Loading...
HomeMy WebLinkAboutItem No. 03 Professional Serv Ageeement for Auto Center Dr. BridgeText File City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 www.lake-elsinore.org File Number: ID# 17-169 Agenda Date: 5/9/2017 Status: Consent AgendaVersion: 1 File Type: AgreementIn Control: City Council Agenda Number: 3) Page 1 City of Lake Elsinore Printed on 5/4/2017 Page 1 of 2 REPORT TO CITY COUNCIL To:Honorable Mayor and Members of the City Council From:Grant Yates, City Manager Prepared By: Brad Fagrell, City Engineer Date:May 9, 2017 Subject:Professional Services Agreement for the Auto Center Drive Bridge Condition Assessment Recommendation Approve and Authorize the City Manager to execute a Professional Services Agreement in the amount of $59,831 with NV5 for the Auto Center Drive Bridge Condition Assessment. Background The State identified possible structural deficiencies in the Auto Center Drive Bridge. Due to the possible deficiencies, the City has requested the assessment. In addition, the Auto Center Drive Bridge crosses over the San Jacinto River east of Diamond Drive. Auto Center Drive is designated a “Major” street (4-lanes; 100-foot R/W), but the bridge is currently only two lanes. Most recent Traffic counts available for Auto Center Drive indicate an ADT of 7400. The consultant will focus on evaluating bridge deficiencies, recommending improvement strategies with estimated life expectancy, as well as identifying funding opportunities. The bridge is currently programmed to be seismically retrofit in order to meet State standards. The proposal shall also consider all work necessary to seismically retrofit the bridge, but must consider all other required repairs. In addition, the consultant must also investigate adding a sidewalk, and replacement of existing parapets. Widening of the bridge must also be investigated to accommodate additional lanes, and/or sidewalks as necessary. Discussion The Firm that has been selected to perform the scope is NV5. They will perform: -Evaluation of the current condition of deck, parapets, piers, pile caps, bearings, expansion joints, and identify any deficiencies. -Preliminary geotechnical assessment. -Perform Load Rating for the Bridge. Auto Center Bridge Assessment May 9, 2017 Page 2 -Investigate feasibility to add a sidewalk on the structure and determine necessary widening to accommodate sidewalks. -Preliminary seismic evaluation and retrofit concepts and cost estimates. -Provide an analysis of environmental constraints and mitigation measures required for improvements/reconstruction and submit an Environmental Constraints Memo. -Analysis and cost associated with seismic retrofit, widening, and repairs and rehabilitation along with life expectancy for each scenario. -Provide repair recommendations. -NV5 will also provide assistance to identify funding sources and will assist the city in working with Caltrans Local assistance. Fiscal Impact Funding for this project is allocated from the Gas Tax Fund through the City’s Capital Improvement Plan Budget. Exhibits A – Agreement B – Proposal @BCL@2C0546F4 Page 1 AGREEMENT FOR PROFESSIONAL SERVICES NV5 Auto Center Drive Bridge Condition Assessment This Agreement for Professional Services (the “Agreement”) is made and entered into as of May 9, 2017, by and between the City of Lake Elsinore, a municipal corporation (‘‘City") and NV5, a Corporation ("Consultant"). RECITALS A.The City has determined that it requires the following professional services: A detailed condition survey and technical assessment of the Auto Center Drive Bridge including a detailed on-site study, testing, comprehensive review, and a final report. B.Consultant has submitted to City a proposal, dated March 2, 2017, attached hereto as Exhibit A (“Consultant’s Proposal”) and incorporated herein, to provide professional services to City pursuant to the terms of this Agreement. C.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. D.City desires to retain Consultant to perform the services as provided herein and Consultant desires to provide such professional services as set forth in this Agreement. AGREEMENT 1.Scope of Services. Consultant shall perform the services described in Consultant’s Proposal (Exhibit A). Consultant shall provide such services at the time, place, and in the manner specified in Consultant’s Proposal (Exhibit A), subject to the direction of the City through its staff that it may provide from time to time. 2.Time of Performance. a.Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the professional services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the professional services contemplated pursuant to this Agreement according to the agreed upon performance schedule in Consultant’s Proposal (Exhibit A). b.Performance Schedule. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the Consultant’s Proposal (Exhibit A). When requested by Consultant, extensions to the time period(s) specified may be approved in writing by the City Manager. Page 2 c.Term. The term of this Agreement shall commence upon execution of this Agreement and shall continue until the services and related work are completed in accordance with the Consultant’s Proposal (Exhibit A). Consultant hereby agrees and acknowledges that any and all work or services performed pursuant to this Agreement shall be based upon the issuance of a project task order by the City. Consultant acknowledges that it is not guaranteed any minimum or specific amount of work or services as all work or services shall be authorized through task order issued by the City. 3.Compensation. Compensation to be paid to Consultant shall be in accordance with the fees set forth in Consultants’ Proposal (Exhibit A), which is attached hereto and incorporated herein by reference. In no event shall Consultant’s compensation exceed Fifty Nine Thousand Eight Hundred Thirty One dollars ($59,831)without additional written authorization from the City. Notwithstanding any provision of Consultant’s Proposal to the contrary, out of pocket expenses set forth in Exhibit A shall be reimbursed at cost without an inflator or administrative charge. 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 promptly submit billings to the City describing the services and related work performed during the preceding month to the extent that such services and related work were performed. 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 forty-five (45) days after receipt of the monthly invoice by City staff. 5.Reserved. 6.Suspension or Termination. a.The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the Consultant at least ten (10) days prior written notice. Upon receipt of such notice, the Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. b.In the event this Agreement is terminated pursuant to this Section, the City shall pay to Consultant the actual value of the work performed up to the time of termination, provided that the work performed is of value to the City. Upon termination of the Agreement pursuant to this Section, the Consultant will submit an invoice to the City, pursuant to Section entitled “Method of Payment” herein. 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 Page 3 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 subcontractors 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. 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. Page 4 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 Consultant. It is understood that Consultant, in the performance of the work and services agreed to be performed, shall act as and be an independent Consultant and shall not act as an agent or employee of the City. 10.PERS Eligibility Indemnification. In the event that Consultant or any employee, agent, or subcontractors of Consultant providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Notwithstanding any other federal, state and local laws, codes, ordinances and regulations to the contrary, Consultant and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution to be paid by City for employer contribution and/or employee contributions for PERS benefits. 11.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 Page 5 b.possesses no authority with respect to any City decision beyond rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).) 12.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. 13.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. 14.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. 15.Indemnity. Consultant shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Consultant or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Consultant shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Consultant or its employees, subcontractors, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is understood that the duty of Consultant to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 16.Insurance Requirements. a.Insurance. Consultant, at Consultant’s own cost and expense, shall procure and maintain, for the duration of the contract, unless modified by the City’s Risk Manager, 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 Page 6 shall require each subcontractors 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 submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. 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. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. 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. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may be attached limiting the coverage. iv.Professional Liability Coverage. Consultant shall maintain professional errors and omissions liability insurance appropriate for Consultant’s profession for protection against claims alleging negligent acts, errors or omissions which may arise from Consultant’s services under this Agreement, whether such services are provided 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. 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. Page 7 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. 17.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. If to City:City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to:City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Consultant:NV5 Attn: Carmen Kasner 15092 Avenue of Science, Suite 200 San Diego, CA 92128 Page 8 18.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. 19.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. 20.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 B. 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 B 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 subcontractors 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 subcontractors other than as otherwise is required by law. 21.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. 22.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. 23.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. 24.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. 25.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 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. 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. The City Manager is authorized to enter Page 9 into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non- monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. 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 subcontractors, 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. 29.Prevailing Wages. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. Consultant agrees to fully comply with all applicable federal and state labor laws (including, without limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties that, in connection with the Work or Services provided pursuant to this Agreement, Consultant shall bear all risks of payment or non-payment of prevailing wages under California law, and Consultant hereby agrees to defend, indemnify, and hold the City, and its officials, officers, employees, agents, and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity shall survive termination of this Agreement. 30.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. [Signatures on next page] Page 10 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. “CITY” CITY OF LAKE ELSINORE, a municipal corporation Grant Yates, City Manager ATTEST: City Clerk APPROVED AS TO FORM: City Attorney “CONSULTANT” NV5, a Corporation By:_____________________ Its:_____________________ Attachments: Exhibit A – Consultant’s Proposal EXHIBIT A CONSULTANT’S PROPOSAL [ATTACHED] CITY OF LAKE ELSINORE REQUEST FOR PROPOSAL FOR Auto Center Drive Bridge Over San Jacinto River Condition Assessment ,� "1 4;1 1+� i1I i j i i ifill:-fillilkifilbill :ra arr, March 2, 2011 It . March 2, 2017 N V 5 Remon Habib, Senior Engineer City of Lake Elsinore, Engineering Department } 130 S. Main Street Lake Elsinore, CA 92530 y Subject: Proposal for Auto Center Drive Bridge Over San Jacinto River Condition Assessment Dear Mr. Habib: The City of Lake Elsinore is in need of a consultant to provide professional engineering services for the condition assessment of the Auto Center Drive Bridge over the San Jacinto River. NV5 has the qualifications and experience to provide the requested services that are necessary to make this project a success. NV5 is an established full service consulting firm founded in 1949. We offer over 200 employees in our southern California ti offices and 1,500 professionals and support staff in 72 offices nationwide. Our bridge design, review, and inspection experience, combined with our understanding and approach to address the key project components, are evidence that NV5 is the best fit for this important City project. The approach NV5 is providing considers design elements as well as the most economical and efficient project management methods required for this project. NV5 has extensive experience in bridge condition assessment projects. Our project experience will allow us to submit the final report on or before the requested July 7, 2017 date. NV5 will provide the City with several key attributes to providing condition assessment services for this project: The Right Team for the job. In addition to being experienced in their respective fields, our team members have recently managed delivery of similar bridge assessment projects for other municipal agencies in southern California, and it is our goal to exceed your expectations in all the services you will ask us to perform. We have included the firm of Environmental Intelligence for environmental coordination and assessment. Quality Condition Assessment Approach. Our approach to exceeding the project goals includes: • Looking at the project through "your eyes" to understand and cater to "your needs." • Anticipating potential issues and providing you with options based on sound engineering practices. • Doing our homework so you can rely on us. Knowledge of the Local Area. NV5 has been a trusted provider of professional services for several similar projects in the southern California area including bridge projects in the cities of Temecula, Menifee and San Diego and Imperial Counties. We are also currently providing plan check services for the City. We will use this knowledge of the community to prepare the assessment in a way that is environmentally and economically sound. ' Knowledge of Caltrans Process. NV5 understands that funding for this project will be administered by Caltrans. Therefore, it 1 is imperative that all work be done in conformance with Caltrans policies and procedures to facilitate the review and approval y process. NV5 is assigning Jack Abcarius, PE, as the project manager. With over 35 years of experience, 10 of which spent in Caltrans Structures Design in Sacramento, Jack is intimately familiar not only with the process, but also with the current Caltrans staff that will be reviewing and approving this project. r We trust you will agree that NV5 has the right staff, the right expertise and a comprehensive project understanding/work plan to successfully prepare the concept plans for this project. t y This proposal is a firm offer which will remain in effect for at least 90 days. y If you have any questions, feel free to contact either myself at 858.385.2128, jack.abcarius@nv5.com or Carmen Kasner, 858.385.2131, carmen.kasner@nv5.com. 1 Sincerely, NV5, �:L.LAbcari us, PE 1 Project Manager (�� C' az�,v` �. "__,-- Carmen C. Kasner, PE Regional Managing Director 15092 AVENUE OF SCIENCE, SUITE 200 I SAN DIEGO, CA 92 128 I WWW.NV5.COM I OFFICE 858.385.0500 I FAx 858.385.0400 CONSTRUCTION QUALITY ASSURANCE - INFRASTRUCTURE - ENERGY - PROGRAM MANAGEMENT - ENVIRONMENTAL Table of Contents Summary of Qualifications and Experience ............................................. 3 Resumes............................................................................................................... 5 ProjectExperience............................................................................................... 9 ProjectSchedule..................................................................................................12 Analysis of Effort/Methodology..............................................................13 Costand Fees............................................................................................15 Exhibit - Sample Inspection Forms.........................................................18 Exhibit - Load Rating Summary..............................................................19 Exhibit - Structural Widening Sketches...................................................20 Auto Cetner Drive Bridge over San Jacinto River Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 Summary Qualifications and Experience Firm Profile NV5 is a provider of professional and technical engineering and consulting solutions to public and private sectors. We provide services through five business verticals: infrastructure, construction quality assurance, energy, program management, and environmental solutions. With offices located throughout the United States and with extensive resources to provide services locally, we strive to bring projects from inception to completion. Established in 1949, NV5 is a publicly -owned and traded national corporation, incorporated in California. We have a reputation for excellence earned from a long list of clients, with a focus on communities and a mission to use engineering to improve the quality of those communities. Our services are traditional—engineering, planning, surveying, construction management, and construction support—but our attitude, approach, and delivery are unique. The relationships we establish with our clients, our commitment to sustainability and our involvement in the communities we live and work in set us apart from other companies. The result is that we go beyond our client's expectations to provide the right solutions for your project needs. Location of Office: 15092 Avenue of Science, Suite 200 San Diego, CA 92128 Legal Form of Company: Corporation (California) Primary Contact Authorized to Respond to RFP Jack L. Abcarius, PE Project Manager 15092 Avenue of Science, Suite 200 San Diego, CA 92128 Phone: 858.385.2128 1 Email: jack.abcarius@nv5.com Board of Directors • Dickerson Wright, Chairman, CEO • Alexander A. Hockman, COO and President • Donald C. Alford, Director, Executive VP • Jeffrey A. Liss, Director • Williain D. Pruitt, Director • Gerald J. Salontai, Director • Francois Tardan, Director Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore Local Knowledge NV5 has been working in the county of Riverside and surrounding cities for many years. Our proposed project manager, Jack L. Abcarius, has worked on Bridge projects in the cities of Temecula and Menifee, and we are currently under contract with the City of Lake Elsinore for As -Needed Plan Checking services. Through NV5's current contract with the city, and work in Riverside County and nearby cities, we have a thorough understanding of local laws, design criteria, ordinances, regulations, policies and permitting requirements. In addition, our team is intimately familiar with other applicable design and construction standards such as Caltrans Bridge Design Manuals, the Manual for Bridge Evaluation, as well as the current seismic design criteria. Subconsultants NV5 routinely uses subconsultant firms to enhance our capabilities and provide outstanding services to our clients. For this project, we have chosen Environmental Intelligence, LLC (EI) a DBE firm, who will advise NV5 of all potential environmental constraints; identify necessary permits, agreements, or certifications; discuss potential mitigation measures; and, in coordination with associated parties, develop a project design and concept that best avoids or otherwise minimizes potential impacts to environmental resources. EI has successfully provided services for and delivered value to clients Enwanmental ranging from Fortune 500 companies Intcil.g¢nce. LLC to private equities. El's team provides expert scientists and technological innovations to keep clients' projects moving forward while successfully meeting all environmental compliance regulations. EI's team determines each project's survey and technical requirements and manages project permitting, agency negotiations, construction monitoring, and mitigation phases. EI has extensive experience with environmental resources throughout Riverside County. EI is an Approved Biological Consultant with the County of Riverside with experience conducting biological and cultural resource surveys and jurisdictional delineations. EI is well versed in environmental compliance management, ensuring our clients meet all federal, State, and local laws, ordinances, regulations, and policies including activities associated with the Western Riverside County Multiple Species Habitat (WRMSHCP) and policies within the City of Lake Elsinore. N V 5 Summary Qualifications and Experience Project organization Over the years, NV5 has achieved a reputation for a high-level of quality, integrity and responsiveness to our clients. Because of this, we attract individuals who are excited by their work. Our employees bring a vast amount of experience, commitment, and enthusiasm to each new project. Further, each of our employees has a personal commitment to quality--qust one reason why 85 percent of our work comes from repeat clients. NV5 has assembled a team of highly qualified professionals to meet your bridge condition assessment needs. Team members have been selected based upon their experience with the scope of anticipated services and their availability (all team members are ready and available to work on this project). The NV5 staff proposed for this contract represent just a sampling of the deep resources that we have to work on roadway and bridge condition assessment projects. By selecting NV5, the City will receive experienced, knowledgeable bridge assessment specialists that you can trust to focus on evaluating bridge deficiencies, recommending improvement strategies with estimated life expectancy, as well as identifying funding opportunities. Our staff thrives on providing exceptional service while successfully completing projects such as this. Organization Chart Project Team 4 Our team will be led by Jack Abcarius, PE, a California registered professional engineer with more than 35 years of experience in bridge design practices. Jack will handle the day-to-day activities through the completion of the project. He will ensure that the project remains on schedule and within budget and that the City receives the highest level of service. Daniel Sun, SE. PE, has over 34 years of experience providing structural engineering services for a variety of projects throughout the Southwest and will serve as Senior Bridge Engineer. Stephen Reynolds (EI) has over 15 years of experience specializing in plant and wetland ecology and regulatory compliance, and will serve as Permitting and Planning Lead. Rebecca Gilbert (EI) has over 6 years of experience managing cultural resource compliance within the context of large public utility and government agencies, and will serve as the Cultural Resource Manager. CITY OF LADE �LSIIYOIZ DREAM EXTREME Jack Abcarius, PE Daniel Sun, PE, SE Stephen Reynolds Rebecca Gilbert *Subconsultant Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 Summary Qualifications and Experience Jack L. Abcarius, PE Project Manager Education • BS Civil Engineering • Certificate Completion for Module I Value Analysis/ Value Engineering Registrations/Certifications • Professional Engineer, CA #C40459 • Professional Engineer, FL #77254 Professional Experience Jack is a career bridge engineer with 35 years of experience and an expert in California bridge design practices for both the design of new and replacement structures as well as the design of bridge retrofit repairs and rehabilitations. He has extensive experience performing QA/QC on structural projects—providing these types of design services for numerous bridge projects including those funded under the Federal Highway Bridge Program (HBP), and the Local Seismic Safety Retrofit Program (LSSRP). His technical experience covers all aspects of the field from planning to final design, to construction inspection and support services. Jack is highly experienced in leading multi -disciplinary design teams on public works transportation projects. Project Experience Bradley Road Bridge Over Salt Creek, City of Menifee, CA: Project Manager for the design and construction documents for this project to improve Bradley Road between Rio Vista Drive and Potomac Drive within the City of Menifee. This improvement consists of providing an all-weather crossing at Salt Creek in lieu of the existing two -pipe culvert. Dogwood Bridge Over Central Main Canal, County of Imperial, CA: As project manager, Jack performed an evaluation of the existing bridge which appears to have settled approximately 2' over the last 20 years or so. The evaluation addressed the feasibility of salvaging and retrofitting the bridge versus a complete replacement. The evaluation culminated with a letter report addressing the different options with all the associated approach roadway work, and provide the most suitable recommendation with clear justification for its implementation. NV5 also addressed the estimated construction cost for each alternative studied, and is currently providing the 100% plans, specifications and estimate for a complete replacement of the existing bridge. Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore Van Buren Boulevard Interchange Improvements, County of Riverside, CA: Project manager for the replacement of an existing structure over State Route 91. Responsible for the study of several alternatives associated with the replacement structure. Funding was provided through RCTC and the City of Riverside. Worked closely with these agencies and Caltrans as well as subconsultants retained for highway design, traffic control and staging, surveying, landscaping, and geotechnical investigations. Pala Road Bridge over Temecula Creek, Temecula, CA: Project manager for the replacement of a structurally deficient and functionally obsolete bridge under the federal Highway Bridge Rehabilitation and Replacement (HBRR) program. Led team of specialists in the disciplines of bridge design, highway design, traffic engineering, hydraulic analysis, geotechnical engineering, and environmental mitigation. Conducted bridge type selection, supervised final bridge design, and prepared specifications and estimates. Black Canyon Road Over Santa Ysabel Creek Bridge Replacement, County of San Diego, CA: Project Manager for delivery of plans, specifications, and estimate associated with the award-winning design of a replacement bridge. Reviewed original design by others and then redesigned bridge to conform to current design codes and meet the latest version of Caltrans' Seismic Design Criteria. Obtained approval from Caltrans by redesigning this challenging bridge successfully and in record time, securing the allocated construction funds for the County. Design Services for Las Encinas Creek Bridge Replacement, City of Carlsbad, CA: Project Manager for this bridge replacement project involving the original structural assessment analysis, load rating, and design services for replacement. Performed the necessary hydraulic analysis for sizing the opening to convey the 100 -year storm and provided plans, specifications, and estimate package for the bridge and approach roadway with rip rap protection along the west side of the roadway. Summary Qualifications and Experience Daniel Sun, SE, PE Senior Bridge Engineer Education • MS Structural Engineering • BS Civil Engineering Registrations/Certifications • Professional Engineer, CA #C40064 • Professional Engineer, UT #94-273016-2202 • Professional Engineer, NY #8893 • Structural Engineer, AZ #18205 Professional Experience Daniel has over 34 years of experience providing structural engineering services for a variety of projects throughout the Southwest. He has extensive experience working with Caltrans, as well other large transit agencies. Daniel is familiar with and understands the importance of working with a variety seismic standards. Project Experience Bridge Load Rating, U.S. Department of Agriculture Forest Service, Region Five, CA: Performed bridge load rating calculations on six existing bridges for the U.S. Forest Service, region Five. The rating calculations are in accordance with the AASHTO publication The Manual for Bridge Evaluation, Section 6, part A, Load and Resistance Factor Rating. Folsom Dam Bridge Design, US Army Corps of Engineers, Folsom, CA: Performed design calculations for the new Folsom Dam Bridge. The bridge is a 970 -foot, three spans cast -in- place segmentally constructed bridge 200 feet above the American River Canyon below the Folsom Dam. Jim Crow Bridge Rehabilitation, County of Sierra, CA: Performed bridge design independent check for the steel girder bridge of the Jim Crow Bridge Rehabilitation project over the North Fork Yuba River. Griffin Creek Bridge Rehabilitation, U, S. Department of Agriculture Forest Service, Region Five, CA: Performed bridge design independent check for the steel girder bridge rehabilitation over the Griffin Creek in Six Rivers Forest. 1-580 Freeway Extension Final Design, Reno, NV. Provided quality assurance/quality control bridge design review for two multilane, prestressed, post -tensioned, concrete box girder bridges in mountainous terrain for the I-580 Extension. I» Ranchero Road Bridge, City of Hesperia, CA: Performed the bridge design check for the new steel girder bridge that carries the BNSF railway over Ranchero Road. The bridge has four simple spans that carry the existing two railroad tracks as well as provide for a future third track. The main spans are 72 -feet in length, and the overall bridge length is 213 feet. The structure is in a high seismic zone, and the design of the substructure accommodates the large seismic forces that are generated as part of the AREMA seismic design criteria. Redlands Parkway Overpass, Mesa County, CO: Assistant field engineer for the construction inspection of a 1,400 - foot multi -span steel -plate -girder bridge that crosses over railroad tracks and the State Route 50 overpass. SR -57 Northbound Widening Project, Orange County, CA: Engineer—of record for the bridge widening of Birch Street undercrossing and several sound wall on MSE retaining walls on SR -57 Widening project. 1-10 HOV Widening, Los Angeles County, CA: Engineer -of record for the East El Monte Overhead widening, a 215 - foot, two -span steel plate girder bridge that crosses over railroad tracks. Red Mountain Freeway, Tempe, AZ: Designed a 1 -mile - long concrete segmental box -girder bridge on the Red Mountain Freeway (Loop 202) over the Salt River, in Tempe. Prepared two design alternatives, a segmental box -girder bridge and a precast, prestressed I -girder bridge. The precast, prestressed design was selected and constructed. The substructure consists of 9 -foot - diameter post -tensioned hollow concrete columns and 10 -foot -diameter drilled shafts foundation. An average of 40 -foot predicted scour was considered in the design. 1-880 7th Street Undercrossing, Cypress, Oakland, CA: Project engineer for the replacement of a portion of the earthquake -damaged Cypress section of the I-880 freeway. The 7th Street Undercrossing consists of twin cast -in-place, prestressed -concrete box -girder bridges, each approximately 130 feet long and 70 feet wide. Completed design of the retaining walls and concrete slab for the depressed roadway section. under the structures. Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 Summary Qualifications and Experience Stephen H. Reynolds Permitting and Planning Leadntellgence,tLLC Education • MS Conservation Biology • BS Geology Registrations/Certifications • California Department of Fish and Game Collecting Permit for State -Designated Endangered, Threatened, or Rare Plants • California Rapid Assessment Method Wetlands (CRAM) Practitioner Professional Experience Stephen has over 15 years of experience specializing in plant and wetland ecology and regulatory compliance. He has demonstrated knowledge of the California Environmental Quality Act and National Environmental Policy Act as well as regulatory requirements of the US Army Corps of Engineers, California Department of Fish and Wildlife, Regional Water Quality Control Boards, US Fish and Wildlife Service, California Coastal Commission, and other regulatory agencies. Mr. Reynolds has authored and managed numerous CEQA/NEPA documents, Habitat Mitigation and Monitoring Plans, and Section 401, 404 and CDFW Streambed Alteration permits for a variety of projects. He has managed interdisciplinary teams and successfully navigated complex inter -agency programs and permits to maintain environmental compliance on numerous projects in the renewable energy, utility, residential, oil and gas, and public sectors. Further, Mr. Reynolds frequently represents a wide range of clients throughout the environmental planning process at public hearings, outreach and informational programs, and other events. Project Experience Harvest Landing; McWalters & Kelterer Perris, Riverside County, CA: Performed full jurisdictional delineations and documentation for all jurisdictional non -wetland Waters of the United States, Section 404 wetlands and State wetlands, non -wetland Waters of the State, and Streams and Lakes subject to California Department of Fish and Game Code 1600. Wetlands were surveyed using the United States Army Corps of Engineers, Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Arid West Region (Version 2.0). Performed protocol burrowing owl surveys on 1,000 -acre a site, using bird sightings and burrow activity for various grasslands and washes throughout. Marking and mapping the burrow complexes using GPS and GIS. EI Casco Systems Project; Southern California Edison San Bernardino and Riverside Counties, CA: Senior Restoration Ecologist/Regulatory Specialist; Performed coincidental and as -needed surveys for avoidance of impacts to non -wetland Waters of the United States, Section 404 wetlands and State wetlands, non -wetland Waters of the State, and Streams and Lakes subject to California Department of Fish and Game Code 1600. Wetlands were surveyed using the United States Army Corps of Engineers, Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Arid West Region (Version 2.0). Led in smooth tarplant habitat mitigation monitoring program and restoration, as well and riparian, scrub, chaparral, and alkali grassland restoration. Assisted, under permitted biologists, in surveys for least Bell's vireo using acoustical and visual detections. Lake Elsinore, Riverside County, CA: Biologist; Assisted, under permitted biologists, in surveys for least Bell's vireo using acoustical and visual detections. Butterfield; Pardee Homes Beaumont, Riverside County, CA: Lead Biologist; Managed and led general vegetation surveys and special status surveys for San Bernardino rock cress, Jaegar's milk -vetch, thread -leaved brodiaea, Plummer's mariposa lily, Parry's spineflower, and other species. Conducted annual protocol burrowing owl surveys on 2,000 -acre grassland site, using bird sightings and burrow activity for various grasslands and washes throughout. Marking and mapping the burrow complexes using GPS and GIS. Prepared multiple Determination of Biologically Equivalent or. Superior Preservation (DBESP) Reports in compliance with the County of Riverside in compliance with the Western Riverside Multiple -Species Habitat Conservation Plan (WRMSHCP). Verified jurisdictional delineations of all jurisdictional non -wetland Waters of the United States, Section 404 wetlands and State wetlands, non -wetland Waters of the State, and Streams and Lakes subject to California Department of Fish and Game Code 1600. Wetlands were surveyed using the United States Army Corps of Engineers, Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Arid West Region (Version 2.0). Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 Summary Qualifications and Experience Rebecca H. Gilbert Cultural Resource Manager 1AFA Environmental b Intelligence, LLC Education • MA Anthropology with Archaeology Emphasis • BS Anthropology with Cultural Resource Management Emphasis Professional Experience Rebecca is an archaeologist with six years of professional experience managing cultural resource compliance within the context of large public utility and government agencies. Her strengths include management and facilitation of environmental review of a high volume of routine operations and maintenance projects; the development of tools (i.e., spreadsheets, mapping templates) to increase productivity and drive consistency across programs; management of schedules, budgets, and invoices for consultants; and agency engagement to ensure environmental compliance and completion of work in a timely and cost effective manner. Project Experience Byron Highway Bridge Replacement Project; CA Department of Water Resources: Directed the preparation of a Historic Property Survey Report, Archaeological Survey Report, and Historical Resources Evaluation Report for Caltrans local assistance project in District 4 for the replacement of a bridge that cross the California Aqueduct. Seismic Retrofit of 23 Bridges over the California Aqueduct; CA Department of Water Resources: Directed the preparation of and reviewed Historic Property Survey Reports, Archaeological Survey Reports, and Historical Resources Evaluation Reports for Caltrans local assistance projects in Districts 6, 8, and 10 for the seismic retrofit of 23 bridges that cross the California Aqueduct. Commerce Center Utility Line Relocation Project; Southern California Edison, Los Angeles County, CA: Directed the Section 106 and CEQA review for the relocation of approximately 3 miles of subtranmission lines for CPUC GO -131D evaluation. She also oversaw the paleontological review for the project. Kelly Cutover Project; Southern California Edison San Bernardino County, CA: Ms. Gilbert directed the Section 106 and CEQA review for the replacement of approximately 320 power poles on BLM and private property. Resources included archaeological, built Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore environment, and paleontological resources. She has worked closely with agency personnel to ensure the project met regulatory requirements. Utah Utility Line Relocation Project; Southern California Edison San Bernardino and Riverside Counties, CA: Directed the Section 106 and CEQA review for the relocation of 5 miles of underground electrical conduit within Joshua Tree National Park. Resources included archaeological, built environment, and paleontological resources. She has worked closely with agency personnel to ensure the project met regulatory requirements. Calico Peak Line Extension Project; Southern California Edison San Bernardino County, CA: Acted as the lead archaeologist directing Section 106 and CEQA review for a 5 -mile utility power line extension to service a customer on BLM and Military property. She also acted a project lead, coordinating review in other resource areas (i.e., biological resources, wetland resources), authoring a BLM Plan of Development, and directing consultant development of an environmental assessment. Fort Irwin Reliability Project; Southern California Edison San Bernardino County, CA: Directed the Section 106 and CEQA review for the replacement of approximately 60 power poles on BLM, Military, and private property. She has worked closely with agency personnel to ensure the project met regulatory requirements. Oleander Avenue Project; HQT Homes San Diego County, CA: Acted as the senior archaeologist for archaeological monitoring for the construction of a residential development in San Marcos, San Diego County, California. She coordinated with the archaeological monitor in regards to the discovery of cultural material. Ms. Gilbert also worked with the Pechanga Band of Luisefio Indians for the curation of artifacts. Summary Qualifications and Experience 9 Project Experience NV5 has exceptional experience related to developing solutions for bridge structures that are in need of maintenance and repair. Through our recent and extensive experience with these types of bridges, we have developed a thorough understanding of the design and details used and know firsthand how to resolve issues related to these projects. Following is a partial listing of NV5's extensive bridge review and design experience. Dogwood Bridge over Central Main Canal I County of Imperial, CA NV5 is providing design engineering services for the Client Contact . John Gay replacement of Dogwood Bridge Director2.26of Public Works 4 over the Central Main Canal in 442.268.1818 Imperial County. In July 2015, NV5 conducted an evaluation of the bridge which appears to have settled approximately 2' over the last 20 years. NV5's evaluation addressed the feasibility of salvaging and retrofitting the bridge versus the complete replacement. The evaluation culminated with a letter report addressing the different options with all the associated approach roadway work, and provided the most suitable recommendation with clear justification for its implementation. NV5 also addressed the estimated construction cost for each alternative studied. NV5's recommendation to replace the existing 3 -span, cast -in-place slab bridge with a new 2 -span precast voided slab bridge was the selected alternative. The design which is currently under way, incorporates the ability to raise the bridge by an additional 2 feet after 20 years of service, if ground subsidence continues at the same rate. Bridge Preventive Maintenance Program I County of Imperial, CA NV5 provided a comprehensive, user-friendly Client Contact 1! John Gay bridge preventive maintenance Mairec[tir of Public Works program to identify, monitor 441268.11818 and evaluate over 140 bridges throughout the county of Imperial. Using MS Office Access and the County's existing GIS layers NV5 developed a database of all 140 bridges, highlighting their condition assessments, and prioritizing them for future work based on structural condition and current traffic usage. It was customized specifically for their needs and NV5 trained the staff to use it. By starting with the data already accessible via the state's local database, and the national bridge database, then tying it into their existing GIS system, NV5 created a cost effective approach. Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 Summary Qualifications and Experience 10 Black Canyon Road Bridge I County of San Diego, CA The County of San Diego Client Contact Jeffrey Moody retained NV5 to perform a Senior Civil Engineer review of their 1995 in- 858.495.5029 house design to replace a functionally obsolete & structurally deficient bridge. Because the project had been shelved for an extended period of time, the design did not meet current standards, specifically the current version of Caltrans' Seismic Design Criteria. Subsequently, NV5 was awarded a contract to re -design, create details and specifications, and to obtain approval from Caltrans Local Assistance in order to comply with the requirements of the Highway Bridge Replacement and Rehabilitation Program (HBRR) currently known as the Highway Bridge Program (HBP). NV5 provided the PS&E package in record time to avoid loss of funding, and performed a hydraulic and scour analysis to convince Caltrans that the proposed foundations are adequate. Our report was submitted and approved with no substantial comments. Construction was completed in December 2009, and NV5 provided as -needed construction support services. Upon completion of construction, received the 2011 Outstanding Project of the Year award from ASCE. Bradley Road Bridge over Salt Creek Pity of Menifee, LA NV5 has contracted Client Contact Jonathan Smith with the City of Menifee Director of Public Works to provide preliminary 951.672.6777 design and construction documents for this project to improve Bradley Road between Rio Vista Drive and Potomac Drive within the City of Menifee. This improvement consists of providing an all- weather crossing at Salt Creek in lieu of the existing two -pipe culvert. Such an improvement is necessary for the surrounding communities that get stranded after a 5 -year storm event as the roadway gets completely flooded, and becomes impassable. NV5 studied four different alternatives, using different storm events. While there are numerous possibilities that could be implemented for different levels of storm events, it became evident, after meeting with Riverside County Flood Control & Water Conservation District staff (RCFC & WCD), that the only acceptable alternatives for them would be ones that convey the 100 year flows, and would not cause objectionable backwater effects. In other words, any alternative that would cause the water surface elevations to rise to a point where the one foot freeboard to the top of their levees is jeopardized would be rejected. Therefore, given that criterion along with the existing site constraints, we determined that a three -span bridge, approximately 335 feet long would be capable of conveying the 100 -year flows within Salt Creek, while maintaining the current freeboard to RCFC & WCD's levee. The key to success on this project was the implementation and design of the solution that strikes the right balance between environmental concerns, community and agency concerns and overall project cost. Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 Summary Qualifications and Experience , Carlsbad Boulevard Bridge Over Las Encinas Creek I City of Carlsbad, CA Las Encinas Creek Bridge had been Client Contact John Cahill deteriorating for decades due to the harsh Project Manager marine environment that it is located in. NV5 performed a structural assessment 760.602.2726 analysis and recommended that the bridge should be replaced as soon as possible. The City of Carlsbad retained NV5 to provide design services for the replacement of Las Encinas Creek Bridge along southbound Carlsbad Boulevard. NV5 examined many alternatives for the bridge opening, specifically pre -cast box culverts, cast -in-place box culverts, and ConSpan Arch Systems. NV5 performed hydraulic and scour calculations for the bridge crossing along Encinas Creek. The hydraulic calculations were used to size the opening needed to convey the 100 -year storm event. Because the bridge is located along the coast and near a state park, the construction duration was heavily weighed when the alternatives analysis was performed to determine the best solution. With a maximum window of five months for construction, the City and NV5 agreed that a pre -fabricated arch system was the best choice. Foster City Bridge Repair I City of Foster City, CA NV5 inspected six bridges for the City of Foster City identified through the Caltrans inspection Client Contact Ashraf Shah program as needing repair and Assistant Engineer rehabilitation work. "Types of 650.286.3200 repair work identified included repairing deck spalls, applying methacrylate deck treatment, replacing joint headers, replacing joint seals, repairing bridge railings and repairing minor damage to the bridge exterior girders. NV5's initial task was to perform a field observation of each bridge to verify the damage listed in the current Caltrans Bridge Maintenance Report and determine if any additional repair items needed to be addressed. Subsequently, NV5 prepared a bridge inspection report summarizing the field findings. This report was used to develop a PS&E for the needed bridge repairs. Atherton Bridge Inspection Projects Town of Atherton, CA NV5 provided inspections of 13 Town owned structures under Client Contact David Huynh roadways that convey flows within Project Manager Atherton Creek. Structures were 650.752.0555 visually inspected above and below and provided visual condition ratings. Individual elements of the structures were condition rated based on Caltrans rating categories with photo documentation. Certified reports for each structure that rank severity of maintenance issues, proposed remedies, and estimated repair costs were provided at each structure. In addition, NV5 provided load ratings for two structures based on available design plans with confirmation of reinforcing locations and layout using non-destructive GPR procedures and minor concrete removals. A posted load rating was provided for each structure. Where some underground culvert lengths were over 600 feet, confined space safety procedures were employed during the inspections. Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 Project Schedule I -.- LA N rD a c fD d C 3 s d rt �o A SCG G m c (o i s v a (D m 0 0 N (D (D Z. N Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore � N N �. (D v n O' o p °' (D 0 Un FD n"i o o - — Z f7 K a < x 0 O W (D Q 0 C r? d (o Do O � D =3 O (D 3 Q rD n W � _ Q N =C CD Q rD O K (D O � o d CL 3 o O O p (D CD N iv D CD d O C N � (D N O m z I m M � v �o V m 00 70 v C) M A o z v V O z D N N N N M z V C 7 F-+ V z C V7 C F-� V Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore Analysis of Effort/Methodology Work Plan 1. Evaluation of Existing Bridge Condition: a. NV5 will conduct a thorough on-site investigation and detailed condition survey. We will review the existing bridge plans and the Bridge Inspection Reports by Caltrans to determine the state of each component of the bridge structure including but not limited to: deck slab, parapets, girders, piers, pile caps, piles (if visible), bearings, and expansion joints. (See attached sample inspection form on page 18) b. NV5 will perform LRFD Load Rating Calculations using in-house developed Excel spreadsheets for the structure in its current configuration, based on the current Manual for Bridge Evaluation and the AASHTO LRFD Bridge Design Specifications to identify the performance deficiencies including, but not limited to, structural as well as vehicular traffic, and pedestrian capacity. (See attachment for preliminary Summary of Rating Factors on page 19). 13 3. Bridge Repairs and Widening Recommendations a. We will perform engineering analyses using industry standard bridge design software and in-house developed Excel spreadsheets to prepare design recommendations for the repair of the existing structure as needed, and the structural widening to accommodate the sidewalk addition. (See attached sketches for sample of recommendations on page 22). b. During our preliminary site reconnaissance, we found utilities that were not identified on the bridge as-builts, attached to the overhangs. We will research with the agencies to determine the proper owners; this information will help us determine a proper course of action in terms of retrofitting and widening options. 2. Feasibility Study for Adding Sidewalk: a. NV5 will investigate the feasibility of adding a sidewalk on the structure and if structural widening is required to accommodate the sidewalk (See attachment for a potential bridge width configuration with the pedestrian sidewalk addition on pages 20-21). b. LRFD Load Rating Calculations will be performed for the structure with the addition of a pedestrian sidewalk. 4. Recommendation Regarding Required Seismic Retrofits: a. We will perform a preliminary seismic analysis of the structure using available industry standard software (SAP2000, STRUDL, SEISAB, etc), along with Caltrans' current Seismic Design Criteria. NV5 has already determined the appropriate site specific seismic parameters for this project. To determine if foundations need to be retrofitted, we will rely on the bearing capacities of the spread foundations, and pile capacities shown on the as -built drawings. If foundation retrofits are needed, a geotechnical investigation Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 Analysis of Effort/Methodology should be conducted for the actual retrofit design during the next phase of this project. A linear elastic model with dynamic response spectrum analysis will be performed. Realistic stiffness for each bridge element will be calculated to estimate the displacement of the existing structure when subjected to code -specified seismic force. Element capacities coupled with force and displacement demands will be evaluated to determine structural member adequacies. b. Based on the results from our seismic analysis, we will then provide recommendations for retrofitting the existing structure. The actual retrofit design, however, will be performed during the next phase of the contract. That effort will require multiple iterations to arrive at the final retrofit strategy and provide the actual plans, specifications, and estimate for the construction documents. 5. Recommended Prioritization of Bridge Repairs: a. We will develop a prioritization of bridge repairs based on the constructability, cost, and schedule. Y 6. Cost Analysis a. We will perform preliminary cost analyses for repairs and rehabilitation, widening, and for seismic retrofits only, and compare against the preliminary cost of replacing the entire bridge. 7. Recommended Funding Opportunities a. Depending on the results of our analyses, and the recommendations provided, NV5 will explore other potential funding alternatives to assist the City in getting this project constructed. 8. Environmental Constraints and Required Mitigation Measures a. EI's senior regulatory specialist, Stephen Reynolds, and senior archaeologist, Rebecca Gilbert, will conduct a due diligence site assessment. V This assessment, to be conducted with the presence of project engineers and managers, will be used to determine the necessary potential environmental constraints that may affect the project. This assessment will highlight potential impacts to the 17 topic areas described under the California Environmental Quality Act (CEQA). b. EI will prepare a Constraints Memorandum describing all potential environmental hurdles that may affect the project. This memorandum will highlight potential challenges, discuss necessary technical analyses (e.g., Traffic Assessment, Biological Resources Assessment, etc.), and recommend initial mitigation measures that may be used to avoid or otherwise minimize potential impacts. Additionally, EI will prepare a "Steps - to -Compliance Matrix". This matrix will list all necessary forms (e.g., street vacation forms), permits (e.g., Conditional Use Permit, Clean Water Act Section 404 Permits, etc.), agreements (e.g., Assembly Bill 52 documentations), and certifications (e.g., Waste Discharge Requirements with the State Water Resources Control Board) that will be required. Additionally, this matrix will include a list of agencies responsible as well as a summary of steps, including a conceptual schedule, necessary to achieve each. c. EI will meet via teleconference with NV5 to discuss project needs, discuss and obtain necessary data and project information needs, and refine the project schedule as needed. EI assumes a single hour meeting for project intiation with up to three additional hours for information and data review and processing. EI's project manager will participate in bimonthly teleconferences (up to 1 hour for each call) for up to four (4) months. Additional Site visits or participation in additional meetings or conference calls will be billed on a basis of time and materials following approval from NV5. Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 Cost and Fees ATTACHMENT A - PROPOSAL FORM Company: NV5, Inc Contact: Jack L. Abcarius Date: 3/1/17 Phone: 858.385.2128 Address: 15092 Avenue of Science, Suite 200 San Diego, CA, 92128 Email: jack.abcarius@nv5.com Description Phone: Price "Price Auto Center Drive Bridge Condition Assessment as described in RFP $ 59,623 Disbursements Includes all travel, accommodations, rentals, meals, per diem, out of pocket expenses, etc. $ 208 TOTAL $ 59,831 jeffrey.moody@sdcounty.ca.gov Value Added Options (if any) Please attach a separate sheet to describe options proposed. $ ** Prices must include all applicable fees, levies and charges REFERENCES — Please provide contact information for your two most recent jobs similar in scope and value to the work specified in the RFP, ideally for local government. Provision of this information constitutes consent for the City to contact the references. Company Name: County of Imperial Phone: Email: 442.268.1818 johngay@co.imperial.ca.us Contact: John Gay Company Name: County of San Diego Phone: 858.495.5029 Email: jeffrey.moody@sdcounty.ca.gov Contact: Jeffrey Moody Addenda By my signature below I hereby acknowledge receipt of Addendum No(s).1 X Gam-7�,E *Company Representative (signature) Name: Carmen C. Kasner Title: Regional Managing Director Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 1 1 1 Cost and Fees NV5 Charge Rate Schedule Office: Technical Services Engineering Aide/Planning lA.ide::.::.......................................... ProjectAssistant............................................................................ Project Administrator................................................................... CADDTechnician I..................................................................... CARD Technician II.................................................................... CADD Technician III.................................................................. Senior CADD Technician/Designer......................................... Design Supervisor.................................................... :...... .:......... :.. Professional 0 ......................................................................... $60.00/hour ........................................................................ $80.00/hour ........................................................................ $95.00/hour ........................................................................ $90.00/hour ....................................................................... $115.00/hour ....................................................................... $125.00/hour ....................................................................... $130.00/hour ......... :....... :....................................... :........ :.... $140.00/hour Junior Engineer/Planner/Surveyor.................................................................... ... $95.00/hour Assistant Engineer/Planner/Surveyor........................ ............................................................................................$125.00/hour Associate Engineer/Planner/Surveyor.................... ........................ :.......................... :....... r ................................... $145.00/hour Senior Engineer/Planner/Surveyor..................................... :....... ................ :.................................................. :...:... :$165.00/hour StructuralBridge Engineer ........................... ................................ ................................................. :........................... $185.00/hour Manager........................................................................................................................................................................ $199.00/hour Associate....................................................................................------..... ••------------.......................................................... $215.00/hour Principal....................................................................._........................._........_.._......................................,...... .........$225.00/hour Field Services Construction Management JuniorField Engineer ................................. -...................... .......................................... ............................. .............$141.00/hour AssistantField Engineer ................................................ ............................................. :................................. ............. $166.00/hour AssociateField Engineer.. ......................................... _ ......................................................... . .......................................... $183.00/hour SeniorField Engineer .............................................. ................................................................................................... $193.00/hour ConstructionManager..................................................................................----...----..._......_.................._.._..................$198.00/hour Surveying 1 -Person Survey Crew (GPS)(Robotic)......................... :............... ::........... :::......................................................... $185.00/hour 1 -Person Survey Crew .... ................ ............................................................................................................................ $147.00/hour 2 -Person Survey Crew .............. ........ ........ .....••............._....................._........................... .....--$252.00/hour ..................................... 3 Person Survey Crew................................................................................................................................................$335.00/hour SurveyManager......................................•.._...._.............--•--- ....... ......................$190.00/hour Expenses Plotting and In-house Reproduction.....................................................................................................:.....................1.10 x Cost Subsistence.................................................................................................................I.....................................................1.10 x Cost Other Expenses - Including Subconsultants & Purchased Services through Subcontracts ....::.........................1.10 x Cost Mileage- Outside local area...................................................................•---......-•---.....................................................................0.41 Rates are effective through December 31, 2019 with annual escalation based upon Consumer Price Index or 3%, whichever is higher. Litigation support will be billed at $400.00 per hour. Auto Center Drive Bridge Over San Jacinto River Condition Assessment ! City of Lake Elsinore N V 5 Exhibit - Sample Inspection Form 18 Auto Center Drive Bridge Inspection Prepared By: Date Prepared: Reviewed By: Date Reviewed: Date of Inspection: 1. pecled By: Bridge Identification Bridge ID: Crossing Feature: Number of Spans: Bridge Length (m): Bridge Type: Degree Of Curve: Super Elevation: Bridge Skew: Road Name: Deck Type(,): Stationing Increases: location Information Latitude: Longitude: City: County: State: Recommendations t) 2) 3) Notes: Auto Center Drive Bridge Inspection Superstructure Information SnarLDitta 4,Brg-E Span Span Brg Concrete Span Information Superstructure Construction Type: Superstructure depth (in): Number of structural beams (units): Spacing of structural beams (units): Concrete Superstructure Conditions: Condition Type Yen,No Location Scaling: Cracks: Spalling : ..laminations: Honeycombs : Popouts: Superstructure notes: Notes: Notes: Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore Auto Center Drive Bridge Inspection Deck Information Road Surface Dat Notes: Surface Type: Deck Width (m): Bridge Rail Height (in): Bridge Rall Type: Curb Type: Curb height (In): Sridee Deck Oats Notes: Deck Type(s): Deck depth (in): Overlay (Yes/No): Overlay Type: Overlay Depth (In): W a Ikwav 1 Enka P tt Notes: Sidewalk on Bridge (Yes/No): Walkway Width, Lt (fL): Walkway width, Rt.(fL): Walkway depth (in): Sidewalk Railing Standard (Yee/No) Bike Path/Lane on Bridge (YeslNo): Number Of Dhlilkls: Deck Comments: Auto Center Drive Bridge Inspection Substructure Information Support Support Height No. Label Tvue ft. Columns Notes: Substructure Conditions: Condition Type YeslNo Location Notes: Scaling: Cracks: Spelling: oalaminatiuns: Honeycombs: Popouts : Substructure notes: N V 5 Exhibit - Load Rating Summary Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V H Project AUTO CENTER DRIVE BRIDGE Sheet No. Subject Summary of Rating Factors By D Sun Date Feb -2017 Summary of Ratinq Factors Summary or Rating Factors - Mid Span Limit State Design Load Rating HL -93) Inventoy Operating_Permit Load Ratin Strength I Flexure 0.71 0.92 - Strength II Flexure - - Not Evaluated Service III Flexure Not Evaluated Service I Flexure - Not Evaluated Shearl Not Evaluated Limit State Legal Load Rating Second Level Evaluation) Legal Vehicle Type 3 Legal Vehicle Type 3S2 Legal Vehicle T Re 3-3 Strength 1 1.45 1.45 1.64 Service I - Summary or Rating in Tons Limit State Design Load Rating (HL -93 Inventory O eratin Permit Load Rating Strength I Flexure 26 33 - Strength II Flexure - - Not Evaluated Service III Flexure - - Not Evaluated Service I Flexure - Not Evaluated Shear - - Not Evaluated Limit State �—Le al Vehicle T Le al Load Ratin Second Level Evaluation e 3 Le al Vehicle T e 3S2 Le al Vehicle D22 3-3 Strength 1 36 52 66 Service I - Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V H Exhibit - Structural Widening Sketches 1'-51" 2'4. 12'-9" 12'-U, T -o° pill REBUILD + v - - rl' - - [ BRIDGE `- REBUILD OVERHANG I OVERHANG WITH NEW - - WITH NEW CONCRETE - - - - - CONCRETE BARRIER BARRIER & SIDEWALK III all I III III I I ItI � I I I I 4'-6' I70i1041111 REMOVE EXIST RAILING, SIDEWALK BRIDGE AND OVERHANG F (BOTH SIDES) _ — — — — — — _ _ - _ _ 6" L �:- ------ , - - - - - l I� ,I�I l ITI I I fll Ill III j_I 1 1 11 l j 3'-1 V 25.,8„ EXISTING SHEET NUMBER NI POTENTIAL TYPICAL SECTION 1 1 WITH ONE SIDEWALK ADDED 15092 AVENUE OF SCIENCE, SUITE 200 OF 3 SHEETS SAN DIEGO, CA 92128 P: 858.385.0500 WWW.NVS COM DATE SUBMITTED: 2/27/2017 Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 Exhibit - Structural Widening Sketches 7`-G" 14._0" 14--a- 4%10 4'-R" PROPOSED 7,_O,. s _s� 4'-7" CE BRIDGE st III III III I I I I I I I{ I V-11" 1 25-6" EXISTING REMOVE EXIST RAILING AND SIDEWALK (BOTH SIDES) 21 CONSTRUCT NEW CONCRETE BARRIER WITH SIDEWALK AND PARTIAL BRIDGE SECTION SHEET NUMBER NV5 POTENTIAL TYPICAL SECTION 2 WITH SIDEWALK ADDED BOTH SIDES 15092 AVENUE OF SCIENCE, SUITE 200 of 3 SHEETS SAN DIEGO, CA 92128 DATE SUBMITTED: 2/27/2017 P: 858.385.0500 WWW.NV5.COM Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 4._10 EXIST CE BRIDGE CL BRIDGE jll I I �I r III I, I I tl III III I I 11 111 I J CONSTRUCT NEW CONCRETE BARRIER WITH SIDEWALK PROPOSED 7,_O,. s _s� 4'-7" CE BRIDGE st III III III I I I I I I I{ I V-11" 1 25-6" EXISTING REMOVE EXIST RAILING AND SIDEWALK (BOTH SIDES) 21 CONSTRUCT NEW CONCRETE BARRIER WITH SIDEWALK AND PARTIAL BRIDGE SECTION SHEET NUMBER NV5 POTENTIAL TYPICAL SECTION 2 WITH SIDEWALK ADDED BOTH SIDES 15092 AVENUE OF SCIENCE, SUITE 200 of 3 SHEETS SAN DIEGO, CA 92128 DATE SUBMITTED: 2/27/2017 P: 858.385.0500 WWW.NV5.COM Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5 Exhibit Structural Widening Sketches 22 411 1�h 1 401 P1nT1r%K1 A I 1 I I � I I ZQ I I I I I I l l �nr1�1.1 n SHEFI NUMBER NY5 POTENTIAL GIRDER 3 STRENGTHEN DETAILS 15092 AVENUE OF SCIENCE, SUITE 200 OF 3 SHEET SAN DIEGO, CA 92128 P: 858.385.0500 WWW NV5 COM DATE SUBMITTED: 2/27/2017 Auto Center Drive Bridge Over San Jacinto River Condition Assessment City of Lake Elsinore N V 5