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