERSIGHT DETAILS By CHECKED Kumar Ghosh STATE OF CALIFORNIA 53-0341 1. Martin E. Monzon PROJECT ENGINEER DEPARTMENT OF TRANSPORTATION POST MILE 7.1 BARRIER SLAB DETAILS N O . 3 QUANTITIES DHECKED SIGN OFF DATE D. Kasawdish E. Monzon S7RUCTUgqES DESIGN DETAIL SHEET (ENGLISH) (REVISION 8/16/2021) DATE PLOTTED => 6-5EP-2024 FILE => 53-0341>u miscdt11.dgn TIME PLOTTED => 15:53 ORIGINAL SCALE FORARD USERNAME => tyJipwll-p I`RE�YREDEPLANS O 1 2 3 PROJECT NUMBER & PHASE: 0718000071 COUNTY/ROUTE: LA/1 CONTRACT No.: 07-346101 DISREGS PRINTS BEARING EARLIER REVISION DATES REVISION DATES SHEET OF — I�/ I� 7 II/I//23 16 1 16 07 BE WAN.117�', STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS AND SPECIAL PROVISIONS FOR CONSTRUCTION ON STATE HIGHWAY IN LOS ANGELES COUNTY IN LONG BEACH FROM GOLDEN AVENUE TO HARBOR AVENUE In District 07 On Route 1 Under Bid book dated April 14, 2025 Project plans approved December 20, 2024 Identified by Contract No. 07-346104 07-LA-1-7.0/7.4 Project ID 0718000071 Federal -Aid Project ACBFNH-P001(708) Standard Specifications dated 2024 Standard Plans dated 2024 Bids open Wednesday, June 4, 2025 Dated April 14, 2025 OSD SPECIAL PROVISIONS ORGANIZATION Special provisions are under headings that correspond with the main -section headings of the Standard Specifications. A main -section heading is a heading shown in the table of contents of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not change the paragraph numbering of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION I GENERAL PROVISIONS 1 GENERAL Add to section 1-1.01: Bid Items and Applicable Sections Item code Item description Applicable section 090200 DISPUTE RESOLUTION ADVISOR ON -SITE MEETING 5 090207 HOURLY OFF -SITE DISPUTE -RESOLUTION -ADVISOR -RELATED TASKS 5 999990 MOBILIZATION 9 017460 TEMPORARY BARRIER SYSTEM (MASH TL-3) 12 017759 SALVAGE TEMPORARY BARRIER 12 048559 STRUCTURE EXCAVATION (TYPE Z-2, AERIALLY DEPOSITED LEAD) 19 048361 PIPE PIN 51 048756 MINOR CONCRETE (RAISED MEDIAN ISLAND) 51 048646 CARBON FIBER REINFORCED POLYMER BAR 60 015973 REMOVE LANE SEPARATION SYSTEM 81 015974 LANE SEPARATION SYSTEM 81 048752 CONCRETE BARRIER (TYPE 836 MODIFIED) 83 039162 MODIFYING FIBER OPTIC CABLE SYSTEMS 87 Contract No. 07-346104 10 Replace section 5-1.15 with: 5-1.15 SAFETY REPRESENTATIVE 5-1.15A General Designate an on -site safety representative to superintend project safety for the duration of this Contract. The safety representative may perform other non -safety related work if safety responsibilities are fulfilled. The safety representative must be available after work hours as needed. The safety representative is not required to be on -site during plant establishment period, erosion control establishment period, or temporary suspensions when no other Contract work is being performed. Develop a written site -specific safety program (SSSP) that incorporates known hazards associated with the project. 5-1.15A(1) Submittals Submit a resume of the safety representative before starting work on the project, including education, completed safety training, and safety experience in heavy construction, heavy industrial, or oil and energy industry. Submit a copy of the safety representative's certificate for the Cal/OSHA 30-hour — Cal/OSHA Standards for the Construction Industry or OSHA 510 - OSHA Standards for the Construction Industry training course as an informational submittal. The certificate must include: 1. Name of the entity providing certification 2. Name of the individual receiving certification 3. Date when the certification was provided 4. Expiration date, if applicable Submit a copy of the SSSP as an informational submittal: 1. At least 15 days before starting work 2. At least 48 hours before starting work whenever a revision is made to the SSSP 5-1.15A(2) Quality Assurance 5-1.15A(2)(a) General Not Used 5-1.15A(2)(b) Certifications The safety representative must have completed training and received a certificate of completion for the Cal/OSHA 30-hour - Cal/OSHA Standards for the Construction Industry or OSHA 510 — OSHA Standards for the Construction Industry training course. The safety representative must have one of the following certifications: 1. Certified Safety Professional from the Board of Certified Safety Professionals 2. Construction Health and Safety Technician from the Board of Certified Safety Professionals 3. Occupational Hygiene and Safety Technician from the Board of Certified Safety Professionals 4. Safety Trained Supervisor from the Board of Certified Safety Professionals 5. Safety Trained Supervisor Construction from the Board of Certified Safety Professionals 6. Associate Safety Professional from the Board of Certified Safety Professionals 7. Master Safety Professional from the National Association of Safety Professionals 8. Certified Safety Director from the National Association of Safety Professionals 5-1.15A(2)(c) Qualifications The safety representative must be a competent and qualified person, as defined by Cal/OSHA, and must provide safety oversight on the project. The safety representative must have: 1. At least 3 years of safety experience in heavy construction, heavy industrial, or oil and energy industry 2. Knowledge in the area of safety procedure for all types of work being performed on this project 3. Knowledge of Department specifications and plans, Cal/OSHA policy and procedures, and 8 CA Code of Regs safety requirements Contract No. 07-346104 24 The safety representative must have completed safety training and maintain valid certifications for: 1. First aid 2. Cardiopulmonary resuscitation 5-1.15113 Materials Not Used 5-1.15C Construction The safety representative must be available by: 1. Cellular telephone 2. Two-way radio 3. Mobile internet access The safety representative must 1. Develop the SSSP 2. Conduct the on -site new project orientation for each worker assigned to the project 3. Review the construction work plans for each subcontractor before starting work 4. Conduct or attend pre -planning sessions for high hazard work such as excavations, demolition, confined space entry, falsework, crane hoisting, high -risk utilities such as high-pressure pipelines with fuel or natural gas, and tunneling or boring 5. Conduct weekly job site safety meetings 6. Review work schedules, including subcontractors' work schedules, to ensure adequacy of job hazard analyses and address all safety concerns and issues 7. Ensure safety data sheets are available on -site for all materials and have a hazard communication program for informing workers of material hazards 8. Verify compliance with hazardous waste requirements under section 14-11, including spill prevention and control measures 9. Conduct daily safety inspections of the job site for hazards and compliance with safety requirements in the specifications and 8 CA Code of Regs 10. Report all incidents to the Engineer immediately, including the investigation of any close calls When monitoring the job site, including work zones with certified flaggers or traffic control technicians, take immediate corrective action and notify the Engineer if an imminent danger is identified. If the Engineer determines the safety representative is not meeting the intended duties and responsibilities, you must replace the safety representative within 30 days of written notice from the Engineer. If you need to replace the safety representative, notify the Engineer and provide replacement safety representative resume and required certifications at least 15 days before the replacement. You may submit a secondary safety representative to act on behalf of the designated safety representative during extended shifts, continuous operations, or short-term absences that will not exceed 14 days in duration. The secondary safety representative must meet the same required qualifications and certifications as the designated safety representative. 5-1.15D Payment Not Used Add to the end of section 5-1.20A: During the progress of the work under this Contract, work under the following contracts may be in progress at or near the job site of this Contract: Contract No. 07-346104 25 Coincident or Adjacent Contracts Contract no. County —Route —Post Mile Location Type of work 07-364804 LA-1-4.5/7.1 In Long Beach from Construct ADA curb Temple Avenue to De ramps, sidewalks, and Forest Avenue driveways Undercrossin 07-367004 LA-1-0/11.5 In Long Beach from Construct storm water Orange County Line to BMPs Figueroa Street 07-350404 LA-1-0.2/13.4 At Various Locations Construct communication systems 07-321604 LA-1-0.0/18.0 In Long Beach, Los Cold plane and overlay Angeles, Lomita, and pavement and Torrance from Orange construct curb ramps County Line to Paseo de Ias Delicias Coordinate lane closures and traffic handling with the Engineer and with contractors of coincident or adjacent projects. Potential conflicts may not be limited to the contracts listed above. Replace section 5-1.20D with: 5-1.20D Occupied Improvements within the Right -of -Way Occupied improvements are within the right-of-way at: Parcel Date Available 81932 7/15/2025 81933 7/15/2025 85956 9/15/2025 Access will become available and improvements will be vacated and removed as scheduled above. Do not take any action that will result in unnecessary inconvenience or disproportionate injury to or that is coercive in nature to the occupants of the improvements. Replace section 5-1.20H with: 5-1.20H Relations with Los Angeles County Public Works, Flood Control District 5-1.20H(1) Summary The Contract includes construction within Los Angeles River, within the jurisdiction of Los Angeles County Public Works, Flood Control District. 5-1.20H(2) Permit The Department has obtained a flood construction permit for this work. The permit is available in the Information Handout in the document titled "County of Los Angeles Public Works Permit No. FCDP2023000448". Comply with the requirements in the permit. 5-1.20H(3) Construction Submit 1.) Scaffolding/false work plans to Los Angeles County Public Works Flood Control District for approval. 2.) Shoring plans to Los Angeles County Public Works Flood Control District for review and approval 30 days prior to start of construction, if shoring is required during construction. During the storm season, from October 15 to April 15, construction activities within the river are prohibited. Contract No. 07-346104 26 The contractor shall be extra cautious working in the vicinity of the existing channel for the purpose of completing the abutment retrofit work and rock slope protection removal and replacement work. The contractor shall use hand held and/or smaller equipment when completing this work in order to not cause any structural damage to the channel. Maintain access to existing bikeways/driveways for Los Angeles County Flood Control Maintenance. Ground level work areas below the Los Angeles River Bridge and within the flood control channel are limited to the areas next to the abutments of the Los Angeles River Bridge at the elevations of the top of levee of the flood control channel and within the State right of way. Ground access to these work areas is limited, and equipment, materials, and personnel may need to be lowered from the State highway above to reach these work areas. Where work must take place from under the Los Angeles River and where there is no ground level work area available, a work platform utilizing scaffolding suspended from the bridge must be constructed. The suspended work platform systems must be constructed above the ground using available ground level work areas below the Los Angeles River Bridge as starting points. The contractor shall not store any construction material or equipment inside the channel and shall remove all debris by the end of each working day. Replace section 5-1.201 with: 5-1.201 Relations with US Army Corps of Engineers 5-1.201(1) Summary The Contract includes construction within Los Angeles River, within the jurisdiction of US Army Corps of Engineers 5-1.201(2) Permit The Department has obtained a Section 408 permission for this work. The permit is available in the Information Handout in the document titled "US Army Corps of Engineers Permit No. 408-SPL-2024- 0031 ". Comply with the requirements in the permit. 5-1.201(3) Construction Submit gradation of rock slope protection and permeable material layer to US Army Corps of Engineers for approval prior to acquisition to ensure compliance with US Army Corps of Engineers stone specifications. Add to the end of section 5-1.33: You must use tier 4 interim or tier 4 final engines for off -road diesel -fueled vehicles subject to 13 CA Code of Regs § 2449 instead of the use of lowered tiered engines. However, the requirement to use tier 4 interim or tier 4 final engines does not apply to vehicles registered to operate on public roads when those vehicles are used solely to deliver materials or supplies to the job site. For off -road diesel -fueled vehicles subject to 13 CA Code of Regs§ 2449: At least 15 days before use of vehicles submit an inventory list to the Engineer and tier4@dot.ca.gov for authorization. The list must include the following information for each vehicle: 1.1. Diesel off -road on-line reporting system (DOORS) identification number issued to the vehicle owner by the California Air Resources Board 1.2. Company or agency name associated with the DOORS identification number 1.3. California Air Resources Board issued equipment identification number for the vehicle 1.4. Vehicle product identification number as listed in DOORS 1.5. Corresponding identifying number required in this section 1.6. Serial number 1.7. Vehicle type 1.8. Vehicle manufacturer, model number and model year 1.9. Number of engines as indicated in DOORS Contract No. 07-346104 27 1.10. For each engine: 1.10.1. Serial number 1.10.2. Manufacturer name, model, and model year 1.10.3. Maximum horsepower 1.10.4. EPA issued engine family name 1.10.5. Engine displacement in liters 1.10.6. California Air Resources Board issue executive order for the engine family from the off -road certification database. For the database go to the California Air Resources Board website: https://www.arb.ca.gov/msprog/offroad/cert/cert.php 1.10.7. Emission standard category for the engine family, such as tier 4 interim or tier 4 final 1.10.8. Photograph of the engine label 2. Submit an updated inventory list at least 5 business days before using a vehicle not on the list or replacing a vehicle on the list for authorization. Allow 5 business days for review. Flexibility engines certified under the California Air Resources Board's flexibility program provisions are noncompliant engines unless a previously issued executive order for that engine family indicates the emission standard category is tier 4 interim. You may access these executive orders at the California Air Resources Board website: https://www.arb.ca.gov/msprog/offroad/cert/cert.php For example: Executive Order U-R-002-0747 was issued on March 16, 2020, for Flexibility Program Engine Family Name "DCEXL15.OAAK," a Cummins Inc. 2020 model engine. Executive Order U-R-002- 0592-2 issued on December 30, 2013, for Engine Family DCEXL15.OAAK indicates the "Emission Standard Category" is tier 4 interim. Use of Engine Family "DCEXL 15.OAAK is compliant. If you operate a vehicle that is noncompliant with these requirements, the Department deducts a $2000 penalty for each noncompliant engine for each day of operation. Replace section 5-1.36C(2) with: 5-1.36C(2) Nonhighway Facility Protection The utility information shown is incomplete. Utility location activities must be concurrent with construction activities. Make arrangements with the utility owners to coordinate activities. All existing high priority utilities have not been positively located. 6-1.03113 Submittals 6-1.03B(1) General Not Used AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 6 CONTROL OF MATERIALS Replace section 6-1.03B with: Contract No. 07-346104 28 6-1.03B(2) Work Plan For local material, such as rock, gravel, earth, structure backfill, pervious backfill, imported borrow, and culvert bedding, obtained from a (1) noncommercial source, or (2) source not regulated under California jurisdiction, submit a local material plan for each material at least 60 days before placing the material. The local material plan must include: 1. Certification signed by you and an engineer who is registered as a civil engineer in the State or a professional geologist licensed as a professional geologist by the State stating: I am aware local material from a noncommercial source or a source not regulated under CA jurisdiction must be sampled and analyzed for pH and lead and may require sampling and analysis under section 6-1.03B(3) for other constituents of concern based on the land use history. I am aware that local material sources must not contain ADL at concentrations greater than 80 mg/kg total lead or equal to or greater than 5 mg/L soluble lead as determined by the Waste Extraction Test (WET) Procedures, 22 CA Code of Regs § 66261.24(a)(2) App 11. 1 am aware that a maximum quantity of material may be excavated at the site based on the minimum number of samples taken before excavating at the site under section 6-1.03B(3). 2. Land use history of the local material location and surrounding property 3. Sampling protocol 4. Number of samples per volume of local material 5. QA and QC requirements and procedures 6. Qualifications of sampling personnel 7. Stockpile history 8. Name and address of the analytical laboratory that will perform the chemical analyses 9. Analyses that will be performed for lead and pH 10. Other analyses that will be performed for possible hazardous constituents based on: 10.1. Source property history 10.2. Land use adjacent to source property 10.3. Constituents of concern in the ground water basin where the job site is located The plan must be sealed and signed by an engineer who is registered as a civil engineer in the State or a professional geologist licensed as a professional geologist by the State. If the plan requires revisions, the Engineer provides comments. Submit a revised plan within 7 days of receiving comments. Allow 7 days for the review. 6-1.03B(3) Analytical Test Results At least 15 days before placing local material, submit analytical test results for each local material obtained from a noncommercial source or a source not regulated under CA jurisdiction. The analytical test results must include: 1. Certification signed by an engineer who is registered as a civil engineer in the State or a professional geologist licensed as a professional geologist by the State stating: The analytical testing described in the local material plan has been performed. I performed a statistical analysis of the test results using the US EPA's ProUCL software with the applicable 95 percent upper confidence limit. I certify that the material from the local material source is suitable for unrestricted use at the job site, it has a pH above 5.0, does not contain soluble lead in concentrations equal to or greater than 5mg/I as determined by the Waste Extraction Test (WET) Procedures, 22 CA Code of Regs § 66261.24(a)(2) App 11, does not contain lead in concentrations above 80 mg/kg total lead, is free from all other contaminants identified in the local material plan, and will comply with the job site's basin plan and water quality objectives of the RWQCB. 2. Chain of custody of samples 3. Analytical results no older than 1 year 4. Statistical analysis of the data using US EPA's ProUCL software with a 95 percent upper confidence limit Contract No. 07-346104 29 5. Comparison of sample results to hazardous waste concentration thresholds and the RWQCB's basin plan requirements and water quality objectives for the job site location 6-1.03B(4) Sample and Analysis Sample and analyze local material from a (1) noncommercial source or (2) a source not regulated under CA jurisdiction: 1. Before bringing the local material to the job site 2. As described in the local material plan 3. Under US EPA Test Methods for Evaluating Solid Waste, Physical/Chemical Methods (SW-846) The sample collection must be designed to generate a data set representative of the entire volume of proposed local material. Before excavating at the (1) noncommercial material source or (2) a source not regulated under CA jurisdiction, collect the minimum number of samples and perform the minimum number of analytical tests for the corresponding maximum volume of local material as shown in the following table: Minimum Number of Samples and Analytical Tests for Local Material Maximum volume of imported borrow Minimum number of samples and analytical tests cu d < 5,000 8 5,000-10,000 12 for the first 5,000 cu yd plus 1 for each additional 1,000 cu yd or portion thereof 10,000-20,000 17 for the first 10,000 cu yd plus 1 for each additional 2,500 cu yd or portion thereof 20,000-40,000 21 for the first 20,000 cu yd plus 1 for each additional 5,000 cu yd or portion thereof 40,000-80,000 25 for the first 40,000 cu yd plus 1 for each additional 10,000 cu yd or portion thereof > 80,000 29 for the first 80,000 cu yd plus 1 for each additional 20,000 cu yd or portion thereof Do not collect composite samples or mix individual samples to form a composite sample. Analyze the samples using the US EPA's ProUCL software with a 95 percent upper confidence limit. All chemical analysis must be performed by a laboratory certified by the SWRCB's Environmental Laboratory Accreditation Program (ELAP). The analytical test results must demonstrate that the local material 1. Is not a hazardous waste 2. Has a pH above 5.0 3. Has an average total lead concentration, based upon the 95 percent upper confidence limit, at or below 80 mg/kg 4. Is free of possible contaminants identified in the local material plan 5. Complies with the RWQCB's basin plan for the job site location 6 Complies with the RWQCB's water quality objectives for the job site location Contract No. 07-346104 30 6-1.03C Local Material Management Do not place local material until authorized. If the Engineer determines the appearance, odor, or texture of any delivered local material suggests possible contamination, sample and analyze the material. The sampling and analysis is change order work unless (1) hazardous waste is discovered or (2) the analytical test results indicate the material does not comply with section 6-1.03B(3). Dispose of noncompliant local material at an appropriately permitted CA Class I, CA Class II or CA Class III facility. You are the generator of noncompliant local materials. Replace section 6-1.04 with: 6-1.04 BUY AMERICA 6-1.04A General Buy America requirements do not apply to the following: 1. Tools and construction equipment used in performing the work 2. Temporary work that is not incorporated into the finished project 6-1.04B Crumb Rubber (Pub Res Code § 42703(d)) Furnish crumb rubber with a certificate of compliance. Crumb rubber must be: 1. Produced in the United States 2. Derived from waste tires taken from vehicles owned and operated in the United States 6-1.04C Steel and Iron Materials Steel and iron materials must be melted and manufactured in the United States except: 1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials 2. If the total combined cost of the materials produced outside the United States does not exceed the greater of 0.1 percent of the total bid or $2,500, the material may be used if authorized Furnish steel and iron materials to be incorporated into the work with certificates of compliance and certified mill test reports. Mill test reports must indicate where the steel and iron were melted and manufactured. All melting and manufacturing processes for these materials, including an application of a coating, must occur in the United States. Coating includes all processes that protect or enhance the value of the material to which the coating is applied. 6-1.04D Manufactured Products Iron and steel used in precast concrete manufactured products must meet the requirements of section 6- 1.04C regardless of the amount used. Iron and steel used in other manufactured products must meet the requirements of section 6-1.04C if the weight of steel and iron components constitute 90 percent or more of the total weight of the manufactured product. Contract No. 07-346104 31 6-1.04E Construction Materials The following construction materials must be produced in the United States under standards in 2 CFR 184.6: 1. Non-ferrous metals 2. Plastic and polymer -based products such as: 2.1. Polyvinylchloride 2.2. Composite building materials 3. Glass 4. Fiber optic cable including drop cable 5. Optical fiber 6. Lumber 7. Engineered wood 8. Drywall All manufacturing processes for these materials as defined in 2 CFR 184.6 must occur in the United States. Furnish construction materials to be incorporated into the work with certificates of compliance with each project delivery. Manufacturer's certificate of compliance must identify where the construction material was manufactured and attest specifically to compliance with its 2 CFR 184.6 standard. Minor additions of articles, materials, supplies, or binding agents to these construction materials do not change the categorization of the construction material. Add to section 6-1: 6-1.08 ENVIRONMENTAL PRODUCT DECLARATIONS FOR HOT MIX ASPHALT AND CONCRETE Section 6-1.08 includes specifications for environmental product declarations for hot mix asphalt and concrete materials and products. See section 6-1.06B for definitions. For projects with bid opening dates after February 1, 2025, with a total bid over $1 million and 175 or more original working days, materials or products specified in the following table require facility -specific, product stage, environmental product declarations as informational submittals: Material or product Material specifications Hot mix asphalts Section 39-2, "Hot Mix Asphalt" Excludes RHMA, OGFC, and BWC materials. Concrete Section 28-2, "Lean Concrete Bases," Section 28-3, "Rapid Strength Concrete Base," Section 28-4, "Lean Concrete Base Rapid Setting," Section 28-5, "Concrete Base," Section 40, "Concrete Pavement," Section 47-5, "Type 6 Retaining Walls," Section 49-3, "Cast -In -Place Concrete Piling," Section 49-4, "Steel Soldier Piling," Section 51, "Concrete Structures," Section 58-2, "Masonry Block," Section 73, "Concrete Curbs and Sidewalks," Section 83, "Railings and Barriers," and Section 99, "Building Construction." Excludes volumetric -proportioned rapid strength concrete and Section 90-4 PC concrete members. sFor each hot mix asphalt plant providing 2,250 tons or more on the project by job mix formula. bFor each concrete plant providing 250 cubic yards or more on the project by mix design. The requirements in section 6-1.08 do not apply to seasonal plants operating fewer than 6 months per year. The requirements in section 6-1.08 do not apply to informal -bid contracts. Contract No. 07-346104 32 For product category rules for hot mix asphalt or concrete, go to the METS website. Use the product category rule in effect on the date of bid opening unless otherwise authorized. An environmental product declaration for hot mix asphalt or concrete is not required for either of the following conditions: 1. Applicable product category rule has expired without replacement as of the bid opening date. 2. Applicable product category rule was issued less than 50 days before the bid opening date. Immediately notify the Engineer if a program operator has determined their product category rule does not allow for development of a facility -specific environmental product declaration. Include written correspondence from the program operator with your notification to the Engineer. If the Engineer determines the development of a facility -specific environmental product declaration cannot be achieved, an environmental product declaration will not be required for that material or product. You must register on the Department's Data Interchange for Materials Engineering (DIME) at least 15 days before submitting environmental product declarations. Follow the registration process at: https://dime.dot.ca.gov/ Within 30 days of initial placement of each applicable material or product, submit a facility -specific, product stage, environmental product declaration informational submittal to DIME and provide proof of submission in PDF file format to the Engineer. The DIME entry information must include intended use of materials and estimated quantities of materials to be used as represented by the environmental product declaration. Failure to provide a required environmental product declaration informational submittal will result in a $6,000 performance failure withhold for each missing declaration. The Department returns the withhold within 30 days after receipt of the compliant declaration if submitted prior to Contract acceptance. Withholds become permanent deductions if the declaration is not submitted before Contract acceptance. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Replace Section 7-1.02C with: Submit to the Department the following certifications before performing the work: I am aware of the emissions reduction regulations being mandated by the California Air Resources Board. I will comply with such regulations before commencing the performance of the work and maintain compliance throughout the duration of this contract. I am aware of the requirements to use tier 4 interim or tier 4 final engines under section 5-1.33 and I will comply with the requirements. I am aware that the Department deducts a $2,000 penalty for each noncompliant engine for each day of operation. Contract signing constitutes submittal of these certifications. Replace section 7-1.02K(6)(e) with: 7-1.02K(6)(e) Scaffolding 7-1.02K(6)(e)(i) General Section 7-1.02K(6)(e) applies to scaffolding constructed: 1. Over traffic 2. On or suspended from a bridge 3. Within a distance equal to the scaffolding height plus 6 feet from the edge of a traveled way open to traffic Contract No. 07-346104 33 Section 7-1.02K(6)(e) does not apply to scaffolding at sound walls, retaining walls, and buildings. Submit 6 copies of scaffolding shop drawings and 1 copy of scaffolding calculations. The shop drawings and calculations must be sealed and signed by: 1. Engineer who is registered as a civil engineer 2. Independent checker who is: 2.1. Registered as a civil engineer in the State 2.2. Not employed by the same entity that prepared the drawings or calculations The shop drawings must include: 1. Descriptions, calculations, and values for loads anticipated during scaffolding erection, use, and removal. 2. Methods and equipment for erecting, moving, and removing scaffolding. 3. Design details, including bolt layouts, welding details, and connections to existing structures. 4. Stress sheets showing summary of computed stresses in the scaffolding and in the connections between the scaffolding and existing structures. The computed stresses must include the effects of erection, movement, and removal of the scaffolding. 5. If manufactured scaffolding is used, include the manufacturer's: 5.1. Name, address, and telephone number 5.2. Written design load capacities for the scaffolding Welding must comply with AWS D1.1 for steel and AWS D1.2 for aluminum. 7-1.02K(6)(e)(ii) Bridge Scaffolding 7-1.02K(6)(e)(ii)A General Section 7-1.02K(6)(e)(ii) applies to construction loads, including scaffolding constructed on or suspended from a bridge. Construction loads include scaffolding, construction equipment, personnel, and material. Construction loads must not exceed the available bridge load capacity of the existing bridge members. The available bridge load capacity in excess of the vehicular live load demand is represented by the moment and shear envelopes generated by applying the uniform load shown in the following table on the deck surface across the entire bridge width and length: Bridge Available bridge uniform load Bridge HL-93 live load demand Percentage of No. of LL number (unfactored) width (ft) HL-93 design HL-93 (lb/sq ft) load % lanes 53-0341 65 85.75 74 5 Calculations must include: 1. Proposed construction loading plan and weights of each scaffolding construction component. 2. Detailed descriptions of the construction loading distribution to the girder system. Treat construction loads distributed to the girders and other components of the girder system as dead load. Include additional loads imposed on the existing structure during: 2.1. Scaffolding erection, movement, and removal 2.2. Construction while scaffolding is in place or being moved 3. Moment and shear construction load demand envelope at each bridge girder, stringer, and floor beam, if applicable. 4. Moment and shear demand envelope of each bridge girder based on the uniform load that represents the available bridge load capacity. Treat the uniform loading distribution as dead load. 5. Comparison of the construction demand versus available bridge uniform load demand envelopes. 6. Evaluations on the adequacy of the existing bridge components at and near the scaffolding attachment points to support the construction loading, including: Contract No. 07-346104 34 6.1. Scaffolding 6.2. Construction equipment and personnel 6.3. Materials Construction loads must not exceed the load -carrying capacity of the existing members. Determine the capacity of the existing members under AASHTO LRFD Bridge Design Specifications with California Amendments, latest edition. For steel structures, perform Strength I and Service II analysis. For reinforced and prestressed concrete structures, perform Strength I analysis. Use the load modifier, n;, shown in the following table: Bridge no. Member type Load Modifier, n; 53-0341 Girder 1.0 Instead of determining the capacity of the existing members under AASHTO LRFD Bridge Design Specifications with California Amendments, you may submit member moment and shear demand comparison showing the construction load demand does not exceed the member moment and shear demands of the available uniform load. 7-1.02K(6)(e)(ii)B Truss -Type Bridges Not Used Replace Section 7-1.02K(6)0)(iii) with: 7-1.02K(6)0)(iii) Unregulated Earth Material Containing Lead Section 7-1.02K(6)(j)(iii) includes specifications for handling, removing, and disposing of unregulated earth material containing lead. Management of this material exposes workers to health hazards that must be addressed in your lead compliance plan. This material contains average lead concentrations below 80 mg/kg total lead and below 5 mg/L soluble lead and is not regulated by DTSC as a hazardous substance or a hazardous waste. This material does not require disposal at a permitted landfill or solid waste disposal facility. The RWQCB has jurisdiction over reuse of this material at locations outside the job site limits. Manage regulated earth material containing lead under sections 14-11.08 and 14-11.09. Unregulated earth material containing lead is present on the job site at the following locations: Location Element of work Depth Curb 1 and Curb 3 along Route 1 Curb Ramp upgrade 0' to 1' Temporary Construction Soil excavation as necessary to 0' to 9.5' Easement/Highway Easement access construction work Northeast of Route 1 Temporary Construction Soil excavation as necessary to 0' to 2.5' Easement/Highway Easement access construction work Southwest of Route 1 Unregulated earth material exists throughout the job site. Lead is typically found within the top 2 feet of material within the highway. Reuse all of the excavated material on the right-of-way. Unregulated earth material containing lead has been detected to a depth of 9.5' within the job site. Unregulated levels of lead found range from less than 1.20 to 55.0 mg/kg total lead with an average concentration of 21.51 mg/kg total lead as analyzed by EPA test method 6010 or EPA test method 7000 series and based upon a 95 percent upper confidence limit. Unregulated levels of lead on the job site have a predicted average soluble concentration of 0.367 mg/L as analyzed by the California Waste Extraction Test and based upon a 95 percent upper confidence limit. Contract No. 07-346104 35 Handle the material under all applicable laws, rules, and regulations, including those of the following agencies: 1. Cal/OSHA 2. CA RWQCB, Region 4, Los Angeles 3. South Coast AQMD If unregulated material is disposed of: 1. Submit at least 15 days before disposal, the form titled "Agreement between a Contractor Working on State Facilities and a Real Property Owner for Disposing Construction -related Material Suitable for Use on Residential Zoned Property" which discloses the lead concentration of the material to the receiving property owner and obtains authorization for disposal on the property. Give a copy of the signed form to the property owner. 2. You are responsible for any additional sampling and analysis required by the receiving property owner. If you choose to dispose of unregulated material at a commercial landfill: 1. Transport it to a Class III or Class II landfill appropriately permitted to receive the material 2. You are responsible for identifying the appropriately permitted landfill to receive the material and for all associated trucking and disposal costs, including any additional sampling and analysis required by the receiving landfill Delete the 24th paragraph of section 7-1.04. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 8 PROSECUTION AND PROGRESS Replace the row for Schedule in the table in the 2nd paragraph of section 8-1.03 with: Schedule I Baseline schedule and weekly statement of working da s re ort Replace section 8-1.04C with: 8-1.04C Delayed Start Section 8-1.0413 does not apply. Start job site activities within 55 days after receiving notice that the Contract has been approved by the Attorney General or the attorney appointed and authorized to represent the Department. Do not start job site activities until the Department authorizes or accepts your submittal for: 1. CPM baseline schedule 2. WPCP or SWPPP, whichever applies 3. Notification of DRA or DRB nominee and disclosure statement 4. Contingency plan for opening closures to traffic 5. SSPC QP certifications You may enter the job site only to measure controlling field dimensions and locate utilities. Contract No. 07-346104 36 Do not start other job site activities until all the submittals from the above list are authorized or accepted and the following information is received by the Engineer: 1. Notice of Materials To Be Used form. 2. Written statement from the vendor that the order for the sign panels has been received and accepted by the vendor. The statement must show the dates that the materials will be shipped. 3. Written statement from the vendor that the order for electrical material has been received and accepted by the vendor. The statement must show the dates that the materials will be shipped. 4. Written statement from the vendor that the order for column casings has been received and accepted by the vendor. The statement must show the dates that the materials will be shipped. You may start job site activities before the 55th day after Contract approval if you: 1. Obtain specified authorization or acceptance for each submittal before the 55th day 2. Receive authorization to start Submit a notice 72 hours before starting job site activities. If the project has more than 1 location of work, submit a separate notice for each location. Replace the 4th and 5th paragraphs of section 8-1.05 with: The Engineer issues a weekly statement of working days report by the end of the following week. If you disagree with a weekly statement of working days report, submit an RFI within 5 business days of receipt of the report. The weekly statement of working days report shows: 1. Working days and non —working days during the reporting week 2. Time adjustments 3. Calculations of work completion dates, including working days remaining 4. Controlling activities Delete the 6th paragraph of section 8-1.05. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 9 PAYMENT Replace the 1 st paragraph of section 9-1.11 D with: For progress payments, the total work completed for the TRO bid item is the number of working days shown for the pay period on the weekly statement of working days report. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn DIVISION II GENERAL CONSTRUCTION 10 GENERAL Replace section 10-1.03 with: 10-1.03 TIME CONSTRAINTS You may work within drainage channels only from April 16 to October 14 of any year. Contract No. 07-346104 37 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 11 WELDING Add between the 3rd and 4th paragraphs of section 11-1.07: Digital radiography specified under clause 8.16.1.1 of AWS D1.1 and clause 8.10.1.1 of AWS D1.5 is not allowed. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn fiIPMI=1►ViIa*]:7_1:raI:7_1aa[dd9]01111Z1911 Add to section 12-3.11 B(5)(b): Provide two C50B(CA) construction project funding identification signs. Legend for the type of project must be one line and read as follows: BRIDGE MAINTENANCE Legend for the year of completion on project funding sign must read as follows: YEAR OF COMPLETION 2028 Replace section 12-3.20 with: 12-3.20 TEMPORARY BARRIER SYSTEMS 12-3.20A General 12-3.20A(1) Summary Section 12-3.20 includes specifications for placing, maintaining, repairing, and removing temporary barrier systems. Temporary barrier system Type K temporary railing is not allowed. Value engineering change proposals for the use of Type K temporary railing are not allowed. Temporary barrier system consists of: 1. New or undamaged used interconnected barrier segments 2. Segment connection hardware 3. Stakes and anchor bolts 12-3.20A(2) Definitions approach zone: The area immediately upstream of the work area and buffer space. clear area width: Minimum width throughout the length of the barrier system that must be maintained clear of obstructions, objects, and work resources during non -working hours. The width is measured perpendicular from the non -traffic side toe. departure zone: The area past the work area and the trailing end of the construction area. set back distance: Space measured between the closest toe of temporary barrier and the edge of traveled way for each direction of traffic. height differential: May be an excavation, a downward slope greater than 4:1, or a difference in elevation. The height differential is measured down from the top of pavement. Contract No. 07-346104 38 12-3.20A(3) Submittals Submit as informational submittal for each type of temporary barrier system: Certificate of compliance. Manufacturer's installation instructions except for temporary concrete barriers with loop and pin and temporary concrete barriers with cross bolt. Manufacturer's concrete QC test results and daily production log of precast concrete activities, through the Data Interchange for Materials Engineering (DIME) website. For QC test results, use project identifier 88887 in the DIME sample record. QC test results must include the concrete mix design number, barrier stamped ID, and must be submitted within 3 business days of QC test completion. Submit test reports for cross bolts that certify compliance with the applicable ASTM requirements. The test reports must be from a laboratory that is accredited to International Standards Organization/International Electrotechnical Commission 17025 by the American Association for Laboratory Accreditation (A2LA) or the ANSI-ASQ National Accreditation Board. Submit a signed manufacturer's replacement evaluation report within 10 days of damage to a temporary steel barrier system. 12-3.20A(4) Quality Assurance 12-3.20A(4)(a) General Temporary barrier systems must comply with MASH Test Level 3. Except for temporary concrete barriers with loop and pin and temporary concrete barriers with cross bolt, temporary barrier systems must: 1. Be on the Authorized Materials List for highway safety features 2. Comply with the manufacturer's drawings shown on the Department's Division of Safety Programs website and the manufacturer's installation instructions If a discrepancy exists, governing ranking in descending order is: 1. These specifications 2. Manufacturer's drawings 3. Manufacturer's installation instructions QC sampling, testing, and inspection personnel must have an ACI Concrete Field -Testing Technician, Grade 1 certification. Temporary concrete barrier segments must: 1. Comply with the requirements for tier 3 precast concrete in section 90-4 2. Be fabricated at a plant on the Authorized Facility Audit List Contract No. 07-346104 39 Concrete must be sampled and tested as shown in the following table. Concrete QC Tests Quality characteristic Test method Minimum testing frequency Compressive strength ASTM C172/C172M, ASTM C31/C31 M, and Once per 300 cu yd of concrete cast, or ASTM C39/C39M every day of casting, whichever is more frequent Slump ASTM C143/C143M Temperature at time of mixing ASTM C1064/C1064M Density ASTM C138 Once per 600 cu yd of concrete cast or every 7 days of batching, whichever is more frequent Air content ASTM C231/C231 M or If concrete is air entrained, once for ASTM C173/C173M each set of cylinders, and when conditions warrant A daily production log of precast concrete activities must be maintained under section 90-4.01C(4). 12-3.20A(4)(b) Quality Control Replace damaged temporary concrete barrier segments with exposed reinforcing steel or concrete spalls 1-1/2 inches in depth and 4 inches in width or greater. Repair minor damage under section 51-1.03F(2), for temporary concrete barriers with loop and pin and temporary concrete barriers with cross bolt. Replace damaged temporary steel barrier segments with permanent bends, tearing, or buckling as described in the signed manufacturer's replacement evaluation report. Realign temporary barrier system within 2 days of impact or displacement when displaced more than 3 inches except when the temporary barrier system is displaced into a traveled lane realign immediately. 12-3.20B Materials 12-3.20B(1) General Temporary barrier segment must: 1. Be a minimum 31-1/2 inches in height 2. Have at least two lifting holes 3. Be designed to be used with temporary traffic screen when required Temporary barrier segment may have your name or logo on each barrier segment. The name or logo must be no more than 4 inches in height and must be located no more than 12 inches above the bottom of the barrier segment. 12-3.20B(2) Temporary Concrete Barriers 12-3.20B(2)(a) General Temporary concrete barrier segment must: 1. Be precast concrete with a minimum 5,000-psi compressive strength. 2 Have reinforcement steel that complies with section 52. 3. Have a finished surface that complies with section 51-1.03F(2). 4. Include the manufacturer's name, lot number, and month and year of manufacture stamped on the top of each barrier segment. The stamped information must be: 4.1. No more than 6 inches in height. 4.2. From 3/16 to 1/4 inch in depth. 4.3. Centered on the top width of the barrier segment. 5. Use one of the following segment connections: 5.1. Loop and pin 5.2. "J" hook 5.3. Cross bolt 6. Comply with the tolerances shown in the following table: Contract No. 07-346104 40 Precast Barrier Tolerances Dimension Tolerance ± in 1 -Length Insert placement in 1/2 Horizontal alignment in 1/8 per 10 feet of length Deviation of ends (in): Horizontal skew Vertical batter 1/4 1/8 per foot of depth Reinforcement steel must: 1. Comply with ASTM A615 or ASTM A706, Grade 60 2. Be galvanized under section 52-3, when required Combinations of reinforcing steel and welded wire reinforcement are allowed. Welded wire reinforcement must comply with ASTM A1064. Stake must: 1. Comply with ASTM A36/A36M-14 or ASTM A529-14, Grade 50 2. Be 1-1/2 inches in diameter and 36 inches long, except "J" Hook must be 48 inches long 3. Have a plate 1/2-by-3-1/2-by-3-1/2-inch welded 2 inches down from the upper end using a 3/8-inch fillet weld under AWS D1.1 or D1.4 Anchor bolt must: Be a bolt or threaded rod 1-1/8 inches in diameter Comply with ASTM A307 Include a 1/2-by-3-1/2-by-3-1/2-inch plate washer: 3.1. With a 1-3/8-inch diameter hole in the center 3.2. Complying with ASTM A36/A36M 3.3. Galvanized post fabrication under section 75-1.02B Threaded rod must include a nut complying with ASTM A563. Anchor steel plate must: 1. Be 1/2 inch thick 2. Comply with ASTM A572, Grade 50 3. Be galvanized post fabrication under section 75-1.02B Chemical adhesive must be on the Authorized Materials List for chemical adhesives and must be for a threaded rod at least 1 inch in diameter. 12-3.20B(2)(b) Temporary Concrete Barriers with Cross Bolt Cross bolt hardware includes: 1. Cross bolt 2. Nut complying with ASTM A563 3. Hardened washer complying with ASTM F436, Type 1 4. Plate washer complying with ASTM A36/A36M and galvanized post fabrication under section 75- 1.02 B Cross bolt must: 1. Be a 7/8-inch bolt or threaded rod and comply with one of the following: 1.1. HS threaded rod ASTM A193, Grade B7 1.2. HS threaded rod ASTM A449, Type 1 1.3. HS nonheaded anchor bolt ASTM F1554, Grade 105, Class 2A 2. Have a permanent grade symbol and manufacturer's identifier Contract No. 07-346104 41 12-3.20B(2)(c) Temporary Concrete Barriers with Loop and Pin 12-3.20B(2)(c)(i) General Not Used 12-3.20B(2)(c)(ii) Temporary Barrier Systems CAL F-23 Connecting loop must: 1. Be a steel bar 3/4 inch in diameter 2. Comply with ASTM A36/A36M, cold roll 3. Be galvanized after fabrication Connecting pin must: 1. Comply with ASTM A449 2. Be forged, no welds 3. Bel -inch in diameter and a minimum 30-1/4-inch long 4. Be galvanized under ASTM F2329 and A153 12-3.20B(2)(d) Temporary Concrete Barriers with "J" Hook "J" hook must: 1. Comply with ASTM A36/A36M 2. Be 3/8-inch-thick steel plate 3. Be a minimum 18 inches in height Anchor hardware must include 1. Anchor bolt insert 1 inch in diameter and 6 inches long 2. Hex head bolt 1 inch in diameter with a minimum length of 11 inches plus thickness of asphalt overlay 3. 3/8-by-3-by-3-inch plate washer 4. Retainer ring 12-3.20B(3) Temporary Steel Barriers Temporary steel barrier segment must: 1. Be galvanized steel. 2. Have a joint connection. 3. Include permanent identification information with no more than 6 inches in height and 12 inches in length and centered on the top width of the segment. The identification information must include: 3.1. Manufacturer's name 3.2. Serial number 3.3. Lot number 3.4. Month and year of manufacture Temporary steel barrier 19-foot segment must be filled to a depth of 11-13/16 inches with concrete ballast. 12-3.20C Construction 12-3.20C(1) General Install the minimum length of application for temporary barrier systems, including: 1. Approach zone 2. Work area 3. Departure zone Clean temporary barrier segments at time of installation and at least every 6 months thereafter. Install temporary barrier systems based on the requirements shown in the following table: Contract No. 07-346104 42 You may remove sand -filled modules during the work shift for access to the work area if the exposed fixed obstacle is 15 feet or more from the nearest lane carrying traffic. Reset the modules before the end of the work shift. A lateral move of a temporary crash cushion module is change order work if ordered and the repositioning is not shown. Remove sand -filled temporary crash cushion modules, including sand, pallets or frames, and marker panels, at Contract acceptance. 12-3.22D Payment The payment quantity does not include: 1. Temporary crash cushions placed for public safety 2. Modules placed in excess of the number described Add between the 9th and 10th paragraphs of section 12-3.32C: Start displaying the message on the sign 5 minutes before closing the lane or shoulder or when directed by the Engineer. Add to section 12-4.02A(2): special day: Martin Luther King Jr Day Add between the 1st and 2nd paragraphs of section 12-4.02A(3)(c): Submit a contingency plan for each of the following activities: 1. Striping 2. Falsework erection or removal, including adjustments 3. Carbon -fiber reinforced polymer bar installation 4. Demolition portions of bridge 5. Rapid setting concrete activities 6. Scaffolding erection and removal Add to the end of the 1st paragraph of section 12-4.02C(1): except for work shown on the stage construction and traffic handling plans Add to the end of section 12-4.02C(1): Keep the full width of the ramp traveled way open for use by traffic on designated holidays and special days. Add to the end of section 12-4.02C(3)(a): Personal vehicles of your employees must not be parked within the highway. If work vehicles or equipment is parked on the shoulder within 3 feet of a traffic lane at Route 1, close the shoulder area with fluorescent -orange traffic cones or portable delineators. Place the cones or delineators on a taper in advance of the parked vehicles or equipment and along the edge of the traveled way at 25- foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. Use at least 9 cones or delineators for the taper. Place advance warning signs as specified in section 12-4.02C(8). Contract No. 07-346104 49 Replace section 12-4.02C(3)(d) with: 12-4.02C(3)(d) City Street Closure Requirements Do not perform work on city streets that interferes with traffic from 0600 to 0830 or from 1530 to 1900 hours. You may completely close De Forest Avenue during the hours shown on chart no. M1 for falsework installation and removal and girder erection. When De Forest Avenue is completely closed, provide at least two R11-2/M4-10 and SC3(CA) signs for each street closure. Submit detour plans for Engineer's approval with the signing systematically directing residents around the street closure. Keep the full width of the city traveled way open for use by traffic on designated holidays. Provide at least 5 days written notice to each affected property before closing or partially closing any driveway or pedestrian access. Post "Temporary No Parking" signs at least 48 hours in advance of the first date of work and the required enforcement. If work is to begin on either a Monday or Tuesday, post the signs on a Friday. Each sign must include text indicating begin and end dates and the hours in effect. Show "Tow -Away" and "No Parking" on each post. Mount the signs on either 1 by 2 inches by 3 feet high wood stakes, Type II barricades, or 39-inch high delineators. Space signs at approximately 100 feet intervals on the effected side(s) of the street. Do not post signs on trees, traffic signal poles, utility poles, street lights, or any other street furniture. Professionally made signs are to be made of moisture -resistant, heavy duty cardboard or other approved material. Maintain and keep the signs free of graffiti. Remove any sign that becomes illegible and replace within 24 hours. Restrict parking only for the minimum time necessary to complete on -going work. Remove and repost "Temporary No Parking" signs when work will be delayed for more than 5 consecutive days, or if the work must go beyond the end date shown on the signs, or otherwise directed by the Engineer. Maintain signs through the day of work and remove on or within 1 calendar day of the completion of work. Place a PCMS at least 7 days before the date of the first planned lane closure at each approach to the work area along Route 1. PCMS must remain until completion of work at each location of construction. Display the following message: "ROAD / WORK — MM-DD / TO / MM-DD — EXPECT / DELAYS" Replace section 12-4.02C(3)(e) with: 12-4.02C(3)(e) Closure Restrictions for Special Events and Venues Do not work from 1800 on Halloween to 0600 the following day. Contract No. 07-346104 50 Replace section 12-4.02C(3)(f) with: 12-4.02C(3)(f) Closure Restrictions for Designated Holidays and Special Days Closure restrictions for designated holidays and special days are shown in the following table: Lane Closure Restrictions for Designated Holidays and Special Days Thu Fri Sat Sun Mon Tues Wed Thu Fri Sat Sun Mon x H xx xx xx H xx xx xx H xx SD xx xx H xx x H xx x H xx xx xx TH xx xx xx xx Legend: Refer to chart no. K1. x The full width of the traveled way must be open for use by traffic by 0600. xx The full width of the traveled way must be open for use by traffic. H Designated holiday TH Thanksgiving Da SD Special day Contract No. 07-346104 51 Replace section 12-4.02C(3)6) with: 12-4.02C(3)0) Complete Ramp Closure Hour Charts Comply with the requirements and hours for the complete ramp closure shown in the following charts: Chart No. J1 Complete Ramp Closure Hours County: LA Route/Direction: 710/NB Closure limits: Off -ramp to SB Rte 1 Hour 00 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Mon— Thu C C C C C C S S S C C C C C C S S S S C C C C C Fri C C C C C C S S S C C C C C C S S S S C C C C C Sat C C C C C C C C C C C C C C C C C C C C C C C C Sun C C C C C C C C C C C C C C C C C C C C C C C C Legend: C Ramp may be closed completely. S Shoulder closure is allowed (right/left). REMARKS: The full width of the traveled way must be open for use by traffic when construction activities are not actively in progress. Chart No. J2 Complete Ramp Closure Hours County: LA Route/Direction: 710/NB Closure limits: Off -ramp to NB Rte 1 Hour 00 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Mon— Thu C C C C C C S S S C C C C C C S S S S C C C C C Fri C C C C C C S S S C C C C C C S S S S C C C C C Sat C C C C C C C C C C C C C C C C C C C C C C C C Sun C C C C C C C C C C C C C C C C C C C C C C C C Legend: C Ramp may be closed completely. S Shoulder closure is allowed (right/left). REMARKS: The full width of the traveled way must be open for use by traffic when construction activities are not actively in progress. Contract No. 07-346104 52 Chart No. J3 Complete Ramp Closure Hours County: LA Route/Direction: 710/NB Closure limits: On -ramp from SB Rte 1 Hour 00 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Mon— C C S S S S S S S S S S S S C C C C Thu Fri C C tcC tcC S S ICC S S S S S S S S S S C C C C Sat C C C C S S S S S S S C C C C C C C Sun C C C C C C C C C C C C C C C C C C Legend: C Ramp may be closed completely. S Shoulder closure is allowed (right/left). REMARKS: Detour traffic to continue south on Rte 1; north on Long Beach Blvd; west on Willow St to the on -ramp to NB Rte 710. Post at least 19 special portable freeway detour signs, SP-2, along the detour route and remove the signs at the end of each closure. The full width of the traveled way must be open for use by traffic when construction activities are not actively in progress. Contract No. 07-346104 53 Replace section 12-4.02C(3)(m) with: 12-4.02C(3)(m) City Street Closure Hour Charts Comply with the requirements for a complete city street closure shown in the following chart: Chart No. M1 Complete City Street Closure Hours Location: De Forest Ave Direction: NB/SB Closure limits: At Rte 1 Hour 00 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Mon— C C C C C C N N NC C C C C C C N N C C C C C Thu Fri C C C C C C N N NC C C C C C C tNN N N C C C C C Sat C C C C C C C C C C C C C C C C C C C C C C Sun C C C C C C C C C C C CCC C C C C C C C Legend: C Street may be closed. N No work is allowed. REMARKS: The number of through traffic lanes in each direction of travel is 1. Any work after 1900, Monday through Saturday, and all -day Sunday, will require a special noise abatement permit with the City of Long Beach — Department of Health and Human Service. The full width of the traveled way must be open for use by traffic when construction activities are not actively in progress. Replace item 2 in the list in the 2nd paragraph of section 12-4.02C(4) with: 2. Installation, maintenance, or removal of Category 1 and Category 2 traffic control devices and when using impact attenuator vehicles Replace 3rd paragraph of section 12-4.02C(4) with: For time periods at the beginning or end of work when the lane requirement charts do not allow the closure of the adjacent traffic lane, the following construction activities are allowed without a buffer lane: Parking, positioning, loading, unloading vehicles, or storing equipment or materials necessary for the work being performed. Placing, removing or maintaining paving marking or pavement markers. Operations not performed by workers on foot such as planing, sweeping, applying a tack coat, or operating a crane. Operations where workers on foot are protected, at each work location, within the same closure by an impact attenuator vehicle in the lane adjacent to live traffic. Replace the 1st paragraph of section 12-4.02C(7)(a) with: Control traffic using stationary closures, except you may use a moving closure during traffic striping and pavement marker placement using a bituminous adhesive. Do not use a moving lane closure when grinding for recessed striping and recessed markers. Add to the end of section 12-4.02C(7)(b): For multilane freeway lane closures, do not place the 2L tangent section shown along lane lines between the lane closure tapers. Contract No. 07-346104 59 Replace the paragraphs of section 12-4.02C(8)(b) with: If a ramp closure is allowed, post a special advance notice publicity sign, SP-1, at an authorized location at least 7 days before the ramp closure. For each on -ramp closed and a ramp lane requirement chart is not included, post at least 7 special portable freeway detour signs, SP-2, as shown along the detour route and remove them at the end of each closure. If 2 or more consecutive on -ramps are allowed or specified to be closed, install special portable signs, SP-4, as shown for the entrance ramp closures. The Department does not pay for furnishing, installing, maintaining, or removing SP-4 signs. If an off -ramp is allowed to be closed, install an SP-3 sign for the exit ramp closure. Place the sign on the right shoulder of the freeway upstream of the preceding off -ramp. Replace section 12-4.02C(12) with: 12-4.02C(12) Construction Work Zone Speed Limit Reduction 12-4.02C(12)(a) General Section 12-4.02C(12) includes specifications for providing, installing, maintaining, and removing traffic control devices for reducing the speed limit for the construction work zones. Speed limit reduction is limited to 10 mph from the posted speed limit in construction work zones unless a greater speed limit reduction is specified. Construction work zone speed limit reduction can either be required when construction activities are active in a closure as a temporary condition or 24 hours a day, 7 days a week based on the roadway conditions when specified. Temporary construction work zone speed limit reduction is required for lane closures when construction activities require workers to be present within the lane closures. Construction work zone speed limit reduction is not required for short duration closures of 1 hour or less or when the length of lane closure is 1/2 mile or less. Construction work zone speed limit reduction is required 24 hours a day, 7 days a week when construction activities affect the roadway around the clock 24 hours a day, 7 days a week as shown on the stage construction and traffic handling plans. For divided highways, the construction speed limit reduction zone for 24 hours a day, 7 days a week applies only to the direction of travel where the roadway conditions require lower vehicle speeds. 12-4.02C(12)(b) Materials For construction work zone speed limit reduction for 24 hours a day, 7 days a week, construction area signs must comply with the requirements for stationary -mounted signs in section 12-3.11. When the duration of construction work zone speed limit reduction for 24 hours a day, 7 days a week is 7 days or less, you may use portable signs that comply with the requirements for portable signs in section 12-3.11 For temporary construction work zone speed limit reduction, signs must comply with the requirements for portable signs in section 12-3.11. The PCMS must comply with section 12-3.32. Radar feedback sign LED displays must have LED: 1. Character of at least 18 inches in height for freeways and expressways 2. Character of at least 14 inches in height for conventional highways 3. Character's width -to -height ratio from 0.7 to 1.0 4. Character's stroke width -to -height ratio of 0.2 Portable radar speed feedback sign must comply with section 12-3.37. Contract No. 07-346104 60 Portable radar speed feedback sign trailers must have a minimum of 9 cones placed on a taper in advance of the device and along the edge of shoulder or edge of the traveled way at 25-foot intervals to a point not less than 25 feet past the device. Temporary radar speed feedback sign system must comply with the specifications for: 1. Temporary electrical system in section 87-20 2. Radar speed feedback sign system in section 87-14 except the LED character display must remain blank when no vehicles are detected or when the detected vehicle speed is 10 miles or less than the pre-set speed 12-4.02C(12)(c) Construction Advise motorists of construction work zone speed limit reductions starting 14 days in advance of implementing the speed limit reduction using a PCMS displaying the alternating messages Reduced Speed and Starting XX/XX/XX (Date). When construction work zone speed limit reduction is in effect, the PCMS message must be XX ZONE AHEAD and WILL BE ENFORCED. Mount a 48-by-48-inch W3-5 XX "SPEED LIMIT" ahead symbol sign on the PCMS trailer. Cover all existing speed limit signs while the construction work zone speed limit reduction is in effect. Remove covers when construction work zone speed limit reduction is no longer in effect. For construction work zone speed limit reduction for 24 hours a day, 7 days a week, you may remove the existing speed limit signs and replace the signs when the construction activities that required the 24 hours a day, 7 days a week speed limit reduction are completed. For construction work zone speed limit reduction for 24 hours a day, 7 days a week, install temporary radar speed feedback systems. In addition to the temporary radar speed feedback system shown, place a portable radar speed feedback system 400 feet upstream of active work areas. Portable radar speed feedback system must include a R2-1 sign with G20-5aP "WORK ZONE" plaque. For temporary construction work zone speed limit reduction for lane closures, install portable radar speed feedback system as shown. In addition to the portable radar speed feedback system shown, place a portable radar speed feedback system 400 feet upstream of active work areas. The portable radar speed feedback system must include a R2-1 sign with G20-5aP "WORK ZONE" plaque. For on -ramps within the limits of a construction work zone speed limit reduction, place R2-1 signs with G20-5aP "WORK ZONE" plaque within 500 feet of entrance ramps. You may use the strap and saddle method for mounting these sign panels on the entrance ramp lighting standard at the merge point. For freeway to freeway connector ramps, install signs and devices as shown for construction work zone speed limit reduction. For expressways, place a R2-1 sign with G20-5aP "WORK ZONE" plaque approximately 500 feet downstream from intersections within the limits of a construction work zone speed limit reduction. For conventional highways, place a R2-1 sign with G20-5aP "WORK ZONE" plaque approximately 500 feet downstream from major intersections within the limits of a construction work zone speed limit reduction. Within the limits of a construction work zone speed limit reduction, place intermediate R2-1 signs with G20-5aP "WORK ZONE" plaque at intervals not exceeding three miles. You may use variable speed limit signs where R2-1 signs are described. For chip seal projects, place construction work zone speed limit reduction signs and devices as shown except place additional intermediate signs, W8-7 "LOOSE GRAVEL" sign, and a W13-1 (35) plaque every 2000 feet. For construction work zone speed limit reduction for 24 hours a day, 7 days a week, install advisory warning signs 48-by-48-inch UNEVEN PAVEMENT as shown. Contract No. 07-346104 61 12-4.02C(12)(d) Payment For construction work zone speed limit reduction for 24 hours a day, 7 days a week, signs are paid for as construction area signs, PCMS is paid for as traffic control system, temporary radar speed feedback sign is paid for as temporary radar speed feedback sign system, and portable radar speed feedback sign is paid for as portable radar speed feedback sign systems. Covering and removing covers of existing speed limit signs are included in the price paid for construction area signs. For construction work zone speed limit reduction only during lane closures, signs are included in the bid item for traffic control system, PCMS is paid for as traffic control system, and portable radar speed feedback sign is paid for as portable radar speed feedback sign systems. Covering and uncovering existing speed limit signs for each lane closure are included in the price paid for traffic control system. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 14 ENVIRONMENTAL STEWARDSHIP Add to the end of section 14-1.02: An ESA exists on this project. Before starting job site activities, install temporary high -visibility fence to protect the ESA and mark its boundaries. Install signs 100 feet apart along the length and at the ends of the temporary high -visibility fence identifying the area as an ESA. Place the top of each sign flush with the top of the temporary high - visibility fence. The signs must: 1. Be weatherproof and fade -proof 2. Be from 8-1/2 to 11 inches high and from 11 to 14 inches wide 3. Have the following message in black letters: ENVIRONMENTALLY SENSITIVE AREA — DO NOT ENTER The message must be legible from a distance of 20 feet by persons with 20/20 vision or vision corrected to 20/20. The signs may be made of laminated printed paper attached to an inflexible weatherproof backer board. Attach the signs to the temporary high -visibility fence with tie wire or locking plastic fasteners. Maintain the signs until Contract acceptance. Limited access to the ESA is allowed for installation of irrigation, planting work, and plant establishment work. Notify the Engineer 5 business days or less before the planned entry date. Any other access to the ESA is prohibited. More than one ESA exists on the job site. Use the management measures for the corresponding ESA shown in the following table: ESA Management Identification Location I Management measures As shown on the plans Area within embankments of the Los Angeles River Prohibit work within designated ESAs. Contract No. 07-346104 62 ESA signs must: 1. Be weatherproof and fade -proof 2. Be from 8-1/2 to 11 inches high and from 11 to 14 inches wide 3. Have a message that is legible from a distance of 20 feet by persons with 20/20 vision or vision corrected to 20/20 4. Be attached to the ESA barrier with tie wire or locking plastic fasteners The signs may be made of laminated printed paper attached to an inflexible weatherproof backer board. Access to an ESA other than that described is prohibited. Add to the 1st paragraph of section 14-6.03A: This project is within or near habitat for the regulated species shown in the following table: Regulated Species Bats This project includes the sensitive habitats shown in the following table: Sensitive Habitats Potential for roosting bats on underside of bridge and in weep holes Replace item 1 in the list in the 2nd paragraph of section 14-6.03A with: 1. Stop all work within a 100-foot radius of the discovery except as shown in the following table: Regulated species Protective radius feet Bats 500 Add to section 14-6.03A: Species protection areas within the project limits are as specified in the following table: Species Protection Areas Identification name Location Shown on the plans Any areas under bridge deck or in weep holes Use the protocols for the corresponding regulated species shown in the following table: Regulated species name Protocol Bats If any roosting bats are discovered, stop work within 500' of the bats until the Department Biologist determines work may proceed. Contract No. 07-346104 63 Comply with the following biological resource information requirements: 1. The Department anticipates day or night roosting and breeding from March 1 to October 31. 2. Protect bats from disturbance caused by work within the project. Bats roost inside bridges and on trees year-round but are most active between March and October. If bats are found where there will be activity, do not start work in that area until bat species have been identified and approved bat exclusionary and roosting preventive measures are in place. 3. A Department Project Biologist will conduct a weekly survey before construction to determine the presence or absence of regulated bat species. You will be notified when bats are found. A. Surveys will include monitoring bat activity, identifying types of bats present, determining appropriate buffers, and determining requirements for bat exclusionary and roosting preventive measures. Surveys may include nighttime surveys, entering bridge box girders or being lifted with your equipment to check for bats in bridge joints and crevices. B. If bats are present, at least 5 working days prior to working by the site, construction machinery work, and lighting equipment activation, submit bat exclusionary and roosting preventive measures. The Engineer has 10 working days to review. Revise and resubmit bat exclusionary and roosting preventive measures within 5 working days of receipt of the comments if necessary. The Engineer will review the revisions within 5 working days. You must implement bat exclusionary and roosting preventive measures when approved. If the Engineer does not complete the review and the Engineer determines completion of work is delayed or interfered with because of the delay, a time extension will be granted under Section 8-1.07. 4. If ordered, use bat exclusionary and roosting preventive measures such as bat houses, weep -hole covers, and netting or fabric on a regular basis to prevent their occupation, or perform any combination of these. This work is change order work. 5. Use one or more of the following for bat exclusionary and roosting preventive measures: a. Weather resistant polypropylene netting with 0.25-inch or smaller openings or fabric b. PVC one door cone C. New polytetrafluoroethylene (PTFE) sheeting with the minimum of 0.40 thickness, free of defects that compromise the impermeability and tearing. 6. Remove bat exclusionary and roosting preventive measures when instructed. This work is change order work. 7. Protect workers' health and safety under Section 7-1.02K(6)(a) and as required for confined spaces. Work practices and workers' health and safety must conform to the California Division of Occupational Safety and Health Construction Safety Orders Title 8, the California Code of Regulations including Section 5158, "Other Confined Space Operations". Within 5 days prior to starting work (only if bats are discovered onsite), implement the following protection measures: 1. Submit proposed bat exclusionary and preventive measures to the Engineer Monitor regulated species according to the schedule shown in the following table: Monitoring type Schedule Pre -construction Survey Weekly prior to construction Bat Survey Daily during construction (only if bats were identified during pre -construction surveys) Replace the 2nd paragraph of section 14-6.03B with: The Department anticipates nesting or attempted nesting by migratory and nongame birds from February 1 st to September 1 st. Contract No. 07-346104 64 Replace item 1 in the list in the 6th paragraph of section 14-6.0313 with: 1. Stop all work within a 100-foot radius of the discovery except as shown in the following table: Species Protective radius feet Songbirds 150 Raptors 500 Replace section 14-6.05 with: 14-6.05 INVASIVE SPECIES CONTROL Section 14-6.05 includes specifications for preventing the introduction and spread of invasive species to and from the job site. Comply with section 13-4.03E(3). At least 2 business days before using vehicles and equipment on the job site, submit a signed statement that the vehicles and equipment have been cleaned of soil, seeds, vegetative matter, and other such debris that may introduce or spread invasive species. The statement must include: 1. List of the vehicles and equipment with identifying numbers 2. Date of cleaning for each vehicle and piece of equipment 3. Description of the cleaning process 4. Measures to be taken to ensure the vehicles and equipment remain clean until operation at the job site 5. Verification that the equipment has not been operated in waters known to be infested by aquatic invasive species Update the list of vehicles and equipment as needed. Clean the following vehicles and equipment before operation at the job site: 1. Excavators 2. Loaders 3. Graders 4. Haul trucks 5. Water trucks 6. Cranes 7. Tractors 8. Trailers 9. Dump trucks 10. Waders This project includes the sensitive areas shown in the following table: Sensitive Habitat Designated Environmentally Sensitive Areas (ESAs) shown on the plans Los Angeles River Contract No. 07-346104 65 Do not clean vehicles, equipment, or tools at locations near sensitive habitat or waterways at the job site. Clean vehicles and equipment every time before it enters or leaves a sensitive habitat. Within 72 hours prior to starting work, implement the following protection measures: 1. Before entering or exiting, pressure wash your vehicles and equipment: 1.1. At a temperature of 140 degrees F 1.2. With a minimum nozzle pressure of 2,500 psi 1.3. With a minimum fan tip angle of 45 degrees 2. Thoroughly scrub personal work equipment and tools, such as boots, waders, hand tools, and any other equipment used in water at the job site, using a stiff -bristled brush to remove any organisms. Decontaminate the equipment by one of the following methods: 2.1. Immerse the equipment in water at a temperature of 140 degrees F for at least 5 minutes. If necessary, weigh down the equipment to keep it immersed in the water. 2.2. Freeze the equipment to a temperature of 32 degrees F or colder for at least 8 hours. 2.3. Thoroughly dry the equipment in a weed -free area for at least 48 hours. 3. Clean personal work equipment, and tools over drip pans or containment mats at the job site. Collect and contain the wastewater. Dispose of the wastewater at a waste management facility. Add to section 14-8.02: Furnish 1 Type 1 or Type 2 sound -level meter and 1 acoustic calibrator to the Department for use until contract acceptance to monitor noise. The sound -level meter must: 1. Be calibrated and certified by the manufacturer or an independent acoustical laboratory before delivery to the Department 2. Be capable of taking A -weighted measurements and have slow response settings 3. Have a microphone fitted with a windscreen 4. Be recalibrated annually by the manufacturer or an independent acoustical laboratory Provide noise monitoring equipment training by the authorized noise monitor to 1 Department employee The Department returns the equipment to you at contract acceptance. Add to the end of section 14-9.02: The US EPA has established the National Emission Standards for Hazardous Air Pollutants (NESHAP). Under the Health & Safety Code § 39658(b)(1), your demolition and rehabilitation activities must comply with 40 CFR 61, Subpart M (National Emission Standard for Asbestos). The asbestos survey and sampling report for this project is included in the Information Handout. You must notify the SCAQMD of your demolition activities even if the activities will not disturb asbestos - containing material. You may obtain the notification form, submittal instructions, and other information from: South Coast Air Quality Management District 21865 Copley Drive Diamond Bar, CA 91765 (909) 396-2000 www.aqmd.gov/comply/asbestos/asbestos. html Instead of the 10 days specified at the website, submit a notification form to the SCAQMD at least 15 days before starting demolition or rehabilitation activities. Submit a copy of the notification form and the necessary attachments as informational submittals before starting demolition or rehabilitation activities. Contract No. 07-346104 66 If you discover unanticipated asbestos -containing material during the demolition or rehabilitation activities, immediately stop work in that area and notify the Engineer. The Department will use other forces to remove and dispose of the material. Do not resume work in the area until authorized. Notify the SCAQMD of a change to your demolition or rehabilitation activities, including a revised work plan or the discovery of unanticipated asbestos -containing materials, within 2 business days of the change or discovery. Replace Reserved in Section 14-9.05 with: 14-9.05 AIR QUALITY CONTROL DISTRICT JURISDICTIONS The project is located within the jurisdiction of the following Air Quality Management District (AQMD) or Air Pollution Control District (APCD): 1. South Coast AQMD Comply with Air District Rules. You may access these Rules at the California Air Resources Board website: https://ww2.arb.ca.gov/current-air-district-rules You are responsible for payment of all fees required by the AQMD or APCD. Replace section 14-11.08 with: 14-11.08 REGULATED MATERIAL CONTAINING AERIALLY DEPOSITED LEAD 14-11.08A General Section 14-11.08 includes specifications for management of regulated material containing ADL Management of the material includes: 1. Excavating 2. Loading and unloading containers or trucks 3. Stockpiling 4. Transporting 5. Placing 6. Disposal Manage regulated material containing ADL under the rules and regulations of the following agencies: 1. US Department of Transportation 2. US EPA 3. California Environmental Protection Agency 4. CDPH 5. DTSC 6. Cal/OSHA 7. California Department of Recycling and Recovery 8. California Air Resources Board 9. RWQCB, Region 4, Los Angeles 10. South Coast AQMD The Department entered into agreement Docket No. ESPO-SMA 15/16-001 Soil Management Agreement for Aerially Deposited Lead -Contaminated Soils with the DTSC (ADL Agreement) regarding the management of regulated material containing ADL. As the responsible entity and the generator of waste, only the Department determines material classification. For the ADL agreement, go to the Caltrans Hazardous Waste Management website. Regulated material containing ADL is present within the project limits and the ADL Agreement applies. Management of regulated material containing ADL exposes workers to health hazards that must be addressed in your lead compliance plan under section 7-1.02K(6)(j)(ii). Contract No. 07-346104 67 14-11.08B Definitions average ADL concentration: Average ADL concentration calculated using the 95 percent upper confidence limit. commercial/industrial property: Property that is not and will not be used for any type of housing, including but not limited to, apartment, motel, hotel, farm, ranch, or any other type of property, including but not limited to, daycare, park, school, hospital, university, which could allow occupants to reside on the property now or in the future or would lead to daily, repeated, long term exposure to the material. regulated material: ADL-contaminated material that has average ADL concentrations over 80 mg/kg total lead or equal to or greater than 5 mg/L soluble lead tested using the California Waste Extraction Test (CA -WET) or equal to or greater than 5 mg/L soluble lead tested using the Toxicity Characteristic Leaching Procedure (TCLP). Type Com: Regulated material that the Department may designate to be reused on the highway or disposed on a commercial/industrial property or at an appropriately permitted California Class II or California class III disposal facility. Type Corn material has average ADL concentrations less than 5.0 mg/L soluble lead and more than 80 mg/kg total lead but not exceeding 320 mg/kg total lead. The soluble lead is tested using the CA -WET. Type R-2: Regulated material that may be reused on the job site if placed at least 5 feet above the maximum historical elevation of the water table and covered with pavement. Type Z-2: Regulated material that is a Department -generated California hazardous waste that must be disposed of at an appropriately permitted California Class I disposal facility. Type Z-2 material has average ADL concentrations greater than or equal to 1,000 mg/kg total lead or 5.0 mg/L soluble lead as tested using the CA -WET. 14-11.08C Site Conditions Concentration data and sample location maps for regulated material are included in the Information Handout. Type R-2 material exists from the surface to below the existing grade as shown and listed in the following table: Location Elements of work Depth Southbound Route 1 Irrigation and landscape work 0' to 1. 5' for plant area, sidewalk Northbound Route 1 Irrigation and landscape work 0' to 1. 5' for plant area, sidewalk DeForest Ave Undercrossing Seismic column steel retrofit 0' to 0. 5' Bent 2 Los Angeles River Bridge Full height abutment retrofit 0' to 1. 5' Abutment 8 with excavation to the top of footing to enlarge seat width Los Angeles River Bridge Full height abutment retrofit 0' to 1. 5' Abutment 1 with excavation to the top of footing to enlarge seat width Curb 2 along Route 1 Curb ramp upgrade 0' to 0.5' Curb 4 along Route 1 Curb ramp upgrade 0' to 1.0' Temporary Construction Soil excavation as necessary to 0' to 1. 5' Easement/Highway access construction work Easement adjacent Northwest of Route 1 Temporary Construction Soil excavation as necessary to 0' to 1. 5' Easement/Highway access construction work Easement adjacent Southeast of Route 1 Contract No. 07-346104 68 Type Z-2 material exists from the surface to below the existing grade as shown and listed in the following table: Location Elements of work Depth Southbound Route 1 Irrigation and landscape work 0' to 1.5' for plant area, sidewalk Northbound Route 1 Irrigation and landscape work 0' to 1.5' for plant area, sidewalk DeForest Ave Undercrossing Seismic column steel retrofit 0' to 0.5' Bent 2 Los Angeles River Bridge Full height abutment retrofit 0' to 1.5' Abutment 8 with excavation to the top of footing to enlarge seat width Los Angeles River Bridge Full height abutment retrofit 0' to 1.5' Abutment 1 with excavation to the top of footing to enlarge seat width Curb 2 along Route 1 Curb ramp upgrade 0' to 0.5' Curb 4 along Route 1 Curb ramp upgrade 0' to 1.0' Temporary Construction Soil excavation as necessary to 0' to 1.5' Easement/Highway access construction work Easement adjacent Northwest of Route 1 Temporary Construction Soil excavation as necessary to 0' to 1.5' Easement/Highway access construction work Easement adjacent Southeast of Route 1 14-11.08D Submittals 14-11.08D(1) General Not Used 14-11.08D(2) Perimeter Air Monitoring Requirements Not Used 14-11.08D(3) Excavation and Transportation Plan Within 15 days of Contract approval, submit 3 copies of an excavation and transportation plan for regulated material. Allow 15 days for review. If the plan requires revisions, the Department provides comments. Submit a revised plan within 7 days of receiving comments. The Engineer may allow construction to proceed while minor revisions or amendments are being completed. The excavation and transportation plan must comply with: 1. DTSC regulations 2. ADL Agreement 3. Cal/OSHA regulations The excavation and transportation plan must include: 1. Procedures for managing the material. 2. Excavation schedule by location and date. 3. Locations for temporary stockpiles. 4. Survey methods for burial locations for Type R-2 material. 5. Dust control measures. 6. Transportation equipment and routes. 7. Method for preventing spills and tracked material onto public roads. 8. Truck waiting and staging areas. 9. Name and address of the California Class I disposal facility where hazardous waste will be disposed of. Contract No. 07-346104 69 10. Example of a bill of lading to be carried by trucks transporting Type R-2 material on public roads outside the controlled access construction zone. The bill of lading must include: 10.1. US Department of Transportation description, including shipping name 10.2. Hazard class 10.3. Identification number 10.4. Handling codes 10.5. Quantity of material 10.6. Volume of material 11. Spill contingency plan for regulated material containing ADL. 12. Copies of the contract plan sheets where the location and depth of the existing regulated material are shown, as an attachment. 13. Copies of the contract plan sheets where the location and depth of Type R-2 material burial locations are shown, as an attachment. 14-11.08D(4) Burial Location Report Within 5 business days of completing placement of Type R-2 material at a burial location, submit a report for that burial location that includes: 1. "Burial Location of Soil Containing Aerially Deposited Lead (Topographic Survey)" form 2. Electronic geospatial vector survey data shapefiles of the top and bottom of the burial location with polygon feature classes containing the location and attributes of the burial site. Provide polygon feature classes in a shapefile that is comprised of a minimum of four files with the extensions of .shp, .shx, Abf and .prj. Include the following attribute data: 2.1. Contractor 2.2. Contract number 2.3. District 2.4. County 2.5. Route 2.6. PM Start 2.7. PM End 2.8. Project EA 2.9. Project name 2.10. Burial location number Submit the report to the Engineer and to: ADL@dot.ca.gov The Engineer notifies you of acceptance or rejection of the burial location report within 5 business days of receipt. If the report is rejected, you have 5 business days to submit a corrected report. Each burial location report prepared for a survey required under section 14-11.081, including electronic files, is considered a submittal required by the contract. Failure to submit more than one submittal required by section 14-11.081 is considered multiple performance failures under section 9-1.16E(3). 14-11.08D(5) Bill of Lading Submit copies of the bills of lading used as an informational submittal upon placement of Type R-2 material in its final location. Submit copies of the bills of lading used to transport material for disposal within 5 business days of disposal. 14-11.08D(6) Disposal Documentation Submit documentation from the receiving disposal facility confirming appropriate disposal within 5 business days of transporting Type Z-2 material from the job site. 14-11.08E Dust Control Prevent visible dust migration under section 14-11.04 during management of regulated material. 14-11.08F Air Monitoring Not Used Contract No. 07-346104 70 14-11.08G Stockpiling Stockpile Type R-2 material under section 14-11.05 for no more than 90 days. The Department does not pay for stockpiling unless stockpiling is ordered. Do not stockpile Type R-2 material. Excavate and load Type R-2 material directly from the excavation to containers or trucks for transportation to the burial location. Do not stockpile Type Z-2 material. Transfer Type Z-2 material directly from the excavation to containers or trucks for transportation to the disposal facility. 14-11.08H Placement Place Type R-2 material as shown. Not Used 14-11.081 Surveying Burial Site Topographically survey the location of the bottom and top of each area where you bury Type R-2 material (burial locations). Topographic surveys must be performed by or under the direction of one of the following: 1. Land surveyor licensed under the Bus & Prof Code Ch 15, starting with § 8700 2. Civil engineer licensed before January 1, 1982 under the Bus & Prof Code Ch 7 starting with § 6700 At a minimum, topographic surveys consist of collecting northing, easting, and elevation information of survey points along cross sections lines of the Type R-2 material burial locations, where the cross section line intervals are 25 feet, at a maximum, with a minimum of 5 cross sections surveyed per burial location. Collect a survey point at each change in terrain elevation with a minimum of 5 survey points per cross section line. The same cross section lines are used to survey the ground surface just before placing Type R-2 material and used to survey the finished grade immediately after the placement of the Type Type R-2 material. Report each burial location in California state plane coordinates in US survey feet within the appropriate zone of the California Coordinate System of 1983 (CCS83) and in latitude and longitude. Reference horizontal positions to CCS83. Use epoch 1991.35. Perform the survey to a horizontal accuracy of 0.3 ft as described in Figure 5.1A of the Caltrans Surveys Manual. Reference each horizontal position to a roadway horizontal alignment, indicating a station and offset. The elevation of points identifying the burial location must locate the bottom and top of Type R-2 material to an accuracy of 0.3 ft vertically. Reference elevations of the bottom and top of Type R-2 material to the project vertical datum. Report accuracy of spatial data in US Survey feet under Caltrans Orders of Accuracy in the Caltrans Surveys Manual Chapter 5. 14-11.08J Material Transportation Before traveling on public roads outside the controlled access construction zone, remove loose and extraneous regulated material from outside surfaces of containers and the cargo areas of trucks. Place tarpaulins or other cover over the cargo as described in the authorized excavation and transportation plan. You are responsible for costs due to spillage of regulated material during transport. Transportation routes for Type R-2 material must only include the highway within the job site limits. Use a bill of lading while transporting excavated Type R-2 material on public roads outside of the controlled access construction zone. Transport excavated Type Z-2 material using: 1. Hazardous waste manifest 2. Hazardous waste transporter with a current DTSC registration certificate and CA Highway Patrol (CHP) Basic Inspection of Terminals (BIT) Program documentation with a satisfactory rating. 14-11.08K Disposal 14-11.08K(1) General Laws and regulations that govern disposal of regulated material include: Contract No. 07-346104 71 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 15 EXISTING FACILITIES Add to the end of section 15-1.03C: At least 2 business days before hauling the material to the salvaged material stockpile location, notify the Engineer and inform the district recycle coordinator at telephone no. (213) 269-1840. The stockpile locations are as shown in the following table: Stockpile Locations Material Location Metal bridge railing Special Crews Office 7300 E. Bandini Boulevard Commerce, CA 90040 Temporary Barrier South Region Office 5360 W Imperial Hwy Los An eles, CA 90045 DIVISION III EARTHWORK AND LANDSCAPE 17 GENERAL Add to section 17-2.03A: Clear and grub State-owned property. Do not use the State-owned property after clearing and grubbing is complete unless authorized. Clearing and grubbing off the job site is change order work. Replace the 4th paragraph in section 17-2.03A with: Clear and grub vegetation only within the excavation and embankment slope lines. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 19 EARTHWORK Add to the end of section 19-3.02E: Colored slurry cement backfills for fiber optic conduits containing fiber optic cables must: 1. Be a medium to dark, red or orange color 2. Be colored with iron oxide pigments complying with ASTM C 979 3. Have a maximum aggregate size not exceeding 3/8 inch Contract No. 07-346104 77 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn DIVISION IV SUBBASES AND BASES 26 AGGREGATE BASES Add to the table in the 2nd paragraph of section 26-1.02C: Durability index (min) I -- 1 35 Add to section 26-1.04: For Class 3 AB, the Engineer does not deduct the water weight in the aggregate from the weight of material delivered to the job site. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION V SURFACINGS AND PAVEMENTS Replace section 39-2.01 C(3)(c) with: 39-2.01C(3)(c) Prime Coat Apply a slow -setting asphaltic emulsion as a prime coat to AB areas designated by the Engineer and at a spread rate from 0.15 to 0.40 gal/sq yd. Do not apply more prime coat than can be absorbed completely by the AB in 24 hours. You may modify the prime coat application rates if authorized. Close areas receiving prime coat to traffic. Do not allow tracking the prime coat onto pavement surfaces beyond the job site. Replace Reserved in section 39-2.02B(3) with: The grade of asphalt binder for Type A HMA must be PG 64-10. For Type A HMA using RAP substitution of greater than 15 percent of the aggregate blend, the virgin binder grade must comply with the PG binder grade specified above with 6 degrees C reduction in the upper and lower temperature classification. For Type A HMA using RAP substitution of 15 percent or less of the aggregate blend, the grade of the virgin binder must comply with the PG binder grade specified above. Contract No. 07-346104 81 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn DIVISION VI STRUCTURES 51 CONCRETE STRUCTURES Add to section 51-1.01A: Barrier slabs may be constructed using RSC. Add to the list in the 6th paragraph of section 51-1.01A: 9. Diaphragm bolsters Replace the 2nd paragraph of section 51-1.01C(1) with: Submit a deck placement plan for concrete bridge decks. Include in the placement plan your method and equipment for ensuring that the concrete bridge deck is kept damp by misting immediately after finishing the concrete surface. Add to the list in the paragraph of section 51-1.01C(4): 8. Penetration or slump test results 9. Concrete density test results 10. Shrinkage test results for barrier slabs Add to the end of section 51-1.01C(4): Submit an RSC work placement plan at least 10 days before use. Include in the plan the methods and procedures for: 1. Storing, handling, and transporting 2. Staging the materials at the job site 3. Mixing 4. QC sampling and testing 5. Placing, finishing, and curing Submit a contingency plan for correcting problems during transportation, production, placement, or finishing of RSC. Replace section 51-1.01 D(2)(b)(i) with: 51-1.01D(2)(b)(i) General Provide a QC manager to administer the QC plan. The QC manager must hold current ACI certification as a Concrete Field Testing Technician -Grade I and a Concrete Laboratory Testing Technician -Grade II. The QC manager must review and sign the sampling, inspection, and test reports before submitting them. The QC manager must be present for: 1. Establishing volumetric mixer control settings 2. Meetings with the Engineer relating to production, placement, or testing The QC manager must not be a member of this project's production or paving crews, an inspector, or a tester. The QC manager must have no duties during the production and placement of RSC except those specified. Contract No. 07-346104 82 Schedule and hold a preconstruction meeting at least 5 business days before RSC work. You must provide the meeting facility. The meeting must include the Engineer, your representatives, and any subcontractors involved in RSC work. The purpose of this meeting is to establish contacts and communication protocol between you and your representatives, any subcontractors, and the Engineer. The Engineer conducts the meeting. Be prepared to discuss: 1. Storing and staging materials at the job site 2. QC sampling and testing 3. Mixing, placing, consolidating, finishing, and curing 4. Contingency plan Add to section 51-1.02D: RSC used to construct the barrier slabs must have a minimum specified compressive strength of 3,600 psi at the age of break. Replace section 51-1.03A with: 51-1.03A General Removal of existing pavement and base, asphalt concrete surfacing, subsealing material, and cement - treated base as necessary for the construction of barrier slabs must comply with section 51-5.03D(2). Drill and bond bar reinforcement for barrier slabs under section 51-1.03E(3). Finish and treat the top surfaces of barrier slabs under section 51-1.03F(5). Replace section 51-1.03E(11) with: 51-1.03E(11) Diaphragm Bolsters Concrete must contain at least 675 pounds of cementitious material per cubic yard. Aggregate for diaphragm bolsters must be the 3/8-inch combined aggregate gradation complying with section 90-1.02C(4)(d). You may use structural shotcrete complying with section 53-2 to construct diaphragm bolsters. Drilling and bonding dowels must comply with section 51-1.03E(3). Fill holes cored in bridge decks with the same concrete specified for the bolsters or with magnesium phosphate concrete. Unless authorized, do not allow traffic on the new concrete until 1 hour after final set. Cleaning the construction joint surfaces between the existing concrete and the bolster concrete is not required. Add to the end of section 51-7.01: Minor concrete (raised median island) is a minor structure. Add to section 51-7.03: Construct minor concrete (raised median island) under the specifications for concrete curbs in section 73. Drill and bond dowels for minor concrete (raised median island) must comply with section 51-1.03E(3). Contract No. 07-346104 83 Add to section 51: 51-9 PIPE PIN 51-9.01 GENERAL 51-9.01A Summary Section 51-9 includes specifications for fabricating and installing pipe pins. Concrete for filling pipe pins must be structural concrete complying with section 51. 51-9.0113 Definitions Not Used 51-9.01C Submittals Submit shop drawings for pipe pins electronically to sc.office.associates@dot.ca.gov. Shop drawings must include: 1. Sequence of shop and field assembly and installation 2. Welding sequences and procedures 3. Locations of temporary supports and welds 4. Details for connections not shown nor dimensioned on the plans 5. Details for attachments or modifications for lifting pipe pins 6. Contract plan sheet referenced for details 51-9.01 D Quality Assurance Welding must comply with AWS D1.1. Section 11-2 does not apply. Pipe pins are inspected at the fabrication site. Notify the Engineer (1) when materials have been delivered to the fabrication site and (2) at least 10 days before starting fabrication. 51-9.02 MATERIALS Double -extra strong steel pipe must comply with ASTM A53/A53M, Grade B. Studs, nuts, and washers must comply with 55-1.02D(1). Pipe pins and hardware must be galvanized after fabrication under section 75-1.02B. Expanded polystyrene and premolded expansion joint filler must comply with section 51-2.01 B(1). 51-9.03 CONSTRUCTION Not Used 51-9.04 PAYMENT Concrete for filling pipe pins is paid for as structural concrete. Contract No. 07-346104 84 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 52 REINFORCEMENT Replace section 52-4 with: 52-4 ELECTRIC -RESISTANCE WELDED STIRRUPS FOR CONCRETE BARRIER REINFORCEMENT CAGES 52-4.01 GENERAL 52-4.01A Summary Section 52-4 includes specifications for welding longitudinal support wire to stirrups using electric - resistance welding (ERW) to partially fabricate reinforcing cages for concrete barriers. Electric -resistance welded supports may be used only for concrete barrier stirrups on structures with uncoated reinforcement. You may use ERW to weld support wire to no.5 reinforcing bars or smaller. The support wire must be W 6.5 or smaller. 52-4.01 B Definitions partially fabricated reinforcing cage: Stirrups for concrete barrier reinforcing cages held in position by welded longitudinal support wires. lot: 150 count, or fraction thereof, of welds for each size of reinforcing bar and support wire and for each change to the welding equipment settings. 52-4.01C Submittals 52-4.01C(1) General Not Used 52-4.01C(2) Certificate of Compliance Submit a certificate of compliance for each shipment of partially fabricated cages. Include with the submittal: 1. Identification of each cage including lot numbers, welds traceable by welding clamp, and location tracking information. 2. Grade and size of welded reinforcement used for the stirrups and support wire. 3. For the reinforcing bar and support wire: 3.1. Heat number 3.2. Mill certificate 52-4.01C(3) Test Samples Submit QA test samples to METS. Include copies of certificates of compliance with the test samples Contract No. 07-346104 85 52-4.01C(4) Welding Quality Control Plan Submit 2 copies of a welding QC plan for each subcontractor or supplier performing ERW. The QC plan must include: 1. WPSs 2. Names and certifications of welding personnel, including qualifications for the QC Manager 3. Welding procedures including current setting, welding clamp force, weld time, and hold time for each size of reinforcement to be welded 4. Welding equipment manufacturer's operating instructions including the recommended calibration frequency of the welding equipment 5. Documentation of ERW equipment calibration 6. Fabricator's QC Process Control Manual 7. Method for identifying welds and tracking lots For the contents, format, and organization required for a welding QC plan, go to the METS website 52-4.01C(5) Shop Drawings Submit shop drawings showing the stirrup positioning, welded connections of the support wire to the stirrups, and welding equipment layout. Allow 15 days for the Engineer's review. 52-4.01C(6) Prefabrication Test Results Submit the prefabrication test results within 3 business days of prefabrication testing. The prefabrication test results must include: 1. Contract number 2. Bridge number 3. Welds identified by welding clamp 4. Reinforcement and support wire sizes 5. Test specimen length 6. Physical condition of test samples 7. Notable defects 8. Ultimate tensile strength of each sample 9. Location of necking area of each sample Allow 3 business days for the Engineer's review. 52-4.01C(7) Quality Control Test Reports Submit a QC test report within 7 days of testing for each lot. The report must be prepared by the authorized laboratory performing the testing. The report must be signed by the QC manager. For each lot, the report must include: 1. Contract number 2. Bridge number 3. Lot numbers with welds identified by welding clamp 4. Installed location of completed cages 5. Reinforcement and support wire sizes 6. Cage types 7. Cage lengths 8. Test specimen length 9. Physical condition of test samples 10. Notable defects 11. Ultimate tensile strength of each sample 12. Location of necking area of each test sample Allow 3 business days for the Engineer's review. 52-4.01D Quality Assurance 52-4.011)(1) General Provide a welding QC manager. The QC manager must be registered as a civil engineer in the State or currently certified as a CWI. Contract No. 07-346104 86 52-4.01 D(2) Prewelding Meeting Before submitting a welding QC plan, hold a prewelding meeting to discuss the work and the requirements for the welding QC plan. The meeting attendees must include the Engineer, your welding QC manager, and a representative from each entity performing welding or welding inspection. 52-4.01 D(3) Test Samples Samples must be a minimum length of 4 feet of bar reinforcing steel with a support wire welded at midpoint. You may furnish shorter length samples if authorized. Prepare the samples using the same materials, procedures, equipment, and equipment settings used in the work. The welding clamps that produce the samples are determined by the Engineer. Prepare QC test samples and the Department acceptance test samples concurrently: 1. During fabrication of samples representing the 1st lot 2. From 1 of every 5 subsequent lots, or fraction thereof, randomly selected by the Engineer After receiving notification that lots are ready for QC testing, the Engineer (1) randomly selects test samples to represent each lot and (2) places tamper -proof markings or seals on the test samples. Before transporting test samples to an authorized laboratory and METS: 1. Securely bundle and package the test samples for each test in a way that preserves their condition during transportation 2. Identify each test sample by lot number and Contract number using weatherproof markings 3. Attach a completed Sample Identification Card to each bundle If a sample show signs of tampering before testing, the sample is rejected. 52-4.01D(4) Quality Control 52-4.01 D(4)(a) General Test the samples for tensile strength under California Test 670, Section E, Part III, Tensile Test. Tensile testing must be performed by an authorized laboratory. The laboratory must be on the Authorized Laboratories List for testing reinforcing steel splices. 52-4.01 D(4)(b) Prefabrication Testing Before the start of fabrication of production cages, prepare 4 samples from each welding clamp. Notify the Engineer at least 5 business days before fabricating the samples. If 3 or more of the 4 samples from each welding clamp attain the specified minimum tensile strength, the Department accepts the prefabrication test results. If 2 of the 4 samples attain the specified minimum tensile strength, determine the cause of the failure and take corrective action as specified in section 52-4.01 D(4)(c). Fabricate 4 additional samples from the clamp that produced the noncompliant samples and perform tensile tests until at least 3 of the 4 samples attain the specified minimum tensile strength. Do not start fabrication of production cages until the Department accepts the test results. 52-4.01 D(4)(c) Fabrication Testing During fabrication of production cages, for each lot prepare 8 test samples. At least 5 business days before performing fabrication testing, notify the Engineer of: 1. Date of the testing 2. Location of the authorized laboratory where the tests will be conducted 3. Number of lots to be tested Contract No. 07-346104 87 Do not perform tests on test samples from bundles containing fewer than 8 samples. Test 4 of the samples. The Engineer determines the samples to be tested. If 3 or more of the 4 samples from a lot attain the specified minimum tensile strength, the Department accepts the lot. If 2 of the 4 samples from a lot attain the specified minimum tensile strength, perform additional tests on the remaining samples. If any of the additional samples do not attain the specified minimum tensile strength, the Department rejects the lot. If a lot is rejected, stop production until the following corrective actions have been performed: 1. QC manager reviews your QC process 2. You have prepared a welding rejection mitigation report describing: 2.1. Cause of the failure 2.2. Method used to identify the cause of failure 2.3. Identification of affected lots 2.4. Provisions for preventing similar failures in future lots 2.5. Procedure for repairing or replacing the welded connections in the rejected lot 3. Engineer has notified you that the welding rejection mitigation report is authorized 52-4.01 D(5) Department Acceptance The Department accepts lots based on your QC tension test results specified in section 52-4.01 D(4)(c). The Department performs tensile test on samples from the 1st lot and from 1 of every 5 subsequent lots, or fraction thereof, randomly selected by the Engineer. If 3 or more of the 4 samples attain the specified minimum tensile strength, the Department accepts the lot. If 2 of the 4 samples attain the specified minimum tensile strength, fabricate 4 additional samples using the same materials and welding machine settings as the noncompliant lot. If any of the 4 additional samples do not attain the minimum specified tensile strength, the Department rejects the lot. If QC and Department acceptance testing results have different compliance determinations, the Department will perform QA testing for all subsequent lots until QC testing and the Department testing are consistent for 2 consecutive lots before resuming testing for 1 of every 5 lots, or fraction thereof, as determined by the Engineer. 52-4.02 MATERIALS 52-4.02A General Reinforcing bars must comply with ASTM A706, Grade 60. Support wire must comply with the specifications for plain wire in ASTM A1064. The tensile strength of reinforcing bars with the support wire welded to the bar must be at least 80,000 psi. 52-4.02B Fabrication Perform ERW at a fabrication shop using computer -controlled equipment. Weld the support wire to the stirrups. The stirrups must be positioned as shown. The support wire must be capable of maintaining the dimensions, position, and shape of the stirrups until the cage is complete. 52-4.03 CONSTRUCTION Provide bracing to avoid collapse of the cage during assembly, transportation, and placement as needed. Field tack welding of support wire to reinforcement is not allowed. Wiring longitudinal reinforcement at each stirrup intersection is not required. 52-4.04 PAYMENT Not Used Contract No. 07-346104 88 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 59 STRUCTURAL STEEL COATINGS Add to section 59-2.01A(1): Clean and paint the new steel column casings shown in the following table with the coating system specified: Bridge name and number Work description I Coating system De Forest Avenue Undercrossing 53-1047 Clean, blast clean, and paint new steel bridge. Zinc Replace section 59-2.01A(3)(b) with: 59-2.01A(3)(b) Mandatory SSPC-QP Certifications Submit proof of each required SSPC-QP certification as specified in section 8-1.04C. Required certifications are: 1. SSPC-QP 1 2. AISC-420-10/SSPC-QP 3, enclosed shop Instead of submitting proof of SSPC-QP 1 certification, you may submit documentation with your painting quality work plan showing compliance with the requirements in section 3 of SSPC-QP 1. Regardless of the option you select, submit proof of CAS certifications as specified in section 59-2.01A(3)(c). AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 60 EXISTING STRUCTURES Add to section 60-2.01A: Remove the following structures or portions of structures: Bridge no./Structure name Description of work 53-0341 Remove barriers, curbs and sidewalks, overhangs, Los Angeles River Bridge portions of wingwall and curtain wall, backwall, haunch, embankment wall, vault wall, vault cover slab, and slope paving as shown. Remove manhole frames and covers and ladder rungs. Remove median island. 53-1047 Remove barriers, curbs and sidewalks, overhangs, De Forest Avenue Undercrossing portions of wingwall, haunch, curtain wall, vault wall, and backwall as shown. Remove ladder rungs. Remove median island. Contract No. 07-346104 89 Add to section 60-2.01 C: Removal of median island on bridge must comply with the following requirements: 1. Use authorized methods. Do not damage concrete deck to remain in place. 2. Cut off dowels 1 inch below the exposed concrete deck surfaces and paint the cut ends with a coat of inorganic zinc. Patch holes with rapid setting concrete complying with section 60-3.02. 3. Refinish isolated high areas by cutting the concrete down flush with adjoining deck surfaces by authorized methods. Fill areas flush with the plane of the adjoining deck using rapid setting concrete complying with section 60-3.02. 4. Exposed concrete deck surfaces must have a uniform texture with a coefficient of friction of at least 0.35 when tested under California Test 342. Grind or groove surfaces having a coefficient of friction less than 0.35 under section 42. 5. Exposed concrete deck surfaces must (1) be flush with the adjoining surface and (2) not vary more than 0.02 foot from the lower edge of a 12-foot straightedge placed in the longitudinal direction. Add to the list in the 1st paragraph of section 60-2.02C(2): 6. Falsework or supports for protective covers must not extend below the vertical clearance level or to the ground line at any location within the roadbed. Replace section 60-4.12 with: 60-4.12 CARBON -FIBER -REINFORCED POLYMER BARS 60-4.12A General 60-4.12A(1) Summary Section 60-4.12 includes specifications for saw cutting transverse grooves in bridge decks and filling them with epoxy adhesive and prefabricated carbon -fiber -reinforced polymer (CFRP) bars, using the near - surface -mounted (NSM) structural strengthening method. 60-4.12A(2) Definitions Not Used 60-4.12A(3) Submittals 60-4.12A(3)(a) General Not Used 60-4.12A(3)(b) Certificate of Compliance Submit a certificate of compliance with certified test results from the CFRP bar manufacturer for each shipment. Submit a certificate of compliance for the epoxy adhesive for each shipment. 60-4.12A(3)(c) Shop Drawings Submit shop drawings with design calculations for the CFRP bar for each bridge electronically to sc.office.associates@dot.ca.gov. Include: 1. Methods, equipment, and materials to be used, including: 1.1. CFRP bar manufacturer's name 1.2. CFRP bar technical data sheets 2. Properties for the epoxy adhesive, including: 2.1. Mix ratio by weight and volume 2.2. Shelf life 2.3. Pot life of resin 2.4. Adhesive gel time 2.5. Mixing and application temperature ranges 3. Step-by-step procedure describing all aspects of CFRP NSM bar installation including: 3.1. List of personnel performing supervision, installation, and testing Contract No. 07-346104 90 3.2. Installation methods and equipment to ensure quality control 3.3. Details for groove cleanout 3.4. Details and measures for preventing material and debris from falling into cut groove 3.5. Details of centralizers and spacing 3.6. Testing equipment and procedures including: 3.6.1. Jack and pressure gage assembly calibration certification 3.6.2. Schedule of load increments and associated hold time Shop drawings must be authorized by the Engineer before starting installation activities for the preconstruction CFRP test bars. Allow 30 days for review. 60-4.12A(3)(d) Experience Qualifications Submit a manufacturer's training certificate demonstrating compliance with section 60-4.12A(4)(b) for each supervisor that will supervise the CFRP installation work. Submit documentation for at least 2 completed installations that the certified supervisor performed in the last 3 years. For each installation, include: 1. Project name and location 2. Date of contract acceptance (month and year) 3. Manufacturer and material used 4. Name and telephone number of project owner 60-4.12A(3)(e) Test Results Submit results for each preconstruction bond strength test and include 1. List of personnel 2. Description of test loading equipment 3. CFRP test bar location 4. Groove width, depth, and length 5. Ambient temperature 6. Dates and times of saw cutting and cleaning, CFRP test bar installation, and testing 7. Test load and amount of any displacement of the CFRP test bar relative to a fixed reference point 60-4.12A(4) Quality Assurance 60-4.12A(4)(a) General The certified supervisor must be present during the preparation and installation of the CFRP bars. 60-4.12A(4)(b) Experience Qualifications The supervisor that will supervise the CFRP bar installation must: 1. Be certified by the CFRP bar manufacturer on the NSM strengthening method 2. Have CFRP bar application supervisory or lead worker experience on at least 2 bridge or building projects in the last 3 years 60-4.12A(4)(c) Preconstruction Bond Strength Tests 60-4.12A(4)(c)(i) General Before starting production CFRP bar work, bond and test at least 3 preconstruction CFRP test bars in the deck at each structure using the NSM technique. The bond strength tests must be authorized before starting production CFRP work. Contract No. 07-346104 91 The preconstruction bond strength tests must comply with the following: 1. Embedment groove length must be a maximum of 24 inches 2. CFRP test bars must be placed: 2.1. Transversely along the existing concrete deck 2.2. Within the project limits at an authorized location 3. NSM bonding of the CFRP test bars must be performed using the same crew, equipment, materials, mixing proportions, ambient temperatures and procedures proposed for the production work 4. Installed CFRP test bars must be allowed to cure for at least 7 days before testing 60-4.12A(4)(c)(ii) Test Procedure Perform NSM bond strength testing of the epoxy adhesive to verify the in -place bar installation methods and pullout resistance. NSM bond strength testing must consist of gradually loading the CFRP bar until either the maximum test load has been held for the specified duration or a pullout failure has occurred. Monitor and record total movement of the CFRP test bar relative to the epoxy adhesive during application of the test load and after the test load is removed. Test loads must be applied using a hydraulic jack supported by a reaction frame capable of supporting the test equipment without excessive deformation. The hydraulic jack must have full bearing upon the reaction frame. Test loads must be maintained within 5 percent of the intended load throughout hold periods. Applied test loads must be determined by using either a calibrated pressure gage or a load cell. Movements of the CFRP bar must be measured using a gage capable of measuring to 0.01 inch and recorded to the nearest 0.01 inch at loads. The gage must have sufficient capacity to allow the test to be completed without resetting the gage during testing. Unloading and repositioning of test equipment during testing will not be allowed. The pressure gage must be graduated in 100 psi increments or less and must have a dial at least 6 inches in diameter. Each jack and its gage must be calibrated as a unit with the cylinder extension in the approximate position that it will have at final jacking force and must be accompanied by a certified calibration chart. Each jack and pressure gage assembly must be calibrated as specified for jacks used to stress tendons permanently anchored at greater than 25 percent of ultimate tensile strength in section 50- 1.01 D(2)(b). The load cell must be calibrated and must be provided with an indicator capable of measuring the test load in the CFRP bar. The range of the load cell must be such that the lower 10 percent of the manufacturer's rated capacity will not be used in determining the jacking force. Perform NSM bond strength tests in the presence of the Engineer. Epoxy adhesive failure is not allowed. The failure zone must be fully contained within the concrete. 60-4.12A(4)(d) Department Acceptance The preconstruction bond strength test is acceptable when the maximum test load of 21 kips is held for 5 minutes. If the Engineer rejects any of the preconstruction bond strength test results, perform at least 2 additional bond strength tests until the tests are authorized. Dispose of all materials used in the bond strength tests after acceptance. 60-4.12B Materials 60-4.12B(1) General Not Used 60-4.12B(2) CFRP Bars The CFRP bars must be rectangular or round in cross-section. The CFRP bars must have a surface treatment to enhance bond with the epoxy adhesive. The surface of the CFRP bars must have a coarse peel ply texture or an equivalent surface treatment. The peel ply material must be removed from the CFRP bars prior to shipping to the jobsite. If an equivalent surface treatment is used instead of a coarse peel ply texture, the surface treatment must be demonstrated by a characteristic test, such as a hinged beam test, or other apparatus that replicates Contract No. 07-346104 92 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn DIVISION VIII MISCELLANEOUS CONSTRUCTION 73 CONCRETE CURBS AND SIDEWALKS Add to section 73-1.02A: Concrete must be minor concrete complying with section 90-2 and may contain returned plastic concrete complying with section 90-9. Add to section 73-3.01 C: Within 2 business days of completing the surveys, submit preconstruction and post -construction surveys sealed and signed by one of the following: 1. Land surveyor licensed in the State 2. Engineer who is registered as a civil engineer in the State Replace section 73-3.01 D(3) with: 73-3.01D(3) Quality Control For locations shown, perform a preconstruction survey to ensure forms and job site constraints will allow for compliance with required design dimensions and slopes shown. Upon completing the work, perform a post -construction survey to verify design dimensions and slopes requirements are met. The post - construction survey must include a minimum of 3 measurements for each dimension and slope requirement shown. Individual measurements must be equally distributed across the specified slope or dimensional surface. Document and submit these measurements on the Americans with Disabilities Act Compliance Inspection Report form for the facility type shown. Include the equipment and control used to conduct the survey. Add to the beginning of section 73-3.03: Before placing concrete, verify that forms and job site constraints allow the required dimensioning and slopes shown. Immediately notify the Engineer if you encounter job site conditions that will not accommodate the design details. Ordered modifications are change order work. Add to section 73-3.03: The Contractor shall provide a minimum 1-inch thick temporary asphalt surface for an access ramp or sidewalk if it is not able to install the permanent improvement within 5 working days following the removal of the existing material at any location. The offset at any transverse or longitudinal joint must not be more that on -half (1/2) inch. On the temporary asphalt surface the running slope shall not exceed 1:20, the cross slope -must not exceed 1:50. The Contractor must not be allowed any additional compensation for the installation and removal of temporary asphalt. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 75 MISCELLANEOUS METAL Add between the 1st and 2nd paragraphs of section 75-3.01C(1): For joint armor for pedestrian walkways and soffit access door assemblies, submit the manufacturer's product data and installation instructions for CIP concrete inserts or mechanical expansion anchors. Contract No. 07-346104 97 Add to section 75-3.02C(1): For joint armor for pedestrian walkways and soffit access door assemblies, CIP concrete inserts and mechanical expansion anchors are not required to be on the Authorized Material List. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn DIVISION IX TRAFFIC CONTROL DEVICES 81 MISCELLANEOUS TRAFFIC CONTROL DEVICES Replace section 81-4 with: 81-4 LANE SEPARATION SYSTEM 81-4.01 GENERAL 81-4.01A Summary Section 81-4 includes specifications for installing and removing lane separation systems. 81-4.01B Definitions Not Used 81-4.01C Submittals Submit a certificate of compliance for the model of lane separation system used. 81-4.01D Quality Assurance Not Used 81-4.02 MATERIALS A lane separation system must be FG 300 IG Curb System manufactured by Pexco LLC, Davidson Traffic Control Products, and must include the items detailed pursuant to the manufacturer's specifications. The longitudinal curb units for FG 300 IG Curb System shall be yellow with two recessed acrylic reflective yellow lenses. The upright channelizer posts for FG 300 IG Curb System shall be the yellow Model EFX posts with two 6-inch-wide wraps of sheeting that are fluorescent yellow. These posts shall be 36" tall. 81-4.03 CONSTRUCTION Install lane separation system on clean, dry surfaces under the manufacturer's instructions. Remove lane separation system following the manufacturer's instructions. 81-4.04 PAYMENT The payment quantity of FG 300 IG Curb System is the length measured along the continuous curbing. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 83 RAILINGS AND BARRIERS Replace the 12th paragraph of section 83-2.06113 with: Chain link fabric must be 9 gauge and must comply with AASHTO M 181, Type IV, Class B. The color of the vinyl coating must be dark green. Contract No. 07-346104 98 nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 84 MARKINGS Replace the 5th paragraph of section 84-2.04 with: The payment quantity for contrast stripe consisting of white or yellow stripe with a black stripe placed along one or both sides, is the length measured along the line of the contrast stripe without deductions for gaps in the broken traffic stripe. Contrast stripe is to be paid for as a single item for sprayable thermoplastic, paint, and tape. Contrast stripe is to be paid for as 2 contrast stripes for extruded thermo, EWNV, MMA, and 2-component paint." Replace section 84-6 with: 84-6 TRAFFIC STRIPE TAPE WARRANTY 84-6.01 GENERAL 84-6.01A Summary Section 84-6 includes the warranty requirements for traffic stripe tape. Traffic stripe tape must comply with section 84-2. Traffic stripe tape must be measured under the test methods and frequencies shown in the following table: Test Methods and Frequencies for Traffic Stripes Quality characteristic Test method Minimum sampling Requirement and testi.99 frequency Durability (min, %) ASTM D913 Visual 100 Initial retroreflectivity (min, mcd-m-2.Ix-1) White ASTM E1710 ASTM D7585a,b 700 Yellow 500 Color ((x,y) chromaticity coordinates) Daytime ASTM D6628 Per lot number Table 1 Nighttime Table 2 aUse the referee evaluation protocol for project length less than 10 miles. For project lengths greater than or equal to 10 miles, add one evaluation for every additional mile. bMeasure retroreflectivity at least 48 hours after placement and within 30 days of applying the traffic stripes. 84-6.01 B Definitions Not Used 84-6.01C Submittals 84-6.01 C(1) General Twenty five days before placing the traffic stripe tape, submit to the Engineer and the Division of Maintenance: 1. Contractor's traffic stripe tape warranty for durability, color, and retroreflectivity 2. Completed Warranty Bond form (TOTE-1) 3. Name of the manufacturer's representative or name and certificate of the manufacturer certified contractor, who will monitor the installation Contract No. 07-346104 99 Before contract acceptance, submit in electronic format to maintenance.striping.warranty.contact@dot.ca.gov and to the Engineer, in an authorized data -storage device, the following information: 1. Project identification number 2. Project location information, including: 2.1. District 2.2. County 2.3. Route 3. Stripe information, including: 3.1. Standard plan detail number 3.2. Contrast as y or n 3.3. Date installed as mm/dd/yyyy 3.4. Initial retroreflectivity number to 1 decimal place During the warranty period: 1. Within 20 days of receiving notification from the Division of Maintenance that traffic stripes are deficient, submit a traffic stripe replacement plan and schedule to the Division of Maintenance 2. Within 5 days of installation of the replacement traffic stripe tape, submit the retroreflectivity and color test data 84-6.01 D Quality Assurance 84-6.01 D(1) General Not Used 84-6.01 D(2) Warranty 84-6.01 11)(2)(a) General The warranty period: 1. For traffic stripe tape is 4 years 2. Starts the day after Construction Contract Acceptance (CCA date) The warranty bond must be equal to 100 percent of the total payment for the bid items subject to the warranty. The bond must be in effect for the entire warranty period, including the time to perform corrective work. Each bond must be provided by a surety licensed to do business in the State. You are responsible for the costs of removing and replacing traffic stripes that are noncompliant with the performance requirements during the warranty period. These costs include, but are not limited to, surface preparation, material, equipment, labor, encroachment permit fees, and traffic control. All warranty work must be performed at no cost to the Department. The replacement materials will only be covered by the remainder of the original warranty period. The warranty does not cover damages due to acts of God. 84-6.0111)(3) Quality Control Traffic stripes must maintain the performance requirements throughout the warranty period as follows: 1. Daytime and nighttime color chromaticity coordinates 2. Retained retroreflectivity of 175 mcd.m-2•Ix-' 3. Minimum 90 percent durability rating for any 400-foot segment 84-6.02 MATERIALS Traffic stripe tape must be on the authorized material list for signing and delineation materials. Traffic stripe tape must have a precoated, pressure -sensitive adhesive. Traffic stripe tape must have an embossed pattern of raised surfaces. During the warranty period, the replacement materials must comply with section 84-2 and meet or exceed the performance of the original materials. Contract No. 07-346104 100 87 ELECTRICAL SYSTEMS Replace the 22nd paragraph of section 87-1.03A with: The Department places identification characters on the electrical equipment. Replace the 20th paragraph of section 87-1.03B(1) with: Terminate conduit through the bottom of a nonmetallic pull box 2 inches above the bottom and 2 inches from the wall closest to the direction of the run. Replace section 87-1.03C(2)(d) with: 87-1.03C(2)(d) Tamper -Resistant Traffic Pull Boxes Install tamper -resistant traffic pull box, anchored cover, and steel anchor rod under the manufacturer's instructions. Torque the hex nut and a top lock nut to 200 ft-lb. Install the threaded cap using epoxy on the last three threads and torque the cap to 700 ft-lb. Encase the traffic pull box in a minimum 12-inch layer of minor concrete around and under the traffic pull box. Delete the 3rd paragraph of section 87-1.03G. Replace the 2nd paragraph of section 87-1.03H(2) with: Use Method B to insulate a splice. Add to the list in the 1stparagraph of section 87-19.021: 3. ST, , LC, and as shown Add between the 12th and 13th paragraphs of section 87-19.03C: Use the county abbreviations for the fiber optic cable identification as shown in the following table: Fiber Optic Cable Identification for County County County Abbreviation County County Abbreviation County County Abbreviation Los Angeles LA San Joaquin SJ Replace section 87-20.021 with: 87-20.021 Temporary Lighting Systems A temporary lighting system consists of, power source, and standards poles. The temporary lighting system will be using a type 21 standard light pole bolted onto a steel plate with concrete blocks. Power will be connected to an existing service cabinet. The system must comply with the specification for a lighting system in section 87-2. Contract No. 07-346104 104 Add to the end of section 87-21.03C: Modifying a lighting system includes removing, adjusting, or adding: 1. Foundations 2. Pull boxes 3. Conduit 4. Conductors 5. Standards 6. Luminaires 7. Service equipment enclosure 8. Photoelectric control 9. Fuse splice connectors Modifying fiber optic cable system includes removing, adjusting, or adding: 1. Fiber optic cables 2. Conductors 3. Conduit 4. HDPE innerduct 5. HDPE conduit 6. Pull boxes 7. FOSE 8. Splice vault AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION XI MATERIALS 90 CONCRETE Add to section 90-1.01A: The specifications for CIP structural concrete members in sections 90-1.01 C(6)(b), 90-1.01 C(8)(b), 90- 1.01 C(11), 90-1.01 C(12), 90-1.01 D(7), 90-1.01 D(8), 90-1.01 D(9), 90-1.01 D(10)(b), and 90-1.01 D(11)(b) do not apply. Contract No. 07-346104 105 • --..I � n: jw r JAY HOLOMBO, PHD, PE PROJECT MANAGER Jay.Holombo@tylin.com +1 619.908.3313 TYLin.com 'Ptl.in