HomeMy WebLinkAbout14-143 Professional Service Contract for Phase II, Planning, Design & Environmental of Temescal Canyon BridgeCITY OF inn
LADE LSIROKE
DREAM EXT'REME-
REPORT TO CITY COUNCIL
TO: HONORABLE MAYOR
AND MEMBERS OF THE CITY COUNCIL
FROM: GRANT M. YATES
CITY MANAGER
DATE: MAY 27, 2014
SUBJECT: AWARD OF PROFESSIONAL SERVICE CONTRACT FOR PHASE 11,
PLANNING, DESIGN, AND ENVIRONMENTAL DOCUMENTS OF THE
TEMESCAL CANYON BRIDGE PROJECT NO. 4344
Recommendations:
1. Award the consultant contract to Aguilar Consulting, Inc. in an amount not to
exceed $799,762.00 for Phase II, Planning, Design and Environmental Documents.
2. Authorize the City Manager to execute the contract with Aguilar Consulting, Inc. in
the amount of $799,762.00 for Phase II, Planning, Design and Environmental
Documents.
I -1e[9] 11(011 :10111 Z I P1
The Temescal Canyon Bridge was built in 1924 and is identified on the Federal Eligible
Bridge list as structurally deficient or functionally obsolete. Staff working in conjunction
with Western Riverside Council of Governments (WRCOG), was successful in having
the bridge and associated road improvements added to the Transportation Uniform
Mitigation Fee (TUMF) network. The estimated cost of improvements to be funded by
TUMF are $7,284,900. With funding assistance in place, the City Council awarded
Phase I, conceptual planning study services to AEI CASC Consulting on December 14,
2010. Phase I is complete.
DISCUSSION
City staff sought and obtained Highway Bridge Replacement and Rehabilitation (HBRR)
Program funding from the Federal Highway Administration (FHWA) Highway Bridge
Program through Caltrans District Local Assistance Office, the administrator of the
funds. The City has been awarded funds in the amount of $761,358.
Award of Professional Services Temescal Bridge
Page 2 of 3
May 27, 2014
The City is prepared to commence Phase II Planning, Design and Environmental
Documents. The projected schedule is as follows:
Environmental Documentation and Approval 24 months
Environmental Permitting 6 months
Plans, Specifications & Estimates (PS &Es) 18 months
Caltrans Highway Bridge Program Approval 6 months
54 months
FISCAL IMPACT
PHASE II — PA &ED
The total cost for the Plan Approval /Environmental Documents (PA &ED) phase of work
is $1,024,762. This work will be funded with a combination of Federal Highway Bridge
Replacement and Rehabilitation (HBRR) funds in the amount of $761,358, and TUMF
Zone funds in the amount of $263,404. The HBRR program requires a minimum cost -
share of 11.47% in local funding. TUMF Zone funds will satisfy the City's local match
requirements for federal funding and provides the additional funds necessary to
complete this phase of work.
Projected costs associated with the PA &ED phase of work are provided as follows:
Phase II PANED
$ 799,762.00
Contract Administration
$ 75,000.00
Permitting and review fees
$ 50,000.00
Caltrans's Modifications
$ 100,000.00
Total required funding
$1,024,762.00
FHWA HBRR Funding $ 761,358.00
TUMF Funding $ 263 404.00
Total funding available $1,024,762.00
Award of Professional Services Temescal Bridge
Page 3 of 3
May 27, 2014
Prepared by: Walter Allison
Principal Engineer
Approved by: Vince Damasse
Director of Public Works
Approved by: Grant M. Yates
City Manager
Attachments Agreement
Exhibit "A "Proposal
Exhibit "B" Schedule of Charges
Exhibit "C" Exemption from Workers Compensation Insurance NA
Vicinity Map
AGREEMENT FOR PROFESSIONAL SERVICES
This Agreement for Professional Services (the "Agreement ") is made and entered
into as of the day of 2014, by and between the City of Lake Elsinore, a
municipal corporation ( "City ") and Aguilar Consulting, Inc., a California Corporation
( "Consultant ").
RECITALS
A. City desires to retain Consultant to perform Professional Design
services in the City and Consultant desires to provide such professional services and
related work as set forth in this Agreement.
B. Consultant possesses the skill, experience, ability, background, certification
and knowledge to perform the services described in this Agreement on the terms and
conditions described herein.
AGREEMENT
1. Scope of Services. Consultant shall perform the services described on
Exhibit A which is attached hereto and incorporated herein by reference. Consultant shall
provide said services at the time, place, and in the manner specified in Exhibit A, subject
to the direction of the City through its staff that it may provide from time to time.
2. Time of Performance. The services of Consultant are to commence upon
execution of this Agreement and shall continue [until completed in accordance with the
schedule set forth in the Scope of Work (Exhibit A)
3. Compensation. Compensation to be paid to Consultant shall be in
accordance with the Schedule of Charges set forth in Exhibit B, which is attached hereto
and incorporated herein by reference. In no event shall Consultant's compensation
exceed $799,762.00 without additional written authorization from the City. Expenses set
forth in Exhibit B shall be reimbursed at cost without an inflator or administrative charge;
provided however that approved subconsultants listed in Exhibit B may be billed at cost
plus 10 %. Payment by City under this Agreement shall not be deemed a waiver of
defects, even if such defects were known to the City at the time of payment.
4. Method of Payment. Consultant shall submit monthly billings to City
describing the work performed during the preceding month. Consultant's bills shall be
segregated by project task, if applicable, such that the City receives a separate
accounting for work done on each individual task for which Consultant provides services.
Consultant's bills shall include a brief description of the services performed, the date the
services were performed, the number of hours spent and by whom, and a description of
any reimbursable expenditures. City shall pay Consultant no later than 30 days after
approval of the monthly invoice by City staff. When payments made by City equal 90% of
the maximum fee provided for in this Agreement, no further payments shall be made until
the final work under this Agreement has been accepted by City.
Professional Services Agreement 1 12/10/13
5. Extra Work. At any time during the term of this Agreement, City may request
that Consultant perform Extra Work. As used herein, "Extra Work" means any work which
is determined by City to be necessary for the proper completion of the Project, but which
the parties did not reasonably anticipate would be necessary at the execution of this
Agreement. Consultant shall not perform, nor be compensated for, Extra Work without
written authorization from City. Extra work will be invoiced separately from services
performed in accordance with the Scope of Services.
6. Termination. This Agreement may be terminated by the City immediately
for cause or by either party without cause upon thirty (30) days' written notice of
termination. Upon termination, Consultant shall be entitled to compensation for services
performed up to the effective date of termination.
7. Ownership of Documents. All plans, studies, documents and other writings
prepared by and for Consultant, its officers, employees and agents and subcontractors in
the course of implementing this Agreement, except working notepad internal documents,
shall become the property of the City upon payment to Consultant for such work, and the
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or to any other party. Consultant shall, at Consultant's
expense, provide such reports, plans, studies, documents and other writings to City upon
written request. City acknowledges that any use of such materials in a manner beyond
the intended purpose as set forth herein shall be at the sole risk of the City. City further
agrees to defend, indemnify and hold harmless Consultant, its officers, officials, agents,
employees and volunteers from any claims, demands, actions, losses, damages, injuries,
and liability, direct or indirect (including any and all costs and expenses in connection
therein), arising out of the City's use of such materials in a manner beyond the intended
purpose as set forth herein.
a. Licensing of Intellectual Property. This Agreement creates a
nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any
and all copyrights, designs, and other intellectual property embodied in plans,
specifications, studies, drawings, estimates, and other documents or works of authorship
fixed in any tangible medium of expression, including but not limited to, physical drawings
or data magnetically or otherwise recorded on computer diskettes, which are prepared or
caused to be prepared by Consultant under this Agreement ( "Documents & Data ").
Consultant shall require that all subcontractors agree in writing that City is granted a
nonexclusive and perpetual license for any Documents & Data the subcontractor
prepares under this Agreement. Consultant represents and warrants that Consultant has
the legal right to license any and all Documents & Data. Consultant makes no such
representation and warranty in regard to Documents & Data which were prepared by
design professionals other than Consultant or provided to Consultant by the City. City
shall not be limited in any way in its use of the Documents & Data at any time, provided
that any such use not within the purposes intended by this Agreement shall be at City's
sole risk.
Professional Services Agreement 2 12/10/13
b. Confidentiality. All ideas, memoranda, specifications, plans,
procedures, drawings, descriptions, computer program data, input record data, written
information, and other Documents & Data either created by or provided to Consultant in
connection with the performance of this Agreement shall be held confidential by
Consultant. Such materials shall not, without the prior written consent of City, be used by
Consultant for any purposes other than the performance of the services under this
Agreement. Nor shall such materials be disclosed to any person or entity not connected
with the performance of the services under this Agreement. Nothing furnished to
Consultant which is otherwise known to Consultant or is generally known, or has become
known, to the related industry shall be deemed confidential. Consultant shall not use
City's name or insignia, photographs relating to project for which Consultant's services
are rendered, or any publicity pertaining to the Consultant's services under this
Agreement in any magazine, trade paper, newspaper, television or radio production or
other similar medium without the prior written consent of City.
8. Consultant's Books and Records.
a. Consultant shall maintain any and all ledgers, books of account,
invoices, vouchers, canceled checks, and other records or documents evidencing or
relating to charges for services, or expenditures and disbursements charged to City for a
minimum period of three (3) years, or for any longer period required by law, from the date
of final payment to Consultant to this Agreement.
b. Consultant shall maintain all documents and records which
demonstrate performance under this Agreement for a minimum period of three (3) years,
or for any longer period required by law, from the date of termination or completion of this
Agreement.
C. Any records or documents required to be maintained pursuant to this
Agreement shall be made available for inspection or audit, at any time during regular
business hours, upon written request by the City Manager, City Attorney, City Auditor or
a designated representative of these officers. Copies of such documents shall be
provided to the City for inspection at City Hall when it is practical to do so. Otherwise,
unless an alternative is mutually agreed upon, the records shall be available at
Consultant's address indicated for receipt of notices in this Agreement.
d. Where City has reason to believe that such records or documents
may be lost or discarded due to dissolution, disbandment or termination of Consultant's
business, City may, by written request by any of the above -named officers, require that
custody of the records be given to the City and that the records and documents be
maintained in City Hall. Access to such records and documents shall be granted to any
party authorized by Consultant, Consultant's representatives, or Consultant's successor -
in- interest.
9. Independent Contractor. It is understood that Consultant, in the
performance of the work and services agreed to be performed, shall act as and be an
independent contractor and shall not act as an agent or employee of the City. Consultant
Professional Services Agreement 3 12/10/13
shall obtain no rights to retirement benefits or other benefits which accrue to City's
employees, and Consultant hereby expressly waives any claim it may have to any such
rights.
10. Interests of Consultant. Consultant (including principals, associates and
professional employees) covenants and represents that it does not now have any
investment or interest in real property and shall not acquire any interest, direct or indirect,
in the area covered by this Agreement or any other source of income, interest in real
property or investment which would be affected in any manner or degree by the
performance of Consultant's services hereunder. Consultant further covenants and
represents that in the performance of its duties hereunder no person having any such
interest shall perform any services under this Agreement.
Consultant is not a designated employee within the meaning of the Political Reform
Act because Consultant:
a. will conduct research and arrive at conclusions with respect to his /her
rendition of information, advice, recommendation or counsel independent of the control
and direction of the City or of any City official, other than normal agreement monitoring;
and
b . possesses no authority with respect to any City decision beyond
rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).)
11. Professional Ability of Consultant. City has relied upon the professional
training and ability of Consultant to perform the services hereunder as a material
inducement to enter into this Agreement. Consultant shall therefore provide properly
skilled professional and technical personnel to perform all services under this Agreement.
All work performed by Consultant under this Agreement shall be in accordance with
applicable legal requirements and shall meet the standard of quality ordinarily to be
expected of competent professionals in Consultant's field of expertise.
12. Compliance with Laws. Consultant shall use the standard of care in its
profession to comply with all applicable federal, state and local laws, codes, ordinances
and regulations.
13. Licenses. Consultant represents and warrants to City that it has the
licenses, permits, qualifications, insurance and approvals of whatsoever nature which are
legally required of Consultant to practice its profession. Consultant represents and
warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain
at all times during the term of this Agreement, any licenses, permits, insurance and
approvals which are legally required of Consultant to practice its profession. Consultant
shall maintain a City of Lake Elsinore business license.
14. Indemnity. Consultant agrees to defend, indemnify and hold harmless the
City, its officers, officials, agents, employees and volunteers from and against any and all
claims, demands, actions, losses, damages, injuries, and liability, direct or indirect
(including any and all costs and expenses in connection therein), arising out of the
Professional Services Agreement 4 12/10/13
performance of this Agreement or its failure to comply with any of its obligations contained
in this Agreement, except for any such claim arising out of the sole negligence or willful
misconduct of the City, its officers, agents, employees or volunteers.
15. Insurance Requirements.
a. Insurance. Consultant, at Consultant's own cost and expense, shall
procure and maintain, for the duration of the contract, the following insurance policies.
i. Workers' Compensation Coverage. Consultant shall maintain
Workers' Compensation Insurance and Employer's Liability Insurance for his /her
employees in accordance with the laws of the State of California. In addition,
Consultant shall require each subcontractor to similarly maintain Workers'
Compensation Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's employees. Any
notice of cancellation or non - renewal of all Workers' Compensation policies must
be received by the City at least thirty (30) days prior to such change. The insurer
shall agree to waive all rights of subrogation against City, its officers, agents,
employees and volunteers for losses arising from work performed by Consultant
for City. In the event that Consultant is exempt from Worker's Compensation
Insurance and Employer's Liability Insurance for his /her employees in accordance
with the laws of the State of California, Consultant shall complete and submit to
the City a Certificate of Exemption from Workers Compensation Insurance in the
form attached hereto as Exhibit C.
ii. General Liability Coverage. Consultant shall maintain
commercial general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal injury and property
damage. If a commercial general liability insurance form or other form with a
general aggregate limit is used, either the general aggregate limit shall apply
separately to the work to be performed under this Agreement or the general
aggregate limit shall be at least twice the required occurrence limit.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile liability insurance covering bodily injury and property damage for all
activities of the Consultant arising out of or in connection with the work to be
performed under this Agreement, including coverage for owned, hired and non -
owned vehicles, in an amount of not less than one million dollars ($1,000,000)
combined single limit for each occurrence.
iv. Professional Liability Coverage. Consultant shall maintain
professional errors and omissions liability insurance for protection against claims
alleging negligent acts, errors or omissions which may arise from Consultant's
operations under this Agreement, whether such operations by the Consultant or
by its employees, subcontractors, or sub consultants. The amount of this insurance
shall not be less than one million dollars ($1,000,000) on a claims -made annual
aggregate basis, or a combined single limit per occurrence basis.
Professional Services Agreement 5 12/10/13
b. Endorsements. Each general liability and automobile liability insurance
policy shall be with insurers possessing a Best's rating of no less than A:VII and
shall be endorsed with the following specific language:
i. The City, its elected or appointed officers, officials,
employees, agents and volunteers are to be covered as additional insured with
respect to liability arising out of work performed by or on behalf of the Consultant,
including materials, parts or equipment furnished in connection with such work or
operations.
ii. This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents and
volunteers. Any insurance maintained by the City, including any self- insured
retention the City may have, shall be considered excess insurance only and shall
not contribute with it.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the
limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees or agents.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
vi. The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days
written notice has been received by the City.
C. Deductibles and Self- Insured Retentions. Any deductibles or self -
insured retentions must be declared to and approved by the City. At the City's option,
Consultant shall demonstrate financial capability for payment of such deductibles or self -
insured retentions.
d. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance coverage
required herein. Certificates of such insurance shall be filed with the City on or before
commencement of performance of this Agreement. Current certification of insurance shall
be kept on file with the City at all times during the term of this Agreement.
16. Notices. Any notice required to be given under this Agreement shall be in
writing and either served personally or sent prepaid, first class mail. Any such notice shall
be addressed to the other party at the address set forth below. Notice shall be deemed
communicated within 48 hours from the time of mailing if mailed as provided in this
section.
Professional Services Agreement 6 12/10/13
If to City: City of Lake Elsinore
Attn: Vince Damasse P.E.
130 South Main Street
Lake Elsinore, CA 92530
If to Consultant: Aguilar Consulting, Inc.
2155 Chicago Avenue Suite 301
Riverside, CA 92507
17. Entire Agreement. This Agreement constitutes the complete and exclusive
statement of Agreement between the City and Consultant. All prior written and oral
communications, including correspondence, drafts, memoranda, and representations,
are superseded in total by this Agreement.
18. Amendments. This Agreement may be modified or amended only by a
written document executed by both Consultant and City and approved as to form by the
City Attorney.
19. Assignment and Subcontracting. The parties recognize that a substantial
inducement to City for entering into this Agreement is the professional reputation,
experience and competence of Consultant and the subcontractors listed in Exhibit D.
Consultant shall be fully responsible to City for all acts or omissions of any subcontractors.
Assignments of any or all rights, duties or obligations of the Consultant under this
Agreement will be permitted only with the express consent of the City. Consultant shall
not subcontract any portion of the work to be performed under this Agreement except as
provided in Exhibit D without the written authorization of the City. If City consents to such
subcontract, Consultant shall be fully responsible to City for all acts or omissions of those
subcontractors. Nothing in this Agreement shall create any contractual relationship
between City and any subcontractor nor shall it create any obligation on the part of the
City to pay or to see to the payment of any monies due to any such subcontractor other
than as otherwise is required by law.
20. Waiver. Waiver of a breach or default under this Agreement shall not
constitute a continuing waiver of a subsequent breach of the same or any other provision
under this Agreement.
21. Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
22. Controlling Law Venue. This Agreement and all matters relating to it shall
be governed by the laws of the State of California and any action brought relating to this
Agreement shall be held exclusively in a state court in the County of Riverside.
23. Litigation Expenses and Attorneys' Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the
prevailing party shall be entitled to recover its reasonable litigation expenses, including
court costs, expert witness fees, discovery expenses, and attorneys' fees.
Professional Services Agreement 7 12/10/13
24. Mediation. The parties agree to make a good faith attempt to resolve any
disputes arising out of this Agreement through mediation prior to commencing litigation.
The parties shall mutually agree upon the mediator and share the costs of mediation
equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted
to JAMS /ENDISPUTE ( "JAMS ") or its successor in interest. JAMS shall provide the
parties with the names of five qualified mediators. Each party shall have the option to
strike two of the five mediators selected by JAMS and thereafter the mediator remaining
shall hear the dispute. If the dispute remains unresolved after mediation, either party may
commence litigation.
25. Execution. This Agreement may be executed in several counterparts, each
of which shall constitute one and the same instrument and shall become binding upon the
parties when at least one copy hereof shall have been signed by both parties hereto. In
approving this Agreement, it shall not be necessary to produce or account for more than
one such counterpart.
26. Authority to Enter Agreement. Consultant has all requisite power and
authority to conduct its business and to execute, deliver, and perform the Agreement.
Each party warrants that the individuals who have signed this Agreement have the legal
power, right, and authority to make this Agreement and to bind each respective party.
27. Prohibited Interests. Consultant maintains and warrants that it has not
employed nor retained any company or person, other than a bona fide employee working
solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants
that it has not paid nor has it agreed to pay any company or person, other than a bona
fide employee working solely for Consultant, any fee, commission, percentage, brokerage
fee, gift or other consideration contingent upon or resulting from the award or making of
this Agreement. For breach or violation of this warranty, City shall have the right to rescind
this Agreement without liability. For the term of this Agreement, no member, officer or
employee of City, during the term of his or her service with City, shall have any direct
interest in this Agreement, or obtain any present or anticipated material benefit arising
therefrom.
28. Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religion, color, national origin, handicap,
ancestry, sex or age. Such non - discrimination shall include, but not be limited to, all
activities related to initial employment, upgrading, demotion, transfer, recruitment or
recruitment advertising, layoff or termination. Consultant shall also comply with all
relevant provisions of City's Minority Business Enterprise program, Affirmative Action
Plan or other related programs or guidelines currently in effect or hereinafter enacted.
IN WITNESS WHEREOF the parties have caused this Agreement to be executed
on the date first written above.
Professional Services Agreement 8 12/10/13
CITY OF LAKE ELSINORE: CONSULTANT:
By:
Printed Name:
Title:
By:
Printed Name:
Title:
Business License #
APPROVED AS TO FORM: ATTEST:
City Attorney
City Clerk
Attachments: Exhibit A - Scope of Services
Exhibit B - Fee Schedule /List of Subcontractors
Exhibit C - Certificate of Exemption from Workers' Compensation Insurance —N /A
Professional Services Agreement 9 12/10/13
EXHIBIT "A"
SCOPE OF SERVICES
Professional Services Agreement 12/10/13
WTUTMURN
SCHEDULE OF CHARGES /LIST OF SUBCONTRACTORS
Professional Services Agreement 12/10/13
EXHIBIT "C"
EXEMPTION FROM WORKERS COMPENSATION INSURANCE
Professional Services Agreement 12/10/13
CERTIFICATE OF EXEMPTION FROM WORKERS= COMPENSATION INSURANCE
I hereby certify t the performance of the work for which this Agreement is
entered into, I shall not employ erson in any manner so as to become subject to
the Workers' Compensation Laws o tate of California.
Executed on this day of _ ,20 at
California.
Consultant
Professional Services Agreement 12/10/13
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT'
Scope of Work Program
Please 2 — Environmental Document (ED) and Project Study Report Equivalent
(PSRE)
General Project Description and Assumptions
The ACI Project Team will provide the City of Lake Elsinore with engineering and
environmental services related to the Temescal Canyon Road Bridge Replacement Project, City
Project Proposal RFP6510, and Federal Aid Project No. BRLO - 5074(015) (hereinafter named
the "Project "). The proposed project is to replace the existing bridge crossing with a 4 -lane all -
weather access bridge. The new bridge is approximately 246 feet long and 92 feet wide.
The following scope of work will include all professional services associated with the
completion of Phase 2 - Project Approval / Environmental Document ( "PA /ED ") based on the
current authorized HBP approved budget of $860,000.00.
ACI Project Team will conduct preliminary engineering studies to determine build alternatives;
based on the preferred alternative prepare and submit a project study report equivalent (a HBP
seeping document) to Caltrans Local Assistance to request allocation of HBP funds for full PE
cost to complete Phase 2 - PA/ED Phase; and perform limited environmental technical studies.
Phase 2 will commence upon execution of the Professional Services Agreement with the City of
Lake Elsinore.
Task 1.0: Project Management
Task 1.1 Project Administration and Project Controls
Upon receipt of a formal Notice -To- Proceed (NTP) for the project, the first step is to develop a
project - specific work plan to strategize the team resources and detailed assignments. A cost proposal
with a Work Breakdown Structure (WBS) shall be finalized for cost negotiation for the contract.
ACI's work plan typically consists of detailed scope of services, deliverables, schedule, task budget,
agency contacts, team member contacts and responsibility of team design disciplines, and project-
specific requirements and potential technical issues. ACI's project administration will be conducted
to ensure timely progress reporting and billing, accurate project record keeping, monitoring of costs,
progress, deliverables and adherence to quality standards. ACI's project controls involve scheduling,
document control, accounting and cost control.
Schedule Control: During the project development, we will ensure that the schedule adheres to all
contractual requirements. The schedule will be constantly updated. ACI will work closely with the
City for the delivery requirements.
11
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT ''""""" "..
Document Control: All in- coming and out -going design and correspondence materials will be logged,
and filed according to a project - specific document control system identified in the QA /QC manual.
Accounting and Invoicing Procedures: ACI will follow general City and Caltrans accounting and
billing requirements. All man - hours, direct and indirect costs will be tracked.
Cost Control: Project costs will be verified on a monthly basis. Cost -to -date, estimated actual
percent completed, and estimated budget to complete by individual task at each invoicing period will
be documented.
Deliverables: Monthly invoices, progress reports, schedules updates and document logs
Task 1.2 Meetings and Coordination
This task will include general management and coordination among the City, ACI Team,
Caltrans, jurisdictional agencies, and other key stakeholders. Project meetings will be conducted
to maintain good project communication in purposeful and concise meetings. Project
coordination shall be established by frequent progress review meetings or conference calls.
Project Development Team (PDT) meetings in the City Hall or by conference calls will be
conducted. A meeting agenda will be prepared in advance. All action items listed in the meeting
minutes shall be reviewed in every meeting. Other typical procedures including preparing
monthly progress reports; establishing design criteria; posting project issues to all individuals;
conducting biweekly progress review for all engineering plans and reports; mitigating all
independent check and review comments; clearing communication lines to maintain the project
schedule. The fee has been established based on one (1) project kick -off meeting and twenty -one
(22) progress review meetings during the PA &ED phase. Project Manager and appropriate key
task managers or engineers will attend the meetings.
Deliverables: Meeting agendas, meeting minutes, and
coordination memorandums
Task 1.3 Quality Assurance and Quality Control
We will provide Quality Control and Quality Assurance
(QC /QA) for all project documents and plans to ensure that the
project moves forward to delivery as quickly as possible. Upon
notice to proceed, the QC /QA procedures shall be clearly
outlined for the project team. These procedures shall include
check lists for plan preparation, e -file sharing procedures and
document controls, and independent reviews by senior staff. We
will review the design documents to make sure that the design is
consistent with the funding requirements so that the review and
approval process is expedited. We will make sure all right -of-
N
s
Qua lilr Assnn nuc and Quath, Cnnnvl Plan j
ann�o� a��w �aami�,4
snn i.m. ue,' nrvrem Lrnoxu ¢amnsN
,en> ie „i,a x�� uxas�
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT C `!
PL
way acquisitions; easements; and utility relocation for the project are reasonable and efficient.
Deliverables: Quality Control and Quality Assurance Plan
Task 2.0 Preliminary Engineering
Task 2.1 Data Collection and Research
ACI Project Team will collect available existing reports, data, as -built plans, and information
relevant to the project from the City of Lake Elsinore, Riverside County Transportation
Department, Riverside County Flood Control District ( RCFCD), Caltrans, and other stakeholders
and agencies.
ACI will perform the data research and coordination in support of the floodplain and scour
studies. ACI will gather and perform a thorough review of available drainage studies, master
drainage plans, design topographic maps, aerial photographs, and other plans and reports
relevant to the floodplain and scour studies. This task also provides for performing and
documenting the findings obtained from interviews with City of Lake Elsinore and RCFCD staff
about drainage deficiencies and flooding history in the study area.
Deliverables: A document log showing all data obtained from the agencies
Task 2.2 Field Review and Site Assessment
ACI Project Team will conduct a field review meeting and a thorough site investigation with the
City. The field review meeting shall assist the ACI Team in verifying plan information obtained
in data collection and research, clarifying the project scope, documenting existing street
improvements including public facilities and private developments, drainage conditions, flow
patterns, underground and overhead utilities, signing and striping, miscellaneous features, and
evaluating potential unforeseen issues that may cause delay to the project.
Deliverables: Field review notes and a photo log
2.3 Right -of -Way Research and Base Mapping
ACI team partner, AEI -CASC will research record documents at City of Lake Elsinore, County
of Riverside, Riverside County Flood Control District, and Caltrans right of way department.
Using preliminary title reports and Schedule A and B documents provided by the title company,
plot parcel boundaries and all existing plottable easements. Notes for unplottable or blanket
easements will appear in a legend along each relevant assessor parcel number; using field
locations of found survey monuments, prepare a base map of existing centerlines, rights of way,
existing easements, descriptions of found monuments, topographic mapping, all overlaid on a
91
K110
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
screened color orthophoto image. Includes text describing assessor parcel numbers and
ownership as listed on the preliminary title reports.
Preliminary Title Work: ACI team partner, OPC will order ten (10) preliminary title reports and
provide to all team members as needed.
Deliverables: A right of way constraints map containing all of the information listed above,
Preliminary Title Reports; Right of Entries
Task 2.4 Utility Research, Notification and Mapping
ACI will perform utility research; prepare utility research letters and send notification to all
agencies that may have existing utilities within the project area. Letter notifies each agency of
the proposed project and requests all available as -built plans, atlas, plats and facility maps.
ACI will prepare an existing utility base plan in AutoCAD format mapping all known above and
underground utilities; perform a site visit to field verify all existing utility surface features;
prepare a list of all utility providers including contact information; perform a conflict study and
prepare a matrix showing all utility conflicts by stationing with assumed responsible party.
Deliverables: Existing Utility Base Plan, Utility Provider list, Utility Conflict Study
Task 2.5 Roadway Alternatives and Geometric Approval Drawings (GAD)
ACI will refine the vertical alignment and horizontal transitions originally developed during the
conceptual planning stage. The alignment will be prepared to support 55 MPH design speed at
an elevation that provides the required minimum hydraulic freeboard elevation over the channel,
loss of cross slope and the bridge depth. Vertical Curve and Horizontal Taper lengths will be
called out with its design speed to assure the design criteria is being met. With the limits of work
established and the proposed improvements shown, including the ultimate lane geometries, areas
of potential concern or impact will be identified. Impacts, such as right of way encroachment,
utility conflicts, driveway and access impediments, and location of construction limits will be
further investigated to determine if an alternative design can mitigate these impacts. One
example of an alternative would be to construct a retaining wall instead of providing 2:1 slope
grading in order to mitigate right of way acquisition.
ACI will prepare Geometric Approval Drawings (GADS) for the preferred alternative at 30%
design level. The GADs shall set the basis for the future final design of the project. The design
will include checking the pavement saw -cut locations and cross falls for compliance with the
City' standards. Potential conflicts with utilities and existing improvements will be determined
and proposed resolutions provided.
E
t-I
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
ACI will establish the proposed storm drain relocations and flow lines for future final design
purposes as part of Task 2.10 Roadway Drainage Study, which will include establishing the
curb /gutter flow line profiles for future final design purposes.
Deliverables: Alternatives Study Exhibits, and Geometric Approval Drawings consisting of one
(1) cover sheet; three (3) plan /prof le sheets (I "=40'H & 1 " =4' V); two (2) detail /cross section
sheets
Task 2.6 Preliminary Geotechnical and Bridge Foundation Reports
ACI team partner, Group Delta will perform a site reconnaissance and a review of the existing
as -built plans and LOTBs for the site, as well as available topographic and geologic maps, aerial
photos, and geotechnical reports. On the basis of a review of the existing data, we will provide
geotechnical information and preliminary recommendations for the Preliminary Foundation
Report (PFR) for type selection of the bridge. The scope of the PFR does not include any
drilling and sampling.
Deliverable: Preliminary Geotechnical Design Report and Preliminary Structure Foundation
Report approved by both Caltrans
Task 2.7 Structure Advance Planning Study
ACI team partner, CNS will perform bridge Advance Planning Study (APS) in accordance with
Caltrans Office of Special Funded Projects (SFP) Information and Procedures Guide and Bridge
Memo to Designers manuals for the proposed bridge.
The primary objective for this task is to determine the scope (geometry) and cost of the most
feasible bridge type that can be accepted by the City and Caltrans. The APS will include
evaluation of the most cost - effective structure type, foundation and its constructability,
calculations of horizontal and vertical clearances, stage and utility requirements, and structural
interaction with roadway facilities. We will review Preliminary Foundation Report (PFR)
prepared by the geotechnical engineer and determine the likely foundation and its impacts on the
bridge costs. The APS will consist of a general plan sheet showing the basic structure layout
details and cost estimates. CNS will submit the APS to the City for forwarding to Structures
Local Assistance (SLA) for review and concurrence.
Deliverables: A bridge general plan, a bridge design memo, and itemized cost estimates
Task 2.8 Floodplain Study, Bridge Hydraulics, Sediment Transport Study, and Scour
Study
5
- 'I
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT`
ACI will perform a floodplain analysis, bridge hydraulics, general sediment transport
characteristic, and scour study based upon the existing and with - project conditions.
Floodplain, hydraulic, sediment transport and scour studies under the existing condition will first
be examined to establish the baseline condition. Alternative with - project conditions will then be
assessed, and the potential impacts to channel stability, general sediment transport characteristic,
and scour condition will be determined. In order to quantify the impacts of the proposed bridge
to the existing floodplain, hydraulic, general sediment transport characteristic, and scour
condition of Temescal Creek through the project reach, ACI will utilize the current steady - state,
one - dimensional hydraulic model (HEC -RAS computer model) but modified to integrate the
proposed bridge footprint. The bridge hydraulics and potential local (pier) and general scour
values will be determined using the published 100 -year flow of 10,450 CPS.
The HEC -RAS model will determine the preliminary channel capacities, floodplain elevations,
backwater effects, total scour potential, and identify any deficiencies with the existing channel.
The hydraulic model will also be utilized to determine the impacts to the surrounding
improvements such as the existing Lake Street Bridge due to the proposed bridge and channel
improvements. HEC -18 will be utilized to calculate the local (pier) scour depth. If necessary, the
bridge scour routines in the HEC -RAS computational model, developed by the U.S. Army Corps
of Engineers, will be applied to preliminarily estimate the magnitude of the contraction scour and
abutment scour components expected under design flow conditions for the with- project
conditions. A minimum channel freeboard of 3 feet (4 feet near the proposed bridge, located
immediately upstream and downstream of the bridge) and bridge freeboard of 2 feet will be
provided under the 100 -year condition.
ACI will evaluate the general sediment transport characteristics of Temescal Creek in the
vicinity of the Temescal Canyon Road bridge. The task will include evaluation of historical
channel trends, contrast of local channel slopes to regional slope variation, evaluation of
anticipated changes to sediment loading to the project reach due to upstream activities, hydraulic
capacity calculations of using normal depth procedures, and sediment transport potential
evaluation using qualitative hydraulic indicators. Steady -state methodologies will be used to
contrast the sediment transport capacity of the channel reach local to the proposed bridge with
anticipated supply rates, over a range of discharge conditions. Local sediment size information
will be used with the hydraulic information and sediment transport relations to estimate bed
material sediment transport volumes passing through the upstream, local and downstream
channel reach. Sediment continuity will be applied to estimate potential erosion /sedimentation
depths to be expected along the proposed channel under design event and average annual
conditions. The potential hydraulic and /or channel deformation effects of bed form development
will be assessed as well. A floodplain, bridge hydraulic and sediment transport report will be
prepared to document the study assumptions, procedures and results.
6
WO
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
General scour depths under the 100 -year condition for the existing and with- project conditions
will be computed using the Los Angeles County Flood Control District (LACFCD) Hydraulics
Manual for determining cutoff wall depths as required by RCFCD.
Based upon the results of the HEC -RAS model, ACI will review and identify the required
channel improvements and scour protection within the limits of the bridge and immediately
upstream and downstream of the bridge, as needed. Preliminary grades and elevations will be
determined and limits of improvements will be identified. This task will include
recommendation for channel improvements as mitigation against potential scour affecting the
proposed bridge and the two existing railroad bridges, the existing concrete slope protection
along the north and south sides of the channel in the vicinity of the proposed bridge retracement
project, and the existing grouted riprap drop structure.
Based upon the results of the HEC -RAS model and HEC -18, ACI will review and identify the
required channel improvements and scour protection within the limits of the bridge and
immediately upstream and downstream of the bridge, as needed. Preliminary grades and
elevations will be determined and limits of improvements will be identified. This task will
include recommendation for channel improvements as mitigation against potential scour
affecting the proposed bridge channel.
ACI will prepare and submit the Floodplain, Bridge Hydraulics, Sediment Transport Study, and
Scour Study Report to the City of Lake Elsinore, RCFCD, and Caltrans District 8 for review and
processing in conjunction with the environmental documents and PS &E submittal.
Deliverables: Floodplain, Bridge Hydraulics, Sediment Transport Study, and Scour Study Report
Task 2.9 Preliminary Channel Improvements Plans
ACI will review and identify the extent of channel improvements and scour protection measures
required for the project. ACI will perform preliminary channel design showing proposed grades,
access ramps and scour protection.
Deliverables: Preliminary Channel Improvement Plans
Task 2.10 Roadway Drainage Study
Using available hydrology studies, master plans and as -build storm drain plans from the City of
Lake Elsinore, ACI will review the local drainage issues associated with the proposed project
and street design.
II
PA
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT ..
I
Local hydrology study using the RCFCD methodology will be prepared based upon the existing
(pre- project) and proposed (post- project) conditions. Preliminary pipe sizes, inlet (catch basin)
sizes and pipe horizontal alignments shall be preliminarily determined.
Deliverables: Roadway Drainage Study Report, Hydrology Maps
Task 2.11 Bridge Aesthetics Study
ACI partner, DEA landscape architects will prepare two conceptual sketches and one revised
concept for each of the bridge aesthetic elements which may include the following: inside bridge
barrier recess enhancements, railings / fence, pilasters (if desired), and sidewalk / hardscape
treatment. Sketches will be prepared in color and will be suitable for presentation to the City
staff, Planning, City Council and Caltrans for review and approval of the selected bridge
aesthetic elements.
Up to four visual simulations depicting key vehicular and pedestrian `views' will be prepared for
use in the environmental documentation. Please note that the Visual Impact Assessment will be
prepared by others. Preliminary cost estimates will be provided for the desired bridge aesthetic
treatments.
DEA Landscape Architects will attend one kick off meeting and three (3) project team meetings
during the PAED phase.
Deliverables: The preparation of three concepts (two plus one revised version) encompassing
each of the bridge aesthetic components, supporting cost estimates, up to four visual simulations,
and attendance at four (4) meetings as noted above.
Task 2.12 Preliminary Right of Way Requirement Plans
Based on the design criteria, ACI team partner, AEI -CASC will prepare up to five (5) Right of
Way Exhibits showing proposed parcel takes, right of way takes and abandonment, slope
easements, temporary construction easements and access easements for the channel and existing
and proposed roads. Each version will contain a table of takes required and will graphically
show the take locations, widths, and areas.
Once the locations of the proposed right of way takes, temporary construction easements, slope
easements and access easements, have been determined, AEI -CASC will prepare a set of
Caltrans Right of Way requirement plans showing the proposed rights of way and easements,
with dimensions and areas, overlaid on the existing parcels and rights of way of record.
Deliverables: Up to five (5) Right of'Way Take Exhibits, full size ofpreliminary Right of Way
Requirement Plans
13
PACI
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
Task 2.13 Preliminary Right of Way Study and Cost Estimates
ACI team partner, OPC will ascertain all relevant design plans available for review of project
impacts and coordinate with the design team to review impacts and confirm impact assumptions.
Continuous coordination with the design team will occur as new findings are revealed
throughout field research phase.
OPC will physically view each site and record appropriate data. Online data of individual
properties will be incorporated into field research, where necessary. Field research data will be
integrated into appropriate cost estimating formats. OPC Field Agent and Property Analysts will
meet to discuss data and draw impact conclusions and property remediation strategies. These
initial property conclusions and strategies will be reported to the design team to consider
opportunities for creative problem- solving either in design or property remediation strategies.
Once property remediation and design assumptions are finalized and property impact
conclusions are confirmed, data is finalized into the approved cost estimating formats, including
utilities. It is assumed that the City of Lake Elsinore will provide preliminary right of way costs
for the affected parcels.
OPC will also provide a list of owners and residents, along with their mailing addresses, within
500 feet of the proposed project limits to support distribution for availability of environmental
documents.
Deliverables: Preliminary Right of Way Cost Estimate Worksheet and Mailing Addresses
Task 2.14 Preliminary Engineering Cost Estimates for Alternatives
ACI team will prepare preliminary quantities takeoff and cost estimates for the preferred
alternative. Estimates of probable construction costs for the proposed improvements will be
prepared. Construction cost will be prepared based on current unit prices for the various items of
work. At this level of completeness, a 20% contingency will be added to the estimates.
Deliverables: Preliminary quantities and construction cost estimates
Task 2.15 Project Study Report (Equivalent)
Based on the results of preliminary engineering studies described above, ACI will prepare a
Project Study Report (Equivalent) (PSRE) to summarize the engineering findings and
recommendations to support justification of the Highway Bridge Program (HBP) funds.
;,`
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
Contents of the PSRE will generally include: executive summary; project background; need and
purpose; reference of design standards; transportation and /or safety problems; traffic data;
proposed improvements; roadway geometries and alternatives; utilities; right of way acquisitions
and easements; channel hydraulics and bridge scour; structure information; cost estimate
breakdown; preliminary environmental study; schedule; agencies involved; proposed funding;
list of applicable attachments; project development team etc.
Deliverables: Project Study Report (equivalent)
Task 2.16 Bridge Type Selection Report
Based on the final approved roadway geometric design for the preferred alternative, ACI team
partner, CNS will prepare preliminary bridge design in 30% design level including performing
preliminary structural design and seismic analyses in accordance with Caltrans bridge design
standards. The preliminary structure study will be summarized in a Bridge Type Selection
Report (BTSR). hi addition to the structure- related discussion, the BTSR shall include summary
of engineering studies in various disciplines including falsework (if required), utility relocation,
stage construction, constructability- related topics, and geotechnical evaluation. This step of
bridge type selection will be completed before extensive bridge design work for final design is
performed. The 30% bridge type selection design will include a bridge general plan, a
foundation plan, detailed cost estimates and other pertinent information needed to determine the
proper structure type. CNS will submit the BTSR to the City for forwarding to Structures Local
Assistance (SLA) for review and concurrence.
Deliverables: Bridge Type Selection Report
Task 3.0 Environmental Tasks
3.1 Area of Potential Effect Map (APE)
In consultation with Caltrans, ACI will develop an APE map with LSA's guidance that depicts
existing topography; grading limits; staging area; temporary construction easements; existing and
proposed right -of -way; existing and proposed roadway geometries; parcel boundaries and
numbers; conceptual Best Management Practices (BMPs); and all other Caltrans format
requirements per the Caltrans SER. The map identifies the entire area that is archaeologically
and architecturally surveyed for the project.
Deliverables: APE Map
3.2 Preliminary Environmental Studies (PES) Form
LSA will prepare a Preliminary Environmental Study (PES) form for City and Caltrans review
and approval consistent with the Local Assistance Procedures Manual. The PES form will
identify the technical studies and type of environmental clearance that Caltrans will require for
10
k
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT`
project approval. Based on previous work in the vicinity and well as the project setting, the
anticipated required technical studies and environmental documentation are discussed in detail
below.
Deliverables: PES Forne
Environmental Technical Studies
The following technical reports will be prepared for the project based on the Caltrans Standard
Environmental Reference (SER) at the time of report preparation:
• Traffic
• Air Quality and Greenhouse Gas Emissions Study
• Natural Environment Study (NES) with attached focused survey results and Jurisdictional
Delineation Report
• Supplemental HPSR with attached APE map, Archeological Survey Report, records
search, and Native American Consultation results
• Paleontological Identification Report/Paleontological Evaluation Report (PER/PIR)
• Hazardous Waste Initial Site Assessment (ISA)
• Water Quality Assessment Report
• Summary of Floodplain Encroachment Report
• Noise Study Report
• Visual Assessment Memorandum
It is anticipated that two drafts of each study will be prepared to address City and Caltrans
comments.
3.2.1 Coordinate and Facilitate a Field Review Meeting
The LSA Environmental Task Manager, a biologist and archaeologist will attend a Field Review
meeting with the project engineer, City staff, and Caltrans staff on site to determine the project
footprint and what technical studies will be required per Caltrans. This meeting is typically held
after Caltrans has reviewed the draft PES.
3.2.2 Prepare a Final PES for City and Caltrans signature
After Caltrans has reviewed the PES and provided comments to the City, LSA will review the
PES and resubmit it to the City and Caltrans for signature. The signing of the PES is generally
the kick off start date for the enviromnental technical studies.
Technical Studies
3.3 Construction Traffic Operations Analysis
1151
'`I
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT'" "
A construction traffic operations analysis will be performed for the proposed Temescal Canyon
Bridge Widening Project based on an examination of existing and existing with construction
traffic. If during construction, the bridge is closed to traffic, access to the I -15 will be cut off and
vehicles will have to use the Indian Truck Trail interchange. The Indian Truck Trail interchange
is approximately 4 -miles to the west of the project location. hi addition, access to the south on
Lake Street will be cut off, and vehicles will have to travel west on Temescal Canyon Road to
Indian Truck Trail, travel eastbound on the freeway and use the Lake Street interchange.
Therefore, the construction traffic operations analysis will address closure of the bridge as a
possible issue. A select link model run will be conducted using the RivTAM to evaluate where
trips on Temescal Canyon Road are coming from. Based on the results, an analysis will be
conducted to evaluate traffic operations with construction traffic and rerouting of trips. It is
anticipated that this analysis will require evaluation of 12 intersections between the interchanges
at Indian Truck Trail and Lake Street to the I -15 freeway.
• Traffic counts will be collected for the key roadway segments and intersections in the
project study area. It is anticipated that traffic counts will be collected at up to twelve
intersections and roadway segments. Intersection turn movement counts will be collected
for the a.m. and p.m. peak hours, and roadway segment counts will be collected for one
24 -hour typical weekday periods. Intersection turning movement counts will be collected
by vehicle classification (i.e., passenger vehicles, 2 -axle trucks, 3 -axle trucks, and 4 +axle
trucks).
• A field survey will be conducted to determine existing roadway segment geometry and
lane configurations.
• An Existing Conditions level of service (LOS) analysis will be conducted based on HCM
methodology to identify existing operations.
• A Construction Traffic Trip Generation analysis will be conducted to calculate total
daily, a.m. peak hour and p.m. peak hour trips generated during each construction phase
by vehicle type and in passenger car equivalents (PCE). LSA will work with the
Engineering Team to identify the equipment needed and number of workers during each
construction phase. This information will be used to determine the appropriate trip
generation estimate for the construction and operation of the project.
• A select link analysis will be conducted to identify rerouting of trips based on the
RivTAM.
• Construction Traffic Impacts will be identified based on a revised background volume
and by adding construction trips to the circulation network. The LOS analysis will be
based on HCM methodologies.
• Since Construction traffic impacts are temporary, it is anticipated that Mitigation
Measures will not be identified.
• A Construction Traffic Analysis memo will be submitted to the client.
• It is anticipated that LSA staff will be required to attend one meeting related to this task.
• All reports will be submitted in Adobe Portable Document Format.
12
F. ?:".F.
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
Deliverables: Construction Traffic Analysis Memo Report
OPTIONAL TASK (NOT A PART OF THIS CONTRACT)
Traffic Operations Analysis
A traffic operations analysis will be performed for the proposed Temescal Canyon Bridge
Widening Project based on an examination of existing and forecast future year conditions for the
no build and build conditions. It is anticipated that future year scenarios will include opening
year and design year conditions. The analysis will examine up to twelve segments of Temescal
Canyon Road between Indian Truck Trail and Lake Street. hr addition, the analysis will examine
the operations at up to twelve intersections. Since the project is funded by Federal funds and will
undergo Caltrans review, the analysis will include the interchanges on Indian Truck Trail and
Lake Street to the I -15 freeway. In addition, freeway merge diverge operations at Indian Truck
Trail and Lake Street will be conducted. Although not directly related to this project, for the
purposes of the scope and budget, it is anticipated that the modified Mid County Parkway will be
included in the design year background conditions since it is likely to affect traffic volumes on
the I -15.
Specific tasks that will be performed as part of the traffic analysis are outlined below. Any
changes to the scope that are requested by the County may result in changes to the proposed
budget.
• LSA will use the RivTAM to develop forecast volumes for the project. LSA will obtain
the most current version of RIVTAM models from the County for both baseline and
future conditions.
• LSA will review the circulation system and the land uses in the project vicinity within the
RIVTAM model for both baseline and future conditions and if required modify /update
them to reflect the existing /proposed conditions. LSA will modify the portion of
Temescal Canyon Road within project limits in the RIVTAM model and develop traffic
volumes based on the modified configurations of the roadway segments. The traffic
volumes from the baseline and future RIVTAM model runs will be used to develop
refined future forecast volume. The scope and budget assumes minimal changes to the
socio- economic data for the traffic analysis zones. It is anticipated that the modeling will
be conducted for the no build condition and one design alternative.
• Traffic counts will be collected for the key roadway segments (intersection data from the
construction impact analysis will be used) in the project study area. It is anticipated that
traffic counts will be collected at up to twelve roadway segments.
• Data from the field survey conducted for the Construction Traffic Analysis will be used
to determine existing roadway segment geometry and lane configurations.
• Design year 2035 (or 2040) traffic volumes will be developed based on the model runs
developed earlier. The raw traffic model output will be refined for use in the traffic
13
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROTECT W" "'
analysis based on NCHRP -255 methodologies which are approved by the County of
Riverside and Caltrans. Opening year traffic volumes will be developed by interpolating
between existing and design year traffic volumes.
• The results of the traffic volume development procedures will be presented in a Draft
Traffic Forecast Volumes Report. This report will document the methodologies used to
develop forecast traffic volumes for the opening and design years. This report will also
document Average Daily Traffic (ADT) roadway segment volumes for existing, opening
year, and design year conditions, as well as a.m. and p.m. peak hour roadway segment
and intersection volumes for existing, opening year, and design year conditions.
• Based on comments on the draft Traffic Forecast Volumes Report, a final Traffic
Forecast Volumes Report will be prepared.
• Existing peak -hour traffic conditions and levels of service will be assessed for the
roadway segments and intersections identified for examination. Arterial levels of service
will be calculated based on vehicle to capacity ratios and intersection levels of service
will be calculated using Highway Capacity Manual (HCM) level of service analysis
methodologies. Synchro software will be used to calculate intersection levels of service.
• Opening year and project design year peak -hour traffic conditions and levels of service
will be assessed for the roadway segments and intersections identified for examination.
Arterial levels of service will be calculated based on vehicle to capacity ratios and
intersection levels of service will be calculated using HCM level of service analysis
methodologies. Synchro software will be used to calculate intersection levels of service.
The level of service analysis will be conducted using the existing roadway geometries
and proposed geometries for the project opening year and project design year conditions.
• If any intersection or roadway segment does not operate with satisfactory levels of
service with the proposed geometries, then alternative intersection or roadway geometries
will be identified.
• The results of the traffic operations analysis will be presented in a draft Traffic
Operations Analysis Report. This study will document the level of service analysis
methodologies employed, existing traffic conditions, opening year and design year traffic
conditions under the no build and build alternatives, and improvements needed to
maintain satisfactory operations under opening year and design year conditions.
• Based on the City /County's comments on the draft Traffic Operations Analysis Report, a
final Traffic Operations Analysis Report will be prepared.
• Representatives of LSA's Transportation Department will attend up to six meetings
related to the preparation of the traffic analysis.
• All reports will be submitted in Adobe Portable Document Format.
Deliverables: Traffic Study Report (Not a part of this contract)
3.4 Air Quality and Greenhouse Gas Emissions
14
WC
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
LSA will prepare an Air Quality Assessment for the project in accordance with Caltrans
Transportation Project Level Carbon Monoxide (CO) Protocol, the EPA's fugitive dust
conformity rule, and South Coast Air Quality Management District (SCAQMD) CEQA
Handbook air quality guidelines. LSA will conduct the screening analyses specified in the
protocol and, if required, conduct CALINE4 modeling for CO hot spots for up to 20 receptor
locations for the Existing, Future No Build, and each of the Build Alternatives. LSA will
evaluate the proposed project's impacts to long -term particulate matter concentrations (PM2.5
and PM 10) and mobile source air toxics (MSAT) using the Transportation Conformity Guidance
for Qualitative Hot -spot Analysis in PM2.5 and PM10 Nonattainment and Maintenance Areas
(EPA, March 2006) and the Interim Guidelines on Air Toxic Analysis in NEPA Documents
(FHWA, February 2006). Construction- related emissions will be quantified and discussed in a
general format unless project- specific information is available.
The air quality analysis will also include discussion of the compatibility of each of the project
alternatives with the requirements of the Regional Transportation Plan (RTP) and the Federal
Regional Transportation Improvement Program (FRTIP).
Deliverables: Air Quality and Greenhouse Gas Emissions Report
3.5 Noise Study
If required by Caltrans, LSA will prepare a Noise Study Report (NSR) consistent with the
Caltrans Noise Analysis Protocol (May 2011) to address traffic noise impacts on receptors under
Activity Categories B through G. Noise standards regulating noise impacts, including the Noise
Abatement Criteria (NAC) and applicable local noise ordinances, will be discussed for land uses
located adjacent to the project. The areas with potential future traffic noise impacts will be
identified using land use information, aerial photographs, and field reconnaissance. A discussion
of existing and future planned developments in the project vicinity will be included.
Ambient noise level measurements will be conducted to establish the existing noise environment
at representative receptor locations along Temescal Canyon Road in the project area. Short-term
(20- minute) noise level measurements will be made at up to 4 locations to document the existing
noise environment and to calibrate the traffic noise model. Observations of other noise sources,
barriers, terrains, building heights, and other site - specific information will be noted during each
measurement period.
Noise impacts from construction sources will be analyzed based on the equipment expected to be
used, length of a specific construction task, equipment power type (gasoline or diesel engine),
horsepower, load factor, and percentage of time in use. The construction noise impact will be
evaluated in terms of maximum levels (Lmax) and the frequency of occurrence at adjacent
sensitive locations. Analysis requirements will be based on the sensitivity of the area and the
Noise Ordinance specifications of the City.
15
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT ` "` "C "`
The FIIWA Traffic Noise Model (TNM) Version 2.5 will be used to evaluate the traffic noise
levels associated with the Existing, Future No Build, and one Build Alternative. Model input
data include peak -hour traffic volumes; vehicle mix among autos and medium and heavy trucks;
vehicle speeds; and roadway configurations. Existing roadway traffic noise will be calculated as
baseline conditions, using concurrent traffic counts obtained during ambient noise level
measurements. The future traffic conditions will assume either the worst -case traffic condition or
the projected traffic volumes provided in the Traffic Study.
Due to the lack of sensitive receivers in the vicinity of the project site, a Noise Abatement
Decision Report is not anticipated to be required.
Deliverables: Noise Study Report
3.6 Water Quality Assessment Report (WQAR) and Water Quality Management Plan
(WQMP)
ACI team partner, AEI -CASC will prepare a Water Quality Assessment Report (WQAR) to
support the environmental evaluation of the preferred project alternative. The content and format
of the WQAR shall be as set forth in Caltrans WQAR guidance dated June 2012.
The primary purpose of the WQAR is to fulfill the requirements of the National Environmental
Policy Act (NEPA) and the California Environmental Quality Act (CEQA), and to provide
information to assist with National Pollutant Discharge Elimination System (NPDES) permitting.
The WQAR shall include a discussion of the proposed project, the physical setting of the project
area, and the regulatory framework with respect to water quality. The WQAR shall provide data
on surface water and groundwater resources within the project area and their water quality
health, describe water quality impairments and beneficial uses, identify potential water quality
impacts/benefits associated with the proposed project, and recommend avoidance and /or
minimization measures for potentially adverse impacts. The WQAR is not intend to make
conclusions regarding the significance of the impacts as said determinations are to be addressed
in the NEPA /CEQA documents based on information provided in the WQAR.
The design team will designate the preferred project alternative and will provide project
drawings, schedules, and environmental review information essential to preparation of the
WQAR: such information need not be in final form, but does need to conceptually define the
project at a level sufficient for preparation of the WQAR which is a planning level document.
The WQAR will be submitted for review and approval by the City and Caltrans District 8.
ACI team partner, AEI -CASC will also prepare a Water Quality Management Plan (WQMP) as
required by SARWQCB in support the environmental evaluation of the preferred project
alternative for submittal to the City and Caltrans (if necessary).
Or.,
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT �. " "'I
Deliverables: WQAR and WQMP
3.7 Location Hydraulics Report (LHS) and Summary Floodplain Encroachment Report
(SFER)
Because replacement of the existing Temescal Canyon Bridge will encroach on the 100 -year
floodplain and floodway, a Location Hydraulic Study and Summary Floodplain Encroachment
Report will be required. ACI will prepare a Summary Floodplain Encroachment Report based on
a Location Hydraulic Study. This scope of work presumes that the proposed alternatives will not
cause a significant floodplain encroachment as defined by 23 CFR 650.105 and is not
inconsistent with existing watershed and floodplain management programs. This scope also
presumes that the Location Hydraulic Study will contain the requisite information for each
alternative as described in Chapter 17 of the Caltrans Standard Environmental Reference and in
23 CFR 650A, Section 650.111 (b) (c). The report will discuss potential impacts for each
alternative and recommend mitigation measures related to floodplain encroachment, flood -
related hazards, natural or beneficial floodplain values, access interruption, and the community
floodplain development plan.
Deliverables: LHS and SFER
3.8 Biological Resources
3.8.1 Prepare Natural Environmental Study Report
A general site survey concentrating on the study area will be conducted by qualified LSA
biologist /s in order to map any general biological considerations and vegetation communities
within the study area. LSA will map all vegetation communities using an accepted classification
system. Vegetation will be mapped within the study area to adequately address any potential
biological resources to satisfy CEQA and NEPA requirements.
LSA will prepare an NES that will include a description of the field methods used and the results
of the biological assessments and focused surveys of the project area. The report will include a
list of plant and animal species observed within the project area and a general description of the
plant communities occurring. If any sensitive resources are found on site, LSA will prepare and
include in the NES a graphic displaying the location of the sensitive plant communities on site
and any sensitive biological resources observed. Tables describing sensitive species and their
habitats that are present or potentially present will also be provided in the report. The report will
also identify and assess project impacts on the existing biological resources, including any
sensitive species. Conceptual mitigation measures will also be included as necessary. Specific
restoration plans are not included in this scope.
OVA
MCI
TEMESCAL CANYONROAD BRIDGE REPLACEMENT PROJECT
The proposed scope of services includes preparation of a draft NES to be reviewed by the Project
Team, Caltrans, and the City. LSA will prepare and distribute up to five copies of the NES for
each of the two review cycles before the final is submitted. LSA will respond to comments and
update the NES as needed for completion of each cycle.
The NES will contain the following individual surveys and studies.
1. General Reconnaissance Survey. A review of literature sources, including the
California Natural Diversity Data Base, to identify special status species present in the
project vicinity, and consultation with the California Department of Fish and Wildlife
(CDFW) and U.S. Fish and Wildlife Service ( USFWS) as necessary regarding any known
threatened or endangered species in the vicinity of the project site.
A field survey of biological resources will be conducted by qualified LSA biologists in
order to provide a general inventory of biological resources to determine the potential for
occurrence of such resources that may not be detectable when the fieldwork is conducted.
The location of sensitive biological resources present on site (if any), including plants and
plant communities, will be mapped.
2. Bat Habitat Assessment. LSA will conduct a bat assessment at the bridge
structure over Temescal Bridge in order to address potential project effects on bats, as
well as to identify any appropriate mitigation measures. A qualified LSA biologist will
conduct a daytime inspection of the bridge structure for evidence of use by bats.
Evidence of bats includes the presence of guano, urine staining, bat vocalizations, and the
presence of bats themselves. Efforts will also be made to identify the types of bats
utilizing the project site. The results of the bat assessment, including potential project
impacts and mitigation measures will be included in the NES.
3. Focused MSHCP Surveys. Per the requirements of the MSCHP, focused surveys
may be necessary for narrow endemic plants, the least Bell's vireo, southwestern willow
flycatcher, western yellow - billed cuckoo, and burrowing owl.
a. Burrowing Owl. A focused survey will be conducted in accordance with the
Burrowing Owl Survey Instructions for the Western Riverside Multiple Species
Habitat Conservation [ MSHCP] Plan Area.
b. Riparian Birds. In order to identify any direct or indirect effects to least Bell's
vireo and southwestern willow flycatcher, CONSULTANT will conduct focused
surveys for these species, according to currently accepted USFWS survey
protocols. A survey notification must be sent to the USFWS 10 days prior to
initiating the focused survey.
0
,;`
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT`` '
The least Bell's vireo survey protocol requires 8 surveys to be conducted at 10-
day intervals between April 10 and July 31. The southwestern willow flycatcher
survey protocol requires at least five field visits, with the first survey to be
conducted between May 15 and May 31; the second survey to be conducted
between June 1 and June 21; and the third survey period, June 22 through July 17,
requires three field visits at five -day intervals. The last five vireo surveys will be
conducted concurrently with the southwestern willow flycatcher surveys.
Upon completion of the riparian bird field surveys, LSA will prepare a final report
documenting the focused survey results. In accordance with applicable
requirements of LSA survey permits and the MSHCP, copies of the report will be
submitted directly to the USFWS, the CDFW, and the Western Riverside County
MSHCP Biological Monitoring Program.
c. NEPSSA Sensitive Plant Species Habitat Suitability Assessment /Vegetation
Mapping and Focused Sm-veys. LSA will conduct a site visit to map vegetation
communities and assess habitat suitability for special status plants within a 500 -
foot buffer upstream and downstream of the existing bridge. If suitable habitat for
NEPSSA plant species and any threatened or endangered plant species is
identified during the Reconnaissance Survey, LSA will conduct focused special
status plant surveys. Focused surveys for these plant species will be conducted
according to the standard focused plant survey methodology unless otherwise
directed. These surveys will be conducted by biologists who are familiar with the
habitat requirements and techniques for field identification of the subject species.
All plants within the proposed project area will be documented and locations of
special status species will be mapped. Up to two focused plant surveys will be
conducted in spring /summer (generally one in March/April, with a second in
May /June), during the blooming season for these species.
The results of the focused plant survey will be documented in a letter report. The
report will include a description of methodologies and results of the
Reconnaissance Survey, a species list, species table, and graphics (if applicable).
If any special status plant species are discovered on site, the number of
individuals will be quantified. A copy of the report will be sent to the Western
Riverside County MSHCP Biological Monitoring Program as required under the
MSHCP.
MSHCP Process
MSHCP Consistency. LSA will review MSHCP conservation requirements that apply to the
project site. All MSHCP- covered projects must be reviewed for consistency with MSHCP
riparian /riverine and vernal pool conservation objectives. Projects located within the MSHCP
Criteria Area must comply with specified conservation requirements, including Cell criteria.
19
'`, .
TEMESCAL CANYONROAD BRIDGE REPLACEMENT PROJECT
Habitat assessments and /or surveys for sensitive species are required for projects located within
specified survey areas.
A general on -site survey will be conducted as a previous task by an LSA biologist familiar with
the habitats and sensitive resources of the region. LSA will prepare a report including a summary
of the results of the field survey. The report will identify any requirements pursuant to the
MSHCP objectives identified above and will include the following:
• A summary of survey methodology and results;
• Representative site photographs;
• A list of species observed during the site visit;
• A discussion of plant communities and mapped soils;
• An assessment of the potential habitat value for survey species identified in the MSHCP
and identification of any additional focused species surveys that may be necessary;
• A discussion of project consistency with the conservation objectives of the MSHCP and
recommendations of measures to achieve consistency, as necessary; and
• Graphics as needed to show the project location and vicinity, project relationship to the
MSHCP Criteria Area, project site plan, and locations of any biological resources or
habitat areas on the site that may require additional study or review for MSHCP
compliance.
Deliverables: Natural Environmental Study Report
3.9 Jurisdictional Delineation and Riverine /Riparian Habitat
LSA will prepare a wetlands /jurisdictional delineation of potential jurisdictional waters of the
U.S. and State that are present within the project study area. A routine wetland delineation will
be conducted and areas of potential jurisdiction will be evaluated according to the United States
Army ACOE of Engineers (ACOE) Wetlands Delineation Manual (Environmental Laboratory,
1987), Regional Supplement to the ACOE of Engineers Wetland Delineation Manual: Arid West
Region (Environmental Laboratory 2008), and CDFG guidelines. The jurisdictional limit of non-
wetland waters of the U.S. will be identified following the procedures set forth in 33 Code of
Federal Regulations (CFR) 328.3(e). Further, the extent of any streambed and associated riparian
areas subject to review by the CDFW under Section 1602 of the Fish and Game Code will be
determined. The results of the jurisdictional delineation will require verification and acceptance
by the ACOE and CDFW. One field meeting with both agencies has been budgeted for this
purpose.
This scope and budget includes the completion of the ACOE Preliminary or Approved
Jurisdictional Determination Forms. In order to make a significant nexus finding the ACOE may
request additional information not customarily provided in a jurisdictional delineation report.
Some of this information, such as hydrology information, will be provided by the project
engineer and incorporated into the jurisdictional delineation report or provided to the ACOE
Pill
''
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
separately. Other information, such as an assessment of waters outside the project area, may also
be requested of LSA.
Further changes in guidance from the ACOE may occur. Because we are unable to anticipate all
information requests or changes in guidance, should these changes in guidance be significant, a
budget augment may be required.
Deliverables: JD Reporl
3.10 Cultural Resources and Paleontological Resources
Cultural Resources. All cultural resources tasks will be completed per the guidelines set forth in
the Caltrans SER Environmental Handbook, Volume 2, Cultural Resources and the
Programmatic Agreement among the Federal Highway Administration, the Advisory Council on
Historic Preservation, the California State Historic Preservation Officer, and the California
Department of Transportation Regarding Compliance with Section 106 of the National Historic
Preservation Act, as it Pertains to the Administration of the Federal -Aid Highway Program in
California (January 2004; Caltrans PA).
• Native American Consultation. As directed by Caltrans, LSA will conduct Native
American consultation per Section 106 of the National Historic Preservation Act. This
will include contacting the Native American Heritage Commission for (1) a search of its
Sacred Lands File, and (2) a list of parties with cultural ties to the APE. All parties will
receive a letter describing the project and inviting comments on cultural resource
concerns. Each unanswered letter will be followed by up to two telephone calls and /or
entails.
• Records Search. LSA will conduct an archaeological and historical records review and
literature search through the Eastern Information Center of the California Historical
Resources Information System, located at the University of California, Riverside. The
records search will include a one -mile radius around the APE. All pertinent references
will be reviewed, and the extent of previously recorded sites, surveys, and excavations
within and immediately adjacent to the APE will be determined.
• Field Surveys. LSA will complete both an archaeological and an architectural field
survey of the APE. The purpose of the surveys is to document respective resources that
are previously unrecorded, as well as to update existing State of California Department of
Parks and Recreation forms (Series 523; DPR) for previously recorded resources. It is
expected that findings will be negative for archaeological remains (i.e., there will be no
sites requiring an extended Phase I survey).
• Supplemental Historic Property Survey Report (SHPSR). Since LSA prepared an
HPSR and HRER for this bridge in 2009, Caltrans has indicated that it would be
041
I
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
appropriate to submit a Supplemental HPSR, along with an Archaeological Survey
Report (ASR). If necessary, the original Historical Resources Evaluation Report (I-IRER)
may also be updated and submitted. The HPSR is the cover document for all cultural
reports that are required. The Supplemental HSPR report will provide the new project
description and identify changes to the APE.
Paleontological Resources. All tasks will be conducted /prepared following the guidelines set
forth in the Caltrans SER Environmental Handbook Volume 1, Chapter 8 — Paleontology
(Revised February, 2012); and guidelines developed by the Society of Vertebrate Paleontology
(SVP, 2010).
This scope of work for paleontological resources includes the initial tasks that are required for
this project. If project findings are positive additional documentation may be required by the
Caltrans SER, EH, Volume 1, Chapter 8 — Paleontology, such as a Paleontological Mitigation
Plan (PMP), this additional documentation is not included in this scope.
• Locality Search. LSA will conduct a geological and paleontological literature and
locality review through the Geological Sciences Division of the San Bernardino County
Museum (SBCM), and records maintained at LSA. All information will be summarized
in the Paleontological Investigation Report (PIR).
• Field Survey. Depending on the results of the locality search, LSA will complete a
windshield or pedestrian survey of the project footprint. The purpose of the survey is to
confirm the geology as it has been mapped, confirm the presence of any localities that
may have been recorded, and to determine if there might be any unrecorded localities
within the project footprint. Results will be summarized in the PIR.
• Paleontological Investigation Report/ Paleontological Evaluation Report (PIR/PER).
This report will detail results of the locality search, the geological investigation, and the
field survey. The PIR will assess whether there are known or reasonably anticipated
paleontological resources within the project footprint. The report will determine: (1) the
City's legal responsibilities; (2) the necessity for involving other agencies and
stakeholders; (3) whether the resource can be avoided (regardless of its potential
significance); and (4) the significance of the resource. If significant resources are
identified, the PER will make recommendations on how to mitigate any impacts such as
avoidance or preparation of additional studies such as a PMP.
Deliverables: Cultural Resources and Paleontological Resources Study
3.11 Initial Site Assessment for Hazardous Materials, Aerially Deposited Lead (ADL),
and Asbestos and Lead Studies in Bridge Structures
Initial Site Assessment Report
22
''
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
ACI team partner, Group Delta will prepare an Initial Site Assessment Report which will include
project screening and completion of the ISA checklist. The work will be performed in general
accordance with Caltrans and ASTM requirements. Following is a summary of tasks:
• A review of Properties information provided by client;
• Site reconnaissance to look for indicators of potential hazardous materials
• EDR Search for various agencies such as Regional Water Quality Control Board,
Department of Health Services and other City /county agencies that deal with
underground leaking tanks.
• Review selected aerial photos and maps,
• Completing the ISA checklist, and
• Provide scope of work for additional investigation, if needed.
This is a paper study and our current scope and budget does not include any sampling and
laboratory testing. The product will be an ISA report including:
• Site Location Map;
• Site Visit Notes;
• Caltrans ISA Checklist
• Environmental Database Search by EDR
• Transaction Screen Questionnaires
• Historical Topographic Maps and Aerial Photographs
• Selected Photographs of Site Reconnaissance
Aerially posited Lead (ADL)
Group Delta will include testing the unpaved areas of the project at a spacing of about 100 to 200
feet for ADL contarnination and presenting the findings in a report.
Task I — Pre -Field Activities
Group Delta will utilize our in -house Health and Safety Plan and submit a Work Plan for field
activities. The Health and Safety Plan includes guidelines for the use of personal protective
equipment and sampling procedures. 'The work plan addresses procedures of sampling and
laboratory analysis.
Task 2 —Soil Sampling
Hand augers will be used and advanced to a maximum depth of 4 feet to collect soil samples.
Task 3 — Laboratory Analysis
Samples that are sent to the laboratory will be analyzed for lead using the EPA Method
601013/7000. Soil with total lead concentrations in excess of 50 mg /kg will be analyzed for
soluble lead using the WET, TCLP and deionized water extract methods.
23
MCI
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
Task 4 — Analysis and Report Preparation
The results of the sampling and testing would be statistically analyzed using methods consistent
with Caltrans requirements and the findings would be submitted in a project ADL report.
Asbestos and Lead Studies in Bridge Structures
The objective of the work summarized in this Proposal is to assess the likelihood of asbestos -
containing materials (ACMs) and /or lead -based paint (LBP) that may be present in the bridge
structures. Specifically, we propose to evaluate the bridge railing components, gasket materials
in the bridge joints, and asbestos that may be present in the concrete mix itself, and all painted
structural surfaces.
Task 1 — Review Bridge Plans and Prepare Base Maps
Group Delta will use existing bridge plans as base maps documenting our survey findings.
Task 2 — Site Reconnaissance and Sampling Strategy
Group Delta will propose to conduct a site reconnaissance to identify locations of potential
ACMs. The reconnaissance will be performed by a California Division of Occupational Safety
and Health Certified Asbestos Consultant (CAC) and /or a California Certified Site Surveillance
Technician (CSST) working under the direction of the CAC, and a California Certified
Department of Health Services (DHS) Project Monitor certified in lead inspection and risk
assessment. Group Delta will obtain a Caltrans permit prior to conducting the sampling
program.
Bulk samples of suspect accessible construction materials will be collected by the asbestos and
lead -paint consultant and submitted to an independent laboratory for analysis. The laboratory
used will be accredited by the National Voluntary Laboratory Accreditation Program.
This survey will be performed in general accordance with the standard procedures recommended
by the USEPA to perform ACM and LBP surveys. The USEPA sampling method to be used in
this survey is based on the statistical probability that construction materials similar in color and
texture contain similar amounts of asbestos. In areas where the material appears to be
homogeneous in color and texture over a wide area, bulk samples will be collected at discrete
locations. In unique or nonhomogeneous areas, discrete samples of potential ACMs will be
collected.
Task 3 — Data Evaluation and Draft and Final Report Preparation
After the data has been gathered, it will be evaluated for technical accuracy and uncertainty (data
validation). One report will be prepared to summarize the survey findings. The report will
include figures showing the sample collection locations and summary tables that list the
description of materials sampled, sample locations, laboratory analysis, findings, conclusions,
opinions, and comments.
24
K
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT' "
Deliverables Initial Site Assessment for Hazardous Materials, Aerially Deposited Lead (ADL),
and Asbestos and Lead Studies
3.12 Initial Study/Mitigated Negative Declaration
3.12.1 Administrative Draft Initial Study, Mitigation Monitoring and Reporting Program
(MMRP) and Mitigated Negative Declaration. LSA will assemble all pertinent data provided
by and /or commissioned by the project proponent and other relevant sources, including the
previously prepared environmental studies. LSA will review the City's General Plan, pertinent
environmental records for the site, applicant - prepared reports, and /or other relevant documents to
ascertain the existence of and /or extent of potential environmental impacts.
An assessment of the following environmental issues as they relate to the proposed project,
applicable City standards, and /or the standards of state or federal entities will be conducted.
� Aesthetics
� Agricultural and Forestry Resources
� Air Quality
t Biological Resources
t Cultural Resources
t Geology and Soils
t Greenhouse Gases
8 Hazards and Hazardous Materials
4 Hydrology and Water Quality
v Land Use and Planning
& Mineral Resources
F Noise
v Population and Housing
t Public Services
t Recreation
s Traffic and Circulation
V Utilities
® Mandatory Findings of Significance
LSA will prepare a Screencheck Draft IS /MND and Notice of Intent (NOI) for review by City
staff. In addition, LSA will prepare a Screencheck Draft Mitigation Monitoring and Reporting
Program (MMRP) to implement the mitigation measures outlined in the IS /MND for the
proposed project. The mitigation measures will be included in a matrix check -off format for ease
in tracking implementation. Once the Initial Study is completed, LSA will share an
administrative draft with City staff for review.
This scope and budget includes up to one (1) electronic copy and five (5) hard copies of the
Screencheck Draft IS /MND, Screencheck Draft MMRP, and NOI to the City. Upon receipt of a
consolidated and non - contradictory set of comments from City staff, LSA will revise the
document as appropriate.
Deliverables: Up to one (1) electronic copy and five (5) hard copies of the Screencheck Draft
IS /MND for review by the City.
3.12.2 Draft IS/MND and Public Circulation. Once the Administrative Draft IS /MND and
MMRP has been reviewed and approved by the City, LSA will prepare all the necessary forms
25
C
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT
for circulating the IS /MND and MMRP to the public and resource agencies. LSA will use
standard forms or those provided by the City, whichever is preferred.
LSA will process the IS /MND through the State Clearinghouse and Riverside County Clerk as
required by CEQA. While it would be possible to circulate the IS /MND only locally for a period
of 20 days, involvement by any state agency in future approvals for the site would be in jeopardy
if the IS/MND is not circulated through the State Clearinghouse. LSA recommends the 30 -day
review process to make sure there are no "surprises" after circulation of the IS /MND that could
result in potential recirculation. This scope assumes that the City prepares and places the legal
advertisement for the NOI, the filing of the NOI with the Riverside County Clerk, and the
preparation and distribution of notices for properties within a 300 -foot radius around the project
site.
Deliverables: Final comments related to the Administrative Draft will be incorporated in the
IS /MND and up to 20 hard copies of the Draft ISIMND and 2 copies on CD -ROM will be
provided for a 30 -day public review.
3.12.3 Responses to Comments. Upon close of the public review period, LSA will prepare
responses to public and agency comments received on the Draft IS /MND. While it is not
anticipated that the proposed project will elicit controversial or detailed comments; this scope
and cost estimate assumes up to eight (8) hours of staff time will be required for this task. Work
efforts related to this task in excess of the time identified in this scope and cost estimate will be
billed on a time /materials basis.
As necessary, LSA will respond to the comments received on the Draft IS/MND within one
week of receipt of a complete set of comments received during the public review period. Once
draft responses to comments are completed, they will be submitted to the City for review and
comment. As required, the Draft IS /MND will be revised to incorporate relevant comments /data
received during the public review period. Revisions to the Draft IS /MND will be identified to
facilitate subsequent review. All comments received on the Draft IS /MND during the public
review period, as well as the responses to comments, will be included as an appendix to the Final
IS /MND. As required by state law, it will be necessary to distribute the responses to comments
directly to each commenting agency 10 days prior to the public hearing decision on the project.
Deliverables: Responses to comments
3.12.4 Final IS /MND and MMRP. LSA will prepare up to twenty (20) CD -ROMs and five (5)
hard copies of the Final IS /MND including the responses to comments if (any), MMRP, and
supporting documentation.
Deliverables. Three (3) copies of the draft response to comments and three copies of the Final
IS /MND with incorporated comments /data for review by City staff. After one review of
Responses to Comments by City staff the Responses to Comments will be included in Final
IS /MND appendix. Twenty (20) CD -ROMs and five (5) hard copies of the Final IS /MND.
26
A
TEMESCAL CANYON ROAD BRIDGE REPLACEMENT PROJECT �' "�'
3.12.5 Public Hearings and NOD. LSA will attend up to two (2) public hearings to adopt the
Mitigated Negative Declaration. Subsequent to adoption of the IS /MND, LSA will provide the
City with the Notice of Determination (NOD) for submission to the Riverside County Clerk.
While LSA will prepare the NOD, it is the responsibility of the City to file the NOD with the
Riverside County Clerk after the approval of the project. It should be noted that failure to file the
NOD within five business days of project approval will substantially increase the period in which
the project approval may be legally challenged. The cost estimate does not include any public
noticing of the environmental document in the newspaper(s), filing of the NOD with the County
Clerk, or payment of the fees to the County and /or CDFW.
Deliverables: One (1) hard copy of the Notice of Determination for filing by the City.
3.13 Categorical Exclusion (CE) Form and Environmental Commitments Report (ERC)
After the IS /MND has been adopted by the City, LSA will submit the CE form and the ECR to
Caltrans for review and signature. One hard copy will be sent to Caltrans.
Deliverables: CE form and ECR
3.14 Environmental Permitting
3.14.1 CWA Section 404 Nationwide Permit Authorization. The ACOE is charged, under
Section 404 of the CWA, with protecting the "waters of the United States" to preserve interstate
or foreign commerce. Project proponents are required to secure a Department of the Army permit
for work that results in the discharge of dredged or fill material into "waters of the United
States." Implementation of the proposed project may disturb "waters of the U.S.," triggering
ACOE involvement and requiring a Nationwide Permit (NWP) Authorization. LSA anticipates
that NWP 6 is the appropriate NWP for the proposed borings.
LSA will complete an NWP Pre - Construction Notification Form for project impacts. The NWP
Authorization application package will include a complete permit application, vicinity map, plan
view drawings, elevation and cross- section drawings, jurisdictional delineation (completed),
photos of the project site, aerial photo, biological report(s), cultural report (completed), and
permit applications copies of the notification package submitted to the RWQCB as well as
permit applicntions submitted to the CDFW.
The preliminary jurisdictional waters delineation, consisting of a map in the appropriate scale,
data forms, and a Preliminary JD Form, will be submitted to the ACOE for verification as part of
the permit application package. Revisions to the delineation mapping will be made based on
ACOE comments. It should be noted that results of the delineation are considered preliminary
until verified by the ALOE.
Deliverables: NWP Authorization application package
27
c
TEMESCAL CANYONROAD BRIDGE REPLACEMENT PROJECT
3.14.2 CWA Section 401, Water Quality Certification. The RWQCB is charged with
protecting water quality by managing construction - related discharge of stormwater runoff and
the discharge of materials into "waters of the State," and also has authority for implementation of
many aspects of the CWA. Project proponents are required to secure a Section 401 Water
Quality Certification from the RWQCB before any fill activity within "waters of the U.S." can
be authorized by the ACOE. Implementation of the proposed project may affect "waters of the
U.S.," triggering RWQCB involvement and requiring a Water Quality Certification.
Receipt of a Water Quality Certification is required prior to issuance of the ACOE NWP
Authorization. NWP 6 is included in the list of previously certified NWPs. There is an
application required by the RWQCB that LSA will prepare. The application fee will be provided
by the City and submitted with the application. The fee is not included in this task budget.
Deliverables: Application required by RWQCB
3.14.3 California Fish and Game Code Section 1602, Lake or Streambed Alteration
Agreement. The CDFW is charged with the protection and conservation of fish and wildlife
resources under Section 1601-16071600 et seq. of the California Fish and Game Code. The
CDFW must be notified of any activity that affects riparian corridors and wetlands so that it may
conduct an on -site investigation to review the impacts of the project on any wildlife resources
that may exist. Project proponents are required to enter into a Lake or Streambed Alteration
Agreement with the CDFW before construction of any project that will change the flow, bed,
channel, or bank of any river, stream, or lake, or use materials from the streambed.
Implementation of the proposed project may alter the banks of ephemeral drainages (irrigation
ditches), areas subject to CDFW jurisdiction, triggering CDFW involvement and requiring
Notification of Lake or Streambed Alteration. The CDFW may issue a letter of no substantial
effect in lieu of a Lake or Streambed Alteration Agreement, depending on the magnitude of
impacts to CDFW jurisdictional areas.
Deliverables: Notification ofLake or Streambed Alteration
3.14.4 Compensatory Mitigation Plan. LSA will coordinate with the City of Lake Elsinore to
prepare a compensatory mitigation plan for the project. LSA will also consult with resource
agency personnel prior to preparing the compensatory mitigation plan to negotiate proposed
mitigation strategies to be described in the compensatory mitigation plan. On -site mitigation is
generally preferred over off -site mitigation or contribution to an in -lieu fee program.
LSA will develop the compensatory mitigation plan to achieve the mitigation criteria as set forth
in the Environmental Document and as anticipated to be required by the resource agencies as
permit conditions designed to offset impacts to jurisdictional waters and sensitive habitats. This
mitigation plan will include a general evaluation of the project impacts, the location of potential
mitigation areas /sites, habitat types to be created or enhanced, general implementation strategy,
W
PLO
TEMESCAL CANYONROAD BRIDGE REPLACEMENT PROJECTa:e,:a:>.,c
supporting rationale, and target and ultimate performance standards for the mitigation measures.
LSA will also develop basic revegetation strategies addressing hydrological requirements, soils
requirements, general species selection, types of revegetation to be employed, sources for plant
materials, planting techniques, monitoring and maintenance, and documentation of results.
The compensatory mitigation plan will be provided in draft form for review by the City.
Following RCA staff review, LSA will assist the City in coordinating with the appropriate
resource agencies to obtain their concurrence on the mitigation plan.
Deliverables: Compensatory Mitigation Plan
29
CITY OF LAKE ELSINORE
COST PROPOSAL
Federal Aid Project No.
BRLO - 5074(015)
City Project No.:
RFP 6510
Total Fringe Benefits (FB) $
I emescal Canyon Road Bridge Over Temescal Creek
Total
Overhead (OH)
141 % -
Project Name:
Replacement Project
Tolal (* Combined FB. OH and G &A)
141 % $ 147,422.63
Date:
1/27/2013
FEE (PROFIT)
Consultant:
Aguilar Consulting, Inc.
10 % $ 25.197.77
Fee (DLC+FII +IC) $ 25,197.77
DIRECT LABOR
Classification
Name Range
Hours
Hourly Rate
Total
Project Manager
Ceazar Aguilar
519
a.
$ 71.94
$
37,336.86
Senior Hydraulics Engineer Lynn Johnson
360
n,
$ 48.00
$
17,280.00
Senior Roadway Designer
Gary Solsona
72
@
$ 48.00
$
3,456.00
Project Engineer
Ryan Cummins
538
a
$ 26.00
$
13,988.00
Roadway Designer
Steve I kisford
96
n
$ 46.00
$
4,416.00
QC. Review
Ruel Ituralde
188
@
$ 44.00
$
8,27100
Design Engineer
Chris Aguilar
241
o,
$ 23.50
$
5,663.50
Design Engineer
Leovi Boyon
56
a
$ 28.00
$
1,568.00
Sr. CAD Operator
Dan Demaio
124
0,
$ 28.00
$
3,472.00
CAD Operator
Genevieve Smith
128
@
$ 25.00
$
3,200.00
Project Administrator
Kate Norgard
166
@
$ 22.00
$
3,65100
Subtotal Direct
Labor Costs
$
102.304.36
Escalation (5%)
$
2.250.70
Total Direct
Labor
Costs (DLC)
S
104,555.06
FRINGE BENEFITS
Rate Total
* o�
Total Fringe Benefits (FB) $
INDIRECT COS'T'S
Total
Overhead (OH)
141 % -
General and Administrative (G &A)
0 % -
Tolal (* Combined FB. OH and G &A)
141 % $ 147,422.63
Total Indirect Costs (IC) S 147,422.63
FEE (PROFIT)
Rate Total
10 % $ 25.197.77
Fee (DLC+FII +IC) $ 25,197.77
OTHER DIRECT COSTS (ODC)
(ODC is actual cost to be reimbursed with supporting documentation.)
1. Reproduction (See Attached Breakdown)
2. Conference Calls ($200 X 5 calls)
3. Transportation /Travel- Rclated Expense (1.770 miles X $0.565dni)
4. Mailing/Overnight/Special Deliveries ($20 X 25 each)
5. Title Reports ($500 X 2 each)
SUBCONTRACTOR COSTS
LSA and Associates
CNS
Group Delta
AEI -CASC Engineering, Inc.
David Evans & Associates
TOTAL COST
$ 14,992.50
$ 1,000.00
$ 1.000.00
$ 500.00
$ 1.000.00
'Total Other Direct Costs $ 18,492.50
$ 292,481.04
$ 89 972.66
42.829.44
$ 47.199.00
$ 31,611.74
'Total Subcontractor Costs S 504,093.88
$ 799,761.83
O
U
0
U
i
i
Go
2
t
i
A
2
®mGIYi wm
ololIIIEll 1E
L
C c •G. 0. 0. v m c U i � v d v w [L — LO v
ET -0
u u °
O �_
qO 'O U- 9
Z ti U
E
G
IHNN�#�il'
I,�HH
-NIII
ololIIIEll 1E
L
C c •G. 0. 0. v m c U i � v d v w [L — LO v
ET -0
u u °
O �_
qO 'O U- 9
Z ti U
E
G
EXHIBIT "C
EXEMPTION FROM WORKERS COMPENSATION INSURANCE
Professional Services Agreement - 12/10/13
EXEMPTION FROM WORKERS= COMPENSATION INSURANCE
I hereby certify fRtsthe performance of the work for which this Agreement is
entered into, I shall not emplo erson in any manner so as to become subject to
the Workers' Compensation Laws of1hs.45tate of California.
Executed on this day of
California.
Consultant
at
Professional Services Agreement 12/10/13
Ternescal Canyon Bridge Replacement
i�ITY "Azl
I-A
IV DRI ANA